Loading...
HomeMy WebLinkAboutC2011-110 (VOL.I) - 2/8/2011 - Approved2011 -110 M2011 -040 0 2/08 / 11 Barcom Commercial (Vol. I) S P E C I A L P R O V I S__ _. FORMS 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 RENTAL CAR QUICK TURN AROUND FACILITY ISSUE FOR BID November 2010 VOLUME I PREPARED BY: PGA TBPE FIRM REG. NO. F -2742 3131 Briarpark, Suite 200 HOUSTON, TEXAS 77042 PHONE: 713 - 622 -1444 FAX: 713- 968 -9333 S P E C I F I C A T I O N S ���- °F •rFXi ' JEFFREY A, TAL80iT � A .....88653 i �r O E t •. � 10ENSEO.. �F,r� NOV 5, 2010 NOV 5, 2010 STANTEC PGAL FUELING STRUCTURAL CITY PROJECT NO: 1 DRAWING NO: AP -135 PGAL PROJECT NO: R100458 D ARp V C2 4 a w is r � 7� t543% F OF i NOV 5, 2010 PGAL - ARCHITECT usCHAEL R- LAWRENCE 91038 NOV 5, 2010 PGAL CIVIL . FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 --3500 Fax: 361/826 -3501 NOV 5, 2010 I.A. NAMAN & ASSOC. MEP ENGINEER CORPUS CHRISTI INTERNATIONAL AIRPORT RENTAL CAR QUICK TURN AROUND FACILITY Project No. 10030 VOLUME I 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 PART A - SPECIAL PROVISIONS (Revised 9/18/00) A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A - 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 Excavation and Removals A -16 Disposal /Salvage of Materials A -17 Field Office A -18 Schedule and Sequence of Construction A -19 Construction Project Layout & Control 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Policy Revised 10198) A - 23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A 25 Sales es T-a3E EHeffipti :: NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A -27 Responsibility for Damage Claims A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements F.� A -33 Conditions of Work A -34 Precedence of Contract Documents A W n l• t' + pee a i-�..... is (NOT USED) �5 City=- ..z�rter— ram = = = �zcc te .....� -- A--36 Other Submittals (Revised 9/18/00) - (NOT USED) A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities f� A -39 Certificate of Occupancy and Final Acceptance A•-40 Amendment to Section B -8 -6: Partial Estimates Table of Contents r� 1 of 4 (NOT USED) 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 -46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre - Construction Exploratory Excavations (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" 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 Physieal Data (NOT USED) A -55 Project Record Documents ti A -56 Errors and Omissions A -57 Definition of Engineer A -58 Trench Safety A =59 Airport Safety and Security A -60 Computer Generated Proposals SPECIAL PROVISIONS - ATTACHMENT 1 - Sample Computer Printout ATTACHMENT 2 - Project Sign Layout FAA Advisory Circular 150/5370 -2E - Operational Safety on Airports During Construction PART B - GENERAL PROVISIONS ( rev. Nov/ 94) 1 PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS CITY OF CORPUS CHRISTI - STAN WASTEWATER & UTILITY 022020 Excavation and Backfill for Utilities and Sewers (S -9) 022022 Trench Safety for Excavations 022040 Street Excavation (S -10) 022060 Channel Excavation (S -11) ~° 022080 Embankment (S -13) 022100 Select Material (S -15) 023020 Jacking, Boring, Tunneling (S -65) 026201 Waterline Riser Assembly (S -79) 026202 Hydrostatic Testing of Pressure Systems (S -89) 026206 Ductile Iron Pipe and Fittings (S -81) 026210 Polyvinyl Chloride Pipe (S -83) 026214 Grouting Abandoned Utility Lines (S -3) 026402 Water Lines (S -88) 026404 Water Service Line (S -87) 026406 Private Water Service Lines (S -112) 026409 Tapping Sleeves and Tapping Valves (S -84) 026411 Gate Valves for Water Lines (S -85) 026416 Fire Hydrants (S -86) 027203 Vacuum Testing of Sanitary Sewer Manhole and Structures 027205 Fiberglass Manholes 027604 Disposal of Waste from Sanitary Sewer Cleaning 027606 Sanitary Service Lines Table of Contents 2 of 4 027608 Private Sewer Services (S -39) 030020 Portland Cement Concrete 032020 Reinforcing Steel (S-42) PART T - TECHNICAL SPECIFICATIONS DIVISION 01- GENERAL REQUIREMENTS 011000 Summary 012100 Allowances 012300 Alternates 012500 Substitution Procedures 012600 Contract Modification Procedures 012900 Payment Procedures 013100 Project Management and Coordination 013200 Construction Progress Documentation 013233 Photographic Documentation 013300 Submittal Procedures 014000 Quality Requirements 014200 References 015000 Temporary Facilities and Controls 015721 Indoor Air Quality Controls 016000 Product Requirements 017300 Execution 017400 Warranties 017419 Construction Waste Management and Disposal 017700 Closeout Procedures 017810 Project Record Documents 017820 Operation and Maintenance Data 017900 Demonstration and Training 018113 Sustainable Design Requirements 019113 General Commissioning Requirements DIVISION 02 - EXISTING CONDITIONS 023200 Geotechnical Investigation 024116 Structure Demolition DIVISION 03 - CONCRETE 033000 Cast -In -Place Concrete 034713 Tilt -Up Concrete DIVISION 04 - MASONRY 048100 Unit Masonry Assemblies DIVISION 05 - METALS 051200 Structural Steel Framing 051213 Exposed Structural Steel Framing 7 052100 Steel Joist Framing 053100 Steel Decking 054000 Cold - Formed Metal Framing Table of Contents 3 of 4 055000 Metal Fabrications DIVISION 06 - WOOD AND PLASTICS 061000 Rough Carpentry 062200 Finish Carpentry and Millwork DIVISION 07 - THERMAL AND MOISTURE PROTECTION 072100 Thermal Insulation 075400 Thermoplastic (TPO) Membrane Roofing 076200 Sheet Metal Flashing and Trim 077233 Roof Hatch 079200 Joint Sealants I� ►/ fy [i�iCf�� IZiZi�,�.y \ ►1��i�I��IZi1 081113 Hollow Metal Doors and Frames 081416 Wood Doors 083323 Overhead Coiling Doors 084113 Aluminum- Framed Entrances and Storefronts 087100 Door Hardware 088000 Glazing 088819 Hurricane Resistant Glazing DIVISION 09 - FINISHES 092500 Gypsum Board Assemblies 093000 Tiling 095113 Acoustical Panel Ceilings 096530 Resilient Wall Base and Accessories 096723 Resinous Flooring 096800 Carpet 099123 Interior Painting 099113 Exterior Painting 099600 High - Performance Coatings DIVISION 10 - SPECIALTIES 101400 Signage • 102800 Toilet Room Accessories 105200 Fire Protection Specialties 107316 Aluminum Canopy DIVISIONS 11- THROUGH 14 (NOT USED) DIVISION 21- FIRE PROTECTION (NOT USED) END OF VOLUME I Table of Contents 4 of 4 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CCIA Rental Car Quick Turn Around Facility , Project No. 10030, which consists of the following: 1) Base Bid comprised of the construction of a new 24,530 SF facility made up of a 13,580 SF pre -cast tilt wall building with administration offices (4,060 SF), 5 vehicle maintenance bays (4,060 SF), 3 car washes and two fueling canopies with 12 vehicle fueling stations (10,530 SF). The Project also consists of site improvements consisting of 219,017 SF of new steel -- reinforced Portland cement concrete pavement with joints, concrete -lined storm sewer ditches and swales, all utility connections, site lighting, oil -water separator, site grading, security fencing and vehicle arresting equipment, sodding and seeding, metal beam guard fence, pavement striping, fire vault, 2- 12,000 gallon fuel tanks and structural support foundation with complete fuel inventory and dispensing systems, and other items related to the site. Project also consists of construction of a new 8 -inch diameter public water main to be connected to an existing public main, as well as a new 8 -inch diameter PVC sanitary sewer to be connected to an existing sanitary trunkline. Site construction also includes construction of a new 700 linear foot _ trapezoidal drainage channel with a 8 foot wide concrete -lined bottom and a top -to- top width of 48 feet and 3,441 cubic yards of excavated soil and a 55 -foot 6'x4' reinforced concrete box culvert crossing at Glasson Road. 2) Additive Bid Alternate No.1 comprised of the replacement of the central — portions of the parking lot with the asphalt pavement section shown in the plans in- lieu of the Portland cement concrete pavement section. The limits of the replacement are the staging and storage lanes for vehicles. - will be received at the office of the City Secretary until 2:00 p.m. on WednesgMj December 8, 2010 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Wednesday, December 1, 2010 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°s 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 f� 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 One hundred and_Fi£ty and no /100 Dollars ( $150.00 ) 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. 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. i Director of Engineering services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS f NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: n TYPE OF INSURANCE MIN INSURANCE COVERAGE 30 -Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -- Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY - -OWNED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ❑ REQUIRED discharge; to include long -term environmental impact for the disposal of NOT REQUIRED contaminants BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements X REQUIRED ❑ NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 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 2 of 2 NOTICE TO CONTRACTORS -- B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 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 meanirig 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 f6r 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 r 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. (S) 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; (S) 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 Gra hic (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 t 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 w (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 ' ts 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 certif cate 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, anew 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; €994. 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. I^ Page 6 of € l (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, §40). (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 t r , Page 7 of 11 T28S 110.110(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. IF "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. IF Page 8 of 11 T28S110.110(c)(7) f ' Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage { "cert f cite') - A copy of a certificate of insurance, a cert f cite 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 x'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 ofportable 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 far 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 r " coverage ends during the duration of the project. 1 ' 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. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and 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; (d) 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 1 codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a set insured, with the commission's Division of Se f 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 CCIA RENTAL CAR QUICK TURN AROUND FACILITY Project No. 10030 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Pra orals /Pre -Sid 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, December 8, 2010 Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - CCIA RENTAL. CAR QUICK TURN AROUND FACILITY, Project No. 10030 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, December 1, 2010 beginning at 10:00 a.m. The pre -bid meeting will convene 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 CCIA RENTAL CAR QUICK TURN AROUND FACILITY, Project No. 10030, which consists of the following: 1) Base Bid comprised of the construction of a new 24,530 SF facility made up of a 13,580 SF pre --cast tilt wall building with administration offices (4,060 SF), 5 vehicle maintenance bays (4,060 SF), 3 car washes and two fueling canopies with 12 vehicle fueling stations (10,530 SF). The Project also consists of site improvements consisting of 219,017 SF of new steel - reinforced portland cement concrete pavement with joints, concrete -lined storm sewer ditches and swales, all utility connections, site lighting, oil -water separator, site grading, security fencing and vehicle arresting equipment, sodding and seeding, metal beam guard fence, pavement striping,.fire vault, 2- 12,000 gallon fuel tanks and structural support foundation with complete fuel inventory and dispensing systems, and other items related to the site. Project also consists of construction of a new 8 -inch diameter public water main to be connected to an existing public main, as well as a new 8 -inch diameter PVC sanitary sewer to be connected to an existing sanitary trmAline. Site construction also includes construction of a new 700 linear foot trapezoidal drainage channel with a 8 foot wide concrete -lined bottom and a top -to -top width of 48 feet and 3,441 cubic - yards of excavated soil and a 55 -foot 6 reinforced concrete box culvert crossing at Glasson Road. Section A — SP (Revised 9/18/00) Page 1 of 30 2) Additive Bid Alternate No.1 comprised of the replacement of the central portions of the parking lot with the asphalt pavement section shown in the plans in -lieu of the Portland cement concrete pavement section. The .limits of the replacement are the staging and storage lanes for vehicles. A -4 Method of Award The bids will be evaluated based on the following order of priority, subject to W� availability of funds: 1. Total Base Bid 2. Total Base Bid plus Additive Bid Alternate No. 1. 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. Explanation of Allowances on the Proposal Form: a 77r = -ne-ma The Allowances included in the Proposal Form are for bidding purposes only and not a guaranteed payment amount. Final payment for each allowance will be negotiated for work performed and for such sums as may be acceptable to the owner. The allowances include costs to Contractor of all materials, labor and equipment required to complete the bid item. Prior to final payment, an appropriate Change Order will be issued to reflect the amount due to the Contractor on account of work covered by allowances, and the Contract Price shall be correspondingly adjusted. 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 CCIA RENTAL CAR QUICK TURN ARO'[M FACILITY, Project No. 10030, 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 -5 Time of Completion /Liquidated Damages The working time for completion of the Entire Project will be three hundred tha,xty (330) 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 w 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. Section A - SP (Revised 911$100) - Page 2 of 30 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. 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 hen. &. building construction. In case of conflict, Contractor shall use higher wage rate. 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.) Section A - SP (Revised 9118/00) Page 3 of 30 One and one -half (1 -1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) A -11 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 Dig Tess at 1- 800 - 344 -8377, the Lone Star Notification Company at 1- 800 - 669 -8344 and Verizon Dig Alert at 1- 800 -483 -6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer CCIA Engineer CCIA Facilities Manager Project Engineer A/E Project Engineer PGAL City Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Parks & Recreation Street & Solid Waste Services American Electric Power (AEP) Southwestern Bell Tel. Co. (SBC) City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) Century Telephone ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 361/826 -3500 361/289 -0171 ext 1236 361/289 -0171 ext 1223 826 -3500 713/622 -1444 (direct 713/968 -9375) 826 -3540 886 -2600 826 -1881 (826 -1880 after hours) 826 -1880 (826 -1880 after hours) 885 -6900 (885 -6900 after hours) 826 -1875 (826 -1880 after hours) 826 -3461 826 -1940 1- 877 -373 -4858 881 -2600 (1- 800 - 824 -4424 after hours) 826 -1946 826 -5000 887 -9200 225 -214 -1169 881 -5767 512/935 -0958 972/753 -4355 (826 -3547) (826 -5060 after hours) (Pager 800- 724 -3624) (Mobile 225- 229 -3202) (Pager 850 -2981) (Mobile) .J 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 Contractors 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. 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 Section A - SP (Revised 9/18/00) Page 4 of 30 Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -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 widths, construction of temporary ramps, construction detours, etc. The Contractor shall comply with applicable FAA regulations and Advisory Circulars and the current version of the Manual on uniform Traffic Control Devices. they Engineering Department. All costs for traffic control are considered subsidiary; therefore, no .direct payment will be made to Contractor. A -14 Construction Equipaent Spillage and Tracki 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 The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation" or "Excavation"; therefore, no direct payment will be made to Contractor. Section A — SP (Revised 9/1$/00) Page 5 of 30 A -1 6 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 Field office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x Go' and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must .indicate the schedule of the following work items: 1. Initial Schedule Submit to the City Engineer three (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 date: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The Contractor shall schedule his work well in advance of actual operations and shall keep the Airport Engineer and Operations Manager advised of this schedule so that close coordination can be maintained with the director of Aviation and with other contractors. Threshold displacements and closing of portions of taxiways and aprons will be required for proper execution of the work. Airport Operations requires a minimum of three (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. A -19 Construction Project Layout and Control The drawings may depict but not necessarily include: lines,, slopes, grades, j 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 shall furnish all lines slopes and measurements necessary 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 Section A — SP (Revised 9118/00) Page 6 of 30 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 Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: For taxiwa-y pavemealt t6 b i,l a a r ; a •-- Finished tep-a €pavement elevatiens on Taxies s at 109 & 190 feet intor{rals Streets- • All curb returns at point of tangency/point of circumference • Curb and gutter flow line - both sides of street on a 200 • Street crowns on a 200 and at all intersections. Wasterwat • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Water: - • All top of valves box; • Valves vaults rim; • Casing elevations (TXDOT and RR permits). 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. - 0 easing elevatlens (tep ef pipe and flew line) (T-XDGT and RR peEmlts)-r A -20 Testiu 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. Section A — SP (Revised 9/18/00) Page 7 of 30 A -21 Project Signs The Contractor must furnish and install (1) Project sign(s) as indicated on the following drawings: (Attachment II) . The sign must be installed before construction. - begins and will be maintained throughout the Project period by the contractor. The location of the sign(s) will be determined in the field by the City Engineer. G. All governmenta! entities U.S. Department ef TraRsVeEtatien in the state ef Teaeas who weeeive funds Evem the have, as loart ef their- epeEat! ehaing . The - hearse miner}t e�nple a -mare IS - ho. far this pregEam -ia-49 Gede -ef- F ederal • Park - 26 ) . G. All governmenta! entities U.S. Department ef TraRsVeEtatien in the state ef Teaeas who weeeive funds Evem the have, as loart ef their- epeEat! eentraet-s . The- autherity Regalatiens -Part 26 (49 , GFR far this pregEam -ia-49 Gede -ef- F ederal • Park - 26 ) . A. Affiliate firms are affiliates of eaeh ether when, - df•reetly ate ewnership, eemmen management, aid- eentr-aetual relatieiiships , that is measurable and ebserireble has -- ae-tually -been perfermed• ceder standards eeRsistent with induatry preetiee fer whieha meneta =y sum ean he assessed G. Disadv;antaqed Business (E)BEO a small as defined pursuant te Seetion 4 eg the Small Business Aet and implementing individuals. GwRed aael eentEelied means a business, whiek is at least 51 individuals. Irr the ease e€ any publiely owned besines , at- least 51 eeenemieally disadvantaged individuals whe ewn it. Section A - SP (Revised 9/18/00) Page 8 of 30 par-W:eipatlng DBE Elm e�- the individual's equity in his er- her primax=t c-E her -- own - ahaL�e of assets, held je}ntl , the 4:ndividualls cual��et wert� . lRdi %4 Section A - SP (Revised 9118100) Page 9 of 30 Oli 11 01. Oft - 0 Section A - SP (Revised 9118100) Page 9 of 30 _(2) enly -4 "eRdemb businesses may be- eer-tifled -as independeat business is eme whose viability dees a DBE. An Rot depend on its - f lLga disadv:antayed individuals shall be as deeisl the Firm - en matters e f . he real, substantial, it shall ge beyond the -pre fe a ewmeL-ship of Eisler - andjpEe 6t s e9mmensuEate wAth their ewnership- ?�eeeg -Wien as - B: in determining whether and eentinuing. the firm a rfleet ieterests a as a peteetial DBE is a not , .se i•}eet the are .G2S4e eve S in a'"" - f lLga te malse the a. _3 e d . as ell as deeisl the Firm - en matters e f . he Saragement, peiiey- end ageretiens. €e in. €ermai semi limit not , .se i•}eet the any y a! er restpletiens; diseretien the disc wh eh ikdividuai. There eustemate s be of nitaged in by law aeti- vities feeisisas shall no westrietlens pr-evisiens, partnership , The disadvantaged e per a tlens limited to management, and the eperatieum delegate a3Feas- the fimn —biA disadvantaged te whem authority s € -management, s:ueh ewners of d eiegatiens must has been firm. be L-e�veeabie the pewer- te ewners and hire and are .G2S4e eve S in a'"" - f lLga as ewnere man e.._ _ j __ , I steekhelder-s to / the €1wm, -this i fe partieipants imlepee aeti- vities feeisisas the - ewer for eentrei - the fivin. The disadvantaged e per a tlens limited to management, and the eperatieum delegate a3Feas- the fimn —biA disadvantaged te whem authority s € -management, s:ueh ewners of d eiegatiens must has been must retain delegated, be L-e�veeabie the pewer- te ewners and hire and may the 4 91re perse �5) The disadvantaged ewner-s raist have an ever-all under-standing of the eempetenee. The disadvantaged ewaews east have the abilit __ in the firm's to - use -this i fe partieipants imlepee aeti- vities feeisisas afW the firm's atie = aa_,_. ma ke - - eeneeming Generally, e per a tlens limited to management, and peiiey makdn.g. empertise demeastr-ate eemtLcei . Section A - SP (Revised 9118100) Page 10 of 30 disadvantaged individuals in determining the ownewship assets held in taFiaat is a disadvantaged individual, by the dleadvaatage — shall - Ae— real or eentrel r the persemal aed the trustee AG G. per-atiens ef the firm. Assets held in a reveeabie living t35 may be— eeunted- enly A :m the— eituatiem where disadvantaged individual is the aele , tx�Rtee. the benefieiaW same and P) The of eapital Or exper-tise individual to aequire interest in the firm by the dleadvaatage — shall - Ae— real and r the persemal net wer PRE- e-ertifseatieneannet emeeed $nen r -0u0 AG G. r. It mu- _ IN NOW A- business that iis denied eeEtifieatiea by a eer-tifying entity Vm-Y net reapply ;or- at least 12 meatha—frsem the-date of: the final deeisien. -A Section A — SP (Revised 9118/00) Page 11 of 30 It mu- A- business that iis denied eeEtifieatiea by a eer-tifying entity Vm-Y net reapply ;or- at least 12 meatha—frsem the-date of: the final deeisien. -A Section A — SP (Revised 9118/00) Page 11 of 30 business that is deeer-tified may Fiet :eeapply form eer-tifieation ter at- business that appeals t9 the -U.S. Department of Transpertat eann ... en- the - appeal -er 12 menhirs, whiehever is lenger: ;­11--11001 AINN 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 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. Section A - SP (Revised 9 /18 /00) Page 12 of 30 , and eer-tifieatien as a - if yeuE states is ehallenged, yetk will be 4:n estlgated, heard,, ginal deteminatien and -a -aadc. ;­11--11001 AINN 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 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. Section A - SP (Revised 9 /18 /00) Page 12 of 30 Minority persons) 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). (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 50.01 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. Coals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractors aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 15% 15% Section A — SP (Revised 9 /18 /00) Page 13 of 30 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. 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 Ins ection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of. Occupancy, when applicable. Section B-6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions as 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 he executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain U ,--i Section A - SP (Revised 9/18/00) Page 14 of 30 reinsurance for any liability in excess of $140,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or rein.surer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." . A 25 Sales Tax (NOT USED) Seetien B 6 22, `--ax &EeffiptieR Previaien ie deleted in its entirety and the Sales I eleets te eper-ate under- a separated eentraet as defined by Seetien 3.291 of Ghapter ! l , or- sueh -ether riles ems regalati be premulga-ted by the Cemptreller of D blie Aeeeut s e f Texas. i. the taM the State Gemptreller. shall; obtain neeessaL-t 2. identify in sales --em the the "Statefnei!.vt ef- Materia!B and Other apprepriabe spaee en a. Pr— _ -'le resale _ _rti to s invoiees to substantiate the 4. Pr-evide the City with eepies ef material pr-�saaml fer- all: - Sales, Exeise, and Use - Taaees- agplieabla to this Prejeet. ww [f lip iIIIINIP lip A -26 Supplemental insurance Requirements 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 r-° (Revised 9118100) Page 15 of 30 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. A -27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B -6 -11 of the General Provisions is - amended to include: Contractor must provide builder's risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's risk coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such builder's risk insurance coverage, including any deductible. the City must be named additional insured on any policies providing such 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, W 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. 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. Section A - SP (Revised 9118100) Page 16 of 30 A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 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 City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen 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. w 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; 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. Section A - SP (Revised 9118100) Page 17 of 30 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 names) and Title 03) of individuals) authorized to execute contracts on behalf of said entity. 11. Documentation showing proof of Disadvantaged Business Rrnterprise (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: --A - Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of ` Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. 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" Regairements 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. Seetiiom A -- SP (Revised 9118/00) Page 18 of 30 A -33 Conditions of Pork 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 Pre -Bid Meeting referred to in S ecial Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the 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. NOT USED A. ter Persennel. A Safety Orientation PEegram will. be -I: WINAMIN Section A — SP (Revised 911$!00) Page 19 of 30 Section A — SP (Revised 911$!00) Page 19 of 30 All trash by tihe Geatraeter his generated ew employees agents, or r muet be eent;aiiaed at= pate: — $lewing trash will net be all times at the vmter The Gentraster faeillt allowed. areas times -shall leeep- all trash dall�— Wee elean at all and reme!ve Gentraetew's persennel must wear e9lered uniferm wver-alle ether than I and individual employee identifieaties Section A — SP (Revised 9118100) Page 20 of 30 as r ineludes but is limiteel to, me a he NO net f %wR i a hi mg, i ns t a lli ng, eemftee Section A — SP (Revised 9118100) Page 20 of 30 as r ineludes but is limiteel to, me a e net f %wR i a hi mg, i ns t a lli ng, eemftee . aeleetiens - debugging, r all h—Z- l'e`- and ec°rlibr-&tig -e ae€tware apeelfleder required plaeing by . Section A — SP (Revised 9118100) Page 20 of 30 � i ON- im - - Section A — SP (Revised 9118100) Page 20 of 30 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. 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. Section A — SP (Revised 9/18/00) Page 2I of 3O h. Space Requirements: Contractor must provide adequate space for Contractor w 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. (NOT USED) eenseraaatiee and Drsmght rentingeney- -Plan as amend "Plan This the pre eenstruetien meetiRg. The Gentraeter will keep a eepy ef -the Plan e-n- tie- Prej-eet site th'e eut eenstruetien." A -38 W'orker'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. A-39 Certificate of occupancy and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision 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 - Adv (NOT USED) Section A — SP (Revised 9118/00) Page 22 of 30 , the day will Section A — SP (Revised 9118/00) Page 22 of 30 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- 5-21 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 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 Chaage_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 Is 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 Drawin s (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. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A -46 Disposal of HiglUy chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. it will be Section A - SP (Revised 9/18/00) Page 23 of 30 the Contractor's responsibility to comply with therequirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall he submitted to the City for approval. 'There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary - sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed ditches, pipes or other excavated items of the project. Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. An allowance bid item has been established for testing pipelines that appear to be abandoned or no owner has claimed. This bid item provides funding for testing the pipelines for the presence of product, and if found to be abandoned, for cutting, removing the conflicting length and capping the ends. If and unidentified pipeline is found to be active, the owner of the pipeline should be contacted so adjustments can be made. For existing pipelines which parallel and are within ten feet (10 of proposed ditches, pipes or other excavated utilities of the project, Contractor shall excavate and expose said existing pipelines at a maximum of 300 -feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on a lump sum basis. An allowance bid item has been established for exploratory excavations. See Special Provision A -4, Explanation of Proposal. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/6/00) 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 ARP /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. Section A - SP (Revised. 9/18/00) Page 24 of 30 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 Requirement 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 demobi li zation/remobi lizat ion costs. Such costs shall be addressed through a change order to the contract. A -51 Dewaterin 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 :% inch will be eliminated prior to the start of the following workday after the source of the water has-been terminated. Any day in which dewatering does not occur will not be considered a rain day. Dewatering shall consist of pumping, temporary drainage or other methods as approved and should be accomplished in a lawful manner consistent with local codes, laws and regulations. A -52 Rain Delaya 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 NDPBS Notice of Intent submittal The Contractor shall be responsible for notifying the City for City submittal of Notice of Intent (NOV in accordance with Environmental Protection Agency (EPA) National Pollutant Discharge Elimination System (NPDES) regulations, and the Consultant Engineer will provide a copy of the NOI to the City Engineer. The Contractor i� responsible for filing a Notice of Intent (NOX) and Notice of Termination (NOT)wl th.the Texas Commission on Environmental Quality (TCEQ) and obtaining a Texas Pollution Discharge Elimination System Permit (TOPES). The Contractor shall maintain a copy of (TPDSS) permit onsite at all times during construction. Section A -- SP (Revised 9/18/00) Page 25 of 30 " 3" Phy Dat at (NOT USED) _ A -55 Project 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). 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 SafetX and Securit 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. Section A -- SP (Revised 9118100) Page 26 of 30 investigatien data in the Appendix: €er t is previded only r eempleteness, investigatien that was pvepared by inter$retatien the dat by bi dders . r the— of A -55 Project 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). 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 SafetX and Securit 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. Section A -- SP (Revised 9118100) Page 26 of 30 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. 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 red lights at night, except no flashers shall be placed which might cause confusion between the runway lights and the flasher placement. Flags and battery - operated red lights shall be maintained on all self - propelled equipment at all times during construction. Any equipment not complying with these specifications will be subject !- to removal from the job. 5. All Contractor's equipment and vehicles working in the landing areas and /or restricted area whether night or day, shall be marked with "international orange and white checkered flags" or orange or flashing safety beacons. The Contractor will be required to keep a stock of flags on hand for issuance to vehicle operators. Equipment shall not remain unattended at any time during construction. Any equipment not complying with these specifications will be subject to removal from the job. 6. All vehicles, equipment, materials, etc., not actually being used for construction purposes, will be restricted from the landing areas and shall be placed - or parked in areas designated by Airport personnel. Section A - SP (Revised 9/18/00) Page 27 of 30 � i 7. Material deliveries will be strictly controlled. No deliveries shall be made without prior instruction by the Contractor's representative. 8. No equipment will be operated nor will be permitted to cross - existing paved areas unless the equipment is pneumatic- tired, or until special means approved by the City have been provided to protect the pavement. 9. The Contractor 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 feet above the airport surface. Any equipment exceeding a height of 75 feet shall be observation- marked and lighted at night, and when not in use, lowered to its stowed height. No separate payment shall be made for the work included in the cost of the various contract items. The City will furnish a Safety Representative to insure that the Contractor's personnel and those operating the Contractor's vehicles, including those delivering materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisory Circular 150/5370 -2E and FAA Order SW 5200.5E 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. 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. Section A - SP (Revised 9/18/00) Page 28 of 30 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 Advisory Circular 150/5370 -2E Operational Safety on Airports During Construction. Corpus Christi International. Airport Visitor /Contractor On -Site Permit information is also included in the Appendix. A -60 COMPUTER GMURATED PROPOSALS The following arc ra h modifies Paragraph B -2 -7 -Preparation of Proposal, of the General Provisions: "The bidder has the option of submitting a computer- generated print -out, in lieu of, the Proposal Form (Pages 1 through 6) INCLUSIVE. The print -out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheet 3. The print -out will be substantially in the form attached (see Attachment No. 2). If the Contractor chooses to submit a print -out, the print- out shall be accompanied by properly completed proposal pages 1 through 2, inclusive; and 4 thru 6, inclusive." In addition, the print -out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. (Contractor) acknowledges and agrees that the 'Total Bid Amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print -out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) (Title) (Date) I— Section A — SP (Remised 9/18/00) Page 29 of 30 SUBMITTAL TRANSMITTAL FORM PROJECT- CCIA RENTAL CAR QUICK TURN AROUND FACILITY, PROJECT NO. 10030 OWNER: CITY OF CORPUS CHRISTI ENGINEER: PGAL CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL, Section A — SP (Revised 9118100) Page 30 of 30