Loading...
HomeMy WebLinkAboutC2012-261 (1 of 2) - 7/24/2012 - Approved(Revised 12/07/06) WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE 1 - FROM RODD FIELD TO NILE' DRIVE PHASE 2 - FROM NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NOS, 6466 AND 6467) Table of Contents (Revised) NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised. March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART .A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A- 6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A -17 Field Office A -18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 21. 23 In.pcction Required (NOT USED). A -24 Surety Bonds A 2-5 Sal= Tait Exemption (NOT USED) (6/11/98) A -26 Supplemental Insurance Requirements (NOT USED) A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders Rev. 8/03 Page 1 of 10 A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A 3-5 City Water Faciliticc Special Requirements (NOT USED) A -36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities City" (NOT USED) A -40 Amendment to Section B -8 -6: Partial Estimates A-41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A -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 Amend "Maintenance Guaranty" (8/24/00) A -50 Amended Prosecution and Progress A -51 Dewatering /Well Pointing A -52 Electrica]. Submittal of Bids A -53 Video Documentation A -54 Trench Safety A -55 Confined Space Entry Requirements A -56 Pavement Restoration and Project Clean Up A -.57 Re- routing of Traffic During Construction A -58 Measurement and Payment of Subsidiary Items of Work A-59 Restoration of Private Property A -60 Access to Private Property A -61 Pipe Trench Bedding and Backfill A -62 Stormwater Pollution Prevention A-63 Dust Control A-64 Noise Control and Working Hour Restrictions A -65 Other Accessibility Requirements A -66 Maintenance and. Control of Wastewater Flows A -67 Regional Transportation Authority (RTA) Contract Documents A -68 Work within TxDOT Right -of -Way PART B - GENERA, PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART R -- RTA CONTRACTING REQUIREMENTS RTA1 Federal Supplemental Conditions (Construction Contracts), rev 3/06 RTA2 Special Provisions Concerning Disadvantaged Business Enterprises RTA3 RTA Certification Forms 1. Certification Form 2. DBE Participation Form 3. References 4. Disclosure of Interest ,Certification 5. Buy America Certificate 6. Certification of Restrictions on Lobbying Rev. 8/03 Page 2 of 10 PART S -- STANDARD SPECIFICATIONS 021 SITE PREPARATION 021020 Site Clearing & Stripping S5 021040 Site Grading 86 022 EARTHWORK 022022 Trench. Safety for Excavations 022040 Street Excavation S10 022080 Embankment 813 022420 Silt Fence S97 023 FOUNDATIONS, BORINGS, PILES, & CAISSONS 023020 Jacking, Boring, Tunneling 025 ROADWAY 0252 STJSGRADES AND BASES 025215 Cement Stabilized Caliche Base S47 0254 ASPHALTS AND SURFACES 025404 Asphalts, Oils, & Emulsions S29 025414 Aggregate for Surface Treatments and Seal Coat 835 025416 Seal Coat S31 025424 Hot Mix Asphalt Concrete Pavement S34 0256 CONCRETE WORK 025608 Inlets S63 025610 Concrete Curb and Gutter S52 025612 Concrete Sidewalks & Driveways S53 025614 Concrete Curb Ramps 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments 025807 Pavement Markings (Painted) 845 025809 Thermoplastic Striping 025813 Preformed Striping & Emblems 026 UTILITIES 0262 GENERAL 026201 Water Riser Assembly S79 026202 Hydrostatic Testing of Pressure Systems 889 026210 PVC Pipe -- AWWA C -900 & C905 S81 026214 Grouting Abandoned Utility Lines S3 0264 WATERLINES 026402 Installation of Waterlines S88 026404 Water Service Lines .S87 026409 Tapping Sleeves & Valves S84 026411 Gate Valves for Waterlines S85 026416 Fire Hydrants 886 Rev. 8/03 Page 3 of 10 027 SEWERS & DRAINAGE 0272 GENERAL 027203 Vacuum Testing of Sanitary. Sewer Manhole & Structures 0274 STORM SEWERS 027402 Reinforced Concrete Pipe Culverts 260 027404 Concrete Box Culverts S66 0276 GRAVITY SEWERS 027604 Disposal of Waste from Sanitary Sewers 027614 Cured in Place Pipe (CIPP) for Rehabilitation of Sewers 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Erosion Control by Seeding S14 028200 Mail Box Relocation 030 CONCRETE, GROUT 032020 Reinforcing Steel S42 (Includes Diagram) 037040 Epoxy Compounds S44 038000 Concrete Structures S41 050 METALS 055420 Frames, Grates, Rings, & Covers S57 PART T - TECHNICAL SPECIFICATIONS CIVIL 021080 -T Removing Old Structures (S -55) 022020 -T Excavation and Backfill for Utilities and Sewers (S -9) 022100 -T Select Material. (S -15) 022410-T Stormwater Pollution Prevention 025205 -T Removing and Replacing Pavements (S -54) 025210 -T Lime Stabilization (S -28) 025260 -T Crushed Limestone Base 025412 -T Prime Coat (Asphaltic Material Only) (S -30) 025805 -T .Abbreviated Pavement Markings (S -101) 025814 -T Prefabricated Pavement Markings ( TxDOT 668) 025816 -T Raised Pavement Markers and Traffic Buttons 025818 -T Pavement Markers (Reflectorized) (TxDOT D- 9- -4200) 025820 -T Traffic Buttons ( TxDOT D -9 -4300) 025828 -T Bituminous Adhesive for Pavement Markers ( TxDOT D -9 -6130) 026206 -T Ductile Iron Pipe and Fittings (S -81) 027202 -T Manholes (S -62) 027205 -T Glass -Fiber Reinforced Polyester (FRP) Manholes 027206 -T Glass - Fiber Reinforced Polyester (FRP) Rehabilitation Manholes 027602 -T Gravity Sanitary Sewers (S -61) 027610 -T Televised Inspection of Conduits (5 -125) 028300 -T Relocation OF Fences (S -12) 030020 -T Portland Cement Concrete (S -40) 093000-T Geogrid Reinforcement 093100 -T Composite Shell Cast -In -Place Tactile Warning Surface Unit Rev. 8/03 Page 4 of 10 ELECTRICAL 000 300 441 445 449 600 607. 609 615 618 620 622 624 627 628 633 635 655 656 680 682 683 684 686 687 699 4300 4600 4610 4630 4635 4640 ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM ITEM DMS DMS DMS DMS DMS DAIS ITEM DMS DMS DMS DMS DMS DMS DMS DMS General Notes Concrete Steel Structures Galvanizing Anchor Bolts Traffic Signal Standards and Specs Traffic Signal Controller Unit Programmable Signal Heads Traffic Signal Cabinet and Assembly Conduit Electrical Conductors Duct Cable Ground Boxes Treated Timber Poles Electrical Services Unintsrruptible Power Supply for Traffic Internally Illuminated Street Name Sign Controller Foundation Foundations for Traffic Control Devices Installation of Highway Traffic Signals Vehicle and Pedestrian Signal Read LED Pedestrian Signal Countdown Module traffic Signal Cables Traffic Signal Steel Pole Assemblies Pedestal Pole Assemblies Radar Presence Detection Device Traffic Buttons Hydraulic Cement Fly Ash Silica Fume Metakolin Chemical Admixtures for Concrete 8703 Accessible Pedestrian Signal Units 11030 11040 11060 11070 11080 11120 11130 11140 Conduit Electrical Conductors Duct Cable Ground Boxes Electrical Services Vehicle Signal Beads Pedestrian Signal Heads Pedestal Pole Base Rev. 8/03 Page 5 of 10 Signals LIST OF DRAWINGS -- PEASE 1 -- FROM RODD FIELD FROM NILE DRIVE 1. TITLE SHEET 2. LEGEND & TESTING SCHEDULE 3. ESTIMATED QUANTITIES SUMMARY 4. SHEET LAYOUT 5. STORMWATER PLAN 6. WATER PLAN 7. WASTEWATER PLAN 8. GAS PLAN 9. CONTROL LAYOUT & BENCHMARK INFORMATION 10_ PROPOSED DEMOLITION PLAN 11. EXISTING TYPICAL SECTION - WILLIAMS DRIVE 12. PROPOSED TYPICAL SECTION - WILLIAMS DRIVE 13. ADVANCED WARNING PLAN . 14. ADVANCED WARNING PLAN - PHASING 15. TRAFFIC CONTROL TYPICAL LANE CLOSURES 16. TRAFFIC CONTROL WILLIAMS DRIVE 17. WILLIAMS DRIVE - STREET P &P STA. 0 +00 TO 4 +75 BASELINE "A" 18. WILLIAMS DRIVE - STREET P &P STA. 4+75 TO 9+25 BASELINE "A" 19. WILLIAMS DRIVE - STREET P &P STA. 9 +25 TO 13 +75 BASELINE "A" 20. WILLIAMS DRIVE - STREET P &P STA. 13 +75 TO 17+75 BASELINE "AY 21. WILLIAMS DRIVE - STREET P &P STA. 17 +75 TO END BASELINE "A" 22. PROPOSED CONCRETE JOINTING PI- AN.(ALTERNATE NO. 1) 23, WILLIAMS DRIVE - STORM P &P STA. 0 +00 TO 4 +75 BASELINE "A" 24. WILLIAMS DRIVE - STORM P &P STA. 4 +75 TO 9 +25 BASELINE "A" 25. WILLIAMS DRIVE - STORM P &P STA. 9 +25 TO 13 +75 BASELINE rrA" 26. WILLIAMS DRIVE - STORM P &P STA. 13 +75 TO 17 +75 BASELINE "A'r 27, WILLIAMS DRIVE - STORM P &P STA. .17 +75 TO END BASELINE "A" 28. CAST -IN -PLACE CONCRETE BOX CULVERT UNIONS (1 OF 3) 29. CAST -IN -PLACE CONCRETE BOX CULVERT UNIONS (2 OF 3) 30. CAST -IN -PLACE CONCRETE BOX CULVERT UNIONS (3 OF 3) 31. WILLIAMS DRIVE - STORM LATERALS 32. WILLIAMS DRIVE - PROPOSED STRIPING AND SIGNAGE (1 OF 2) 33. WILLIAMS DRIVE - PROPOSED STRIPING AND SIGNAGE (2 OF 2) 34. WILLIAMS DRIVE - WATER & WASTEWATER P &P (NEI) 35. WILLIAMS DRIVE - WATER & WASTEWATER P &P (NEI). 35. WILLIAMS DRIVE - WATER & WASTEWATER P &P STA. 0+00 TO 4 +75 BASELINE "A„ 37. WILLIAMS DRIVE - WATER & WASTEWATER P &P STA. 4 +75 TO 9 +25 BASELINE "A" 38. WILLIAMS DRIVE -. WATER :& WASTEWATER P &P STA. 9 +25 TO 13+75 BASELINE 'rA "" 39. WILLIAMS DRIVE - WATER & WASTEWATER P &P STA_ 13 +75 TO 17 +75 BASELINE "A" 40. WILLIAMS DRIVE - WATER & WASTEWATER P &P STA. 17 +75 TO END BASELINE "A" 41. WILLIAMS DRIVE - WATER & WASTEWATER P &P (NEI) 42. WILLIAMS DRIVE -- WASTEWATER LATERALS 43. WILLIAMS DRIVE -- WATER LATERALS . 44. EXISTING CULVERT REHABILITATION (1 OF 3) 45. EXISTING CULVERT REHABILITATION (2 OF 3) 46. EXISTING CULVERT REHABILITATION (3 OF 3) 47. WILLIAMS TO NILE DRIVE ELECTRICAL PLAN 48. WILLIAMS - NILE INTERSECTION ELECTRICAL PLAN (1 OF 2) 49. WILLIAMS - NILE INTERSECTION ELECTRICAL PLAN (2 OF 2) 50. WILLIAMS - RODD FIELD INTERSECTION ELECTRICAL. PLAN 51. TRAFFIC DETAILS SHEET 1 52. TRAFFIC DETAILS SHEET 2 53. TRAFFIC DETAILS SHEET 3 Rev. 8/03 Page 6 of 10 54. WILLIAMS - NILE WIRING DIAGRAM 55. WILLIAMS - RODD FIELD WIRING DIAGRAM 56. ELECTRICAL SERVICE DETAIL 57. ELECTRICAL DETAILS. SERVICE SCHEMATICS AND SUPPORT TYPE TP 58. ELECTRICAL DETAILS SERVICE ENCLOSURE AND NOTES 59. SINGLE MAST ARM ASSEMBLY 60. SINGLE MAST ARM ASSEMBLY 61. MAST ARM CONNECTIONS 62. LONG MAST ARM ASSEMBLY 50 - 65 FT 63. LONG MAST ARM ASSEMBLY 50 - 65 FT 64. LONG MAST ARM ASSEMBLY 50 - 65 FT 65. LONG MAST ARM ASSEMBLY PARTS LIST 66. MAST ARM POLE DETAILS 67. LUMINAIRE SUPPORT STRUCUTRE ARM DETAILS • 68. TRAFFIC SIGNAL POLE FOUNDATION 69. TRAFFIC SIGNAL CONTROLLER CABINET6BASE AND PAD 70. TRAFFIC CONTROL DETAILS & GENERAL NOTES (1 OF 4) 71. TRAFFIC CONTROL DETAILS & GENERAL NOTES (2 OF 4) 72. TRAFFIC CONTROL DETAILS & GENERAL NOTES (3 OF 4) 73. TRAFFIC CONTROL DETAILS & GENERAL NOTES (4 OF 4) 74. STREET, STORM & ADA DETAILS (1 OF 12) 75. STREET, STORM & ADA DETAILS (2 OF 12) 76. STREET, STORM & ADA DETAILS (3 OF 12) .77. STREET, STORM & ADA DETAILS (4 OF 12) 78. STREET, STORM & ADA DETAILS (5 OF 12) 79. STREET, STORM & ADA DETAILS (6 OF 12) 80. STREET, STORM & ADA DETAILS (7 OF 12) 81. STREET, STORM '& ADA DETAILS ($ OF 12) 82. STREET, STORM & ADA DETAILS (9 OF 12) 83. STREET, STORM & ADA DETAILS (10 OF 12) 84. STREET, STORM & ADA DETAILS (11 OF 12) 85. STREET, STORM & ADA DETAILS (12 OF 12) 86. STANDARD SIGN & MOUNTING DETAILS 87. STANDARD PAVEMENT MARKING DETAILS (1 OF 3) 88. . STANDARD PAVEMENT MARKING DETAILS (2 OF 3) 89. STANDARD PAVEMENT MARKING DETAILS (3 OF 3) 90.. SINGLE BOX CULVERTS PRECAST 91. PRECAST SAFETY END TREATMENT - CROSS DRAINAGE 92. CURB, GUTTER & SIDEWALK DETAILS 93. DRIVEWAY DETAILS (1 OF 2) 94. DRIVEWAY DETAILS (2 OF 2) 95.- STANDARD STORM WATER DETAILS (1 OF 2) 96. STANDARD STORM WATER DETAILS (2 OF 2) 97. STANDARD WATER DETAILS (1 OF 5) 98. STANDARD WATER DETAILS (2 OF 5) 99. STANDARD WATER DETAILS (3 OF 5) 100. STANDARD WATER DETAILS.(4 OF 5) 101. STANDARD WATER DETAILS (5 OP 5) 102. SANITARY SEWER STANDARD DETAILS (1 OF 5) 103. SANITARY SEWER STANDARD DETAILS (2 OF 5) 104. SANITARY SEWER STANDARD DETAILS (3 OF 5) 105. SANITARY SEWER STANDARD DETAILS (4 OF 5) 106. SANITARY SEWER STANDARD DETAILS (5 OF 5) 107. EROSION & SEDIMENTATION CONTROL PLAN 108. STORMWATER BEST MANAGEMENT PRACTICES & SEQUENCE OF CONSTRUCTION Rev. 8/03 Page 7 of 10 PRASE 1. 2. 3_ 4_ 5. 6. 7. 8. 9_ 10. ii. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 42. 43. 44. 45. 46. 47. 48. 49. 50. 51. 52. 53. 54. 2 - FROM NILE DRIVE TO AIRLINE ROAD TITLE SHEET SUMMARY OF QUANTITIES, TESTING SCHEDULE & DRAWING LEGEND SHEET INDEX PLAN STORMWATER MAP LOCALIZED DRAINAGE IMPROVEMENTS STORMWATER MAP LOCALIZED DRAINAGE IMPROVEMENTS STORMWATER MAP MAJOR DRAINAGE IMPROVEMENTS STORMWATER MAP MAJOR DRAINAGE IMPROVEMENTS WATER SYSTEM BASE MAP WASTEWATER BASE MAP GAS SYSTEM BASE MAP PROJECT LAYOUT AND BASELINE MAP DEMOLITION PLAN DEMOLITION PLAN DEMOLITION PLAN TYPICAL STREET SECTIONS TYPICAL STREET SECTIONS TRAFFIC CONTROL PLAN TRAFFIC CONTROL PLAN TRAFFIC CONTROL PLAN TRAFFIC CONTROL PLAN TRAFFIC CONTROL PLAN TRAFFIC CONTROL PLAN TRAFFIC CONTROL PLAN STREET PLAN AND PROFILE - STREET PLAN AND PROFILE - STREET PLAN AND PROFILE STREET PLAN AND STREET PLAN AND STREET PLAN AND STREET PLAN AND STREET PLAN AND STREET PLAN AND STREET PLAN AND STREET PLAN AND STORMWATER PLAN STORMWATER PLAN STORMWATER PLAN STORMWATER PLAN STORMWATER PLAN STORMWATER STORMWATER STORMWATER STORMWATER STORMWATER STORMWATER PLAN PLAN PLAN PLAN PLAN PLAN PROFILE PROFILE PROFILE PROFILE PROFILE PROFILE PROFILE STA_ STA. STA. STA. STA. STA. STA. STA. STA. STA. PROFILE - STA. AND PROFILE - AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE AND PROFILE STORMWATER LATERAL PROFILES STORMWATER LATERAL PROFILES UTILITIES PLAN AND PROFILE UTILITIES PLAN AND PROFILE UTILITIES PLAN AND PROFILE UTILITIES PLAN AND PROFILE UTILITIES PLAN AND PROFILE UTILITIES PLAN AND PROFILE UTILITIES PLAN AND PROFILE 0 +00 TO STA. 4+40 4 +40 TO STA. 9 +20 9+20 TO STA. 14 +00 14+00 TO STA. 18 +80 18 +80 TO STA. 23 +80 23 +80 TO STA. 28 +40 28 +40 TO STA. 33 +20 33 +20 TO STA. 38 +00 38 +00 TO STA. 42 +80 42 +80 TO STA. 47 +80 47 +60 TO END STA. STA. STA. STA. STA. STA. STA. STA. STA. STA. STA. 0 +00 TO S 4 +40 TO S 9+20 TO S 14 +00 TO 18 +80 TO 23 +60 28+40 33 +20 38 +00 42 +80 STA.. TA. 4+40 TA. 9 +200 TA. 14 +00 STA. 18+80 STA. 23 +60 TO STA. 28 +40 TO STA. 33 +20. TO STA 38 +00 TO STA.42 +80 TO STA. 47 +60 47 +60 TO END - STA. 0+00 TO STA. 4 +40 - STA.4+40 TO STA.9 +20 - STA.9 +20 TO STA. 14 +00 - STA.14 +00 TO STA. 18 +80 - STA.18 +80 TO STA.23 +60 - STA. 23+60 TO STA. 28 +40 -- STA. 28 +40 TO STA. 33 +20 Rev. 8/03 Page 8 of 10 55. UTILITIES PLAN AND PROFILE - STA.33 +20 TO STA. 38 +00 56. UTILITIES PLAN AND PROFILE - STA.38 -t-00 TO STA. 42+80 57. UTXLITIES PLAN AND PROFILE -- STA.42#80 TO STA. 47460 58. UTILITIES PLAN AND PROFILE - STA.47 -1.60 TO END 59. CONCRETE PAVEMENT -JOINT LAYOUT 60. CONCRETE PAVEMENT -JOINT LAYOUT 61. CONCRETE PAVEMENT -JOINT LAYOUT 62. CAST IN PLACE CONCRETE BOX CULVERT UNIONS 63. CAST IN PLACE CONCRETE BOX CULVERT UNIONS 64.. MISCELLANEOUS DETAILS 65. MISCELLANEOUS DETAILS 66. MISCELLANEOUS DETAILS 67. MISCELLANEOUS DETAILS 68. SIGNAGE. PLAN 69_ SIGNAGE PLAN 70. SIGNAGE PLAN 71. SOLAR POWERED ROADSIDE - FLASHING BEACON ASSEMBLY 72. ELECTRICAL DETAILS - GROUND BOXES /BATTERY BOX 73. STRIPING PLAN 74. STRIPING PLAN 75. STRIPING PLAN 76. CITY OF CORPUS CHRISTI - STANDARD DRIVEWAY DETAILS 77. CITY OF CORPUS CHRISTI - STANDARD DRIVEWAY DETAILS 78. CITY OF CORPUS CHRISTI - CURB, GUTTER, AND SIDEWALK DETAILS 79. CITY OF CORPUS CHRISTI - CURB RAMP DETAILS 80. CITY OF CORPUS CHRISTI - CURB RAMP DETAILS 81. CITY OF CORPUS CHRISTI - CURB RAMP DETAILS 82. CITY OF CORPUS CHRISTI - STANDARD STORM WATER DETAILS 83. CITY OF CORPUS CHRISTI - STANDARD STORM WATER DETAILS 84. CITY OF CORPUS CHRISTI - STANDARD WATER DETAILS 85. CITY OF CORPUS CHRISTI - STANDARD WATER DETAILS 86. CITY OF CORPUS CHRISTI - STANDARD WATER DETAILS 87. CITY OF CORPUS CHRISTI - STANDARD WATER DETAILS 88. CITY OF CORPUS CHRISTI - STANDARD WATER DETAILS 89. CITY OF CORPUS CHRISTI SANITARY SEWER STANDARD DETAILS 90. CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 91. CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 92. CITY OF CORPUS CHRISTI - SANITARY SEWER STANDARD DETAILS 93. CITY OF CORPUS CHRISTI -- SANITARY SEWER STANDARD DETAILS 94. SINGLE BOX CULVERTS - PRECAST 7' -0" SPAN 95. SINGLE BOX CULVERTS - PRECAST 8' -0" SPAN 96. SINGLE BOX CULVERTS - PRECAST 10'0" SPAN 97. SINGLE BOX CULVERTS - PRECAST 11'0" SPAN 9B_ SINGLE BOX CULVERTS- PRECAST 12'0" SPAN 99. PERMANENT PAVEMENT MARKING DETAIL 100, CROSSWALK PAVEMENT MARKING DETAIL 101. STORM WATER POLLUTION PREVENTION PLAN 102. STORM WATER POLLUTION PREVENTION PLAN 103. AIRLINE & WILLIAMS INTERSECTION - ELECTRICAL DEMOLITION PLAN 104. AIRLINE & WILLIAMS INTERSECTION -- NEW • ELECTRICAL PLAN 105. TRAFFIC DETAILS SHEET 1 106. TRAFFIC DETAILS SHEET 2 • 107. AIRLINE & WILLIAMS WIRING DIAGRAM 108. ELECTRICAL DETAILS SERVICE ENCLOSURE AND NOTES 108A. ELECTRICAL DETAILS SERVICE ENCLOSURE AND NOTES 109. ELECTRICAL SERVICE DETAIL Rev. B /03 Page 9 of 10 110. TX DOT PULL BOX DETAILS 111. TX DOT ILLUMINAIRE SUPPORT ARM DETAILS 112. TX DOT MAST ARM CONNECTIONS 113. TX DOT MAST ARM POLE DETAILS 114. TX DOT TRAFFIC SIGNAL SINGLE MAST ARM ASSEMBLY — SHEET 1 115. TX DOT TRAFFIC SIGNAL SINGLE MAST ARM ASSEMBLY — SHEET 2 116. TX DOT TRAFFIC SIGNAL CONROLLER CABINET BASE AND PAD 117. TRAFFIC SIGNAL POLE FOUNDATION GEOTECHNICAL REPORT s PHASE 1 REPORT e PHASE 2 REPORT e ADDENDUM REPORT - CULVERT EVALUATION REPORT NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT • PHASE 1 PROPOSAL ® PHASE 2 PROPOSAL • SUMMARY OF BIDS ® DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Rear. 8/03 Page 10 of 10 TICS TO BIDDERS. NOTICF, TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE 1 - FROM RODD FIELD TO NILE DRIVE PHASE 2 -- FROM NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NOS. 6466 AND 6467) The BASE BID for the project generally consists of the following: WILLIAMS DRIVE - PHASE 1, RODD FIELD TO NILE DRIVE (BOND 2008) PROJECT NO. 6466 consisting of the rehabilitation of Williams Drive from Rodd Field Road to Nile Drive including the removal of approximately 2,000 linear feet of the existing two -lane road and replacement with a four - lane HMAC road. WILLIAMS DRIVE - PHASE 2, NILE DRIVE TO AIRLINE ROAD (BOND 2008) PROJECT NO. 6467 consisting of the rehabilitation of Williams Drive from Nile Drive to Airline Road including the removal of approximately 5,200 linear feet of the existing two -lane road and replacement with a four lane HMAC road. All existing storm sewer, wastewater, gas, and water infrastructure on both phases will be improved, rehabilitated, or replaced; in accordance with the plans, specifications and contract documents. There are also two ADDITIVE ALTERNATE BIDS for the project. ADDITIVE ALTERNATE BID 1 consists of installing jointed concrete pavement in lieu of HMAC from Rodd Field Road to Nile Drive (Phase 1), and from Nile Drive to Airline Road (Phase 2). ADDITIVE ALTERNATE BID 2 consists of expediting the construction schedule of Williams Drive from Rodd Field Road to Nile Drive (Phase 1), and from.Nile Drive to Airline Road (Phase 2). The proposals will be received at the office of the City Secretary until 2 :00 P.M. on Wednesday, April 18, 2012 , and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled. for Wednesday, April 4, 2012 at 10:00 A.M. in the Engineering Services Department Main Conference Room, which is located. at City Hall, . 3rd floor at 1201 Leopard Street, Corpus Christi, Texas. No additional or separate . visitations will be conducted by the City. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of One Hundred Dollars and no /100 Dollars ($100.00) 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/ Daniel Biles, P.E. Interim Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7 /5/00 -1 - IT TICE TO e * TRACT RS A NOTICE TO CONTRACTORS INSURANCE REQUIRNMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE 30-Day Notice of Cancellation required on all certificates Commercial General Liability including_ 1. Commercial Form 2, Premises - Operations 3., Explosion and Collapse Hazard 4. Underground Hazard S. Products/ Completed Operations Hazard. 6_ Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors g_ Personal Injury AUTOMOBILE LIABILITY- -OWNED NON-OWNED OR RENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY / ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term' environmental impact for the disposal of contaminants 50ILDERS' RISK INSTALLATION FLOATER MINIMUM INSURANCE COVERAGE Bodily Injury and Property Damage PER OCCURRENCE / .AGGREGATE $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED NOT REQUIRED See Section. B -6 -11 and Supplemental Insurance Requirements REQUIRED . NOT REQUIRED I4 See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED Page 1 of 2 ❑The City of Corpus Christi must be named as au additional insured on all coverages except worker's compensation liability coverage. a'c'he 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 L TICE TC C *NT CTORS NOTICE TS CONTRACTORS B von K ' SS COMPENSATION INSUR TCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 C APTER 110 SUBCHAPTER . RULE §111 110 Texan Ate iiii tirafiv Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIISION.OF WORKERS' COMPENSATION REQUIRED NOTICES OF COTERA.GE EMPLOYER NOTICES Reporting Iteginnirentents for Building or Con. teuchion Projects for Goveleinnental Entitles (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) Ceai -tificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction -Has the meaning defined in the Tekas 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, §40L011(44). (5) Coverage agreement--A written agreement on form. TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the. Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project - Includes the time from the beginning of work on the project until the work on. the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act) - -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services 011 the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the proVisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section;. (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person. providing services on the project whose current certificate shows that the coverage period. ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers` compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4). obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person, beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on-the project that. they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; . (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end. ofthe coverage period, a. new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with, whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii).prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration ofthe project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision. of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person. signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the conunission'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 oldie 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) obtlin from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send. the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on. proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person. beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, ifthe 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) retains 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 persona delivery, within ten days after the person knew or should have-known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4{1). (r) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28 S 110.110(4)(7) "REQUIRED WORKERS` COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this c1oYnstruction project must be covered by workers' compensation insurance. This includes personas providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to ver whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S110.110(c)(1) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate') - A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCG$1, TWCC S2, TWCG$3, or TWCC -$4), 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 frorn the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ('subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless ofwhether 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) far all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days afier receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project_ IL 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. L 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 Cade, 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 employee s 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 front each other person with whore it contracts, and provide to the contractor_ (a) a certificate of coverage, prior to the other person beginning work on the project; and. (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known; of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a cert f cate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 f WILLIAMS DRIVE, PHASE NOS. ]. AND 2 PHASE 1 —FROM RODD FIELD TO NILE DRIVE PHASE 2 - FROM NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NOS. 6466 AND 6467) SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement 7inviting 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 PM on Wednesday, April 18, 2012. 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 - WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE 1 - FROM RODD FIELD TO NILE DRIVE PHASE 2 - FROM NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NOS. 6466 AND 6467) 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 the 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 the 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, April 4, 2012 beginning at 10 :00 a.m. The pre -bid meeting will convene at Engineering Services Main Conference Room, 3rd Floor, City Ball, 1201 Leopard Street, Corpus Christi, Texas , and will include a review of the project scope. All requests for interpretation shall be made in writing to the City or Engineer no later than 24 hours following pre -bid meeting. Inquiries made after this period will not be addressed. No additional or separate visitations will be conducted by the City. A Bid tabulation will be available to Bidders once it has been compiled by the Consultant and provided to the City Engineering Department. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project The BASE BID for the project generally consists of.the following: WILLIAMS DRIVE - PHASE 1, RODD FIELD TO NILE DRIVE (BOND 2008) PROJECT NO. 6466 consisting of the rehabilitation of Williams Drive from. Rodd Field Road to Nile Drive including the removal of approximately 2,000 linear feet of the existing two -lane road and replacement with a four -lane HMAC road. WILLIAMS DRIVE -- PHASE 2, NILE DRIVE TO AIRLINE ROAD (BOND 2008) PROJECT NO. 6467 consisting of the rehabilitation of Williams Drive from Nile Drive to Airline Road including the removal of Sectioa A - SP (Revised 9/18/00). Page 1 of 32 approximately 5,200 linear feet of the existing two -lane road and replacement with a four lane HMAC road. All existing storm sewer, wastewater, gas, and water infrastructure on both phases will be improved, rehabilitated, or replaced; in accordance with the plans, specifications and contract documents. • There are also two ADDITIVE ALTERNATE BIDS for the project. ADDITIVE ALTERNATE BID 1 consists of installing jointed concrete pavement in lieu. of HMAC from Rodd Field Road to Nile Drive (Phase 1), and from Nile Drive to Airline Road (Phase 2). ADDITIVE ALTERNATE BID 2 consists of expediting the construction schedule of Williams Drive from Rodd Field Road to Nile Drive (Phase 1), and from Nile Drive to Airline Road (Phase 2). A -4 Method of Award The bids will be evaluated based on the availability of funds and in the following . priority order: 1. Total Base Bid (Phase 1 & Phase 2) or 2. Total Base Bid (Phase 1 & Phase 2) plus any combination of Additive Alternates (Phase 1 & Phase 2). The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's.opinion, is most advantageous to the .City and in the best interest of the public. The City also reserves the right to negotiate additional quantities using unit prices provided in the Base Bid or Additive Alternates. 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 Project Name as identified in the Proposal) WILLIAMS DRIVE, PHASE NOS. .1. AND 2 PHASE 1 - FROM RODD FIELD TO NILE DRIVE PHASE 2 - FROM NILE DRIVE TO AIRLINE ROAD BOND 2008 (PROJECT NOS. 6466 AND 6467) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also -be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project (Phase 1 & 2) will be broken down as follows: Description Project Limits Calendar Days Liquidated Damages /Day Base Bid Rodd Field Road to Airline Road 900 $1,100 Alternate No. 1 Rodd Field Road to Airline Road (Concrete Pavement)- Sequencing /TCP as Shown in Base Bid Same as Base Bid shown above: Alternate Na. 2 Expedited Schedule- Rodd Field Road to Airline Road 720 $2,000 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. Section A - SP (Revised 9/18/00) Page 2 of 32 Any section of work not completed within the allotted contract time•as shown in- -the breakdown above will be assessed-liquidated damages as stated below. 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, ONE THOUSAND AND ONE HUNDRED DOLLARS ($1,100.00) per calendar day, will be assessed against the Contractor as liquidated damages. For any Alternates awarded, the liquidated damages shall apply as shown in the table above. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. For the purpose of determining Liquidated Damages or contract payment under Alternate No. 2, the Contract Time will stop once Substantial Completion has been achieved by the Contractor. For the purpose of this contract; Substantial Completion is defined as the following: 1. All work items within the base bid, additive alternates, and approved change orders under this contract are completed and are serving their intended purpose. This includes the completion of the following: a. All lanes of traffic, intersections, driveways,' sidewalks and -ramps must be completed • and open to the public and private ownerships including restorations of routes used for detour. Substantial completion includes all final surface course treatments for the roadway (2" HiC), all manhole and valve cover adjustments, and all landscape related items. b. All onsite and offsite storm water improvements including ehanne� grading, restoration and erosion control. c. All underground• utilities; appurtenances, and adjustments including water, wastewater, electrical conduit, and traffic signalization improvements (pedestrian signal heads & push buttons). d. All peEmanent. temporary traffic controls including all striping, signage and signalization is installed and•all temporary traffic controls are removed. • 2. Punch List items that do not affect the overall intended purpose of the project shall be excluded from the definition of substantial completion. When Contractor considers the entire Work ready for its intended use Contractor shall notify City in writing that the entire Work is substantially complete and request that the City issue a certificate of Substantial Completion. Promptly after Contractor's notification, City, Contractor and Engineer shall make an inspection of the Work to determine the status of substantial completion. If City does not consider the Work substantially complete, City will notify Contractor in writing giving the reasons and a detailed list of items that must be completed. The City shall not assess Liquidated Damages against the Contractor for any day after the City issues the certificate of substantial completion. 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 an 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 Section A.- 5P (Revised 9/l8/0O) Page 3 of 32 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 taxed 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 /DD) Labor preference and wage rates for Highway Construction. Refer to Part C - Federal Wage Rates and Requirements. In cane of conflict, Contractor ohall usc higher mago ratc. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor .shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and. each subcontractor must keep an accurate record showing the names and classifications of all laborers, 'workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.). One and one -half (12) tithes 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.) Section A - SP (Revised 9/18/00) Page 4.of.32 A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work"is anticipated to proceed in the vicinity of any facility by using TEXAS 811, the Lone Star Notification Company at 1 -800- 669 -8344, and the Verizon DIG ALERT at 1- 800 -483 -6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer RVE Inc. (Phase 1) D. Scott Jones,P.E. Naismith Engineering Inc. (Phase Arturo Acuna Jr.,P.E. Traffic Engineer Police Department Water Division Wastewater Department Gas Department Streets & Solid Waste Services Storm Water Department Parks & Recreation AEP AT&T/SEC Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) Century Tel KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) RTA Corpus Christi ISD US Postal Service TxDOT Area Office 826 -3500 887 -8851 2) 814 -9900 826 -3540 882 -2600 826 -1881 826 -1800 885 -6900 826 -1940 826 -1875 826 -3461 299 -4833 881 -2511 826-1946 857 -5000 887 -9200 225/214 -1169 813-1124 881 -5767 512/935 -0958 972/753 -4355 289 -2712 886 -9005 886 -2216 808 -2384 (826 -1888 (826 -1818 (885 -6913 after hours) after hours) after hours) (826 -1888 after hours) (693 -9444 after hours) (1- 800 - 824 -4424, after hours) 857 -1960 (857-5060 after hours) (Pager 800-724-3624) (225/229 -3202 after hours) (Pager 888 -204 -1679) (Pager 850 -2981) (Mobile) A -12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, 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 Section A - SP (Revised 9/18/00) Page 5 of 32 satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. To by -pass the flow, connections to the existing facilities shall be made over the ground surface by means of flexible and /or rigid pipes. The pipes used for bypassing this flow shall be strong enough to resist traffic impact loads, and the size of the pipe shall be capable of handling the incoming discharge but cause minimum impact to traffic flow and safety. The construction of temporary gravity flow-lines, forcemains, pumping equipment, plugs,. flow diversion structures, etc. required to maintain and control system flows shall be the responsibility of the Contractor. 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. Replacement of existing box culverts must be done in such that there is a closed conduit for stormwater flow at the end of each day. . Contractor shall pay attention to the weather forecast during this phase of onstruction and shall not undertake any removal of storm infrastructure if there is any potential for rain. In the event an unexpected rain event occurs, the Contractor shall have a plan in place to seal the storm water system to prevent erosion of the subgrade beneath the existing and proposed box culverts_ 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, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. 3111 costo for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. All costs f,or traffic control plans, i.e. preparation of plans, approval and permit from City, and implementation fo the plan on each site for the .duration required will be included in the unit price listed in the proposal form. If the site needs any adjustments in the traffic control sign location, which may by required for safety of traffic and pedestrians, not additional payment for the implementation and enforcement shall be made to the Contractor. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job- related materials. Such work. must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. .No visible material that could be washed into storm sewer is. allowed to remain on. the Section A - SP (Revised 9/18/00) Page 6 of 32 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. ncccooary rcmovalo including but not limited to pipe, driveways, sidewalks, thcEeforc, no direct paymcIt will.bc madc to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. 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 60" 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 -I8 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only days. This plan must detail the schedule of work and must be submitted Engineer at least three (3) working days prior to the pre- construction The plan must indicate the schedule of the 'following work items, conformation with the "Sequence of Construction" listed below: 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 gates; Indicate submittal dates required for all submittals. on calendar to the City meeting. and be in 4. Re- Submission: Revise and resubmit as. required by the City Engineer. 5. Monthly Update: Submit updated Construction Progress Schedule to show actual progress of each stage by percentage against. initial Schedule. Section A - SP (Revised 9/18/00) Page 7 of 32 PROJECT SEQUENCE OF CONSTRUCTION 1. Williams Drive Rehab Phase 1 and Phase 2 shall be constructed as one (1) project. 2. Each project phase has its own sequence of construction, which the contractor shall use for detailed instructions; however, the combined project shall be constructed in seven (7) parts in the following sequence: a PART '1 - 16" reclaim FM from Rodd Field Road to approximately 700' west of Nile Drive (Phase 1 Plans). Construction will occur down the middle of the existing roadway on the east side of Nile Drive and in the east -bound lane on the west side of Nile Drive. During construction on the east side of Nile Drive, 2 -way traffic shall be maintained and split around the work zone. During construction on the west side of Nile Drive, 2 -way traffic will be maintained using flaggers and the existing west -bound lane on the north side of the work zone. - PART 2 - Phase 1 construction within the TXDOT right -of -way at the Rodd Field Road /Williams Drive intersection and the 10" gas line adjustment on the south side of the existing Williams Drive roadway on the west side of Nile Drive (Phase 2 Plans). All proposed improvements in the Rodd Field intersection must be installed, inspected and approved per the plans and specifications and the roadway must be brought back to finish conditions including final paving and paint striping before the contractor can proceed to any other work associated with Phase 1 and Phase 2. c. PART 3 - Box culvert construction and utility adjustments on the south side of the existing roadway on the east side of Nile Drive (Phase 1 Plans). During construction, 2 -way traffic shall be maintained using the existing roadway. Temporary access to the streets, church. and commercial business on the south side of the roadway, shall be maintained throughout construction for both the public and emergency.-vehicles. d. PART 4 - Box culvert construction and utility adjustments on the south side of the existing roadway on the west side of Nile Drive (Phase 2 Plans). During construction, 2 -way traffic shall be maintained using the existing roadway. Temporary access to the streets and commercial business on the south side of the roadway shall be maintained throughout construction for both the public and emergency vehicles. • e. PART 5 -. Street and utility construction on the east side of Nile Drive (Phase 1 Plans). During construction, 2 -way traffic shall be maintained. Temporary access to public streets and commercial businesses shall be maintained throughout construction for both the public and emergency vehicles. In particular, regular access to the hospital an the north side of the roadway by emergency vehicles shall not be impeded. f. PART 6 - .Street and utility construction on the west side of Nile Drive (Phase 2 Plans). During construction, 2 -way traffic shall be maintained. Temporary access to public streets and commercial businesses shall be maintained throughout construction for both the public and emergency vehicles. g. PART 7 - Installation of final 2" Type 'D' HMAC, striping and signage from Rodd Field Road to Airline Road (Phases 1 & 2). During construction, 2 -way traffic shall be maintained. Temporary access to public streets and commercial businesses shall be maintained throughout construction for both the public and emergency vehicles. Section A - SP (Revised 9/18/00) Page S of 32 3. For a detailed sequence of construction for each Phase and recommended temporary traffic control measures, refer to the sequence of construction and temporary traffic control details contained in the Phase 1 and Phase 2 constructions plans: It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute-his work at such times and seasons in such order or precedence and in such manner as shall be most conducive to economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section .A -6 "Time of Completion /Liquidated Damages ", as described in the General Notes of the Construction Plans, and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of construction the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services, and street access with other Contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the contract. E. The Contractor shall provide temporary access to residential driveways whenever safely possible. Access to any residential driveway must not be blocked for more than five (5) calendar days (the City Engineer must be notified five calendar days in advance of any driveway closure). F. The Contractor, must provide solid waste pickup services whenever access by the normal service is blocked by construction activities (the City Engineer must be notified five calendar days in advance of any solid waste pickup service area disruption) . G. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 A.M. or continue after 6:30 P.M. without prior approval from the City Engineer. Days Allocation for Rain The contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of rain measured by the National weather Service at the nearest location is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the 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 7 Days February 3 Days June 4 Days October 4 Days March. 2 Days July . 3 Days November 3 Days April 3 Days August . 4 Days December 3 Days Completion shall be based on satisfactory work, completed, tested, in accordance with the plan, specifications, and contract documents and connected to the existing Section A - SP (Revised 9/18/00) Page 9 of 32 system, and accepted by the City for the entire project. Certificate of Completion The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall havered lined set ready to submit to City with all corrections /notes - Engineering Services to coordinate As Built plan preparation with A/E Consultant). (2) Inspector prepares final quantities; contractor evaluation form, and project summary. (3) Inspector /Engineer verifies that all submittals, payrolls, Inspection Reports, As_Builts, O&M manuals (in electronic format as required), SCADA documentation, and. other Field Information are complete: (4) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector_ (5) Final estimate reviewed by City Construction Engineer. (6) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (7) Final payment checklist; (a) Affidavit that all bills have been paid, "Waiver of Lien" (b) Submittal of all remaining payrolls (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project (d) (8) Final Acceptance Memorandum prepared by Administrative Assistant. (9) Administrative Asst. reviews for completeness,' funding availability, prepares financial paperwork. (10) Administrative Asst. submits to director of Engineering Services /Operating Department Had for approval and forwarding to Asst. City Manager. (11) Final Acceptance memo returned from Asst. City Manager. (12) Authorization for payment (AFP) prepared and submitted to Accounting Department. (13) Contractor receives final payment after City- Council (if required or Asst. City Manager accepts project. (14) Administrative Asst. sends letter to Contractor informing him or her when•one --year warranty date begins (Acceptance Memorandum). City acceptance, of the project will be described in an Acceptance Memorandum to the Contractor. The warranty will begin on the date that the Acceptance Memorandum is issued to the Contractor. A -19 Construction Staking The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. The major controls and bench marks required for setting up a project, if not shown on the drawings, will be provided by the A/E Consultant. 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 Section A - SP (Revised 9/18/00) Page 10 of 32 hours notice so that alternate control points can be established 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 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: Streets and Drives: • All curb returns at point of tangency /point of circumference; • Curb and gutter flow line -- both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes and grinder station; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permitc). Water: • All top of valves box; • valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permito). Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; See Special Provisions A -45 "As -Built Dimensions and Drawings' for additional requirements. A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will . be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -27. Project Signs The Contractor must furnish and install two (2) 4x8 MDO Plywood Project Signs (to be . provided by the City) as indicated on Attachment No. 1 Drawing.' The signs must be Section A - SP (Revised. 9/18/00) Page 11 of 32 installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments" thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. , c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican -- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in. payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.O% 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. Section A - SP (Revised 9/L8/00) Page Z2 of 32 d. .Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships,- corporations,. or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example,.a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25..0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45% 15% b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 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. 23 Inopcction marred {Pcviocd 7 /5/00) (NOT USED) Inspection Division at the various intervals of work for which a permit is required Section A - SP (Revised 9/18/00) Page 13 of 32 and all other City fees, including water/wastewater meter feed and tap fees as required by City. A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any, Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (100) 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 (1(A) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of .Texas. The Surety shall designate an agent who.is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United State's Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A 25 Salca Tax Exemption NOT USED) 3, Tax Administration of Title 34, Public Finance of thc Texas Administrative Code, or such other rules or regulations as may be promulgated by the Comptroller of Public Accounts of Texas. If the Contractor elects to operatc under .a separated contract, he shall: 2. Identify in the appropriate apace on thc "Statement of Materials and Other into the Project. 3. Provide recalc certificates to aupplicrs. value of materials. Section A - SP (Revised 9/18/00) Page 14 of 32 Subcontractors arc eligible for salts tax exemptions if the subcontractor also • complies with the above rcquircmcntc_ The Contractor must iocne a rccalc certificate to his supplier. 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.. 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 s -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, 'liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. (NOT USED) amended to include: Section A - SP (Revised 9/18/00) Page IS of 32 Contractor must provide buildcr'o rink ivaurancc coverage for the term of the all costa nccczcary to procure such buil-dcr'o risk incurancc coverage, including any deductible. The City must be named additional inoured on any A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: . 1. whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the.lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien.. If any such lien has not been released, the bidder shall state why the claim has not been -paid; and 2 Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the ,claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ. for. this Project, as 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 of recent experience in the day -to -day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry; safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close -out procedures. The superintendent shall be present, on the job site,,at all times that work is being performed. 2. The foreman must have at least five (5) years of recent experience in oversight of projects of a similar size and complexity and management of the work of various subcontractors and crafts. If the scope of the Project is such that a foreman is not required, the Contractor's superintendent shall assume the responsibilities of a foreman. (Foreman cannot act as a.superintendent without prior approval of the City). Documentation concerning these matters 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 or foreman assuming responsibilities on the Project. Section A - SP (Revised 9/18/00) Page 16 of 32 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. 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; Section A - SP (Revised 9/18/00) Page 17 of 32 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. 1Q.. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. 11. RTA Contracting Requirements - Part R. The contractor shall comply with Regional Transportation Authority (RTA) contracting requirements for limited site work related to the construction of RTA Bus Pad and Shelter Pad as found in the Base Bid. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services'or his designee. The Contractor also - acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add-the following: The award of the Contract may be rescinded at.any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Sid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be givers 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 Section A - SP (Revised 9/18/00) Page 18 of 32 Provisions, in that order. (NOT USED) A. Visitor / Contractor oricntation safety Orientation Program .conducted by thc City Water Department Pcroonncl. A Visitor /Contractor Safcty Oricntation Program will be offered by authorized City Water Department pernonncl Ear those person., who do not havc such a curd, and who desire to perform any work within any City water facility. For additieaal information rcfcr to Attachment equipment, °witch, breaker, control, or any other item relatcd to City water facility at any timc. All ouch itomo munt bc operatcd by an operator or other authorized maintenance employee ef the City Water Dcpartmcnt. C. Protcction of Water Quality timco. The Contractor aha11 protcct thc quality of the water in thc job cite and shall coordinatc ito work with the City water Dcpartmcnt to protect the quality of thc water. D. Conformity with APiSi /Nsr Standard 61 Amcri an National Standa s ietitutc/ National Sanitation Foundation Such material° include all ee1vento, cleaner°, lubricant°, gaakcta, bc. uocd unleon they cenferm with ANSI /NSF Standard 61 and unlcoo ouch prior to •sac. contact with potable water. S. Handling and Diopooal of Trash Section A - SP (Revised 9/18/00) Page 19 of 32 oraa.gc, blue, or white. Each cmp1oycc unit rm moat providc company name providc own oanitary faciiitieo. by City Water Department otaff. All Contractor vchicicn .muot be clearly labeled with company nazec. No private cmployec vchicico arc allowed at O. K. Contractor Qualifioationo CC11DA (CUPERVICORY CONTROL AND DATA ACQUICITION) Any work to thc computer baocd monitoring and control ayotcm muot bo determined by meeting thc qualifications 1. thru 9 bclow. Trio work • debugging, calibrating, or placing .in operation all hardware and /or ooftwarc apccificd or rcquircd by thcac opccifictiono. muot be able to dcmonotratc thc following: a. water and waatcwatcr iiduotry. for at loaot 5 y aro. Ho employes a Regiotcrcd rrofcooional Enginccr, a Control Syotcros Pinginccr, or an.ralcctrical Enginccr to aupervioc or perform thc Work rcquircd by thio opccifi ations. implcmenting thc opccific computcro, RTUC'o, and ooftwarc propooed for thc Contract. .7. S. He ll furnish equipment which io thc product of ono one manufacturer. the new work for thin Project. 9. The Contractor ohall producc all filled out programming blocky Cteyeas Water Treatment Plant will Section A - SP (Revised 9 /16 /QO) Page 20 of 32 The Contractor will providc all p gramming block used. L. Trenching Rcquircmcnt3 be allowed on the project. A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: in addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor .shall use the Submittal Transmittal Form attached at the end of this Section; and, sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification'Section number, as appropriate, on each submittal form. • d. Contractor's Stamp:. Contractor must apply Contractor's stamp, appropriately signed or initialed, .which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals -to expedite the Project, and. deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. 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. g. h_ Space Requirements: Contractor and Engineer review stamps on I Resubmittals: Contractor must by City Engineer and clearly. submittal. must provide adequate space for Contractor all submittal forms. revise and resubmit submittals as required identify .all changes made since. previous 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. Section A - SP (Revised 9/18/0o} Page 21 of 32 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3 Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project: A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", R -6 -15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre- construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Workerts Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. NOT USED) .,- final acceptance of the improvements under General Provision B 8 9. A -40 Amendment to Section H -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day and the Contractor will be compensated at the unit price' indicated• in the proposal. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety-and the Section A - SP (Revised 9/18/00) Page 22 of 32 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, extiployees, attorneys, and agents from any and all damages, injury,'or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As- Built Dimensions and Drawings (7/5/00) (a) The Contractor shall employ the services of a Texas Registered Public Land Surveyor (RPLS) throughout the construction period to survey the as- built horizontal and vertical locations of all valves, fittings, hydrants, road /ditch crossings, etc. installed during the construction period. At the completion of the construction but prior to final payment the Contractor shall provide the Engineer with RPLS sealed drawings and an electronic survey point file of the as -built construction. The horizontal and vertical datum used for the survey shall be the same as the Project datum. The horizontal and vertical locations of all below grade construction must be surveyed and recorded prior to trench backfill. Payment for this work shall be considered subsidiary to other bid items. (b) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (c) Upon completion of each facility, the Contractor shall furnish the City with one set of project drawings and specifications, marked with red pencil, showing all deviations from the original plans, including any substitutions for the materials originally specified.. Any .deviations from the original plans or substitutions for the materials specified require prior approval from the Engineer. A -46 Disposal of Highly 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 the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for Section A - SP (Revised 9/18/00) Page 23 of 32 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) Prier 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 pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall .excavate and expose said exiting 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 Q.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 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 considered subsidiary to the utility cost unless a bid item is provided in the 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 (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP /CP &L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (6/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B- 8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 7 Prosecution and Progress, add the following: Section A - SP (Revised .9/18/00) Page 24 of 32 "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 late date, the Contractor may request payment for demobilization /remobilization costs. Such costs shall be addressed through a change order to the contract. A -51 Dewatering /well Pointing This item is considered subsidiary to the appropriate bid items or shall be measured by the linear feet of trench as described in Section A -4 where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet_ An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storm water system. Sheet flow and pending is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857 -1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then .record how long it takes to fill to original level and overnight level. In any event, the Contractor shall be required to take whatever steps necessary to provide a stable trench bottom for the installation of any structure or pipe. A -52 Electronic Submittal of Bids The following paragraph modifies Section B -2 -7 "Preparation of Proposal ", of the Part B - General Provisions and Requirements for Municipal Construction Contracts. The bidder has the option of submitting a computer -- generated print -out, in lieu of the Proposal Form (Pages 1 through 16, inclusive). The print -out shall list all bid items (including any additive or deductive alternates) contained on the Proposal Form (Pages 3 through 13, inclusive). The print -out shall be substantially in the form attached on the following page to these Special Conditions Attachment No.2). If the bidder chooses to submit a print -out, the print -out shall be accompanied by properly completed Proposal Form pages 1, 2, 14, 15, and 16. In addition, the print -out proposal shall contain the following statement and signature, after the last bid item: Section A - SP (Revised 9/18/00) Page 25 of 32 "(Bidder) herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained on the Proposal Form are the unit prices intended and that its bid Will be tabulated using these unit prices and no other information from this print -out. (Bidder) 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 on this print -out by the respective estimated quantities shown on the Proposal Form (Column II) and then totaling the extended amounts. (Signature) (Title). (Date) 11 A -53 Video Documentation As part of the project requirements; the Contractor shall perform televised inspections of the entire length of any improvements to any wastewater and stormwater lines for evaluation after newly installed lines or rehabilitation work /construction contract is complete. All inspections shall be recorded in color, adequately lighted, on Digital Video Disk (DVD). The specific findings and observations made during the video recording shall be documented on the DVD by audio narration tied to the continuous footage documentation portrayed on the screen. Specific requirements for the on- screen labeling during each line segment inspection set -up, video file labeling, and hard-copy Inspection Report format are addressed in Technical Specification Section 027610 -T. Video documentation . shall be performed following backfill of improvements and prior to start of all street construction. The original and one copy of each inspection video shall be forwarded to the Engineer for.his and the City Wastewater Department concurrent review for approval, as each inspection video is completed. If the quality.. of the DVD's does not meet with the Engineer's /City's. approval, the Contractor shall repeat the video documenting process, at no increase in contract price, until the video is acceptable. Approved DVD's will not be returned to the Contractor. The Contractor shall also make and retain one direct copy of the original DVD recording of. the results of the inspection. At the time of contract final inspection, the Contractor is. to furnish the City Wastewater Department the post - construction /rehabilitation DVD's in an organized manner, properly labeled, and in a suitable three ring binder, the cost of which is to be included in the applicable bid item in the proposal. The work and materials will be considered subsidiary to other items in the proposal. No separate payments will be made for the televising unless specifically listed in the bid proposal. A -54 Trench Safety If the Contractor's proposed construction methods require the excavation of any trenches, access pits, 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 -55 Confined Space Entry Requirements Contractor will be required to comply with all OSHA regulations and guidelines as pertaining to identification and classification of confined spaces, and associated requirements for entry into these areas including compliance with OSHA Regulation (Standard 29 CFR) Permit Required Confined Spaces 1910.146.. All personnel entering confined spaces shall be properly trained and certified. At any time, upon demand, the Contractor shall supply the Engineer with this certification information of Section A - SP (Revised 9/1B/00) Page 26 of 32 any /all personnel who are doing confined space entry work. A -56 Pavement Restoration and Project Clean pp It is the intent of the plans and specifications that any and all areas . within the limits of ht proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to Construction. Where asphaltic pavements are excavated or damaged, the replacement pavement shall as a minimum conform to the pavements restoration detail shown on the plans (refer to "Trench Backfill and Pavement.Repair" details for all pavement restoration).• If the excavated or damaged pavement .section exceeds these requirements, they shall be replaced with the same types and thicknesses of materials as the existing pavement. Where concrete pavements, sidewalks, curbs, etc. are excavated or damaged, the replacement shall as a minimum conform with the City standard details and standard specifications which are included as part of this Contract. If the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the. existing structure(s).' Restoration of all improvements as described above shall be made.within 5 working days of the completion of the work, and shall be in accordance with applicable City Standard Specifications, as determined by the Engineer. All lawns or other grassed areas, concrete or asphalt driveway, landscaping, or other vegetation areas disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be.required to perform "clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer_ Upon completion of construction, the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer. All project clean up shall be considered subsidiary to the various bid items. Asphalt and Concrete restoration shall be included in the amount bid item as shown in the proposal. A-57 Re- routing of Traffic During Construction . The Traffic Control Plan for the work is included in the drawings for typical applications. Should. the Contractor desire to deviate from the plan, it is the responsibility of the Contractor to provide a Traffic Control Plan (sealed by.a registered Engineer in the State of 'Texas) to the City Traffic Engineer for approval. The plans should be submitted for approval two weeks in advance prior to its implementation. The Traffic Control Plan submittals should be on the Standard 22 "x34" plan sheets and should be readable, legible, clean, proportionate, and if possible to scale; and shall meet the City of Corpus Christi's "Uniform Barricading Standards and Practices" for City roads, and the requirements of the Texas Department of Transportation ( TxDOT) for roads under the jurisdiction of TxDOT. Any additional costs incurred due to preparation of a revised Traffic Control Plan shall be the Contractors responsibility. No additional payments will. be made. The Contractor shall secure the necessary permit from the City's Traffic Department. Any costs associated with the implementation of the traffic control plan shall be included in the bid item as shown in the proposal. Additional information regarding approved traffic control devices and signing is available on TxDOT's website ( http:// www. txcot .gov /publictoins /traffic.htm). A-58 Measurement and Payment of Subsidiary Items of Work Unless specifically included in the Proposal, the measurement and payment requirements indicated in the individual standard specifications for any work do not apply, ant he cost of this item of work shall be included in the cost of the item or work to which it is subsidiary. A -59 Restoration of Private Property The Contractor shall confine his work to the public ROW as shown on the plans; however the possibility exists that repairs /construction activity may occur within Section A - SP (Revised 9 /16/00) Page 27 of 32 private property. The Contractor shall restore any disturbed area to a condition equal to, or better than, existed prior to his construction. Restoration may included, but is not limited to 1. Re- Sodding existing lawns 2. Removing and replacing fences 3. Pruning damages trees or shrubs In the event that -a property owner has some type of'structure (i.e. storage shed, playground equipment, etc.) within the required work area, the Contractor shall coordinate with the property owner and a City representative for the removal or relocation of. these items. A -60 Access to Private Property As previously stated, it may be necessary for the Contractor to access Private Property for some of the work. In most cases, the private property is single- family residential lots that are developed. The Contractor shall coordinate all access with the property owner and will work closely with the owner and a City representative for all construction operations. The Contractor shall be required to video record the conditions that exist on the property with a City representative present, prior to performing any construction operations. If, in the course of work, it is necessary to temporarily remove any fences, the Contractor shall provide temporary fencing sot that the property owner's property is secure at all times. A -61 Pipe Trench Bedding and Backfill The Wastewater Standard Details indicate * (asterisks) for project specific requirements. For this project the requirements are as follows: 1. Bottom of Trench a. Bedding b. Backfill 2. Bottom of Trench a. Bedding b. Backfi11 Above Groundwater Table - Depth Over 10'. - Depth tinder 10' - Paved Areas - Unpaved Areas Below Groundwater Table - All Depths - Same As Above Crushed Stone Sand Cement Stabilized Sand Clean 'Excavated Material Crushed Stone on Stabilized Bottom The type and depths of crushed stone bedding shall be as specified on the Standard Detail Sheets. A -62 Stormwater Pollution Prevention Due to the type and location of this project, stormwater pollution prevention is critical, and improper implementation can have a negative impact on the adjoining streets and private property. Strict compliance to all stormwater pollution preventions items shown on the plans shall be enforced. It shall be the Contractors responsibility to prepare the Storm Water Pollution Prevention Plan using the best management practices provided in the construction drawings; and this plan shall be submitted to the City of Corpus Christi prior to the pre - construction meeting for review and approval. The contractor will also be responsible for submitting this plan and associated stormwater permit (see Attachment No.3) to TCEQ prior to beginning on the project. Section A - SP (Revised 9/18/00) Page 28 of 32 All costs associated with. meeting stormwater pollution prevention requirements shall • be included in the amount bid for the items as listed in the proposal. In addition, if during the course of the project, other minor stormwater pollution prevention items are required to limit or control soil erosion or transport of soil, then the Contractor shall implement these measures a no increase in the contract price or duration. A -63 Dust Control The Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When necessary, dusty materials in piles or in transit shall be covered to prevent blowing dust: Monthly-payment will be withheld if this provision is not followed. A -64 Noise Control and Working Hour Restrictions The Contractor shall take reasonable measures. to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound - muffling devices, and operated in a manner to cause the lease amount of noise consistent with efficient performances of the Work. Decibel levels are not to exceed one hundred (100) decibels. Any-work which creates a noise level above the ambient sound levels shall not commence before 7:00 A.M. or continue after 6:30 P.M. on weekdays, and shall not commence before 5:40 A.M. or continue after 5:00_ P.M. on Saturday without prior approval from the Engineer. A -65 Other Accessibility Requirements The Contractor shall provide assistance and is required to ensure that disruption of community services to residents (i.e. US Postal.Service, RTA Care B, Meals on Wheels, Emergency Services, etc.) does not occur during construction. Requisite assistance and /or coordination during construction is considered subsidiary to the work. A -66 Maintenance and Control of Wastewater Flows The Contractor shall be responsible for maintaining sewage flows at all times within the existing sanitary sewer system and shall not restrict access to residences or businesses. It shall be the Contractor's responsibility to coordinate with the City Wastewater Division regarding any modifications to the existing system flow patterns, such as rerouting flows, or-operation of any permanent or temporary lift station(s). This shall be applicable even in case of cave -ins. Any such system modifications will be subject to approval by the Engineer and the City Wastewater Division and shall not interfere with the proper operation and function of the wastewater collection system and shall not restrict access to residences or businesses. The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so as to avoid any delays in same. Sewage or other liquid shall not be pumped, bailed or flumed over the street on ground surface. No sewage or other liquids shall be handled by. allowing flexible or rigid bypass pipeline through the stormwater lines. To bypass the flow, the connections to the existing facilities shall be made over the surface by means of flexible and /or rigid pipes. The pipe used for bypassing this flow shall be strong enough to resist the traffic load, if any, and. the size of the pipe shall be capable of handling the incoming discharge but small enough to not create hindrance. to the traffic flow or create any blockage or accident.. The construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, etc., required to maintain and control system flows shall be the responsibility of the Contractor. The construction of temporary Section A - SP (Revised 9/18/00) Page 29 of 32 ZZ paymcnt. The Contractor shall be responsible for providing access to the private properties and streets and maintain a smooth traffic flow during the entire construction phase of this project. A -67 Regional Transportation Authority (RTA) Contract Documents All RTA Contract Documents (as listed in PART R) shall be executed and submitted to the City, prior to award of Contract. The'T2.TA Contract Documents shall apply only to the. RTA - identified improvements on this project. The City of Corpus Christi Standards shall take precedence, for the remainder of the project elements included on this Contract. A -68 Work within TxDOT Right-of -Way All work performed within the TxDOT right -of -way, at the intersection of Williams Drive and Rodd Field Road (SH 357), shall conform to the TxDOT standards and specifications including, but not limited to, the specifications listed below. The Measurement and Payment sections in the TxDOT Specifications shall be considered null and void. Measurement and Payment for items constructed within the TxDOT right -of -way shall be governed by the Bid Proposal and the City of Corpus Christi Specifications within these Contract Documents. TxDOT Standard ITEM 104 ITEM 110 ITEM 132 ITEM 164 ITEM 166 ITEM 168 ITEM 300 ITEM 301 ITEM 320 ITEM 400 ITEM 402 ITEM 420 ITEM 421 ITEM 421 ITEM 427 ITEM 429 ITEM 430 ITEM 431 ITEM 432 ITEM 440 ITEM 441 ITEM 442 ITEM 445 ITEM 448 ITEM 450 ITEM 452 ITEM 453 ITEM 462 I'T'EM 466 ITEM 502 ITEM 520 ITEM 529 ITEM 530 ITEM 531 ITEM 585 Specifications Removing Concrete Excavation Embankment Seeding for Erosion Control Fertilizer Vegetative Watering Asphalts, Oils, and Emulsions Aggregates for Surface Treatment Equipment for Asphalt Concrete Pavement Excavations and Backfill for Structures Trench Excavation Protection Concrete Structures Hydraulic Concrete Cement Hydraulic Concrete Cement Reinforced Concrete Slab Concrete Structure Repair Extending Concrete Structures Pneumatically Placed Concrete Riprap Reinforcing Steel Steel Structures Metal for Structures Galvanizing Structural Field Welding Railing Removing Railing Temporary Railing Concrete Box Culverts and Storm Drains Headwalls and Wingwalls Barricades, Signs, and Traffic Handling Weighing and Measurement Equipment Concrete Curb, Gutter, and Combined Curb and Gutter Intersection, Driveways, and Turnouts Sidewalks Ride Quality for Pavement Surfaces Section A - SP (Revised 9/18/00) Page 30 of 32 ITEM 662 ITEM 666 ITEM 668 ITEM 672 ITEM 677 ITEM 678 Work Zone Pavement Markings Reflectorized Pavement Markings Prefabricated Pavement Markings Raised Pavement Markers Eliminating Existing Pavement Markings and Markers Pavement Surface Preparation for Markings Special Specifications ITEM 3224 Dense- Graded Hot -Mix Asphalt (QC /QA) Special Provisions Special Provision to ITEM 164 -002 Special Provision to ITEM 166 -001 Special Provision to ITEM 300 -039 Special. Provision to ITEM 420 -002 Special Provision to ITEM 421 -035 Special Provision to ITEM 431 -001 Special Provision to ITEM 440 -006 Special Provision to ITEM 441 -007 Special Provision to ITEM 442 -016 Special Provision to ITEM 448 -002 Special Provision to ITEM 450 -001 Special Provision to ITEM 462 -014 Special Provision to ITEM 502 -033 Special Provision to ITEM 672 -034 Section A - SP (Revised 9/18/00) Page 31 of 32 SUBMITTAL TRANSMITTAL FORM PROJECT: WILLIAMS DRIVE, PHASE NOS. 1 AND 2 PHASE 1 - FROM RODD FIELD TO NILE DRIVE PHASE 2 - FROM NILE DRIVE TO AIRLNE ROAD BOND 2008 (PROJECT NOS.6466 AND 6467) OWNER: CITY OF CORPUS CHRISTI ENGINEER /ARCHITECT: Naismith Engineering Inc. (Phase 2) or RVE, Inc. (Phase 1) CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL 5025404 Asphalts, Oils, and Emulsions T025412 Prime Coat 5025414 Aggregate for Surface Treatments & Seal Coat S025424 Hot Mix Asphalt Concrete Pavement T026206 Ductile Iron Pipe and Fittings 5026210 PVC Pipe 5026411 Gate Valves for Waterlines 5026416 Fire Hydrants T027205 Fiberglass Manholes 5027402, S027404 Reinforced Concrete Pipe & Box Culverts T027602, 8027614 Gravity Sanitary Sewers & Cured -in -Place Pipe T030020 Portland Cement Concrete 5032020 Reinforcing Steel S037040 Epoxy Comwounds S055420 Frames, Grates, Rings, & Covers T025260 Crushed Limestone Base T093000 T093100 Geogrid Reinforcement Composite Shell Cast -in -Place Tactile Warning Surface Unit Electrical Submittals Section A - SP (Revised 9/18/00) Page 32 of 32