Loading...
HomeMy WebLinkAboutC2009-582 - 12/15/2009 - ApprovedF O R M S S P E C I A L �' -I C=. _ 2009 -582 M2009 -346 12/15/09 P R O V I S I Bay Ltd. S P E C I F I C A T I O N S A N D O F C O N T R A C T S A N D B O N D S F O R CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY 84 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F PREPARED BY: PGAL TBPE REG. NO. F -2742 3131 BRIARPARK, SUITE 200 HOUSTON, TX 77042 PHONE: 713 - 622 -1444 FAX: 713- 968 -9333 COYM, REHMET & GUTIERREZ ENGINEERING, TBPE FIRM REG. NO. F -388 5656 S. STAPLES, SUITE 230 CORPUS CHRISTI, TEXAS 78411 PHONE: 361 -991 -8550 FAX: 361- 993 -7569 PROJECT NO: 10018 DRAWING NO: AP 132 FAA AIP NO: 3 -48- 0051 -45 -2009 CRG PROJECT NO.: 20066C L.P. FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 1F0 ®® r* : *0 'VICTOR M. GUTIERREZ, J CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F Project No. 10018 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 1/13/98) Worker's Compensation Coverage For Building or Construction Projects For Government Entities NOTICE TO CONTRACTORS - C (Revised 3/06/2001) Notice to Prospective Federally Assisted Construction Contractors NOTICE TO CONTRACTORS - D (Revised 3/06/2001) Notice of Requirements for Affirmative Action to Ensure Equal Opportunity (Executive Order 11246, as amended) NOTICE TO CONTRACTORS - E (Revised 3/06/2001) Buy American -Steel and Manufactured Products for Construction Contracts (Jan 1991) NOTICE TO CONTRACTORS - F (Revised 3/06/2001) Buy American -Steel and Manufactured Products (Jan 1991) PART A - SPECIAL PROVISIONS (Revised 2008) A -1 Time and Place of Receiving Proposals /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 -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A 15 Exeavation and Rcmovalo NOT USED A -16 Disposal /Salvage of Materials A 17 Ficld Office NOT USED A -18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification A -21 Project Signs A -22(a) Disadvantaged Business Enterprises (DBE) Participation Goals A -22(b) Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A 25 Salcc Tax Excmption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements Al 27 Rccponcibility for Damagc Claim° NOT USED A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A- 31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A 35 City Watcr nacilitico Special Rcquircmcnt° NOT USED A -36 Other Submittals (Revised 9/18/00) A -37 Amended "Arrangement and Charge for Water Furnished by the City" A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A -48 Overhead Electrical Wires (7/5/00) A -49 Amended "Maintenance Guaranty" (8/24/00) A -50 Amended Prosecution and Progress NOT USED SUPPLEMENTARY SPECIAL PROVISIONS (the following added by Consulting Engineer) A -51 Dewatering A -52 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 Definition of Engineer A -58 Trench Safety A -59 Airport Safety and Security SPECIAL PROVISIONS - ATTACHMENT 1 - Sample Computer Printout SPECIAL PROVISIONS - ATTACHMENT 2 - Project Sign • Federally Required Language Corpus Christi International Airport Background Verification Forms Corpus Christi Employment and Personal History Form Airport Construction Safety Plan FAA Order SW 5200.5B - Airport Safety During FAA - Funded Airport Construction and FAA Facilities Maintenance FAA Advisory Circular 150/5370 -2E - Operational Safety on Airports During Construction FAA Advisory Circular 150/5300 -13 - Airport Design, Appendix 2 FAA Advisory Circular 150/5340 -1J - Standards for Airport Markings (with Change 2 dated 06/06/08) FAA Advisory Circular 150/5345 -55A - Lighted Visual Aid to Indicate Temporary Runway Closure (06/27/07) PART B PART C PART T FAA GENERAL GP -10 GP -20 GP -30 GP -40 GP -50 GP -60 GP -70 GP -80 GP -90 GP -100 GP -110 - GENERAL. PROVISIONS (rev. Nov /94) - FEDERAL WAGE RATES AND REQUIREMENTS - TECHNICAL SPECIFICATIONS PROVISIONS Definition of Terms Proposal Requirements and Conditions Award and Execution of Contract Scope of Work Control of Work Control of Materials Legal Regulations and Responsibility to Public Prosecution and Progress Measurement and Payment Contractor Quality Control Program Method of Estimating Percentage of Material Within Specification Limits (PWL) GP -120 Nuclear Gages GENERAL REQUIREMENTS 01010 Summary of Work 01290 Payment Procedures 01312 Coordination and Meetings 01325 Construction Schedules 01326 Construction Sequencing 01400 Contractor's Quality Control System GENERAL CONSTRUCTION G -300 Construction Barricades and Traffic Control G -500 Mobilization G -700 Demolition (with Modifications) PAVING & EARTHWORK P -101 Surface Preparation P -152 Excavation and Embankment (with Modifications) P -153 Controlled Low - Strength Material (CLSM) P -155 Lime Treated Subgrade (with Modifications) P -156 Temporary Air and Water Pollution, Soil Erosion and Siltation Control (with Modifications) P -209 Crushed Aggregate Base Course (with Modifications) P -401 Plant Mix Bituminous Pavements (with Modifications). P -501 Portland - Cement Concrete Pavement P -602 Bituminous Prime Coat (with Modifications) P -603 Bituminous Tack Coat (with Modifications) P -620 Runway and Taxiway Painting (with Modifications) DRAINAGE D -701 Pipe for Storm Drains and Culverts (with Modifications) D -752 Concrete Culvert, Headwalls, and Misc. Drainage Structures (with Modifications) TURFING T -901 Seeding (with Modifications) T -904 Sodding LIGHTING & ELECTRICAL L -100 General Provisions and Requirements for Electrical Work L -104 General Electrical Safety Requirements & Temporary Airfield Lighting L -105 Alterations, Removal and Demolition L -106 Submittals, Record Documents and Maintenance Manuals L -108 Installation of Underground Cable for Airports (with Modifications) L -110 Installation of Airport Underground Electrical Duct (with Modifications) L -125 Installation of Airport Lighting Systems L -131 Demonstrations, Test and Performance Verification SPECIAL SPECIFICATIONS SP -4 Worker Safety Requirements for Excavation and Trenching Operations LIST OF DRAWINGS SHEET NO. DESCRIPTION TAXIWAY B4 WIDENING 1 C1.01 TITLE SHEET 2 C1.02 GENERAL NOTES & GEOMETRIC DATA 3 C1.03 ESTIMATED QUANTITIES - BASE BID 4 C1.04 ESTIMATED QUANTITIES - ALTERNATE BID NO. 1 5 C1.05 LEGEND /BENCHMARKS 6 C1.06 OVERALL PROJECT LAYOUT PLAN 7 C1.07 TAXIWAY B4 EXISTING CONDITIONS & DEMOLITION PLAN 8 C1.08 TAXIWAY B4 PAVING GRADING & DRAINAGE PLAN(FLEXIBLE PAVEMENT) - BASE BID 9 C1.09 TAXIWAY B4 PAVING, GRADING & DRAINAGE PLAN (RIGID PAVEMENT) - ALTERNATE BID NO. 1 10 C1.10 TAXIWAY B4 STRIPING PLAN 11 C1.11 TAXIWAY B4 SECTIONS & DETAILS (1 OF 2) 12 C1.12 TAXIWAY B4 SECTIONS & DETAILS (2 OF 2) 13 C1.13 PROJECT SAFETY PLAN 14 C1.14 PROJECT SITE ACCESS PLAN 15 C1.15 BARRICADE & SAFETY DETAILS - DRAINAGE IMPROVEMENTS 16 D1.01 DRAINAGE CALCULATIONS 17 D1.02 STORM SEWER HEADWALL AND WINGWALL DETAILS 18 D1.03 SINGLE PRECAST BOX CULVERT DETAILS 19 D1.04 STORM WATER POLLUTION PREVENTION PLAN (SW3P) 20 D1.05 STORM WATER POLLUTION PREVENTION PLAN NARRATIVE 21 D1.06 STORM WATER POLLUTION.PREVENTION PLAN DETAILS TAXIWAY LIGHTING & SIGNAGE 22 E1.01 ELECTRICAL LEGEND & GENERAL NOTES 23 E1.02 TAXIWAY B4 LIGHTING & SIGNAGE PLAN 24 E1.03 WIRING DETAILS 25 E1.04 ELEVATED FIXTURE & SIGN DETAILS 26 E1.05 SIGN DETAILS 27 E1.06 DUCT DETAILS 28 E1.07 TEMPORARY JUMPER DETAILS GEOTECHNICAL REPORTS NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORPUS CHRISTI INTERNATIONAL AIRPORT - TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F. PROJECT NO. 10018. Base Bid - Schedule "A" Improvements consist of removing a 60 -foot wide flexible sand shell base and bituminous surface taxiway, approximately 1,943 square yards in area, and constructing a new 75 -foot wide flexible base and bituminous surface taxiway, approximately 2,500 square yards in area with new geometry. The project also includes removing 217 linear feet of 2 -28" x 32" CMAP and constructing 180 linear feet of a new 4' x 2' pre -cast reinforced concrete box culvert complete with related headwalls, 2,257 tons of P -401 asphalt pavement, controlled low strength material, prime coat, excavation, embankment, lime- treated subgrade, related taxiway lighting & airfield signage, surface restoration including seeding and sodding erosion control, and other related work items to construct the Project in one phase in accordance with the plans, specifications and contract documents. Alternate Bid No. 1 - Schedule "8" improvements consist of constructing a new 75 -foot wide flexible base and rigid pavement section taxiway, approximately 2,500 square yards in area with new geometry in lieu of the flexible base and bituminous surface taxiway described in the Base Bid description. All other improvements indicated in the base bid proposal description remain the same; will be received at the office of the City Secretary 2:00 p.m. on Wednesday, November 11, 2009, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Wednesday, November 04, 2009 beginning at 10:00 a.m. The pre -bid meeting will be conducted by the City, at Corpus 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 provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City 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 Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) 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 in 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 7/5/00 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 public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 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 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY - -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) 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 B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2of2 NOTICE TO CONTRACTORS "B" WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction- -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act) - -With the exception of persons excluded under subsections (h) and. (i) of this section, includes all 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. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to 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, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing 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 classification codes and payroll amounts, and that all coverage agreements have been 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 certificates 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 paragraph (7) 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 certificate 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 (B) 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 certificates 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 entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) 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) provide a certificate 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 on 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 governmental 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 (B) 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; (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 how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point 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 (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the 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) of this 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 certificate 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 current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file 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) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) 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) provide a certificate of coverage as required by its contract to provide services on the 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 be provided a certificate 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, criminal 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 certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on 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 certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project 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 filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate 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 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 current certificate 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 certificate 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 current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file 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 person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or 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. (g) This rule is applicable for 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 on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (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, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self - insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "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." "Call the Texas Workers' Compensation Commission at 512- 440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ( "certificate')- A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC -81, TWCC- 82, TWCC -83, or TWCC -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 contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all 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. This 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, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing 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. The 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. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) 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 (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 certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 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 Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. 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 filing 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 on the project, a certificate 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 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; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate 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 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 10 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 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates 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 certificate 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 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- Page 10 of 11 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. Page 11 of 11 PART A SPECIAL PROVISIONS CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F PROJECT NO. 10018 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting 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 2:00 p.m., Wednesday, November 11, 2009. Proposals mailed should be addressed in the following manner: City of Corpuo Christi City Secretary's Office City Sccrctary'o Offico City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F - PROJECT NO. 10018 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 responsible for 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 Wednesday, November 04,2009, beginning at 10:00 a.m. The pre -bid meeting will be conducted by the City at Corpus Christi International Airport, Administrative Office, 1000 International Drive, Corpus Christi, TX 78406. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project This project consists of CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN THE WEST GA APRON AND TAXIWAY F PROJECT 10018; Base Bid - Schedule "A" Improvements consist of removing a 60 -foot wide flexible sand shell base and bituminous surface taxiway, approximately 1,943 square yards in area, and constructing a new 75 -foot wide flexible base and bituminous surface taxiway, approximately 2,500 square yards in area with new geometry. The project also includes removing 217 linear feet of 2 -28" x 32" CMAP and constructing 180 linear feet of a new 4' x 2' pre -cast reinforced concrete box culvert complete with related headwalls, 2,405 tons of P -401 asphalt pavement, controlled low strength material, prime coat, excavation, embankment, lime- treated subgrade, related taxiway lighting & airfield signage, surface restoration including seeding and sodding erosion control, and other related work items to construct the Project in one phase in accordance with the plans, specifications and contract documents. Section A - SP (Revised 9/18/00) Page 1 of 32 Alternate Bid No. 1 - Schedule "B" improvements consist of constructing a new 75 -foot wide flexible base and rigid pavement section taxiway, approximately 2,500 square yards of 10" Portland Cement Concrete Pavement with new geometry in lieu of the flexible base and bituminous surface taxiway described in the Base Bid description. All other improvements indicated in the base bid proposal description remain the same and are included in the Schedule "B" proposal form. A -4 Method of Award The bids will be evaluated based on the following order, subject to availability of funds: 1. Total Base Bid - Schedule "A ", or 2. Alternate Bid No. 1 - Schedule "B ". 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 City and in the best interest of the public. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F - PROJECT 10018, as identified in the Proposal). (A Cashier's 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 Completion /Liquidated Damages The working time for completion of the Project will be two hundred (200) calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "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, $500.00 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 work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If 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. Section A - SP (Revised 9/18/00) Page 2 of 32 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 Proposals 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 Acknowledgment 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 non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for heavy and highway construction. In caac of conflict, Contractor °hall uoc highcr wagc ratc. Minimum Prevailing Wage 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 ($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.) One and one -half (1 -1/2) times the hours worked in excess of 40 hours Sundays or holidays. (See Section 6, Working Hours.) specified hourly wage must be paid for all in any one week and for all hours worked on B -1 -1, Definition of Terms, and Section B -7- Section A - SP (Revised 9/18/00) Page 3 of 32 A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One- Call System 1- 800 - 245 -4545, the Lone Star Notification Company at 1- 800 -669- 8344, and the Verizon Dig Alert 1- 800 - 483 -6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer CCIA Engineer CCIA Operations Manager Project Engineer A/E Project Engineer PGAL Coym, Rehmet & Gutierrez Engineering, L.P. Traffic Engineer Police Department Water Division Wastewater Services Division Gas Division Storm Water Parks & Recreation Solid Waste Services AEP /Central Power & Light Co. AT &T /SBC City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 826 -3500 361/289 -0171 ext 1223 361/289 -0171 ext 1229 826 -3500 713/622 -1444 (direct 713/968 -9375) 991 -8550 826 -3540 886 -2600 826 -1881 (826 -1888 after hours) 826 -1800 (826 -1818 after hours) 826 -6900 (885 -6913 after hours) 826 -1888 (826 -1888 after hours) 826 -3461 826 -2489 1- 877 - 373 -4858 (1- 877 - 373 -4858 after hours) 881 -2511 (1- 800 - 824 -4424, after hours) 826 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972/753 -4355 857 -1960 (857 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888 - 204 -1679) (Pager 850 -2981) (Mobile) A -12 Maintenance of 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 accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to 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. Section A - SP (Revised 9/18/00) Page 4 of 32 Where existing sewers are encountered and are interfered with (i.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 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 -13 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 Contractor 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 widtha, construction of temporary ramps, construction detours, etc. The Contractor shall comply with applicable FAA regulations and Advisory Circulars. thc City of Corpuo Chri3ti'o Uniform Barricading Standardo and Practice3 a3 adopted by thc City. Copie3 of thi3 document arc available through thc City'o Traffic Enginccring Dcpartmcnt. Thc Contractor ohall occurc tho ncccooary permit from thc City'3 Traffic Enginccring Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A -14 Construction Equipment Spillage and Tracking 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 roadways 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 NOT USED Thc excavated arcao bchind curb and adjacent to 3idcwalko and drivcway3 must be filled with "clean" dirt. "Clean" dirt i3 dcfined a3 dirt that io capable of • dirt muot be free of dcbrio, caliche, aophalt, concrctc and any other material _.that dctracto from ito appearance or hampero the growth of graoo. All cxioting concrete and aophalt within thc limito of the Project muot be removed unlcoo otherwioc noted. Section A - SP (Revised 9/18/00) Page 5 of 32 All ncccooary removals including but not limited to ppe, driveways, oidewalk3, etc., arc to bc considered subsidiary to the bid item for "Ctrect Excavation "; therefore, no direct payment will bc made to Contractor. A -16 Disposal /Salvage of Materials 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 light fixtures and other items specified for salvage shall be delivered to the Owner as directed. A 17 Ficld Officc NOT USED Thc Contractor muot furnish thc City Engineer er his repreoentative with a field officc at thc construction site. Thc field office muot contain at least 120 square feet of uo able opacc. Thc field office must be air conditioncd and heated and muot bc furniohcd with an inclined table that meaouree at least 30" x 60" and two (2) chairs. Thc Contractor shall move the field office on thc sito furniohcd with a telephone (with 24 hour per day an veering service) and FAX machine paid for by the Contractor. There is no separate pay item for thc field officc. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on working 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 (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for 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 for 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 df portions of taxiways and aprons will be required for proper execution of the work. Airport Operations requires a minimum of three (3) days notice prior to displacing thresholds or closing any portion of a taxiway or apron. Notice to Airmen (NOTAM'S) will be filed by the Airport Operations Manager or by Public Safety personnel. Section A - SP (Revised 9/18/00) Page 6 of 32 A -19 Construction Staking 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 (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor will furnish all lines, slopes and measurements for control of the work. If, during construction, it is necessary 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 or 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, for 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 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 completion 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 Surveyor (R.P.L.S.) licensed in the state of Texas retained 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: Stormwater: • Finished invert elevations at headwalls, outfalls or other drainage structures; • Finished top of concrete elevations at all headwalls, outfalls or other drainage structures; • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Ditch flowline and top of bank elevations at 200 -ft intervals. • Apron /Taxiway Pavements: • Finished Taxiway and apron pavement elevations at each edge, centerline and at 100 -ft intervals. Section A - SP (Revised 9/18/00) Page 7 of 32 A -20 Testing 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 cost 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 Project Signs The Contractor must furnish and install 1 Project signs as indicated on the following drawings. (Attachment II) The signs 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. A -22(a) Disadvantaged Business Enterprises (DBE) Participation Goals 1. INTRODUCTION 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 5.38 %. 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 project 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 Code of Federal Regulations Part 26 (49 CFR Part 26). D. There are six governmental entities* in the State of Texas certifying DBE's 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 for 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 (or 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. Section A - SP (Revised 9/18/00) Page 8 of 32 B. Commercially 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. Disadvantaged Business Enterprise (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. In the case of any publicly owned business, at least 51 percent of the stock must be owned by one or more socially and economically disadvantaged individuals and whose management and daily business operations 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 the individual's spouse. A contingent liability does not reduce an individual's net worth. E. Socially and economically disadvantaged individuals - those 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. (4) 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 (Kampuchea), Thailand, Malaysia, Indonesia, 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. Section A - SP (Revised 9/18/00) Page 9 of 32 (7) Any additional groups whose members are designated as socially and economically disadvantaged by the Small Business Administration. (8) 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 (including 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 on the basis of the individual's claim that he or she is a member of one 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 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. (b) Present or recent employer /employee relationships between the disadvantaged owner and non -DBE firms or persons associated with non -DBE firms. (c) Relationships with prime contractors. (d) The consistency of relationships between the potential DBE and non -DBE firms with normal industry practices. (3) 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 -to -day as well as major decisions on matters of management, policy and operations. The firm shall not 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. Section A - SP (Revised 9/18/00) Page 10 of 32 (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 exercise the power 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 principal business activities of the firm is insufficient to demonstrate control. (6) All securities, which constitute ownership and /or control of a corporation 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 securities or assets held in trust is a disadvantaged individual, and the trustee is the same or another such individual, or (2) the beneficial owner of a trust is a disadvantaged individual who rather than the trustee exercises effective control over the management, 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 disadvantaged individual is the sole grantor, beneficiary, and trustee. (7) The contributions of capital or 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 $750,000.00. 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 application's' must be legible, complete, signed, dated, and notarized to be accepted for review. Failure to provide the requested documents with the application will delay processing of your application. Section A - SP (Revised 9/18/00) Page 11 of 32 B. The certifying entity will evaluate the information contained in the 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 for expanded work capabilities as it acquires experience in new areas. D. When a business is denied initial certification it will receive a letter of explanation from the certifying entity of why it was denied certification. The firm may appeal to the certifying entity, in writing, for a review of their file or directly to the U.S. Department of Transportation (DOT). To appeal a decision to DOT, the business owner(s) must submit a letter giving the reason(s) 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 no 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 final 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 reapply to the certifying entity until a final decision has been rendered 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 to be socially and economically disadvantaged. Other persons knowing of your actual social and economic condition, living standards, success in business, and other factors have the right to challenge your recognition and certification as a DBE. If your status is challenged, you will be given every opportunity to offer a defense. The challenge will be fully investigated, heard, and a final determination made. F. Third party complaints: If any person has reason to believe that a business has been wrongly granted certification as a DBE, they may advise the certifying entity. A thorough investigation will be initiated upon receipt of a signed complaint. A complaint may also be submitted directly to the U.S. DOT. Section A - SP (Revised 9/18/00) Page 12 of 32 Remember the application must be complete, every question answered, and the application must be either typed or printed clearly in ink. All affidavits must be notarized and all requested documents submitted; otherwise, the application will be delayed in its processing. Use additional sheets as necessary and reference the specific item(s) you are addressing. A business must be functional and operating before applying for certification. It must possess the resources to perform the work in which it is requesting to be certified. By submitting this application and the accompanying information the firm is authenticating the veracity and accuracy of the statements made in application. A-22(b) Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). Section A - SP (Revised 9/18/00) Page 13 of 32 (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45% 15% 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 project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Section A - SP (Revised 9/18/00) Page 14 of 32 4. Compliance a.. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. 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 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate inspections by the FAA sponsor's designated representative(s) at the various intervals of work and assure a final inspection after the project is completed and ready for occupancy. Inspection Division at thc various intervals of work for which a permit is rcquircd and to aaaurc a final inapcotion aftcr thc building is completed and ready for occupancy. Contractor must obtain thc Certificate of Occupancy, when applicable. Scction B 6 2 of thc Ccncral Provisions is hereby amcndcd in that thc Contractor must pay all fcca and charges lcvicd by thc City's Building Inspection Dcpartmcnt, and all othcr City fccc, including water /wastewater meter fees and tap fcca as rcquircd by City. A -24 Surety Bonds 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 (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 (10 %) 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 reinsurer may not exceed ten percent (10 %) of the reinsurer's 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 reinsurer 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 reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Section A - SP (Revised 9/18/00) Page 15 of 32 A 25 Saleo Tax Exemption (NOT USED) Section B 6 22, Tax Exemption Provision, io deleted in its entirety and the following oubotitutcd in lieu thereof. Contracto for improvcment3 to real property awarded by the City of Corpu3 3.291 of Chapter 3, Tax Administration of Title 3-1, Pudic Finance of thc Tcxaa thc Comptroller of Public Accounto of Tcxaa. If the Contractor clect3 to operatc undcr a separated contract, hc shall. 1. Obtain thc necc3Sary Dales tax permit3 from the State Comptroller. incorporated into thc Project. 3. Provide rc3alc certificates to 3uppliero. If the Contractor doc3 not elect to operate under a ocparated contract, hc mu3t Subcontractor3 are eligible for Sales tax exemptions if the Subcontractor aloo certificate to thc Subcontractor and the Subcontractor, certificate to his supplier. A -26 Supplemental Insurance Requirements in turn, i33uco a rcoale 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: 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 change to: 1. Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -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 (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Section A - SP (Revised 9/18/00) Page 16 of 32 Within thirty (30) 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 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. (NOT USED) Paragraph (a) Ccncral Liability of Scction B 6 11 of thc Ccncral Provioiono io amended to include: Contractor muot provide installation floater insurance covcragc for thc term of thc Contract up to and including thc date thc City finally accepts thc Project or work. Installation floater covcragc must be an "All niok" form. Contractor must pay all coots ncccooary to procure ouch installation floater inourancc covcragc, including any deductible. The City must be named additional inourcd on any policico providing ouch insurance coverage. A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. Section A - SP (Revised 9/18/00) Page 17 of 32 A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as superintendents and foremen who are careful and City Engineer. The criteria upon which the City Engineer makes the following: its field administration staff, competent and acceptable to the this determination may include 1. The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and contract close -out procedures. The Superintendent shall be present, on the job site, at all times that work is being performed. 2. The foreman shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Formen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; Section A - SP (Revised 9/18/00) Page 18 of 32 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City 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 for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A -35 -K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. 11. Documentation showing proof of Disadvantaged Business Enterprise (DBE) requirement compliance. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Change Orders 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 Section A - SP (Revised 9/18/00) Page 19 of 32 that the City Engineer may authorize change orders which do not exceed $25,000.00. 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 "Execution of Contract" Requirements 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 for 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 Conditions of Work Each bidder must familiarize himself fully with the conditions 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 Mandatory Pre -Bid Meeting referred to in Special 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 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 Transportation 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. A. Vioitor /Contractor Orientation NOT USED Prior to performing work at any City water facility, thc Contractor, peroon a valid card certifying thcir prior attcndancc at a Vioitor /Contractor Safety Orientation Program conductcd by thc City Watcr Department Peroonncl. A Vioitor /Contractor Safety Orientation perform any work within any City water facility. For additional information rcfcr to Attachment 1. The Contractor shall not start, operate, or atop any pump, motor, valve, equipment, switch, breaker, control, or any other item related to City watcr facility at any time. All such items muot be operated Water Dcpartmcnt. Section A - SP (Revised 9/18/00) Page 20 of 32 C. Protection of Watcr Quality The City must dclivcr watcr of drinking quality to its customers at all times. Thc Contractor shall protect the quality of the water in thc job site and shall coordinatc its work with thc City Watcr Department to protect the quality of thc watcr. D. Conformity with ANSI /NSF Ctandard 61 All materials and cquipmcnt used in the repair, r aoocmbly, transportation, reinstallation, and inopcction of pumps, or any othcr items, which could comc into contact with potablc watcr, must conform to American National Standards Institute /National Sanitation Foundation (ANSI /NSF) Standard 61 as dcocribed in the Standard Specifications. Such matcrialo include all oolvento, cleaners, lubricants, gaoketo, not bc uocd unlcoo they conform with ANSI /NSF Standard 61 and unlcoo ouch itcmo are inopected on the oitc by authorised City peroonncl immediately prior to uoc. The Contractor shall providc thc Engineer with copies of written proof of ANSI /NSF Standard 61 approval for all materials which could comc into contact with potablc watcr. All trash gcncratcd by thc Contractor or his employcco, agents, or subcontractors, must bc contained at all times at thc watcr facility site. Blowing trash will not bc allowcd. Thc Contractor shall kccp work arcao clean at all timcs and rcmovc all trash daily. CONTRACTOR'S ON SITE PREPARATION F. Contractor's peroonncl must wear colorcd uniform overalls othcr than orange, blue, or white. Each employee uniform must providc company name and individual cmploycc identification. C. Contractor shall providc tcicphonco for Contractor peroonncl. Plant tcicphonco arc not available for Contractor uoc. H. Working hours will bc 7:00 A.M. to 5.00 P.M., Monday thru Friday. I. Contractor must not use any City facility rcotrooms. Contractor must J. All Contractor vehicles must be parked at designated oitc, an designated by City Watcr Department staff. All Contractor vehicles must bc clearly labeled with company namc. No privatc cmploycc vehicles are allowcd at O. N. Stcvcno Watcr Treatment Plant. All peroonncl must bc in company vehicles. During working hours, contractor employees must not 1 avc thc designated construction arca nor wander through any buildings othcr than_for rcquircd work or ao dircctcd by City Water Dcpartmcnt peroonncl during emergency evacuation K. Contractor Qualifications SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Section A - SP (Revised 9/18/00) Page 21 of 32 Any work to thc computcr ba3ed monitoring and control System muot bc performcd only by qualified technical and oupervi3ory peroonncl, ao includco, but io not limited to, modifications, additions, changco, oe1cctiona, furnishing, installing, connecting, programming, cuotomizing, dcbugging, calibrating, or placing in operation all hardware and /or 3oftwarc opccificd or rcquircd by these Specifications. Thc Contractor or his Subcontractor propooing to perform the SCADA work muot bc able to demonstrate thc following: 1. Hc i3 regularly cngagcd in thc computcr based monitoring and control System business, preferably ao applied to thc municipal watcr and waotcwatcr induotry. 2. Hc has performcd work on 3yotcmo of comparable Size, type, and complcxity ao rcquircd in thin Contract on at loot three prior projects. 3. He ha3 been actively cngagcd in thc typc of work Spccificd hcrcin for at 1 aot 5 y aro. 4. Hc employs a Registered Profcooional Enginccr, a Control Syotcmo Enginccr, or an Elcctrioal Enginccr to Supervise or complctcd a manufacturcr'o training couroc in configuring and implementing thc Specific computcro, RTUS's, and 3oftwarc propoocd for thc Contract. 6. Hc maintaino a permancnt, fully Staffed and cquippcd Scrvicc facility within 400 miles of thc Projcct Site to maintain, rcpair, alibratc, and program thc oy3tcmo Spccificd herein. 7. He 3ha11 furnish cquipmcnt which io thc product of onc manufacturcr to thc maximum practical cxtcnt. Whcre thio is not practical, all cquipmcnt of a givcn typc will be thc product of onc manufacturcr. S. Prior performancc at thc 0. N. Ctcven3 Watcr Troatmcnt Plant will bc used in evaluating which Contractor or oubcontractor programo thc new work for thio Projcct. rcquircd to Show thc programming aS needed and rcquircd, to Attached io an cxamplc of thc rcquircd programming blocks which thc City rcquirco to bc filled in and givcn to thc City Enginccr with all changco madc during thc programming phaoc. Thc attached Sheet io an cxamplc and io not intendcd to Show all of thc rcquircd 3hcct3. Thc Contractor will providc all L. Trenching Rcquircmcnto All trcnching for this project at thc 0. N. Steveno Watcr Treatment Plant Shall be performcd using a backhoc or hand digging duc to thc numbcr of cxioting underground obstructions. No trcnching machinca Shall bc allowed on thc project. A -36 Other Submittals 1. Shop Drawing Submittal: 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 or his designated representative. Section A - SP (Revised 9/18/00) Page 22 of 32 b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. 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(s), and specification 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. J 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. 2. Samples: 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 Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) 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. A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B -6 -15 Arrangement and Charge for Water Furnished by the City, add the following: Section A - SP (Revised 9/18/00) Page 23 of 32 "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre- construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. (NOT USED) final acccptancc of the improvcmcnto undcr Ccncral Provioion B 8 9. A -40 Amendment to Section B -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 Contractor 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. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and thc Contractor will be compcnoatcd at thc unit pricc indicatcd in thc proposal. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -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, 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 Section A - SP (Revised 9/18/00) Page 24 of 32 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 order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for 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 and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) 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. Changes in equipment and dimensions due to substitutions. "Nameplate" data on all installed equipment. Deletions, additions, and changes to scope of work. Any other changes made. (7/5/00) (NOT USED) The Contractor ohall be rcoponoiblc for thc diopooal of water uscd for tcoting, dioinfcction and line fluohing in an approved manner. Contaminanto in thc watcr, particularly high lcvcla of chlorine, will bc uocd for disinfection, and may etc. It will bc thc Contractor'o rcoponoibility to comply with thc requirements of all regulatory agcncico in thc diopooal of all watcr uocd in the projcct. Tho methods of diopooal ohall be submitted to the City for approval. Thcrc shall bc (7/5/00) NOT USED Prior to any construction whatever on thc project, Contractor ohall excavate and For cxioting pipelineo whiff parallel and are within tcn feet (10') of propoocd pipclinco of the projcct, Contractor ohall excavate and cxpooc paid exiting pipclincD at a maximum of 300 feet O.C. and Contractor shall purvey thc accurate O.C. Section A - SP (Revised 9/18/00) Page 25 of 32 Contractor shall then prepare a report and oubmit it to the City for approval indi ating thc Owner of pipelinco excavated and surveyed, as well ao thc of thc top of existing pipclinco. Contractor ohall perform no conotruction work on the project until all exploratory exctiavationo have been made in their entirety, the reoulto thereof reported to the Engineer and until Contractor receiveo Engineer'o approval of report. repair associated with exploratory excavations shall be paid for according to thc cotabliohcd until price of pavement patching. Contraetor shall provide all A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all 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 are 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 -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, 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 or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Amended "Prosecution and Progress" Under "General Provisions and Requirements for Municipal Construction Contracts ": B -7 Prosecution and Progress, 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 costs. Such costs shall be addressed through a change order to the contract ". Section A - SP (Revised 9/18/00) Page 26 of 32 SUPPLEMENTARY SPECIAL PROVISIONS (the following added by Consulting Engineer): A -51 Dewatering The Contractor shall make all reasonable efforts to eliminate ponding of water from the jobsite regardless of its source. Within two (2) 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. A -52 Rain Delays The Contractor shall anticipate the following number of work days lost due to rain in determining 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 NDPES Notice of Intent Submittal The Contractor shall be responaiblc for notifying thc City for City submittal of Notice of Intent (NOI) in accordance with Environmental Protection Agency (EPA) Consultant Engineer will provide a copy of thc NOI to the City Engine The Contractor is responsible for filing a notice of intent with the Texas Commission on Environmental Quality (TCEQ) and obtaining a Texas Pollution Discharge Elimination System Permit (TDPES). The Contractor shall maintain a copy of (TPDES) permit onsite at all times during construction. A -54 Physical Data Subsurface geotechnical reports are not a part of the Contract documents. Soils investigation data is provided in the Appendix only for the information and convenience of the bidders. The City and Consulting Engineer disclaim any and all responsibility for the accuracy, completeness, true location and extent of the soils investigation that was prepared by others; and further disclaim responsibility for the interpretation of that data by bidders. A -55 Protect 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 -45). Section A - SP (Revised 9/18/00) Page 27 of 32 A -56 Errors and 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. A -57 Definition of Engineer 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: "Engineer: The City's Director of Engineering Services or authorized designee (City Engineer). A -58 Trench Safety 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 Excavation 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 Safety 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 following 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 Airport Operations Area (AOA) The Airport Operations 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. Section A - SP (Revised 9/18/00) Page 28 of 32 A -59.3 Airport Safety Requirements 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 500 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 No. 150/5370 -2E, "Operational Safety on Airports During Construction ". 2. The Contractor shall be required to equip vehicles used by the superintendent and /or foreman on the project with a radio receiver /transmitter(s) for maintaining direct communication with the FAA Air Traffic Control Tower (ATCT) 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 work. 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 badged 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 amber 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 amber 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 vehicles working in the landing areas and /or restricted area whether night or day, shall be marked with "international orange and white checkered flags." 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. Section A - SP (Revised 9/18/00) Page 29 of 32 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 shall 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 not 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 for 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. 13. Construction equipment shall not exceed a height of 150 airport surface. Any equipment exceeding a height of 75 observation - marked and lighted at night, and when not in use, stowed height. No separate payment shall be made for the work cost of the various contract items. feet above the feet shall be lowered to its included in the 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 Airport Security Requirements 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 site. 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. Section A - SP (Revised 9/18/00) Page 30 of 32 Any conflicts and /or problems in the area of security should be relayed by the Contractor to the Operations Manager. All efforts will be made by the airport staff to permit construction and security work in harmony. Samples of forms for 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 ORDER SW 5200.5B - Airport Safety During Construction and FAA Facilities Maintenance • FAA Advisory Circular 150/5370 -2E Operational Construction. FAA- Funded Airport Safety on Airports During Corpus Christi International Airport Visitor /Contractor On -Site Permit information is also included in the Appendix. Section A - SP (Revised 9 /1B /00) Page 31 of 32 PROJECT: OWNER: ENGINEER: CONTRACTOR: SUBMITTAL TRANSMITTAL FORM CORPUS CHRISTI INTERNATIONAL AIRPORT WEST GA APRON AND TAXIWAY F - PROJECT CITY OF CORPUS CHRISTI PIERCE GOODWIN ALEXANDER & LINVILLE / ENGINEERING, L.P. - TAXIWAY B4 WIDENING BETWEEN NO. 10018 COYM, REHMET & GUTIERREZ SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 9/18/00) Page 32 of 32 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 15th day of DECEMBER, 2009, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Berry Contracting, LP dba Bay, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $479,827.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY 84 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F PROJECT NO 10018 (TOTAL ALT.BID NO.1: $479,827.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F PROJECT 10018 BASE BID SCHEDULE "A" - TAXIWAY B4 CONSTRUCTION WITH FLEXIBLE PAVEMENT SECTION I II III Iv v , ITEM QTY & UNIT Description Unit Price Total Al BA G -300 Furnish and Install Lighted Cones $ So. oo $ 25 o.oa A2 SA G -300 Install Lighted Cones (Furnished by Airport) $10.00 $ 150,00 A3 45 EA G -300 Install Multi - Barrier Barricades (Furnished by Airport) $ 115. oo i $ S (ts. oo A4 85 EA Furnish and Install Multi - Barrier Barricades $270.00 $ 22.0 qS O. 0o A5 1 LS G -500 Mobilization $ 17000.00 $ Il 000. 00 A6 1 LS G -700 Remove Concrete Headwall With Skewed Wingwalls $ 9 0. o $ 49 0.0o A7 1 EA G -700 Remove Concrete Sloped Headwall $ 4.40. oo $ 4.4 0, oo A8 217 LF G -700 Remove 2 - 28" X 32" CMAP $ 1S. oo $ 32,SS, 00 PROPOSAL Page 3 of 16 (CITY PROJECT NO. 10018) I II III Iv v ITEM QTY & UNIT Description Unit Price Total A9 1 3Y 3 G -700 Remove Pavement (Asphalt) (Taxiway B4) (Appx. 4") (Dispose of Offsite) $ Z.-3o $ 41'•8.90 A10 1,943 SY G -700 Remove Sandshell Base (Taxiway B4) ( Appx. 8") (Dispose of Offsite) $ 3.40 $ loog1. (o All 1,084 SY P -101 Cold Planing Asphalt Taxiway F Transition (4") (Dispose of Offsite) $ 84•(DO $ 9322..4o Al2 150 CY P -152 Drainage Excavation $ 3 0 . o o $ 4-kroo.00 A13 CY P -152 Embankment in Place (Offsite & Onsite Borrow) $ 3.50 $2112.50 A14 9 CY P -152 Unclassified Excavation (Taxiway B4) $ S.00 $ 4-1570.0o A15 CY P -153 Controlled Low Strength Material $ 100. oo $ 5000. 00 A16 80 TON P -155 Lime (6% By Dry Weight) $ 170. op $ l) 400. oo A17 2,740 SY P -155 Lime- Treated Subgrade (12 ") $ 3.10 $ q000 PROPOSAL Page 4 of 16 (CITY PROJECT NO. 10018) I II III IV V ITEM QTY & UNIT Description Unit Price Total A18 1 LS P -156 Temporary Baled Hay Filter Dam $ C60. oo $ C40.00 Al9 400 LF P -156 Temporary Silt Fence $ B . o o $ 'atom oo A20 CY P -209 Crushed Aggregate Base Course (8") $ 100.0o $ G °, 000. o0 A21 2,500 Ton P -401 Bituminous Base and Surface Course $ 8S . oo $ 22 p ooe. o0 A22 GAL P -602 Bituminous Prime Coat (0.20 Gal /SY) $ 4+. o 0 $ 2.11.0. 00 A23 1,285 GAL P-603 Bituminous Tack Coat (0.10 Gal /SY) $ tf.So $ S782.. So A24 2,000 SF P -620 Taxiway Painting (Black) (Non - Reflective) $ 2 o $ 2-40o. 00 A25 1,000 SF P -620 Taxiway Painting (Yellow) (Reflective) $ 2 - . S 0 $ 2 S oo . ao A26 180 LF r D -701 4'x 2' Precast Reinforced Concrete Box (ASTM C 1433) (Aircraft Rated) $ Iy-o. oo $ 2s Zoo. oo PROPOSAL Page 5 of 16 (CITY PROJECT NO. 10018) I II III IV V ITEM UNIT Description P Unit rice Total A27 D -752 Reinforced Concrete Headwall, Apron and Wingwalls (4:1) for 1 - 4' x 2' RCB Culverts (Culvert Q) $ 4-000. oo $ Y000. oo A28 4,840 SY T -901 Seeding $ I . o. $ Lt -goo. o0 A29 125 SY T -904 Sodding $ 4.40 $ ?24'. o. A30 1 LS L -105 Demolition and Proper Disposal of all Equipment as Noted and Turning Over all Designated Lighting and Signage Equipment to Maintenance Staff $ 14.000• oo $ 4.000, 00 A31 2 EA L -108 0.75" (19 MM) Dia. By 10.00' (3 M) Long Copperclad Steel Sectional Ground Rod $120.00 $ 2 -4o■R° A32 LF L -108 1/C #6 AWG BSD or BHD or TW Bare Copper Counterpoise $ 1.10 $ ? % o. 00 A33 2,000 LF L -108 1/C L- 824 -Type C Unshielded #8 AWG 5KG Copper Cable $ 1.10 $ 22 coO.00 A34 725 LF L -110 1W2" Schedule 40 PVC Concrete Encased Duct Installed in Open Field $ 0'1, o o $ 11. 32s. 00 PROPOSAL Page 6 of 16 (CITY PROJECT NO. 10018) I II 11I Iv v ITEM QTY & UNIT Description Unit Price Total A35 LF L -110 2W4" Schedule 40 PVC Concrete Encased Duct Bank $ 41).00 $ C 4 o o • o o A36 EA L -125 L -858 Airfield Guidance Sign, Double Face - 4 Module, Installed With a New Concrete Base $5r00.00 $ 5Soo • 00 A37 L -125 L -858 Airfield Guidance Sign, Double Face - 3 Module, Installed on Existing Concrete Base $SSoo• oo $ SSo•, oo A38 1 EA L -125 L -861T Taxiway Edge Light (Elevated, Blue) Installed in Open Field on Existing Base $ 5eo•oo $ 500.00 A39 13 BA L -125 L -861T Taxiway Edge Light (Elevated, Blue) Installed in Open Field With New Base $ goo. oo $ toi 4-Oo • o0 A40 180 LF SP -4 OSHA Trench Safety System $ 2 0. o o $ 3 to 00.0o A41 2 EA L -125 L -867 Handhole With Concrete Base and Galvanized Bolted Cover $ Eoo• oo $ 1400. o0 TOTAL BASE BID SCHEDULE "A": $ L{ 9 9) 333.10 (Bid Items Al -A41) PROPOSAL Page 7 of 16 ALTERNATE BID NO. 1 SCHEDULE "B" TAXIWAY B4 CONSTRUCTION WITH RIGID PAVEMENT SECTION I II III Iv v ITEM QTY & UNIT Description Unit Price Total Bi EA G -300 Furnish and Install Lighted Cones $ So. oo $ 2so.ao B2 EA G -300 Install Lighted Cones (Furnished by Airport) $ 30. oo $ 1 So. 09 B3 45 EA G -300 Install Multi - Barrier Barricades (Furnished by Airport) $ I2S.00 $ S C26. o0 84 85 EA Furnish and Install Multi - Barrier Barricades $ 27 0 . oo $ 2 qS o. o0 B5 1 LS G -500 Mobilization $ 17jooD• oo $ I7.) ooa. o o B6 LS G -700 Remove Concrete Headwall With Skewed Wingwalls $ Soo. o c $ Soo. 00 B7 1 EA G -700 Remove Concrete Sloped Headwall $ Soo.os $ S oo.00 B8 217 LF G -700 Remove 2- 28" X 32" CMAP $ 1 S o o $ .3?.SS , o v B9 1,943 SY G -700 Remove Pavement (Asphalt) (Taxiway B4) (Appx. 4 ") (Dispose of Offsite) $ 2.30 $ 4`x'08.90 PROPOSAL Page 8 of 16 CITY PROJECT NO. 10018) I II III Iv v ITEM QTY & UNIT Description Unit Price Total B10 1,943 SY G -700 Remove Sandshell Base (Taxiway B4) ( Appx. 8 ") (Dispose of Offsite) $ 3.1.0 $ (4.4%‘4..g a H11 1,084 SY P -101 Cold Planing Asphalt Taxiway F Transition (4 ") (Dispose of Offsite) $ 87o $ Ci460o•80 B12 150 CY P -152 Drainage Excavation $ 30.00 $ 4-50,0.00 B13 7 CY P -152 Embankment in Place (Offsite & Onsite Borrow) $ 3.So $ 2712—S° B14 875 CY P -152 Unclassified Excavation (Taxiway B4) $ S • o o $ 3 7 S . o0 B15 50 CY P -153 Controlled Low Strength Material $ 100. Are $ 5 000w, 00 B16 40 TON P -155 Lime (6% By Dry Weight) $ 170.00 $ ( Soo. 00 B17 2,620 SY P -155 Lime-Treated Subgrade (6 ") $2-.Co $ (.56 o . o o PROPOSAL Page 9 of 16 (CITY PROJECT NO. 10018) I II III IV V ITEM QTY & UNIT Description Unit Price Total B18 1 LS P -156 Temporary Baled Hay Filter Dam $ (.(oO . oo $ C `o. op B19 400 LF P -156 Temporary Silt Fence $ 1.10 $ 3240000 B20 CY P -209 Crushed Aggregate Base Course (8") $100.00 $ ‘oj000. oo B21 Ton P -401 Bituminous Base and Surface Course $ 771.00 $ 11h Leo. o0 B22 2,500 SY P -501 Portland Cement Concrete Pavement (PCC) (10 ") (Include Joints and Sealant) $ %4. 00 $ t42171 sco.00 B23 GAL - P 602 Bituminous Prime Coat (0.20 Gal /SY) $ 4.00 $ 2-140.0o B24 GAL P -603 Bituminous Tack Coat (0.10 Gal /SY) $ 4..so $ 4.401.C. Do B25 2,0F0 P -620 Taxiway Painting (Black) (Non - Reflective) $ - 2.0 $ 2%4400.0o 826 1,000 SF P -620 Taxiway Painting (Yellow) (Reflective) $1.50 $ 2.soo. 00 PROPOSAL Page 10 of 16 (CITY PROJECT NO. 10018) I II III Iv v ITEM QTY VNIT Description r Unt i a Total B27 180 LF D -701 4'x 2' Precast Reinforced Concrete Box (ASTM C 1433) (Aircraft Rated) $ 4o. oo $ 2s, 2oo. o0 B28 RA D -752 Reinforced Concrete Headwall, Apron and Wingwalls (4:1) for 1 - 4' x 2' RCB Culverts (Culvert Q) $ 40o0• ao $ g000,00 B29 4,840 SY T -901 Seeding $ I • o o $ L4 -1 0. o o B30 125 SY T -904 Sodding $ (Q • (, o $ W 2S. op B31 1 LS L -105 Demolition and Proper Disposal of all Equipment as Noted and Turning Over all Designated Lighting and Signage Equipment to Maintenance Staff $ 4-oo.. oo $ •0op_o0 B32 2 EA L -108 0.75" (19 MM) Dia. By 10.00' (3 M) Long Copperclad Steel Sectional Ground Rod $ 12 o. o o $ 2-4o. o.o B33 IOF L -108 1/C #6 AWG BSD or BHD or TW Bare Copper Counterpoise $ 1 • t o $ $'do . o.o B34 2,000 LF L -108 1/C L- 824 -Type C Unshielded #8 AWG 5KG Copper Cable $ I. 1 0 $ 22. o 0.0:) PROPOSAL Page 11 of 16 CITY PROJECT NO. 10018) I II III Iv v ITEM QTY UNITUNIT p ii a Total B35 725 LF L -110 1W2" Schedule 40 PVC Concrete Encased Duct Installed in Open Field $ 17. o o $ 12, 32. c..o o 836 I1F L -110 2W4" Schedule 40 PVC Concrete Encased Duct Bank $ G o. oo $ C boo. 00 B37 EA L -125 L -858 Airfield Guidance Sign, Double Face - 4 Module, Installed With a New Concrete Base $ 55 0o. oo $ SS 00. 00 B38 EA L -125 L -858 Airfield Guidance Sign, Double Face - 3 Module, Installed on Existing Concrete Base $ SS, 0. oo $ SSoe.00 B39 1 EA L -125 L -861T Taxiway Edge Light (Elevated, Blue) Installed in Open Field on Existing Base $ Soo. oo $ Swo. Oo B40 13 EA L -125 L -861T Taxiway Edge Light (Elevated, Blue) Installed in Open Field With New Base $ V D 0. oo $ 1 oj'4Do. op B41 180 LF SP -4 OSHA Trench Safety System $ 2.0. oo $ 3(.00.00 PROPOSAL Page 12 of 16 (CITY PROJECT NO. 10018) I II III Iv v ITEM QTY & UNIT Description Unit Price Total B42 2 EA L -125 L -867 Handhole With Concrete Base and Galvanized Bolted Cover $ $oo.00 $ 1400• 00 TOTAL ALTERNATE BID NO 1 - SCHEDULE "B" : $ 4/111Z21. O O (Bid Items B1 -B42) BID SUNNARY TOTAL BABY SID D> HEa ibtpip . $ Q l TOTAL ALTERNATE BID NO. 1 - SCHEDULE "B ": $ 4191 827. oo PROPOSAL Page 13 of 16 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 200 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. APPROVED AS TO LFL FORM: By: Y�L Asst. City Attorney if Person signing -for t on is not Pre of authorizat on CITY OF c RPUS CI RIS By: 6 -4 Juan Perales / Jr.,P.E. Assistant City Manager Engineering /Development Services By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Be ry Contracting, LP dba Bay,Ltd. By• t Title: Est-; K.da -`� V. P.O.BOX 9908 (Address) CORPUS CHRISTI, TX 78469 (City) (State)(ZIP) 361/299 -3721 * 361/299 -2304 (Phone) (Fax) Agreement Page 2 of 2 P R O P O S A L F O R M F O R CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F PROJECT 10018 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL Page 1 of 16 P R O P O S A L Place: Date: COr Tic. 11— %1 —aq Proposal of err l Co" r• o,c.� -`,, LP Wes S al LA-1. a Corporation organized and existing under the laws State of a Partnership or OR of the Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby materials, tools, and necessary required for: proposes equipment, to furnish all labor and and to perform the work CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F PROJECT NO. 10018 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: PROPOSAL Page 2 of 16 CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F PROJECT 10018 BASE BID SCHEDULE "A" - TAXIWAY B4 CONSTRUCTION WITH FLEXIBLE PAVEMENT SECTION I II III Iv v ITEM QTY & UNIT Description Unit Price Total Al EA G -300 Furnish and Install Lighted Cones $ So. oo $ 23 0.09 A2 BA G -300 Install Lighted Cones (Furnished by Airport) $ 30.0o $ 15 0,00 A3 45 EA G -300 Install Multi- Barrier Barricades (Furnished by Airport) $ 1.S.oa $ S6LS. oo A4 85 EA Furnish and Install Multi - Barrier Barricades $270.00 $ 22j RS o. ao A5 1 LS G -500 Mobilization $ I77}oo0.00 $ I1., o00. o0 A6 I1S G -700 Remove Concrete Headwall With Skewed Wingwalls $ 4 10.40 $ 41 o. o 0 A7 1 EA G -700 Remove Concrete Sloped Headwall $ 4.4o. oo $ a+R 0.00 A8 217 LF G -700 Remove 2 - 28" X 32" CHAP $ 1r. oo $ 32SS. 00 PROPOSAL Page 3 of 16 (CITY PROJECT NO. 10018) I II III IV V ITEM QTY & UNIT Description Unit Price Total A9 1,943 SY G -700 Remove Pavement (Asphalt) (Taxiway B4) (Appx. 4 ") (Dispose of Offsite) $ Z,.-3o $ 44-G8 .So A10 1,943 SY G -700 Remove Sandshell Base (Taxiway B4) ( Appx. 8 ") (Dispose of Offsite) $ 3.4o $ (,gg4,. eo All 1,084 SY P -101 Cold Planing Asphalt Taxiway F Transition (4 ") (Dispose of Offsite) $ $"•Coo $ 4322..L o Al2 150 CY P -152 Drainage Excavation $ 3 0 . o o $ '4.s0000 A13 CY P -152 Embankment in Place (Offsite & Onsite Borrow) $ 3.50 $ Ll 1 1.SO A14 914 CY P -152 Unclassified Excavation (Taxiway B4) $ 5.00 $ 4.570.00 Al5 c� P -153 Controlled Low Strength Material $ loo. oo $ Soon. 00 A16 80 TON P -155 Lime (6% By Dry Weight) $ 110.0o $ 13J 400.00 All 2,740 SY P -155 Lime-Treated Subgrade (12 ") $ 3.10 $ q000 PROPOSAL Page 4 of 16 (CITY PROJECT NO. 10018) I II III IV V ITEM QTY & UNIT Description Unit Price Total A18 1 LS P -156 Temporary Baled Hay Filter Dam $ (40.0p $ “0.00 00 A19 400 LF P -156 Temporary Silt Fence $ '°° $ 11..0o. o0 A20 CY P -209 Crushed Aggregate Base Course (8N) $ Io0• oo $ Go, 000. Oo A21 2,500 Ton P -401 Bituminous Base and Surface Course $ 88 • oo $ 220,00p. 00 A22 GAL P -602 Bituminous Prime Coat (0.20 Gal /SY) $ 4+. o0 $ 2.11.0. oo A23 1,285 GAL P -603 Bituminous Tack Coat (0.10 Gal /SY) $ 4. So $ S7 8 .. So A24 2,000 SF P -620 Taxiway Painting (Black) (Non - Reflective) $ I.2 o $ 2.4,0 0. co A25 1,000 SF P -620 Taxiway Painting (Yellow) (Reflective) $2..50 $ 2S oo, oo A26 180 LF D -701 4'x 2' Precast Reinforced Concrete Box (ASTM C 1433) (Aircraft Rated) $ H-o. oo $ 2s Loo. oo PROPOSAL Page 5 of 16 (CITY PROJECT NO. 10018) I II III IV V ITEM QTY & UNIT Description Unit Price Total A27 EA D -752 Reinforced Concrete Headwall, Apron and Wingwalls (4:1) for 1 - 4' x 2' RCB Culverts (Culvert Q) $ 4000. oo $ 4000. 00 A28 4,840 SY T -901 Seeding $ 1.0, $ ci. g 4o. 00 A29 125 SY T -904 Sodding $ 4.4o $ gas. o0 A30 1 LS L -105 Demolition and Proper Disposal of all Equipment as Noted and Turning Over all Designated Lighting and Signage Equipment to Maintenance Staff $ 4.000. ao $ 4.000. 00 A31 2 EA L -108 0.75" (19 MM) Dia. By 10.00' (3 M) Long Copperclad Steel Sectional Ground Rod $ 12 o. oo $ 2-`k).09 A32 LF L -108 1/C #6 AWG BSD or BHD or TW Bare Copper Counterpoise $ 1.1 o $ $80. 00 A33 2, F 0 L -108 1/C L- 824 -Type C Unshielded #8 AWG 5KG Copper Cable $ 1. 1 o $ 22 o O. 00 A34 725 LF L -110 1W2" Schedule 40 PVC Concrete Encased Duct Installed in Open Field $ 0. o $ 1-a. 32s. op PROPOSAL Page 6 of 16 (CITY PROJECT NO. 10018) I II III IV V ITEM QTY IT Description p Unit ice Total A35 LF L -110 2W4" Schedule 40 PVC Concrete Encased Duct Bank $ 40.00 $ (.(,O. o o A36 EA L -125 L -858 Airfield Guidance Sign, Double Face - 4 Module, Installed With a New Concrete Base $ SSoo• op $ SSoo . 00 A37 L -125 L -858 Airfield Guidance Sign, Double Face - 3 Module, Installed on Existing Concrete Base $SSoo• oo $ 5S09, 00 A38 1 EA L -125 L -861T Taxiway Edge Light (Elevated, Blue) Installed in Open Field on Existing Base $ soo•oo $ Soo.00 A39 13 EA L -125 L -861T Taxiway Edge Light (Elevated, Blue) Installed in Open Field With New Base $ T00.00 $ log 4-00. 00 A40 180 LF SP -4 OSHA Trench Safety System $20.o0 $ 3 60.0_00 A41 2 EA L -125 L -867 Handhole With Concrete Base and Galvanized Bolted Cover $ Zoo. coo $ 11.00• 00 TOTAL BASE BID SCHEDULE "A ": (Bid Items Al -A41) PROPOSAL Page 7 of 16 $ 499,133. 1 o ALTERNATE BID NO. 1 — SCHEDULE "B" TAXIWAY B4 CONSTRUCTION WITH RIGID PAVEMENT SECTION I II III IV V ITEM QTY & UNIT Description Unit Price Total B1 EA G -300 Furnish and Install Lighted Cones $ So. oo $ 2Sozoo B2 EA G -300 Install Lighted Cones (Furnished by Airport) $.0.00 $ 1 so. 00 B3 45 EA G -300 Install Multi - Barrier Barricades (Furnished by Airport) $ I25.00 $ S G2s. 00 B4 85 EA Furnish and Install Multi - Barrier Barricades $270.00 $ 2 . q5 0.00 B5 1 LS G -500 Mobilization $ 17 000. oo $ 17.) 000. o 0 B6 1 LS G -700 Remove Concrete Headwall With Skewed Wingwalls $ Soo. o o $ Soo. 0 0 B7 1 EA G -700 Remove Concrete Sloped Headwall $ Soo.01, $. 00_00 B8 217 LF G -700 Remove 2 - 28" X 32" CMAP $ 1 S. o s $ .22SS . 0 9 B9 1,943 SY G -700 Remove Pavement (Asphalt) (Taxiway B4) (Appx. 4 ") (Dispose of Offsite) $ 2.3 0 $ 4448.9 0 PROPOSAL Page 8 of 16 (CITY PROJECT NO. 10018) I II III IV V ITEM QTY & UNIT Description Unit Price Total B10 1,943 SY G -700 Remove Sandshell Base (Taxiway B4) ( Appx. 8 ") (Dispose of Offsite) $ 1.60 $ L 99`k.go Bil 1,084 SY P -101 Cold Planing Asphalt Taxiway F Transition (4 ") (Dispose of Offsite) $ 8.70 $ ci 3a . ga B12 150 CY P -152 Drainage Excavation $ 3 0. o o $ 4.s00.00 B13 CY P -152 Embankment in Place (Offsite & Onsite Borrow) $ 3.So $ 2112- So B14 875 CY P -152 Unclassified Excavation (Taxiway B4) $ S • o o $ 14 375. oo B15 50 CY P -153 Controlled Low Strength Material $ 1 00. ,0a $ 5 000,; 00 B16 40 TON P -155 Lime (6% By Dry Weight) $ 17o.00 $ ( S`oo.00 B17 2,620 SY P -155 Lime - Treated Subgrade (6 ") $2-.C° $ r 55 0. 0 0 PROPOSAL Page 9 of 16 (CITY PROJECT NO. 10018) I II III Iv V ITEM QTY & UNIT Description Unit Price Total 818 1 LS P -156 Temporary Baled Hay Filter Dam $<.(00.00 $ C(40.00 819 400 LF P -156 Temporary Silt Fence $ 1.10 $ 3245\00 820 CY P -209 Crushed Aggregate Base Course (8 ") $ 100.00 $ (0000. o0 B21 200 Ton P -401 Bituminous Base and Surface Course $ 211.4)0 $ Y7, Loo. o0 B22 2,500 SY P -501 Portland Cement Concrete Pavement (PCC) (10 ") (Include Joints and Sealant) $ -29. ao $ j q7 Soo. oo B23 GAL P -602 Bituminous Prime Coat (0.20 Gal /SY) $ 4.00 $ 214 o.00 B24 GAL P -603 Bituminous Tack Coat (0.10 Gal /SY) $ ‘h•So $ Wts, 00 825 2,000 SF P-620 Taxiway Painting (Black) (Non - Reflective) $ t. 2 o $ 2 •400. o0 B26 1,000 SF P -620 Taxiway Painting (Yellow) (Reflective) $2.o $ 2soo. 00 PROPOSAL Page 10 of 16 (CITY PROJECT NO. 10018) I II III IV V ITEM QTY & UNIT Description tion Unit Price Total B27 180 LF D -701 4'x 2' Precast Reinforced Concrete Box (ASTM C 1433) (Aircraft Rated) $ 140.00 $ 2s, Zoo. o0 B28 2 RA D -752 Reinforced Concrete Headwall, Apron and Wingwalls (4:1) for 1 - 4' x 2' RCB Culverts (Culvert Q) $14D00.00 $ gQOO�oa B29 4,840 SY T -901 Seeding $ I • D o $ 474-10. Do B30 125 SY T -904 Sodding $ (0.40 $ W2S. 00 B31 I 1 LS L -105 Demolition and Proper Disposal of all Equipment as Noted and Turning Over all Designated Lighting and Signage Equipment to Maintenance Staff $4.000.00 $ 40oP -Oo H32 2 EA L -108 0.75" (19 MM) Dia. By 10.00' (3 M) Long Copperclad Steel Sectional Ground Rod $ 110.00 $ 240. o.o B33 LF L -108 1/C #6 AWG BSD or BHD or TW Bare Copper Counterpoise $ ( • 1 0 $ o . o.o B34 2,000 LF L -108 1/C L- 824 -Type C Unshielded #8 AWG 5RG Copper Cable $ (• 1 0 $ ii o 0.0 o PROPOSAL Page 11 of 16 (CITY PROJECT NO. 10018) I II III Iv V ITEM QTY UNIT UNIT p Unt iice Total B35 725 LF L -110 1W2" Schedule 40 PVC Concrete Encased Duct Installed in Open Field $ 17.0o $ 12, 3 Z c. o o B36 LF L -110 2W4" Schedule 40 PVC Concrete Encased Duct Bank $ C o. oo $ C. 400• co B37 EA L -125 L -858 Airfield Guidance Sign, Double Face - 4 Module, Installed With a New Concrete Base $ 5S oo. oo $ 5.5' oo. a o B38 EA L -125 L -858 Airfield Guidance Sign, Double Face - 3 Module, Installed on Existing Concrete Base $ SS,o. oo $ SSoo-oo B39 1 EA L -125 L -861T Taxiway Edge Light (Elevated, Blue) Installed in Open Field on Existing Base $ Soo. oo $ Sp o• o0 H40 13 EA L -125 L -861T Taxiway Edge Light (Elevated, Blue) Installed in Open Field With New Base $ V o D. oo $ I 0)4 -0o. o o B41 180 LF SP -4 OSHA Trench Safety System $ 2.o. oo $ 3<.00. 0 0 PROPOSAL Page 12 of 16 (CITY PROJECT NO. 10018) I II III IV ITEM QTY & UNIT Description Unit Price V Total B42 2 EA L -125 L -867 Handhole With Concrete Base and Galvanized Bolted Cover $ Z o o. Oo $ I 400. 00 TOTAL ALTERNATE BID NO 1 - SCHEDULE "B" : $ "} i 9) 82-1, 0 0 (Bid Items 81 -B42) BID SUMMARY TOTAL BARR ICI" glat t- Q $ t 4 4 21 1 0-• TOTAL ALTERNATE BID NO. 1 - SCHEDULE "B": $ 4-/ 9 S 2 7. 00 PROPOSAL Page 13 of 16 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required). to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE and DBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 200 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): (SEAL - IF BIDDER IS a Corporation) Respectfully submitted: Name: bat LOt . By: SIGNATURE Address: " 99 0 (P.O. Box) (Street) C orp v r C1.r,si -'. TX . '78469 (City) (State) (Zip) Telephone: 2 S 4 - 372.1 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. PROPOSAL Page 14 of 16 (Revised August 2000 PERFORMANCE BOND BOND NO. 929425368 STATE OF TEXAS § SNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Berry Contracting, LP dba Bay, Ltd. of NUECES County, Texas, hereinafter called "Principal ", and CONTINENTAL CASUALTY COMPANY , a corporation organized under the laws of the State of ILLINOIS , and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of FOUR HUNDRED SEVENTY -NINE THOUSAND, EIGHT HUNDRED TWENTY -SEVEN AND NO/100($479,827.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 15TH of DECEMBER , 20 09 , a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY B4 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F PROJECT NO 10018 (TOTAL ALT.BID NO.1: $479,827.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 5TH day of JANUARY i 20 10 PRINCIPAL BERRY CONTRACTING, LP DBA BAY LTD. By: So- (Print Name & Title) ATTEST 'b ink g. 1 Ta — m;ei .Assn 5fan+ (Print Name & Title) SURETY CONTINENTAL CASUALTY COMPANY By: Attorne MARY E (Print Name) 1 Also Agency: Contact Person: Address: SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361- 883 -1711 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 PAYMENT BOND STATE OF TEXAS § BOND NO. 929425368 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Berry Contracting, LP dba Bay, Ltd. of NUECES County, Texas, hereinafter called "Principal ", and CONTINENTAL CASUALTY COMPANY , a corporation organized under the laws of the State of ILLINOIS , and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of FOUR HUNDRED SEVENTY -NINE THOUSAND, EIGHT HUNDRED TWENTY -SEVEN AND NO/100($479,827.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 15TH day DECEMBER , 20 09 , a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY 84 WIDENING BETWEEN WEST GA APRON AND TAXIWAY F PROJECT NO 10018 (TOTAL ALT.BID NO.1: $479,827.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 5TH day of JANUARY , 20 10 . Agency: Contact Person: Address: PRINCIPAL BERRY CONTRACTING, LP DBA BAY LTD. By: J O z ' S`t'yrn a`t'.n IV) (Print Name & Title) ATTEST TDI/CiA;ni02-• kairrVrra �nq(nd� �.Trgnmdl - Admen. Y1ss15—r�raf (Print Name & Title) SURETY CONTINENTAL CASUALTY COMPANY By:, Attorney -fact MARY EL N MOORE (Print Name) SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.Q. BOX 870 PORPTJq CPPTgTT TPYAC 7H4fl Phone Number: 361- 883 -1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 Rb CERTIFICATE OF LIABILITY INSURANCE BERGBCI. PRODUCER Swantner & Gordon Ins Agcy-CC PO Box 870 Corpus Christi TX 78403 -0870 Phone:361- 883 -1711 Fax:361- 844 -0101 DATE (MMIDDIYYYY) 01/05/10 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC aX INSURED Berry yContrtadcting, LP P. O. 16x Me Corpus Christi TX 78469 -4858 INSURER A: Ace American Insurance Company INSURER B: Ace Property i Casualty Ins Co INSURERC: Illinois Union Insurance Co. INSURER D: 22667 20699 27960 INSURERS ( #21) THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I AVM IN&tC SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFOR E EXPIRATION TYPE OF IN�IRANf.E u y E� 1f Epp N POLICY NUMBER I D TE POUCY ) I o TAE (Yang dYYYYI LIMITS LTR LTR A GENERAL X LABILITY V/ CO MERCIALGENERALLIABILITY HDOG24930701 05/20/09 EACH OCCURRENCE S1,000,000 05/20/10 ugrA wsre' ee $100,000 S 10,000 APED EXP (Any one person) CLAIMS MADE I X I OCCUR PERSONALBADVINJURY 51,000,000 X X, C, U Included X Contractual Incl GENERAL AGGREGATE $5,000,000 GENL AGGREGATE UNIT APPLIES PER: POUCY X ICI LOC PRODUCTS - COMP /OP AGG $ 5,000,000 A AUTOMOBILE X.] X X LIABILITY V ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS ISAH08578254 05/20/09 05/20/10 COMBINED SINGLE LIMIT (Ea accident) S1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) S I GARAGE — LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC S AUTO ONLY: AGG S B L EXCESS X1 X /UMBRELLA LIABILITY ` X00G24640449 05/20/09 05/20/10 EACH OCCURRENCE $5,000,000 S5,000,000 S OCCUR CtAIMSMADE DEDUCTIBLE RETENTION S 50LOO,O AGGREGATE S A WORKERS COMPENSATION ®{/ AND EMPLOYERS' LIABILITY ANY PERIMEMBEREXCLUR ECUTIVCJ (Mandatary In NH) l N yee. AL PR a ISIO SPECIAL PROVISIONS below WLRC45697344 05/20/09 05/20/10 X I TORY LIMIA I OER E.L. EACH ACCIDENT 51,000,000 EL DISEASE - EA EMPLOYEE, S 1 , 000 , 000 E.L. DISEASE - POLICY LIMIT S 1,000,000 C OTHER Pollution CPYG24645332002 05/20/09 05/20/10 EachClaim $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS See attached notepad for additional coverage information. Project: Corpus Christi International Airport Taxiway B4 Widening Between West GA Apron and Taxiway F - Project 10018 CANCELLATION City of Corpus Christi R CICO –CC D SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFOR E EXPIRATION NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL AUR IIaD ESENTATIVE f/ ACORD 25 (2009101) ®1988 -2009 ACOR ORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Additional Insured as required by written insured contract in favor of the Certificate Holder applicable to General Liability, Auto Liability & Umbrella policies. Waiver of Subrogation as required by written insured contract in favor of the Certificate Holder applicable to Workers Compensation, General Liability, Auto Liability & Umbrella policies. Workers Compensation includes US Longshore S Harbor Workers Compensation Act Coverage Endorsement, Outer Continental Shelf Lands Act Coverage Endorsement and Maritime at $1,000,000. General Liability is primary & non - contributory where required by written contract. POLICY NUMBER: HD0024930701 COMMERCIAL GENERAL LIABILITY CO 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 'ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: VCOMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Corpus Christi Department of Engineering Services - Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469 -9277 1� (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after. (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project CO 20 10 10 01 ® ISO Properties, Inc., 2000 Authorized Representative: J R.M. Lee, Managing Partner Swantner & Gordon POUCY NUMBER: HDOG24930701 COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY /ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART V SCHEDULE Name of Person or Organization: City of Corpus Christi Department of Engineering Services - Attn: Contract Administgator PO Box 9277 Corpus Christi, TX 78469 -9277 Location and Description of Completed Operations: Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II — Who Is An Insured Is amended to Include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work' at the location designated and described in the schedule of this en- dorsement performed for that Insured and included in the "products- completed operations hazard' jedjreesntave,: R.M. Lee, Managing Partner Swantner & Gordon CG20371001 0 ISO Properties, Inc., 2000 Page 1 of 1 POLICY NUMBER: ISA H006TI254 ENDT. 06 ADDITIONAL INSURED — DESIGNATED PERSONS OR ORGANIZATIONS Named Natured [-terry OP, Inc. Policy Symbol Policy Number nt i Policy Period / ffecbve Date of Endorsement H08578254 05/20/2009 to 05/20/2010 issued By (Name of insurance Company) 'ACE A*.rlosn Inausane. Coapany macs ehe , smart. The Iemaina a o? sw ei ineatiun a to se un. Of MOO II unfloi amaN a eases ,a AO Of ME Endorsement Number 6 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under Mao following: BUSINESS AUTO POLICE' '_1_`RUCKERSPOLtcY` GARAGE POLICY Additional Insured (s): /City of Corpus Christi lkpartmentef Engineering Services - Attn: CoptracjAdmin jstrator PO Box 9277 rnrpuu Christi, TX 72I64_9277 A. For a covered "auto,' Who Is Insured is changed to include as an "insured," the persons or organizations named in this endorsement. However, these persons or organizations we an 'insured' only for 'bodily injury' or "property damage' resulting from acts or omissions of: 1. You. 2. Any of your employees or agents. 3. Any person operating a covered 'auto' with permission from You, any of your employees or agents. B. The persons or organisations named in this endorsement are not liable for payment of you premium. Authorized Agent OA -9U74 (12/94) Ptd In U.S.A. Name: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator Address: POLICY NUMBER: HDOG24930701 COMMERCIAL GENERAL LIABIUTY CG 92 05 12 04 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. 'TEXAS CHANGES AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABIUTY COVERAGE PART OWNI:HS AND CON•FRACTORS PROTECTIVE LIABIUTY COVERAGE PART POLLUTION LABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODIJC IS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Pert, we agree to mail prior written notice, of cancellation or material change to: SCHEDULE 1, 2. PO Box 9277 Corpus Christi, TX 78469 -9277 3. Number of days advance notice: 30 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. frci f fs:Ah Authorized Representative: CG 02 05 12 04 T) ISO Properties, Inc.. 2003 Page 1 of 1 U '()IJCY NUMii142: LSAH08578254 COMMERCIAL. AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANGES 'ME POLICY. PLEASE READ IT CAREFULLY. iTEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FOl iM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage fled by the endorsement. This endorsement changes the polity effective on the inception dale of the policy unless below Form apply unless mod- another date is indicated Endorsement Effective: 05/20/09 Named Insured: Berry Contrrc;rl g,lea2 aye t1 . J Countersigned By; SCHEDULE Number of Days' Notice Name Of Person Or Organization Address (Authorized Representative)._ 30 City of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469 -9277 II this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named In the Schedule. We will give the number of days notice indicated in the Schedule. CA 0244 06 04 Cc© ISO Properties. Inc., 2003 Page 1 of 1 fl TEXAS WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY MANUAL ENDORSEMENTS & FORMS TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or Indirectly to benefit anyone not named In the Schedule. 1. Number of days advance notice: 2. Notice will be mailed to: Berry Contracting, LP dba Bay, Ltd. Policy Number. WLRC45697344 Policy Dates: 05!20/09 -05/20/10 Schedule 30 1 City of Corpus Christi Department of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78489 -9277 Authorized Representative: WC 42 06 01 of the Information or organization named