Loading...
HomeMy WebLinkAboutC2009-305 - 7/14/2009 - ApprovedZ009m~U~ N~Z009~~ 9~ 07/141119 .~ ~~.rcon~ Commercial S P E C I A L P R O V I S I O N S SPECIFICATION S . . A N D F O R D S O F C O N T R A C T S A N D B O N D S F 0 R CORPUS CHRISTI INTERNATIONAL AIRPORT AIRFIELD EQUIPMENT AND MAINTENANCE FACILYTY zssvE ~oR ~~~ May 2009 PREPARED BY: PGA 5555 SAN FELIPE, SUITE 10.00 HOUSTON, TEXAS 77056 PHONE: 713-622-1444 FAX: 713-968-9333 VOLUME I. ~~:~ .:ti. CITY PRQJECT N0:10028 DRAWING NQ: AP 129 FAA AIP N0: 3-48-0051-43-2008 PGAL PRQJECT NQ: 221.08017.OD .,.- FOR: DEPARTMENT GF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phono: 361f826-3500 Fax: 3G1/826-3501 INDEXED CORPUS CHRISTI INTERNATICNAL~AIRPORT AIRFIELD ~~UIPMENT AND MAINTENANCE FACILITY Project No. 1a0~8 Table of Contents ~oLVME I NOTICE TO BIDDERS Revised 7/5/01 NOTICE TO CONTRACTORS - A Revised March 20091 insurance Requirements NOTICE TD CONTRACTORS -~ 8 (Revised 1 / 1319 8 y Worker's Compensation Coverage for Building ar Construction Projects. for Government Entities NaT'I CE TO CONTRACTORS - C =Revised 3 / 0 612 0 01) Notice to Prospective Federally Assisted Construction Contractors NOTICE TO CONTRACTORS - D ~ Revi s ed 3 f 0 6 / 2 0 01 } Notice of Requirements for Affirmative Action to Ensure. Equal opportunity . (Executive Cider 11246, as amended i PART A - SPECIAL FROVISIaNS (Revised 9118104) A-1 Time and~Place of Receiving Prvposal5/Pre-Bid Meeting A_2 Definitions and Abbreviations. A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-1~ Wage Rates (Revised 7/5/DQ) ~A-11 Cooperation with Public Agencies (Revised 7I5/QD~ A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking . A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-~,7 Field Off ice A-18 Schedule and Sequence of~Construction A-19 Construction Project Layout & Control A-20 Testing and Certification A-21 Project Signs _ A--22 raj Disadvantaged Business Enterprises ~DBE~ Participation Goals A-22 (b) Minority/Minority Business Enterprise.Parta.cipativn Policy Revised 1n/98) A-23 Inspection Required (Revised 7/5/a0~ A-2~ Surety Bonds ' N4 LQNGBR~APP~xCABLg ~6/I1/98) A-26 Supplemental Insurance Requirements A--27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-3D Amended "Consideration of Contract" Requirements ~~ A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements Table of Contents 1 of 8 A--33 Conditions of Work A-34 Precedence of Contract Documents ' {NOT USED A-3b Other Submittals {Revised 9/15/00 ~~ ~ ~ " ~ NaT USED ~ . A--38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A--39 Certificate of Occupancy and Final Acceptance A-4D Amendment to Section B-8-6: Partial Estimates ' (NGT USED A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless {9/98y A-44 Change Orders {4~26/99y A-45 As-Built Dimensions and Drawings (7/5/0Q) A-46 Disposal of Highly Chlorinated Water {715100) A--47 Pre-Construction Exp~.oratory Excavations {7I5100y A-48 Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty" {8124100} . A-50 .Amended "Prosecution and Progress" SUPPLEMENTARY SPECIAL PRGVISIGNS 4the following added by Co~aeulting Engineer A-51 Dewatering A-S2 Rain Delays A-53 NPDES Notice of Intent Submittal A-54 Physical Data A-55 Project Record Documents A-56 Errors and Omissions A-57 Def~.nition of Engineer A-58 Trench Safety A-59 Airport Safety and Security A-60 Computer Generated Proposals SPECIAL PRO~'ISI4NS - ATTACH 1.-~ Sample Computer Printout ATTA Z ~- Project Sign Layout ATTACHN~ENT 3 -~ Federally Rewired Language Far ConstruCtian Contracts Corpus Christi International Airport Background Yerificatio~a Form Corpus Christi Employment and Personal History Form Airport Construction Safety Plan FAA Advisory Circular 150/5370-2$ - operational Safety on Airports During Construction PART E PART C PART S clT~r of coRP~ 022020 022022 022040 022060 022100 I 1 023020 "J 026201 026202 - GENERAL PR4"V'ISIQNS ~ rev. Nov/ 94 y - FEDERAL WAGE RATES AND REQUIREMEli1TS - STANDARD SPECIFICATIONS US CHRISTI - STANDARD WASTEWATER & ~1'TILITY Excavation and Backfill for Utilities and Sewers (S-9) Trench Safety for Excavations Street Excavation (S-l0~ Channel Excavation (5-11~ Select Material {5--15) Jacking, Boring. Tunneling (5-65~ Waterla~ne Riser Assembly (S-79y Hydrostatic Testing of Pressure Systems {S-89y Table of Contents 2 of S 026201 Waterline Riser Assembly {5-79} 026202 Hydrostatic Testing of Pressure Systems {5-89} 026206 Ductile Iron Pipe and Fittings {5-81} 026210 Polyvinyl Chloride Pipe {5-83~ 026214 Grouting Abandoned Utility Lines ~S-3} 026402 Water Lines {5-88} 026404 Water Service Line {5-87} 026406 Private Water Service Lines {5-112) 026409 Tapping Sleeves and Tapping Valves ~5-84} 026411 Gate Valves for Water Lines {5-85} 026416 Fire Hydrants {5-86} 027203 Vacuum Testing of Sanitary Sewer Manhole and Structures 027205 Fiberglass Manholes ~S-58A} 027602 Gravity Sanitary Sewers {S~61} 027604 Disposal of Waste from Sanitary Sewer Cleaning 027606 Sanitary Service Lines 027608 Private Sewer Services ~5-39} 027610 Televised Inspection of Conduits 030020 Portland Cement Concrete 032020 Reinforcing Steel ~5-42} PART. T - 'TECHNICAL SPECIFICATZCNS FAA GENERAL PROVISIONS GP-10 Definition of Terms GP-20 Proposal Requirements and Conditions GP-30 Award and Execution of Contract GP-40 Scope of Work GP~50 Control of Work GP-60 Control of Materials GP-70 Legal Regulations and Responsibility to Public GP-80 Prosecution and Progress . GP-90 Measurement and Payment GP-100 Contractor Quality Control Program GP-110 Method of Estimating Percentage of Material Within Specification Limits ~PWL} GP-120 Nuclear Gages ~ . GENERAL CONSTRUCTION G-300 Barricades and Traffic Control G-600 Haul Roads G-700 Demolition SP-4 Workers Safety Requirements for Excavating and Trenching Operations GENERAL R,EQIIIREMSNTS DIVISON O1 - GENERAL REQUIREMENTS 011000 Summary 012300 Alternates 012500 Substitution Procedures 012600 Contract Modification Procedures 012900 Payment Procedures 013100 Project Management and Coordination 013200 Construction Progress Documentation 013233 Photographic Documentation 013300 Submittal Procedures 014000 Quality Requirements 015000 Temporary Facilities and Controls 016000 Product Requirements 017419 Construction Waste Management and Disposal 017700 Closeout Procedures Table of Contents 3 of 8 ARCHITECTURAL DIVISON OZ ~ SITS WDAK 023000 Earthwork Building ~ ' ~. nlvlsioN o4 - MA,soNRY ~ ~ 042040 Unit Masonry 04211.3 Brick Masonry DIVISION 05 -~ METALS 051200 Structural Steel Framing _ 054000 Cold-Formed Metal Framing DIVISION 06 - WOOD, PLASTICS. AND COMPOSITES 061000 Rough Carpentry 064023 Interior Architectural Woodwork D=vlsloN v7 - TxE~ AND MoIsTVRS FROTEcxzoN 072100 Thermal Insulation 072500 Weather Barriers 074113 Metal Roof Panels 074213 Metal Wall Panels 076200 Sheet Metal Flashing and Trim 077140 Roof Specialties 078446 Fire-Resistant Joint Systems 079200 Joint Sealants VOLE II DIVISION OB ~- OFSNINGS 081113 Hollow Metal Doors and Frames 081216 Aluminum Frames 083613 Sectional Doors 484113 Aluminum-Framed Entrances and Storefronts 085113 Aluminum Windows 087100 Dvor Hardware 088304 Mirrors 0 8 9 0 0 0 Lou~rers and ~Ien i s DIVISION 09 ~ FINISHES 092216 Non-Structural Metal Framing 092900 Gypsum Board 093000 Tiling 095123 Acoustical Tile Ceilings 099113 Exterior Painting 099123 Interior Painting ~' DIVISION 1D - SP$CIALTI$5 10140.0 Signage 102600 Wall and Door Protection 102800 Toilet Room Accessories 104413 Fire Extinguisher Cabinets 107000 Exterior Sun Control Devices DIVISION 1~ - FURNISHINGS __ 124813 Entrance Mats and Grids DIVISION 13 - SPECIAL CONTSTRUCTION 13419 Metal Building Systems 13201 Fuel System Installation 13205 Aboveground Storage Tanks and Appurtenances . DIVISION 15 - MECHANICAL 15010 Mechanical General Conditions 15420 Starting of Plumbing and HVAC Systems 15058 Access Doors Table of Contents 4 of B 15060 Hangers, Supports, and Foundations 150'70 Vibration Isolation 15075 Mechanical Identification 1.5080 Mechanical. Insulation 15140 Domestic Water Piping ~ 15150 Sanitary Waste and Vent Piping 15180 Refrigerant and Equipment Drain Piping 15210 Compressed Air Piping 15300 Fire Sprinkler Systems 15410 Plumbing Fixtures 15571 Air Cooled Condensing Units 15760 Air Handling Units 15810 Ducts 15820 Duct Accessories 15830 Fans 15850 Air Outlets and Inlets 15860 Air Cleaning Devices . 15975 Automatic Temperature Control Systems 15990 Testing, Adjusting, and Balancing DIVISION 16 - ELECTRICAL 16111 Conduit and Fittings . 16113 Cable Trays 16120 Wire and Cable -- 600 Volts and Under 16131 Junction and Full Boxes 14134 Dutlet Boxes 16141 Wiring Devices ~ ~ . 16150 Motors, Controllers and Electric Po~rered Equipment 16170 Disconnect Switches 16190 Supporting Devices 16411 Underground Services . 16440 Metering 16450 Grounding 16460 Indoor Dry Type Transformers . t~ DIVY3IOI~ z 2 ~ PLVMSING . 221113 Facility Water Distribution Piping 22131.3 Facility Sanitary Sewers DIVISION z7 - COMM~JNICATIDNS 270500 Communications General 270526 Grounding and Bonding for Communications Systems 270528.29 Hangers and Supports for Communications Systems 270528.33 Conduits and Pull Boxes for Communications Systems 270528.35 Cable Trays for Communications Systems 2?0543 Underground Ducts and Raceways fox Communications Systems 2?1.100 Communications Equipment Room Fittings 2?13QD Communications Backbone Cabling and Terminations 271500 Communications Horizontal Cabling and Terminations PAVING & .B~ART~IORR ~'OR PAVING P-101 Surface Preparation P-151 Clearing and Grubbing P-152 Excavation and Embankment PW155 Lime Treated Subgrade P-156 Temporary~Air and Water Pollution, Soil Erosion and Siltation Control P-501 Portland Cement Concrete.Pavement P-605 Joint Sealing Filler FSN F-162 Chain--Link Fences DRAINAGS ~ D-701 Pipe for Storm Drains and Culverts D-751 Manholes, Catch Basins, Inlets and Inspection Holes D-752 Concrete Culverts, Headwalls and Miscellaneous Table of Contents 5 of g D--?54 Concrete Gutters, Ditches and Flumes TURFING T-gD1 Seeding T--944 Sodding ' TEXAS DBPARTl~NT DF TRANSPCRTATIUN ~TxDOT~ - REFERENC$D STANDARD 5P$CIFICATIONS TX-31D Prime Coat TX--Gbb Reflectvrized Pavement Markings AIRFIELD EQUIPMENT AND MAINTENANCE FACILITY SHEET INDEX . CONSULTANT SHT. SHEET TITLE SHEET N4. N0. GENERAL DRAWIN GS G 1.01 1 TITLE SHEET & SHEET INDEX G 1.OZ 2 GENERAL NOTES & GEOMETRIC DATA SUMMARY . G 1.03 3 GENERAL INFORMATION SYMBOLS AND ABBREVIATIONS G 1.D4 4 ESTIMATED QUANTITIES G 1.05 5 AIRPORT LAYOUT PLAN G 1,06 6 PROJECT SAFETY & PHASING PLAN G 1.O1 7 BARRICADE AND SAFETY DETAILS CI~IIL DRAWINGS c 1.01 8 ovERALL SITE PLAN C 1,02 9 SURVEY CONTROL MAP C 2.01 10 CIIflL SITE DEMOLITION PLAN C 3,01 11 CIVIL SITE PLAN C 3.02 12 SITE UTILITY PLAN C 3.03 13 SITE GRADING AND DRAINAGE PLAN C 3.04 ~ 14 STORM SEWER OUTFACE PLAN ~ PROFILE C 3.05 15 DRAINAGE CALCULATIONS C 4.01 - C 4.02 16 -1l GLASSON ROAD WATERLINE & SANITARY SEWER PLAN & PROFILE C 6.01 18 ~ PAVING SECTIONS AND DETAILS C 6.02 - C fi.03 19 - 20 SITE DETAILS C 6.04 21 SECURITY FENCE DETAILS C 6.05 22 SLOPE~PAVING DETAILS C 6.Ofi - C fi.Ol 23 - 24 PRIVATE UTILITY DETAILS C fi.Ofi 25 SRNDIOIL INTERCEPTOR AND SAMPLE WELL BASIN DETAILS C 6.10 26 STANDARD WATER DETAILS-FIRE HYDRANT, VALVE BOX AND LID C 6.11 - C 612 27 « 28 STANDARD 1~11ATER DETAILS-ADJUSTMENT, CASING DETAILS, FLDC VALVE, CONNECTIONS & TYP. VALVE LAYOUT C fi.13 29 STANDARD WATER DETAILS-WATER DISTRIBUTION GENERAL NOTES C 6.14 3D STANDARD VI~ATER DETAILS-MAIN To SERVICE DETAILS AND OTHERS C 6.15 31 SANITARY SEWER STANDARD DETAILS C 6.1fi 32 SANITARY SEWER MISCELLANEOUS DETAILS C fi.11 33 FLDCD WITH VAULT AND METER VAULT DETAILS C 7.01 34 STORM WATER POLLUTION PREVENTION PLAN C 1.02 35 STORM WATER POLLUTION PREVENTION PLAN NARRATIVE C 1.03 - C 1.05 36 - 38 STORM WATER POLLUTION PREVENTION PLAN DETAILS C ?.06 39 STORM UVATER POLLUTION PREVENTION PLAN SOD DETAIL Tab1Q of Contents b of 8 LIST OF DRAWINGS ARCHITECTURAL DR A 0.01 A 0.02 AWINGS 40 41 GENERAL INFORMATION EGRESS PLAN A 0.10 - A 0.11 A 0.20 A 0.3D A 4.31 A 0.40 A 0.41 A 1.01 42 - 43 44 45 4fi 47 48 49 PARTITION TYPES FiN15H LEGEND AND ROOM FINISH SCHEDULE DOOR SCHEDULE, TYPES, FRAMES AND DETAILS DOOR FRAMES AND DETAILS 1NINDOW SCHEDULE, TYPES, FRAMES AND DETAILS FRAME AND WINDOW DETAILS SITE PLAN A Z.01 A 2.2D 50 51 FLOOR PLAN ROOF PLAN A 3.01 52 REFLECTIVE CEILING PLAN A 4.01 53 ENLARGED PLANS A 5.D1 - A 5.02 54 - 55 INTERIOR ELEVATION A B.D1 5fi EXTERIOR BUILDING ELEVATIONS A 6.02 A 6.03 - A fi.D4 A 6.20 - A fi.22 57 5S - 59 ~ fi0 -fit NORTH ELEVATION & SOUTH ELEVATION BUILDING SECTIONS WALL SECTIONS A 6.23 A fi.24 A fi.25 fi3 - 64 fi5 WALL SECTION DETAILS PLAN DETAILS A 7.01 AF 2,01 fifi fil INTERIOR DETAILS FINISH FLOOR PLAN AG 2.01 68 GRAPHICS PLAN AG 2.02 STRUCTURAL DRAW 69 INGS GRAPHICS DETAILS S 0.01 70 STRUCTURAL GENERAL NOTES S 1.01 71 FOUNDATION LAYOUT 5 2.01 l2 SLAB PLAN S 4.01 73 FOUNDATION AND GRADE BEAM DETAILS 5 4.02 5 4.03 74 75 SLAB-ON-GRADE DETAILS MECHANICS PIT AND~DRAIN BOX DETAILS S 4.04 S 5.D1 7fi 77 MISCELLANEOUS SLAB DETAILS STRUCTURAL SLAB FOR' PROPOSED FUEL TANKS S 6.01 S T.01 78 79 BOLLARD AND LIGHT PALE DETAILS MATERIAL STORAGE BIN FACILITY PLAN AND DETAILS MEP DRAWINGS MEP 1.01 8D MEP SITE PLAN MECHANICAL DRAW INGS M 1.01 81 HVAC FLOOR PLAN M 2.01 82 HVAC PLAN M 3.01 83 HVAC 5CHEDULE5 . M 4.41 - M 4.02 84 - 85 HVAC DETAILS PLUMBING DRAWIN GS P 1.01 8fi PLUMBING FLOOR PLAN P 2.41 87 PLUMBING SCHEDULES P 3.01 - P 3.03 88 - 90 PLUMBING DETAILS ELECTRICAL DRAWI NGS E 1.01 91 ELECTRICAL NOTES & SYMBOLS E 2.01 92 POWER ~ SIGNAL PLAN E 3.01 93 LIGHTING PLAN E 4.Ot 94 FIRE ALARM & SECURITY PLAN E 5.01 95 ELECTRICAL SCHEDULES & DETAILS E 5.02 9fi ELECTRICAL DETAILS Tab~.e of Contents 7 of S LANDSGAPE QRAWINGS L 1.1 97 LANDSCAPE PLAN L ~.1 ~ 98 IRRIGATION PLAN TECHNOLQGY DRAWINGS T 0.01 99 COMMUNICATION LEGEND, ABBREVIATIONS AND SYMBOLS T 1.01 ADO COMMUNICATION SITE PLAN T x.01 101 COMMUNICATION ENLARGEMENT FIRST FLOOR PLAN T 3.01 1 a2 COMMUNICATIONS ELEVATIONS, ENLARGED PLAN, & DETAILS GLOTECHNICAL REPORT NOTICE AGREEMENT FROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BAND PAYMENT BOND ~~~ Table of Contents 8 of B r 4 NOTICE TO BIDDERS ..~ NQTICE TD BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORPUS CHRISTI INTERNATIONAL AIRPORT, AIRFIELD EQUIPMENT AND NAINTENANCE FACILITY. Project No. 10028, which consists of the following: ~,} ease Bid comprised of the construction of a new approximately 10,000 SF pre- manufactured steel building consisting of 3 vehicle maintenance bays, administrathen offices and a covered wash rack complete and in place. The base bid also covers t complete site ~,mprovements consisting of 55,000 SF of new steel-reinforced portland cement concrete pavement with joints, storm sewer pipes, inlets and other structures, all utility connections, site lighting, an oil-water separator, concrete aggregate storage bins, site grading, sodding, pavement striping, fire vault, and other items. related to the site. Project also consists of construction of a new 1.2-inch diameter steel public water main to be connected to an existing public main, as well as a new 8- inch diameter PVC sanitary sewer to be connected to an existing City sanitary trunk line. The base bid will include the underground conduits for the fueling facility and bollards from Additive Bid Alternate No. 2. . 2} Additive Bid Altercate No.l comprised of the purchase and installation of a bridge-type 5.5 ton overhead crane, installed in the building. This alternate also covers any and all additional steel framing and structural elements on the building provided for in the base bid as required to suit the installation of the crane. 3} Additive Hid Alternate No.2 Comprised of the purchase and installation of a complete vehicle fueling facility consisting of 2-2,000 gallon UL 2085 rated "protected type" aboveground fuel tanks for flammable ,and combustible liquids, one gasol~.ne and one diesel at the site indicated on the drawings. The full system should a.nclude but not be, limited to .power connections, fuel inventory control system and all required safety switches and devices, remote dispensers, clock gages, spill containment as required by applicable codes and regulations. This installation is for all equipment, fittings and other accessories as designated to provide for a completely functional fuel~.ng operation. will be received at the office of the City Secretary until 2:00 .m. on, we~~,J'u~e 03 ZDD9 and then ublicly opened and read. .Any bid received after closing time will P be returned unopened. A pre-bid meeting is scheduled for wednesda , Ma 27, 2009 beginning at lO:OD a.m. The pre-bid meeting will be conducted by the City, at Carpus Christi International Airport, Administrative Office, 1000 International Drive, Corpus Christi, TX 78406. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to prova.de required performance and payment bonds for contracts over $25,000,00 will result in forfeiture of the 5a bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the Czty if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fift and co/100 Dollars x$54 a0} as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtaa,ned by mail upon receipt of an additional ~ 1D.OD} which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates ,which prevail in the locality an which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. Revised 7j5/OQ The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the pub~.ic. CITY OF CORPUS CHRISTI, TEXAS /sJ Fete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS 1 .~ t t .,._ NOTICE TO CONTRACTORS - A INSURANCE REQIIIREMENTS Revised March, 2009 A Certificate of insurance indicating proof of coverage in the fol~.owing amounts is required; TYPE Ole INSURANCE ~ INSTANCE COVERAGE 3DwUay Notfce of Caacells~iou required oA Bodily Iajur~ and Property Dsm~aQe all certificates PER ~CCVRRSNC$ / ACGREGa-TS Commercial General Liability including: $2,OOD,DUO COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises ~ Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed operations Hazard 6. Contractual Liability 7. Broad Form Property Damage S. Independent Contractors ~. Personal Injury AUTOMOBILE LIABILITY--AWNED NON--OWNED $1,DDD,000 COMBINED SINGLE LIMIT 4R RENTED . WHICH COMPLIES WITH THE TEXAS WORKERS' wDRKERS' COMPENSATION ~ COMPENSATION ACT AND PARAGRAPH II OF THI5 EXHIBIT EMPLOYERS' LIABILITY ;. $504,4D4 EXCESS LIABILITY $1,D00,U00 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,040,444 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited tv sudden & accidental [] REQUIRED discharge; to include long-term ~ ~ NOT RE UIRED environmental impact for the disposal of Q contaminants BUILDERS' RISK See Section B--~~11 and Supplemental Insurance Requirements C~ REQUIRED D NOT REQUIRID INSTALLATION FLOATER See Section B~6-11 and Supplemental Insurance Requirements D REQUIRED C~ NOT REQUIRED Page 1 o t l:;The Ca.ty of Carpus Christi must be-named as an additional insured on all coverages except worker's compensation liability coverage. - c~The name of the pra~ect must be listed under pdescription of operations" on each ceztificate of insurance. CFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty X30) days prior written notice of cancellation of or material _ change on any coverage. The Contractor shall provide to the. City the other endorsements to insurance policies or coverages which are specified in section 8-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you Barre any questions regarding insurance requirements, please coatact the Contract Administrator at 880-3540. r~ Page 2 of 2 i NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS ~~~ t Page 1 of 1 ~ Texas Administrative Code TITLE 28 INSURANCE DEPARTMENT ~F INSURANCE, DTVISI4N ~F PART Z TEAS ~ra~ERS~ C~MPENSAT~aN CHAPTER 11Q RE UIRED NOTICES ~F COVERAGE SUBCHAPTER B EMPLOYER N~TICE5 , Re ortin Re uirements for Building or Construction RULE §~~o.~lo p g q . . Projects far Governmental Entrtres 'n wards and terms, when used in this rule, shall have the following meanings, (a} The follows g text clearl indicates otherwise. Terms not defined in this rule shall have the unless the con y messing defined in the Texas Labor Code, if so defined. f covers a certif cote --A copy of a certificate of insurance, a certificate of (1 } Certificate o g ( ~ authori to self-insure issued by the commission, or a workers' compensation coverage ~ WCC-84 showin statutory workers a reement (T'~CC-S 1, TW CC-$2, T'~VCC-83, or T }~ g g ' insurance cavera a for the erson's or entity's employees (including those subject compensation g P cvvera e a eement) roviding services on a project, for the duration of the project. to a g gr P (2) Building or conshuction--Has the meaning defined in the Texas Labor Code, §40b.096(e)(1). ~ ntractor--A erson bidding for or awarded a building or construction project by a (~~ Co P governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.0 ] 1(44). a e a eement--A written agreement on form TWCC-8l, form TWCC-82, f°rm (5} Cover g gr CC-84 filed with the Texas Workers' Compensation Commission which TWCC 83, or form TW ~ 'Cam ensation blishes a relationshi between the parties for purposes of the Texas Workers p esta P t to the Texas Labor Code, Chapter 406, Subchapters F and ~, as one of Act, pursuan erlem to ee and establishes who will be responsible far providing workers' employ P Y . ~ r 'ect. com ensatian coverage far persons providing services on the p o~ P ' the ro'eet--Includes the time from the beginning of work on the project until (6} Duration of p ~ 1 enti . the work on the roject has been completed and accepted by the governments ty P ' in services on the ro'ect ("subcontractor" in §40b.096 of the Act}--With the (?}Persons proved g p ~ es all ersons tion of ersons excluded under subsections (h}and (i} of this section, includ p excep P ~ contractor has undertaken to perform on the or entities performing all ar part of the services the f whether that erson contracted directly with the contractor and regardless project, regardless o P ther that erson has em loyees. This includes but ~s not limited to independent of whe p P ntxactors leas~n com anies, motor carriers, owner-operators, employees of contractors, subco i g P is s on the ro ect. an such enti , or employees of any entity furn~sh~ng persons to perfonrn serv e p 1 Y ~' Page 2 of l 1 "services" includes but is not limited to providing, hauling, or delivering equipment ar materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodlbeverage vendors, office supply deliveries, and delivery of portable toilets. ~8}Project--Includes the provision of all services related to a building or constn~ction contract for a governmental entity. . fib} Froviding or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers` compensation coverage, that the coverage is based on proper reporting of classif cation codes and payroll ~amvunts, and that all .coverage agreements have been fled with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division ofSelf-Insurance lZegulativn. Providing false or misleading certif sates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: . (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragrapli ('~ of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; ~3} obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4} obtain from the contractor a new certif cafe of coverage showing extension of coverage: ~A}before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and ~~) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; _ _ ~5} retain certif cater of coverage on file for the duration of the project and for three years thereafter; . ~6} provide a copy of.the certificates of coverage to the commission upon request and to any person ~enti#led to them by law; and ~7~ use the language contained in the following Figure l for hid specifications and contracts, without any additional words ar changes, except those required to accornmodate~the specific document in which they are contained or to impose stricter standards of documenta~on: A Gra~,hic Page 3 of l l (d) A contractor shall: ~l}provide coverage for its employees providing services an a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and f ling of any coverage agreements; ~Z} provide a certif sate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; ~3}provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown vn the.contractor's current certificate of coverage ends during the duration of the project; ~4} obtain from each person providing services on a project, and provide to the governrental entity: . ~A} a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and X133 no later than seven days after receipt by the contractor, a new certif cote of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ,_ (~5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; ~6}notify the governmental entity in writing by certified .mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; ~7} post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating haw a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act ar other commission rules. This notice must be printed with a title in at least 3i7 paint bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic ~S} contractually require each person with whom it contracts to provide services on a project to: ~A} provide coverage based on proper reporting of classif cation codes and payroll amounts and filing of any coverage agreements for ail of its employees providing services on the project, for the duration ofthe project; ~B~ provide a certificate of coverage to the contractor prior to that person beginning work on the project; ~C} include in all contracts to provide services on the project the language in subsection ~e}~3} ofthis section; Page 4 of 11 ~D} provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ~E} obtain from each other person with whom it contracts, and provide to the contractor: ~i} a cer#if cafe of coverage, prior to the other person beginning work on the project; and iii} prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown an the current certificate of coverage ends during the duration of the project; (F} retain all required certificates of coverage on f le for the duration of the project and for one year thereafter; ~G} notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and H contractually require each other person with whom it~ contracts, to perform as required by ~} . subparagraphs ~A}-(~} of this paragraph, with the certificate of coverage to be provided to the person for wham they are providing services. fie) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; ~ ~ (2 rovide a certificate of coverage as required by its contract to provide services on the .~ } P project, prior to beginning work on the project; ~3}have the following language in its contract to provide services on the project= ~By signing this contract or providing or causing to he provided a certif sate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of , classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self~insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, cripaiinal penalties, civil penalties, or other civil actions." ~4} provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension - - of coverage, if the coverage period shown on the certif cote of coverage ends during the duration of the project; ~5}obtain from each person providing services vn a project under contract to it, and provide as required by its contract: ~A} a certificate of coverage, prior to the other person beginning work on the project; and ~B} prior to the end of the coverage period, a new certif cote of coverage showing extension of the coverage period, if the coverage period shown an the current certificate of coverage ends during the duration of the project; Page S of 11 ~~} retain all required certificates of coverage on file for ~ the duration of the prof ect and for one year thereafter; ~7}notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and ~8}contractually require each other person with whom it contracts to: ~A} provide coverage based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements for all of its employees providing services on the project, for the duration of the prof ect; ~B} provide a certif sate of coverage to it prior to that other person beginning work on the project; . ~C} include in all contracts to provide services on the project the language in paragraph ~3} of this subsection; ~D~ provide, prior tb the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certif sate of coverage ends during the duration of the project; {E} obtain from each other person under contract to it to provide services on the project, and. provide as required by its contract: ~i) a certif cafe of coverage, prior to the other person beginning work on the project; and (ii} prior to the end of the coverage period, a new certificate of coverage showing extension ~ ~• of the coverage period, if the coverage period shown on the content certificate of coverage ends during the duration of the contract; ~F} retain all required certif cater of coverage on f le for the duration of the project and for one year thereafter; ~G} notify the governmental entity in writing by certified mail ar personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services an the project; and ~H} contractually require each person with wham it contracts, to perform as required by this subparagraph and subparagraphs ~A}-~G} of this paragraph, with the certif cate of coverage to be provided to the person far whom they are providing services. ~~ If any provision of this rule ar its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. fig} This rule is applicable far building or construction contracts advertised for bid by a governmental entity on or after September 1,1994. This rule is also applicable for those building or construction, contracts entered into an or after September 1,1994, which are not required by law to be advertised for bid. Page d of 11 f ~h} The coverage requirement in this rule does not apply to motor canners who are required pursuant to Texas civil Statutes, Article b675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6b75c, §4U}. (i}The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097~c}, and who are explicitly excluded from coverage in accordance with the Act, §40b.o97~a}. has added by House Bill l 089, 74th Legislature, 1995, § 1, 20}. This subsection applies only to sole proprietors, partners, and corporate executive off cers who are excluded from coverage in an insurance policy or certificate of authority tv self insure that is delivered, issued for delivery, or renewed on or after January 1, 199b. ~~ ~~~ Source Note: The provisions of this § 11 D.1 l o adopted to be effective September 1,1994, l 9 TexReg 5715; amended to be effective November 6,1995, ~0 TexReg 8609 i Page 7 of 11 T28S 1 ~ a. l 1 a~d~€7} "REQUIRED WORKERS' C~R~FEI~SA TI~I~ C~VERA GE" "The law requires that each person working on this site or providing services related to this . construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Galt the Texas Workers' Compensation Commission at 5,12-440-3789 to receive information on . the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page ~ of 1 ~ T28S110.110(c)(7) article .Workers' Compensation Insurance Coverage. A. Definitions: Certi rcate of coverage ("certif cafe')- A copy of a certificate of insurance, a cert~cate of authority to se f insure issued by the commission, or a coverage agreement (T'WCC 81, TWCC- 8z, TWCC-83, or ?'WCC=84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the corrtractor'slperson's work on the project has been completed and accepted by the governmental entity. Persons providing services an the project ("subcontractor" in X406.096) -includes air persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. I`his includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, ojj~ce supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and ftling of any coverage agreements, which meets the.statutory. requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. T Sze Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,. the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. I'he contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (l) a cert~cate of coverage, prior to that person beginning work on the project, so the governmental entity will have on~le certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certifrcates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certifred mail or personal delivery, within 1 D days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Yorkers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may ver~ coverage and report Zack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and f:ling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work an,the project, a cert~cate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certYf xcate of coverage showing extension of coverage, if the coverage period shaven on the current certi rcate of ~ covera a ends during the duration of the project; ~... g (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certi rcate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certtftcate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6~ note the governmental entity in writing by certi red mail or personal delivery, within 1 ~ days after the person knew or should have known, of any change that materially a,~ects the provision of coverage of any person providing services an the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (I~ - (7J, with the certi rcates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a cent f cote of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reportr`ng of classi ication codes and payroll amounts, and that alI coverage agreements will be f fled with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Page 1 ~ of 1 ~ - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not .remedy the breach within ten days after receipt of notice of breach from the governmental entity. Pale 11 of ~ 1 NOTICE TO CONTRACTORS - C (for contracts over $10,000) Notice to Pros ective Federall Assisted Construction Contractors ~ . A Certification of Nonsegregated Facilities must be submitted prior to the award of a federallyassisted construction contract exceeding $~ 0,000 which is not exempt from the provisions of the Equal Opportunity Clause. ~. Contractors receiving federally-assisted construction contract awards exceeding $~ 0,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide far the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $~ 0,040 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making s#atements in offers is prescribed in 18 U.S.C.1001. Notice to Pros ective Subcontractors of Re uirement for Certification of Nanse re aced Facilities 1. A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract. exceeding $10,000 which is not exempt from the provisions of the Equal Qpportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the rovisions of the Equal opportunity Clause will be required to provide for the .p ~ • forward~ng~ of this notice to prospective subcontractors far supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty far making false statements in offers is prescribed in 18 U.S.C.1001. A copy of the Certification of Non-segregated Facilities for contracts aver $10,000 is located in the Federally Required Language section of this document. Federally Mandated Constructton Contract Language Revision 1-March b> 2~D1 NOTICE TO CONTRACTORS - D (for contracts over $10,000) Notice of Re uirement for Affirmative Action to Ensure E ual Em to ment ~ ortuni Executive order ~ 124fi as amended 1. The 4fferer's or Bidder's attention is .coiled to the "Equal opportunity Clause" and the "Standard Federal Equal ~pportuni#y Construction Contract Specifications" set forth herein. ~. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows; Timetables Goals for minority ~ Goals for female participation for each participation in each trade trade insert goals for insert goals for each year each year These goats are applicable to alt the contractor's construction work whether or not it is Federal or federally assisted} performed in the covered area. !f the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to thin second area, the contractor also is subject to the goals for bath its federally involved and nonfederally involved construction. The contractor's compliance with the Executive Grder and the regulations in 41 CFR Part fio-4 shall be based on its implementation of the Equal Gpportunity Clause, specific affirmative action obligations required by the specifics#ions set forth in 41 CFR 6a-~.3~a}, and its efforts to meet the oafs. The hours of minority and female employmen# and training must be substantially 9 uniform throughout the length of the contract, and in each trade, and the contractor shalt make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minor~Y or #emale employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shalt be a violation of the contract, the Executive Order, and the reguiations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed, 3. The contractor shall provide written notification to the Director, ~FCCP, within 14 working days of award of any construction subcontract in excess of $10,004 at any tier for construction work under the contract resulting from this solicitation. The notification shall lis# the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area is Corpus Christi, Nueces County, Texas. Federally Mandated Construction Contract Language Revision 1-March 6, 2n0! f PART A SPECIAL PROVISIONS CORPUS CHRISTI INTERNATIONAL AIRPORT AIRFIELD EQUIPMENT AND MAINTENANCE FACILITY Project No. 10028 SECTION A - SPECIAL PROVISIONS ,A-l Time and Place of Receivin Pro asals/Pre-Hid Meetia Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until ZsOa ~.m., Wednesday, June 3,,~2DU9. Proposals mailed should be addressed in the follows g manner: City Secretary's off ice City of Corpus Christi 1201 Leopard Street . Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - CORPUS CgRI3TI INTERNATIONAL AIRPORT AIRFIELD. $QUIPMENT AND MAINTEI~ANCS FACILITY, Pro ect No. iDa2$ Any proposals not physically in possession of the City Secretary's office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsa~ble far delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent/representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office. will be deemed non- responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Wednesda ~ Ma 2T, 20a9, beginning at 10:00 a.m. The pre-bid meeting w~.ll convene at Carpus Christi International Airport, Administrative Office, 1Q00 International Drive, Corpus. Christi,. TX 78406. No additional or se orate visitations will be conducted b the Cit A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Descri tioa of ,Project CORPUS CHRISTI INTERNATIONAL AIRPORT AIRFIELD SQUIPI~ENT.AND MAINTENANCE FACILITY. Project No. 10028, which consists of the following: lj Base Bid comprised of the construction of a new approximately 10,000 SF pre-manufactured steel building cans.isting of 3 vehicle maintenance bays, administration offices and a covered wash rack complete and in place. The base bid also covers the complete site improvements consisting of 55,000 SF of new steel-reinforced portland cement concrete pavement with joints, storm sewer pipes, inlets and other structures, all utility connections, site lighting, an oil-water separator, concrete aggregate storage bins, site grading, sodding, pavement striping, fire vault, and other items related to the site. Project also consists of construction of a new 12-inch diameter steel public water main to be connected to an existing public main, as well as a new 8-inch diameter PvC sanitary sewer to be corinect~ed to an existing City sanitary trunk line. The base bid will include the underground conduits for the fueling facility and bollards from Additive Bid Alternate No. 3. 2~ Additive Bid Alternate No.l comprised of the purchase and installation of a bridge-type 6.5 ton overhead crane, installed in the building. This alternate also covers any and all additional steel framing and structural elements on the building provided for in the base bid as required to suit the installation of the crane. Section A - SP Revised 9I18l00) Page l of 30 3} Additive Sid Alternate No.2 Comprised of the purchase and installation of a complete vehicle fueling facility consisting of 22,000 gallon UL 2085 rated "protected type".aboveground fuel tanks for flammable and combustible liquids; one gasoline and one diesel at the site indicated on the drawings. The full s stem should include but not be limited to power connections, fuel inventory Y control system and all required safety switches and devices, remote dispensers, clock gages, spill containment as required by applicable codes and regulations. This installation is for all equipment, fittings and other accessories as designated to provide fora completely functional fueling operation. A-4 Method of Award The bids will be evaluated based on the following order of priority, subject to availability of funds: 1. Total Base Bid 2. Total Base Bid plus Additive Bid Alternate No, 1. 3. Total Base~Sid plus Additive Sid Alternate No.~, and Alternate Bid No.2. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the Gity and in the best interest of the public. Explanation of Proposal Form: Allowances The Allowances included in the Proposal Form are far bidding purposes only and not a guaranteed payment amount. Final payment for each allowance will be negotiated for work performed and for such sums as may be acceptable to the Owner. The allowances include costs to Contractor of all materials, labor and equipment required to complete the bid item. Prior to final payment, an appropriate Change Order will be issued to reflect the amount due to the Contractor on account of work covered by allowances, andathe Contract Price shall be correspondingly adjusted. A-5 Items to be Submitted w~,th Pro veal The following items are re fired to be submitted with the proposal: 1. 5~ Bid Bond Must reference CDRPUS CHRISTI INTSRNATIoNAL AIRPORT AIRFIELD $QUIPMENT AND MAINTENANCE FACILITY, Fro'ect No. 10028, as identified in the Proposal} to Cashiers Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.} 2. Disclosure of Interests Statement A-6 Time of Com letioa/Li idated Dama es The working time for completion of the Project will be three hundred X300) calendar dates, The Contractor shall commence work within ten X10} calendar days after receipt of written notice from the Director of Engineering Services or designee t"City Engineer"} to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 . a~o per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the workR which damages by their nature are not capable of precise proof. The Director of Engineering Services 4City Engineer} may withhold and deduct f rom monies otherwise due the Contractor the amount of liquidated damages due the City. Section A - SP Revised 9118140} Page 2 of 30 A-7 Workers Compensation Insurance Coverage 2f the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project . Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by~workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Pro orals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowled eat of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non--receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of nonMreceipt~,. could have ari adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Reva.sed 7/5/oQ) .,~ - .,, Labor preference and wage rates for Buildin sad hen construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailin Wa a Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars x$60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly., See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals. Section A - SP (Revised 911 SI00} Page 3 of 3D One and one-half ~1-1/2} times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays.~See Section B-1-1, Definition of Terms, and Section B-7-6. Working Hours.} A-11 Co eration with Public A eacies (Revised 7/5/OO~ The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a fvrty- eight X48} hour notice to any applicable agency when work is anticipated to proceed in the vicinity of~any facility by using Dig Tess at 1-800-344-8377, the Lone Star Notification Company at 1-840.669-8344. For the Contractor's convenience, the following telephone numbers are listed. City Engineer CCIA Engineer CCIA Facilities Manager Praject Engineer A/E Project Engineer PGAL City Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Parks & Recreation Solid Waste Services American Electric Power ~AEP} Southwestern Bell Tel. Co. ~SBC} City Street Div. for Traffic Signal/Fiber Ogtic~ Locate Cablevision ACSI Fiber optic} Century Telephone ChoiceCom (Fiber Optic} CAPROCK Fiber Optic} Brooks Fiber pptic OMAN} 361/826-3500 361/289-01?1 ext 1236 361/2890171 ext 1223 826-3500 713/622-1444 direct 713 /968-9375} 826-3540 882-1911 826-1880 X826-3140 after hours) 826-1818 X826-3140 after hours} 885-6900 X885-6900 after hours} 826-1881 {826-3144 after hours} 826-3461 826-1970 299-4833 1693-9444 after hours} 881-2600 ~1-840-824-4424 after hours} 826-1946 826-196D 826-50D0 X826-5060 after hours} 887-9200 (Pager BDD-724-3624} 225-214-1169 Mobile 225-229-3202} 881-5767 (Pager 85D-2981) 512/935-0958 Mobile} 972/753-4355 A-12 Maiatenaace o~ Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accurac and corn leteness of such information is not aranteed. . It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to prec~.ude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility tv maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings or not, the Contractor shall make the necessary repairs to place the utilities back.in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. where existing sewers are encountered and are interfered with ti.e. broken, cut, etc.}, flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Section A -~ SP Revised 911 SI00} Page 4 of 30 Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-3.3 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Cantractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, construction detours, etc. The Cantractor shall comply with applicable FAA regulations and Advisory Circulars and the current version of the Manual on Uniform Traffic Control Devices. ' . 1 1 / . / f . / . ^ 1 1 1 • 1 / All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-l4 Construction E i meat S ilia a and Trackia The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary~to keep these roadwa~rs clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A~-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of ,grass when applied with seed/sod and fertili2er. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item far "Street Excavation" or "Excavation"; therefore, no direct payment will be made to Contractor. A~1~ Disposal/Salvage of Materials ~_....,~1 „~,~1.. Excess excavated material,~broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. All Tight fixtures and other items specified for salvage shall be delivered to the Owner as directed. Section A - SP (~R.evised 9118100 Page 5 of 30 A-17 Field office The Contractor must furnish the City Engineer or his representative with afield office at the construction site. The field office must contain at least 124 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30" x 64" and two i2} chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24-hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and Se cote of Construction The Contractor shall submit to the City Engineer a work plan based only an calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three ~3} working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three i3} days prior to the Pre- Construction Meeting an initial Construction Progress Schedule far review. 2. Items to Include: Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required fvr all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. . The Contractor shall schedule his work well in advance of actual operations and shall keep the Airport Engineer and operations Manager advised of this schedule so that close coordination can be maintained with the director of Aviation and with other contractors. Threshold displacements and closing of portions of taxiways and aprons will be required for proper execution of the work. Airport Operations requires a minimum of three 43) days notice prior to displacing thresholds or closing any portion of a taxiway or apron. Notice to Airmen ~NOTAM'S} wi~,l be filed by the Airport Operations Manager or by Public Safety personnel. A-19 Construction Project Layout and Control The drawings may depict but not necessarily include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two f2} bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is neces~ sary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City ar Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, fvr whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the,Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to Section A - SP (Revised 911810U} Page b of 30 the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed., for the purpose of adjusting valves and manholes at the completa.on of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two ~2~ personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey ~R.P.L.S.} licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: . _ _ _ 1 Streets: * All curb returns at oint of tan enc / oint of circumference • Curb and utter flow line -- both sides of street on a 200'interval; • Street crowns on a 200'interval and at all intersections. Wasterwater: • A11 rim invert elevations at manholes; • A11 intersectin lines in manholes; • Casin elevations Ito of i e and flow line) ~TXDOT and RR ermits} . water: • All top of valves box,; • valves vaults rim; • Casin elevations ~TXD4T and RR ermits}. Storrnwater: • Finished invert elevations at headwalls, outfalls or other drainage structures; • Finished tap of concrete elevations at all headwalls, outfalls or other drainage structures; • All rim/invert elevatians at manholes; • All intersecting lines in manholes; # Ditch flowline and top of bank elevations at 24D~ft intervals. r A~2D Testin and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the coat of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A~ 21 Pro ' ect sus The Contractor must furnish and install ~ 1~ Project sign ~ s } as indicated on the following drawings: 4Attachment I}. The sign must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs} will be determined in the field by the City Engineer. Section A -- SP (Revised 9118100} Page 7 of 3Q A-22 ~a~ Disadvanta ed Business Ente rises iDBS) Partic~, anon Goals 1, INTRODUCTIQN A. The goal for Disadvantaged Business Enterprise DBE) participation expressed in percentage terms for the contractor's aggregate bid amount on all construction work performed on this contract is 6.52. B. These goals are applicable to all the construction work regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from pra~ect to project for the sole purpose of meeting the Contractor's percentage is prohibited. C. All governmental entities in the State of Texas who receive funds from the U.S. Department of Transportation have, as part of their operating procedures, an economic program designed to increase participation of Disadvantaged Business Enterprises DBE) in their federally assisted contracts. The authority for this program is 49 Cvde of Federal Regulations Fart 26 X49 CFR Part 26). D. There are six governmental entities* in the State of Texas certifying DBEs capable of performing services and providing products, which can be credited toward the overall annual DBE goal for entities receiving DOT funds.. Only those businesses, which perform a commercially useful function, can be counted toward DBE goals. E. Certification must be obtained through your local certifying entity ~ in accordance with 49 CFR Part 26 far firms wanting to perform work as a DBE on federally assisted contracts. 2. DEFINITIONS A. Affiliate -firms are affiliates of each other when, directly or indirectly, a firm or a third party for parties) controls or has the power to control both; or there is evidence that a relationship exists between or among parties that produces an affiliation. In determining whether affiliation exists consideration shall be given~to such factors as: common ownership, common management, and contractual relationships. B.Commerciall Useful Function - an element of work, under a contract, that is measurable and observable has actually been performed under standards consistent with industry practice for which a monetary sum can be assessed. C.Disadvanta ed Business Ente rise DBE) -- a small business concern as defined pursuant to Section 3 of the Small Business Act and implementing regulations, which is owned and controlled by one or more disadvantaged individuals. Owned and controlled means a business, which is at least 51 percent owned by one or more socially and economically disadvantaged individuals. zn the case of any publicly owned business, at least 5l percent of the stock must be owned by one or more socially and economically disadvantaged individuals and whose management and dail business o erations are controlled by one or more of the socially and economically disadvantaged individuals who own it. D. Personal Net Worth - the net value of the assets of an individual remaining after total liabilities are deducted. An individual's personal net worth does not include the individual's ownership interest in an applicant or participating DBE firm or the individual's equity in his or her primary place of residence. An individual's personal net worth includes only his or her own share of assets, held jointly, or as community property with Section A - SP devised 9118100} Page 8 of 30 the individual's spouse. A contingent liability does nat reduce an individual's net worth. E.Sociall and economicall disadvanta ed individuals - Chase individuals who are citizens or lawfully admitted permanent residents of the united States and who are as follows: (1} Women ~2) Black Americans - includes persons having origins in any Black racial groups of Africa . ~3} Hispanic Americans - includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race. t4~ Native Americans - includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians. (5~ Asian--Pacific Americans ~- includes persons whose origins are from Japan, China, Taiwan, Korea, Burma ~Myanmar}, Vietnam, Laos, Cambodia ZKampuchea}, Thailand, Malaysia, zndonesia, the Philippines, Brunei, Samoa, Guam. the U.S. Trust Territories of the Pacific Islands Republic of Palau}, the Commonwealth of the Northern Marinas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong. ~6} Subcontinent Asian Americans - includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal, or Sri Lanka. NOTE: Individuals listed above. in 2 through 6 as a member of a particular minority group must~be recognized by their respective minority community. (7} Any additional groups whose members are designated as socially and economically disadvantaged by the 5ma11 Business Administration. (S} Other individuals as determined by the certifying entity to be economically and socially disadvantaged. 3. ELIGIBILITY STANDARDS To determine a firm's eligibility to participate in the DBE program, the firm's business size, social and economic disadvantage, ownership and control iincluding independence} will be evaluated. The standards set forth in 49 CFR Part 26 will be used by the certifying entity. The following is a summary of the eligibility standards set forth in 49 CFR Part 26. ~1} Disadvantaged status shall be determined an the basis of the individual's Claim that he or she is a member of ane of the groups -- mentioned in Section 2. e. (1}-~8} and is so regarded by that particular community. However, the certifying entity is not required to accept this claim if it determines the claim to be invalid. ~2} Only independent businesses may be certified as a DBE. An independent business is one whose viability does not depend on its relationship with another firm or firms. The ownership and control by disadvantaged individuals shall be real, substantial, and continuing. It shall go beyond the pro forma ownership of the firm as reflected in its ownership documents. The disadvantaged individuals shall enjoy the customary incidents of ownership and shall share in the risks and profits commensurate with their ownership interests, as Section A - SP Revised 9118144} Page 9 of 30 demonstrated by an examination of the substance rather than form of arrangements. Recognition of the business as a separate entity for tax or corporate purposes is not necessarily sufficient for recognition as a DBE. In determining whether a potential DBE is an independent business, the following will be considered: ~a} Relationships with non~DBE firms in such areas as personnel, facilities, equipment, financial and/or bonding support, and other resources. fib} Present or recent employer/employee relationships between the, disadvantaged owner and non~DBE firms or persons associated with non-DBE firms . tc] Relationships with prime contractors. ~d} The consistency of relationships between the potential DBE and non- DBE firms with normal industry practices. t3) The disadvantaged individuals shall also possess the power to direct or cause the direction of the management and policies of the firm and to make the day-ta-day as well as major decisions on matters of management, policy and operations. The firm shall nat be subject to any formal or informal restrictions, which limit the customary discretion of the disadvantaged individual. There shall be no restrictions in by law provisions, partnership agreements, or charter requirements for cumulative voting rights or otherwise that prevent the disadvantaged individual, without the cooperation or vote of any non-disadvantaged individual, from making a business decision of the firm . ~4} Individuals who are not socially and economically. disadvantaged but are involved in a DBE firm as owners, managers, employees, stockholders, officers, and/or directors must not possess or exerca.se the Bower to control the firm, or be disproportionately responsible for the operations of the firm. The disadvantaged owners. may delegate areas of management, policy making, or daily operations of the firm, but such delegations must be revocable and the disadvantaged owners must retain the power to hire~and fire persons to whom authority has been .delegated. ~5} The disadvantaged owners must have an overall understanding of the firm's operations; along with experience, managerial, and technical competence. The disadvantaged owners must have the ability to intelligently and critically evaluate information presented by other participants in the firm's activities and to use this information to make independent decisions concerning the firm's daily operations, management, and policy-making. Generally, expertise limited to office management, administration, or bookkeeping functions unrelated to the rincipal business activities of the firm is insufficient to p demonstrate control. ~6} All securities, which constitute ownership and/or control of a carporation for purposes of establishing it as a DBE, shall be held directly by disadvantaged individuals. No securities held in trust or/by any guardian for a minor shall be considered as held by disadvantaged individuals in determining the ownership or control of a corporation, except when ~1) the beneficial owner of.securlties or assets held in trust is a disadvantaged individual, and the trustee is the same or another such individual, yr ~2) the beneficial awner o~f a trust is a disadvantaged individual who rather than the trustee exercises effective control over the managements policy making, and daily operations of the firm. Assets held in a revocable living trust may be counted only in the situation where the same Section A - SP Revised 9118140} Page 14 of 30 disadvantaged individual is the sole grantor, beneficiary, and trustee. (7} The contributions of capital ar expertise by the disadvantaged individual to acquire interest in the firm shall be real and substantial. Examples of insufficient contributions include a promise to contribute capital, an unsecured note payable to the firm or its owners who are not socially and economically disadvantaged, or the mere participation as an employee rather than as a manager. If marital assets are used to acquire ownership the applicant's spouse must irrevocably renounce and transfer all rights in the ownership interest. (8} To be determined economically disadvantaged, the personal net worth of the individuals whose ownership and control are relied upon for ~~ ~ DBE certification cannot exceed $750,040.40. 4. INSTRUCTIONS ~~ A. All businesses and trucking firms seeking to be certified as a DBE must complete the entire affidavit. All questions must be answered and all information requested must be submitted. The applications must be ible com lete, si ned, dated, and notarized to be accepted for review. leg r P g i Failure to rovide the re ested documents with the a lx.cata.on will dela rocessin of our a lication. B.The certif in enta,ty will evaluate the information contained in the Y 9 application, along with the facts learned during .the on-site review to determine if the business meets the eligibility standards ~to be certified ~as a DBE . C. Applicant will be notified of the certifying entity decision by letter. If the firm .is certified as a DBE, the business will be added to the TUCP directory, The directory will show~the name of the business, address, telephone number, and categories of work. A business may ask fvr expanded work capabilities as it acquires experience in new areas. D. When a business ~s denied a.nita.al certa.f ication it well receive a etter ~~ of explanation from the certifying entity of why it was denied . certification. The firm may appeal tv the certifying entity, in writing, for a review of their file or directly to the U.S. Department of Transportation ~DaTy. To appeal a decision to DOT, the business ownerts} must submit a letter giving the reasons} he or she believes that the business should be certified. Send the letter directly to the following: DOT Office of Civil Rights `= U. S. Department~of Transportation 400 Seventh Street, SW, Room 2104 _ Washington, DC 20590 ` NOTE: The appeal to DOT must be filed na later than 90 days from the postmark date of the certification denial. A business that is denied certification by a certifying entity may not ` ' reapply for at least 12 months from the date of the fa.nal decision. A business that is decertified may not reapply for certification for at least 12 months from the date of the final decision. A copy of,the decertification notice will be forwarded to TUCP database repository. A ~~ business that appeals to the U.S. Department of Transportation cannot rea 1 to the certifying entity until a final decision has been rendered PP Y on the appeal or 12 months, whichever is longer: '~ E. If you are a Woman, Black American, Hispanic American, Native American, Asian Pacific American, or Subcontinent Asian American, you are presumed Sec#}on A -- SP Revised ~l~ 8100) Page 11 of 30 b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Ias ectioa Re fired Revised '~/5/00y The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of wank for which a permit is required and to assure a final inspection after the building is completed and ready for occu ancy. Contractor must obtain the Certificate of Occupancy, when applicable.. p Secta.an B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all .fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as ~, required by City. A~24 Surety BQads ..~Mr.r~...^~... ~ Paragraph two ~2) of Section B-3-4 of the General Provisions is changed to read as follows : ~ _ "No surety will be accepted by the City from 'any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas.. If performance and payment bonds are in an amount in excess of ten percent :r ~10~~ of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent X100} of the Surety Company's capital and surplus with reinsurer(s~ authorized to~do business in the State of Texas. The amount of the bond reinsured by any reinsures may not exceed ten percent ~10~~ of the reinsurers capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the ~~~~ State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsures authorized and admitted to do business in the State of Texas. The Surety shall `,~ designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in . excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain ~a reinsurance for any liability in excess of $100,000 from a reinsures that is certified by the United States Secretary of the Treasury and that __ meets all the above requirements. The insurer or reinsures must be listed in the Federal Register as holding certificates of authority on ~~ the date the bond was issued." . is ae e + rn m '~~~~ j •• (NOT US$D) ~~ ~ ~ r ' :~ , - Section A - SP (Revised 9!18100) ,~ Page 1~ of 30 ~~ / 1 . 1 ~ t \ 1 1 / ~ 1 t 1 / 1 • / ^ / 1 1 1 • 1 • 1 f . ~ l A~Z6 Su lemeatal Insuraace Re irements Far each insurance coverage provided. in accordance with Section B~6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material than a to: 1~. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address:~P.o. Box 9277 Corpus Christi, Texas 7846 9-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty ~3D) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty X30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City - - Engineer. with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor '~ employed on the Project described in the Contract. ' For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance `' policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The ,City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6~11 day of the Contract, the Contractor shall obtain an endorsement to this Section A - SP .. ~Rev~sed 9118100} Page ~5 of 30 Engineer. retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7- 13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations far Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-~, if applicable. a, 10. Within five ~5~ days following bid opening, svbntit is letter form, information identifying type of entity and state, i.e., Texas for other statey Corporation or Partnership, and acme ~e~} and Title ts~ of individual (s~ authorized to execute contracts on behalf of said entity. I1. Documentation showing, proof of Disadvantaged Business Enterprise (DBE requirement compliance. A-31 Amended Poli on $xtra work and Chas a orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Polic on Extra Work and Chan a Grders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has' not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.0. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended ~Bxecutioa of Cantract~ Re ~iremeats Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including far breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 CoAditioas of Work Each bidder must familiarize himself fully with the conda.tions relating to the completion of the Project. Failure to do so will not excuse a bidder of his ;: obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-bid Meetin referred to is S ecial Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction ~~ plans, fourth precedence will be given to the Standard Specifications and the . Sec~,on A - SP Revised 9l ~ 8104} ~~ . Page 18 0~' 30 General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportat~.on Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable, construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. NOT US$D . r . r . i . ~ • ~ ~ - ~ ~ ~ ~ , ~ ~ ! ~ r ~ ~ • 1 ~ f .r ~ 1 Section A - SP Revised 9l1810~} Page 19 of 34 1 f \ 1 / - / / / 1 1 / • / 1 ~ 1 /' 1 1 / 1 r r ~ - 1 / 1 / 1 ~ / / r 1 r - 1 1 ~ . . / ~ r a / 1 , . 1 / 1 1 1 1 / s ~ 1 / / r - 1 , , , / 1 F7 ~ 1 • / 1 1 -! r / 1 i / 1 • f / ! 1 / 1 1 1 1 / / /y ji-- - 1 1 ~~ 1 f • - 1 1 1 1 1 / 1 1 / ~ - - 1 / / 1 ~ r • 1 1 1 1 1 i 1 / • 1 1 ^ / r / i / 1 1 Section A -- SP Revised 91i$100} Page 20 of 3D A-36 Other Submittals 1. Shop Drawing_Subrnittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity:' Contractor shall submit number required by the City to the City Engineer yr his designated representative. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number t s ~ , and spec~if icatian Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. ~, Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to Comply with provisions. Section A - SP Revised 9118104} Page Z 1 of 34 2. Sam les: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3, Test and Re air Re ort When specified in the Technical Specifications~Section, Contractor must submit three ~37~ copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. otherwise, the related equipment will not_ be approved for use on the project. (NOT USED A-38 Worker's Com engation Covers a for Huildin or Construction Pro'ects for Goverameat Satities The requirements of "Notice to Contractors '8 "' are incorporated by reference in this Special Provision. Aw39 Certificate of 4ccu anc sad Fiaal Acce tance . The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-S-9. A-44 Amendment to Section 8-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B~ 8-~6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the CvntraGtor provides the City Engineer with documents, satisfactory to the City ,Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. ' SNOT USSDy . .. ;. A-42 OSHA Rules.&_Re lotions -- It is the responsibility of the Contractor~s~ to adhere to all applicable tiSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Iademnif~.catfon & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" H- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and . agents harmless and shall indemnify the City, its officials, employees, Section A - SP Revised 91I $100} Page 22 of 30 attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the.~contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents. harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman, . A-44 Change Orders Should a change orders} be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged far work of the change order unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.}. This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions aad Drawa.a s ~7/5/D0~ 4a} Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location horizontal and vertical} of all facilities. fib} Upon completion of each facility, the Contractor shall furnish owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: ~1} Horizontal and vertical dimensions due to substitutions/field changes. ~2} Changes in equipment and dimensions due to substitutions. ~3} "Nameplate" data on all installed equipment. ~4} Deletions, additions, and changes to scope of work. (5} Any other changes made. A- 4 6 ni s veal of iii hl Chloriaated water (7 / ~ / 0 0 y The Contractor shall be responsible for the disposal of water used far testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the ermissible limits for discharge into wetlands or environmentally sensitive p areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction lorato $xcavatioas t7/5/afl} Prior .to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 24-feet of proposed ditches, pipes or other excavated items of the project. Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. An allowance bid item has been established for testing pipelines that Section A - Sp ~Rev~sed 9115140} Page 23 of 34 appear to be abandoned or no owner has claimed. This bid item provides funding for testing the pipelines for the presence of product, and if found to be abandoned, for cutting, removing the conflicting length and capping the ends. If and unidentified pipeline is found to be active, the owner of the pipeline should be contacted so adjustments can be made. For existing pipelines which parallel and are within ten feet ~10'y of proposed ditches, pipes or other excavated utilities of the project, Contractor shall excavate and expose said existing pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 30U-feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construct~.on work on the project until all exploratory excavations have been made in the~.r entirety, the results thereof reported to the Engineer and until Contractor rece~.ves Engineer's approval of report. Exploratory excavations shall be paid for on a lump sum basis, An allowance bid item has been established for exploratory excavations. See Special Provfsioa A-4, Explanation of Proposal. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort ono separate pay} for exploratory excavations. A-48 Overhead Electrical Y~ires ~'~/51oa~ Contractor shall comply ,with alb. OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall. coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. Some overhead lines axe shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-~ 4 9 Amended "Maintenance Guarani " i s/ 2~/ O o y Under "General Provisions and Requirements far Municipal Construction~Contractsn, B- S-ll Maintenance Guarant add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce! release, or relinquish any rights ar remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor ar any other individual ar entity." A•5fl Amended "Prosecution and Pro ress" Under "General Provisions and Requirement for Municipal Construction Contracts", B- 7 Prosecution and Pro ress, add the following: "Funds are appropriated by the City, on a yearly basis . If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization casts. Such costs shall be addressed through a change order to the contract. Section A -~ SP Revised 9!18100} Page 24 of 30 A-51 Dewaterin The Contractor shall make all reasonable efforts to eliminate ponding of water from the jobsite regardless of its source. Within two ~~~ normal working hours of ponding occurring, the Contractor will begin dewatering procedures. All ponding of a depth greater than 1/ inch will be eliminated prior to the start of the following workday after the source of the water has been terminated. Any day in which dewatering does not occur will not be considered a rain day. Dewatering shall consist of pumping, temporary drainage or other methods as approved and should be accomplished in a lawful manner consistent with local codes, laws and regulations. A-5Z Rain Delays The Contractor shall anticipate the following number of work days lost due to rain in determa.ning the contract schedule. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Corpus Christi International Airport is 0.10 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the City Engineer has agreed that the status of construction was such that there was an impact detrimental. to the construction schedule. January 3 Days May 4 Days September 4 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 4 Days April 3 Days August 4 Days December 4 Days A-53 NDP$S Notice of Intent Submittal The Contractor shall be responsible for notifying the City for City submittal of Notice of Intent ~N4I~ in accordance with Environmental Protection Agency EPA) National Pollutant Discharge Elimination System ~NPDES~ regulations, and the Consultant Engineer will provide a copy of the NOI to the City Engineer. The Contractor is responsible for fii3ng a Notice of Iateat (NCI and Notice of Termfaation (NOT with the Texas Commiss~toa on Snvironmenta2 Quality (TCBQ) and obtafaiag a Texas Po,Ilution Discharge EZimiaata,on System Permit (TOPES} . The Contractor shal.I maintain a copy of (TPDSS) permit oasite at alI times durixtg constructioa. a ~. ~L.._~ _s~__ *~-~- (NOT VSBD) . ~ , . a A-55 Pro`ect Record Documents The Contractor shall maintain one set of drawings and specifications on which he shall neatly keep a record of all changes as the job progresses. A separate set, of Contract documents, for this purpose only, shall be kept at the job site at all times. These documents shall be kept up-to-date and reviewed and approved by the City Engineer prior to approval of monthly progress payments. The final set of Red line mark-up drawings shall be signed and dated by the Contractor, and shall be delivered to the City Engineer, prior to approval of final payment. see SP A-457. A-56 Errors sad omissions The Contractor shall carefully check the drawings and specifications, and report to the Consulting Engineer any errors or omissions discovered, whereupon full instruction will be furnished promptly by the Consulting Engineer. Section A - SP Revised 9118100} Page 2S of 30 A-57 Definition of $agineer Under "General Provisions and Requirements for Municipal Construction Contracts," B- 1-1 Definition of Terms, change the definition of the term "Engineer" to read as follows: "En ineer: The City's Director of Engineering Services or authorized designee (City Engineer}. A-58 Txeach Safet The Contractor shall fully and strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA} Manual, Chapter XVII, Subpart P-EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations, and Specification Item SP-4, Worker Safety Requirements for SxCavation and Trenching operations. If depths of trenches are encountered which are over five (5} feet, the Contractor shall cut the trench walls to .the angle of repose of the soils encountered or submit shoring details to the City Engineer for approval. If the Contractor's proposed construction methods require the excavation ~of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal form. A-59 Airport Safet~r and Security A-59.1 General Airport safety and security is a vital part of the Contractor's responsibilities during the course of this project. Airport safety and security, nationwide, has come under close scrutiny in the last few years. The fallowing safety and security guidelines and the rules and regulations of .the Corpus Christi International Airport and the Federal Aviation Administration (FAA} shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of~ any breach of security and safety caused by. the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. A-59.2 Ai ort eratioas Area (AOA} The Airport~Operat~ions Area (AOA} shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport's terminal building. A-59.3 Ai ort Safet Re iremeats and Restrictions The operations of all equipment, mobile or stationary, required for the construction of this project, including, but not restricted to construction equipment, delivered material, visitors, sales representatives, etc., shall be governed by the following regulations while operating within the landing areas or apron area at Corpus Christi International Airport. The term landing areas is defined as all runways and taxiways, plus 250 feet on either side of runways and 175 feet on either side of taxiways and a distance of 540 feet at the ends of all runways, and also include the apron area. 1. The Contractor shall submit plans to the Airport Operations Manager on how to comply with the safety plan included in the Appendix of this document. These plans must be approved by the Airport Operations Manager prior to issuance of a Notice~to Proceed. This safety plan was developed in accordance with Advisory Circular Na. 150/5370-2E, "Operational Safety on. Airports During Construction". Section A - SP Revised 9118100) Page 26 of 30 Z. The Contractor shall be required to equip vehicles used by the superintendent and/or foreman on the project with a radio receiver/transmitter~s~ far maintaining direct communication with the FAA Air Traffic Control Tower ~ATCTy at Corpus Christi International Airport. Communication will be required at a frequency of 121.9 MHz. Ground control radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, or apron, or as directed by the operations Manager. The Contractor shall have an adequate number of radios to maintain communication in all areas of wank. The Contractor and all personnel that will be working within the AoA shall complete the City`s training course on communications, safety, etc. The Contractor shall assign a minimum of two people to assist in traffic coordination during construction work within the AOA. All vehicles on active taxiways and aprons must be escorted~by bodged Contractor personnel with Contractor radio and ATCT ground control radio. Contractor shall be required to provide the cellular telephone number to the City Engineer, Airport operations Manager and Airport Engineer. 3. The Contractor shall perform all threshold relocations, miscellaneous pavement marking and barricading ~in accordance with the attached FAA. Advisory Circulars and orders. 4. Work areas within the landing area, which are hazardous to aircraft, shall be outlined by yellow flags during the day and by battery-operated flasher-type red lights at night, except no flashers shall be placed which might cause confusion between the runway lights and the flasher placement. Flags and battery-operated red lights shall be maintained on all self propelled equipment at all times during construction. Any equipment not complying with these specifications will be subject to removal from the job . 5. All Contractor`s equipment and veh~.cles working in the landing areas and/or restricted area whether night or day, shall be marked with "international orange and white checkered flags" or orange or flashing safety beacons. The Contractor will be required to keep a stock of flags on hand for issuance to vehicle operators. Equipment shall not remain unattended at any time during construction. Any equipment not complying with these specifications will be subject to removal from the job. 6. All vehicles, equipment, materials, etc., not actually being used for construction purposes, will be restricted from the landing areas and shall be placed or parked in areas designated by Airport personnel. 7. Material deliveries will be strictly controlled. No deliveries shall be made without prior instruction by the Contractor`s representative. 8. No equipment will be operated nor will be permitted to cross-existing paved areas unless the equipment is pneumatic--tired, or until special means approved by the City have been provided to protect the pavement. - 9. The Contractor sha'l1 provide barricades to restrict access from taxiways to the construction area. The barricade signs shall each be equipped with two flashing lights and shall be securely fastened to the pavement. 10. Any employee of the Contractor not considered by the City to be in suitable physical condition for the performance~of this work will be promptly removed from - - Corpus Christi International Airport by the Aviation Department of Public Safety and will nvt be allowed to work on the project again. 11. Open trenches, excavation and stockpiled material will normally not be permitted within 250 of the centerline of active runways at air carrier airports and far runways having precision instrument approach. Any open trenches within the 250-foot limit shall be covered with steel plates capable of carrying air carrier traffic. The location of any stockpile material shall be coordinated with and approved by Airport Operations. 12. Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. Section A -~ SP Revised 9118100} Page 27 030 13. Construction equipment shall not exceed a height of 150 feet above the airport surface. Any equipment exceeding a height of 75 feet shall be observation-marked and lighted at night, and when not in use, lowered to its stowed height. No separate payment shall be made for the work included in the cost of the various contract items. The City will furnish a Safety Representative to insure that the Contractor s personnel and those operating the Contractor's vehicles, including those delivering materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisory Circular 150/5370-2E and FAA Order SW 5200.5B for further information on Airport safety. A-59.4 Ai ort Securit Re irements Contractors involved in construction as described in these specifications and plans will be required to follow the procedures listed below for security clearance during construction. 1. A pre construction conference will be required with the Operations Manager, the Project Manager, the Engineer, and all Contractors involved. This meeting will be scheduled following the award of contract. 2. Contractors will be required to provide the following information to the operations Manager. This information is required for a security clearance check only. 1. List employees who, at one time or another, will be working on the job s1te. 2. Texas Driver's License numbers of those same employees, date of birth and race. 3. List of vehicles and their respective license plates, which may be used on the job site. The security precautions are an FAA requirement to the operation of the Airport. Any conflicts and/or problems in the area of security should be relayed by the Contractor to the Operations Manager. All. efforts wall be made by the airport staff to permit construction and security work in harmony. samples of forms far security badges, background checks letters of authorization, etc. are included for your familiarity. They follow FAA Advisory Circulars on Airport Safety. The .Airport reserves the right to limit the number of badges issued to Contractor personnel. See "Attachment 2" following this section, which will take precedent over. other special provisions in event of conflict, for additional requirements: • Federally Required Language • CCIA Background Verification Forms • FAA Advisory Circular 150/5370-2E Operational Safety on Airports During Construction. Corpus Christi Iaternatioaal Airport Visitor/Contractor On-Site Permit information is also included in the Appendix. Section A - SP Revised 91181D0} Page 2$ of30 A-60 C4MPUT8R G~RAT$D PROPOSALS The followin ara ra h modifies Para ra h B-2~7-Pre oration of Pro asal, of the . General Provisions: . t "The bidder has the option of submitting a computer-generated print-out, in lieu of, the Proposal Form Pages 1 through 6} INCLUSIVE. The print-out will list all bid items 4including any additive or deductive alternates} contained on . Proposal Sheet ~3}. The print-out will be substantially in the farm attached see Attachment No. 2}. If the Contractor chooses to submit a print-out, the print-out shall be accompanied by properly completed proposal pages l through ~, inclusive; and 4-G, inclusive." In addition, the print out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies that the lump~sum prices shown on this print-out for bid items tincluding any additive or deductive alternatesf contained in this proposal are the prices intended and that its bid will be tabulated using these prices and no other information from this print- out. Signature} (Title} Date} i Section A -- SP Revised 918100} Page 29 of 34 SQEMITTAL TRANSMITTAL FARM PR4JSCT: CORPUS CHRISTI INTERNATIONAL AIRPORT -- AIRFIELD EQUIPMENT AND MAINTENANCE FACILITY, PROJECT NO.lOQ28 OWNER: CITY OF CORPUS CHRISTI ENGINEER: FGAL CONTRACTOR: S[TBMITTAL DATE : SUBMITTAL N[~MBSR: APPLICABLE SPSCIFICATI~N DR DRAWING SUBMITTAL Section A -- SP Revised 911810U} Page 30 of 30 SPECIAL PROVISIONS ATTACHMENT 1 SAMPLE COMPUTER PRINTOUT COI~L'1'ER ~'RII~1T-0t7T s i H l~ N V Hid~m Q[y ~ro Dacriptioa Vi~tPrioa in Hid I~aaFx~ . ~U~itFtioc A ~ 3,475 S~ Stet I;boc~rruion 00.40 04.4D AZ ~ 5,433 SY 6" Cant STH~, S~v~g~c H~ae 00.40 a QD.00 Etc. F~oo, . F~ 1 lei 33 BA Mine Itu~tla.. OD,QD 04.40 Sub-7'o~1I~ Aid'es' Dl-~1) .~._ Sub~T~ lira Bid "A" ~x Sub-Tats! Bib Hid"e" Items: S~Tapd H~d'"C" I~ Sub~Tot~HaeBid "D" Itam~ Tot~lA~eHialtau~: s SECTIGN A-SP ATTAC~fMENT 1 PAGE ~ DF 1 SPECIAL PROVISIONS ATTACI~I'ENT 2 PROJECT SIGN LAYOUT i 8- ~/1k c~ 0. 1 ti ~, p. .,~ 1 r Q M \, N rn~ 0 1 Q'i 0 1 N of 1 M 6" CORPUS CHRISTI =______ =.;4~s„ INTERNAT(~NAL AIRPORT. . 3~ y , _ ~~ AIRFIELD EQUIPMENT _ - - 3"- - - AND MAINTENANCE FACILITY . - - 3° ---_- -,, - ~ ~ 3» ''~ 3. s° G' ~t~/ Q f FUNDED 100% BY FAA GRANTS ......... 4, - 2" '• 5"~ ~ ° _ _ AND AIRPORT REVENUES ........... ..z.' _ ~~ 3.5 ..Corpus. 1.5". ~ 3.5° -- __ Christi p~ CONTRACTOR LOGO ~ FONT: "ONYX" ~ HEIGHTS 4' ~ ~ WIDTH: 3.4" ~ ~,.6~~ I 1 ~._6.. ', 1 8'-0" SEXIST NATURAL GROUND 1 1 r 1 1 1 r 1 1 ~4"x4~x8'-O" POSTS 1 1 1 1 1 i 1 1 1 1 1 1 1 e 1 1 1 1 i 1 1 1 1 1 f f i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r r w.~/ M ww M NOTES= . 1. @ACi~GROU~10 SHALL @E SHERWIN WILLiAI~S SWiOO4- PURE WHITE. 2. ALL LETTERS ANO LOGOS SHALL BE SHERWiN WILLIA~IS 5W1D07- @LACI( TIE. 3. COORDINATE SIGN LOCATION WITH AIRPORT STAFF, 4. ALL FONTS ARE ARIAL EXCEPT WHERE NOTED ON THE ORAWiNG. 5. ENGINEER`S LOGQ AVAILABLE ELECTRONICALLY UPON CONTRACTOR REQUEST. ,. o Copyright 2x09 5555 SAID! FELIPE, SUITE 1~~~ HC]UST~N, TEXAS TEt: 7`i3--62~~i444 FAX; 7~t3-968-9333