Loading...
HomeMy WebLinkAboutC2006-525 - 12/12/2006 - Approved21416.. )!=, 12/12/06 V12006-404 SPECIAL PRE' S Maas-Anderson Construction SPECIFICATION A N D FORMS OFCONTRACFS TND END FCR NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART A— CLUSTER 1 & 5, PART B —CLUSTER 2 & 3 PART C — CLUSTER 7, PART D --CLUSTER 1,2,3,5 & 7 LNV ENGINEENG Engineers & Con,-.9ants 801 Navigation, j.te 30L Corpus Christi, Ttx,,3 7846 Phone: 361-8V-1984 Fax: 361-883-1986 FOR CITY OF C1RPUS riTY.AS Phone: 361-82.3500 Fax: 361-826-3501 4/1,./f/' * PROJECT NO: 6368 DRAWING NO: STR 769 -1 Revised 6/27/99) NEIGHBORHOOD STREETS RECONSTRUCTION BOND 2004 PART A- CLUSTER 1 & 5, PART B- CLUSTER 2 & 3, PART C- CLUSTER 7, PART D- CLUSTER 1, 2, 3, 5 AND 7 Table of Contents NOTICE TO BIDDERS (Revised 10/21/98) NOTICE TO CONTRACTORS - A Insurance Requirements NOTICE TO CONTRACTORS - B 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 /Explanation of Bid Items 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 A -11 Cooperation with Public Agencies A -12 Maintenance of Services A -13 A -14 A -15 A -16 A -17 A -18 A -19 A -20 A -21 A -22 Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal /Salvage of Materials Field Office Schedule and Sequence of Construction Construction Staking Testing and Certification Project Signs Minority /Minority Business Enterprise Participation Policy (Revised 10/98) P. -23 Inspection Required A -24 Surety Bonds NOT USED (6/11/98) A -26 Supplemental Insurance Requirements A 27 Reaponsibi y foi Damage Claims NOT USED A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements Table of Contents Page of 9 A -31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A 3J5 City Watez i'acilities Special Requirements NOT USED A -36 Other Submittals A -37 Amended "Arrangement and Charge for Water Furnished by the City" A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities �ertzrrca pa and Fi piant_e. 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 A -46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires A -49 Amended "Maintenance Guaranty" (8/24/00) A -50 Electronic Submittal of Bids A -51 Value Engineering A -52 Dust Control A -53 Dewatering and Disposal PART B -GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARDS SPECIFICATIONS Section 022022 Section 022040 Section 022080 Section 022420 Section 025202 Section 025205 Section 025404 Section 025412 Section 025414 Section 025418 Section 025610 Section 025802 Section 026202 Section 026206 Section 026210 Section 026214 Section 026402 Section 026404 Section 026409 Section 026411 Trench Safety for Excavations Street Excavation (S -10) Embankment (S - -13) Silt Fence (S -97) Scarifying and Reshaping Base Course (S -23) Pavement. Repair, Curb Gutter, Sidewalk, & Driveway Replacement (S -54) Asphalts, Oils & Emulsions (S -29) Prime Coat (S -30) Aggregate for Surface Treatment and Seal Coats (S -35) Surface Treatment (S -32) Concrete Curb & Gutter (S -52) Temporary Traffic Controls During Construction Hydrostatic Testing of Pressure Systems (S -89) Ductile Iron Pipe & Fittings (S -81) PVC Pipe - AWWA C900 & C905 (S -83) Grouting Abandoned Utility Lines (S -3) Waterlines Water Service Lines (S -87) Tapping Sleeves & Tapping Valves (S -84) Gate Valves for Waterlines (S -85) Table of Contents Page 2 of 9 Section Section Section Section Section Section Section Section Section PART T Section Section Section Section Section Section Section Section Section Section Section Section Section 026416 027202 027203 027205 027606 030020 032020 038000 055420 Fire Hydrants (S -86) Manholes (S -62) Vacuum Testing Structures Fiberglass Manholes (S -58A) Sanitary Service Lines Portland Cement Concrete (S -40) Reinforcing Steel (S -42) Concrete Structures (S -41) Frames, Grates, Rings, & Covers (S -57) Sanitary Sewer Manhole and - TECHNICAL SPECIFICATIONS 001000 Pipe Bursting /Crushing Sanitary Sewers 001200 Removing Abandoned Structures 002100 Flexible Base 002200 Hot Mix Asphaltic Concrete Pavement 002210 002300 002700 005000 010000 022020 025402 025612 027610 PART W - DRAWINGS Rolling Concrete Curb Ramps Sodding Disinfection of Domestic Water Lines Cement Treatment(Road Mixed) Excavation & Backfill for Utilities & Sewers Planing and Texturing Pavement Concrete Sidewalks & Driveways Televised Inspection of Conduits 1. Cover Sheet 2. Sheet Index 3. Project Vicinity 4. Project Vicinity 5. Project Location HS) 6. 7. 8. 9. 10. 11. 12. 3. 14. 15. 16. ;7. 17. 18. 19. 20. 21, Project Project Project Project General General Typical Typical Typical Typical Typical Typical Map Sheet 1 of 2 Map Sheet 2 of 2 Map - Cluster 1 Riverside Area (North of Calallen Location Map- Cluster 2 Nueces Bay /Buddy Lawrence Area Location Map- Cluster 3 South Port /Greenwood Area Location Map- Cluster 5 Holly /Kostoryz Area Location Map - Cluster 7 Nile Area Notes and Testing Schedule (SHT 1 of 2) Notes (SHT 2 of 2) Street Sections- Clusters 1 & 2 Street Sections- Cluster 3 (SHT 1 of 2) Street Sections- Cluster 3 (SHT 2 of 2) Street Sections-Cluster 5 (SHT 1 of 3) Street Sections- Clusters 5 & 7 (SHT 2 of 3) Street Sections- Clusters 5 & 7 (SHT 3 of 3) Typical Street Section Details Legend & Estimated Quantities Sequence of Work (SHT 1 of 2) Sequence of Work (SHT 2 of 2) Control Layout & Benchmark Info.- Cluster 1 Riverside Area (North of Calallen HS) Table of Contents Page 3 of 9 23. Control Layout & Benchmark Info. - Cluster 2 Nueces Bay /Buddy Lawrence Area 24. Control Layout & Benchmark Info.- Cluster 3 South Port /Greenwood Area 25. Control Layout 6 Benchmark Info. - Cluster 5 Holly /Kostoryz Area 26. Control Layout a Benchmark Info. - Cluster 7 Nile Area Removal Summary Cluster 2 and Cluster 7 River Valley Drive Plan & Profile Sta 1 +00 Thru 5 +50 River Valley Drive Plan & Profile Sta 5 +50 Thru 9 +62 Paddle Wheel Drive Plan & Profile Sta 1 +35 Thru 4 +50 Paddle Wheel Drive Plan & Profile Sta 4 +50 Thru 7 +75 Paddle Wheel Drive Plan & Profile Sta 7 +75 Thru 10 +89 Exchequer Drive Plan & Profile Sta 1 +35 Thru 4 +55 Exchequer Drive Plan & Profile Sta 4 +55 Thru 7 +25 Exchequer Drive Plan & Profile Sta 7 +25 Thru 10 +00 River Canyon Drive Plan & Profile Sta 1 +04 Thru 4 +75 River Canyon Drive Plan & Profile Sta 4 +75 Thru 8 +00 River Canyon Drive Plan & Profile Sta 8 +00 Thru 10 +75 28. 29. 30. 31 . 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 42. 43. 44. 45. 46. 47. Teague Lane Teague Lane Teague Lane Teague Lane Plan Plan Plan Plan Antelope Street Antelope Street Antelope Street Antelope Street Buddy Lawrence 5 +70 & Profile Sta & Profile Sta & Profile Sta & Profile Sta Utility Plan & Utility Plan & Utility Plan & Utility Plan & Drive Utility 1 +38 Thru 5 +50 5 +50 Thru 9 +25 9 +25 Thru 13 +00 13 +00 Thru 16 +01 Profile Sta 1 +00 Thru Sta 5 +20 Profile Sta 5 +20 Thru Sta 10 +50 Profile Sta 10 +50 Thru Sta 15 +40 Profile Sta 15 +40 Thru Sta 20 +50 Plan & Profile Sta 1 +80 Thru Sta 47A. Buddy Lawrence Drive Utility Plan & Profile Sta 7 +78 Thru Sta 12 +33 48. Palm Drive Plan & Profile Sta 1 +40 Thru Sta 4 +23 49. Antelope Street Plan & Profile Sta 1 +14 To Sta 5 +20 50. Antelope Street Plan & Profile Sta 5 +20 To Sta 10 +50 51. Antelope Street Plan & Profile Sta 10 +50 To Sta 15 +40 52. Antelope Street Plan & Profile Sta 15 +40 To Sta 20 +50 53. Antelope Street Plan & Profile Sta 20 +50 To Sta 23 +15 54. Buffalo Street Utility Plan & Profile Sta 1 +00 Thru Sta 4 +70 55. Buffalo Street Utility Plan & Profile Sta 4 +70 Thru Sta 9 +15 56. Buffalo Street Utility Plan & Profile Sta 9 +15 Thru Sta 13 +75 57. Buffalo Street Utility Plan & Profile Sta 13 +75 Thru Sta 16 +69 58. Buffalo Street Plan & Profile Sta 1 +00 To Sta 4 +70 59. Buffalo Street Plan & Profile Sta 4 +70 To Sta 9 +15 60. Buffalo Street Plan & Profile Sta 9 +15 To Sta 13 +75 61. Buffalo Street Plan & Profile Sta 13 +75 To Sta 16 +19 62. MacArthur Street Plan & Profile Sta 9 +40 To 14 +45 63. MacArthur Street Plan & Profile Sta 4 +90 To 9 +40 64. MacArthur Street Plan & Profile Sta 1 +00 To 4 +90 65. Nimitz Street Plan & Profile Sta 17 +20 To 21 +70 66. Nimitz Street Plan & Profile Sta 13 +43 To 17 +20 67. Halsey Street Plan & Profile Sta 5 +75 To Sta 10 +24 68. Halsey Street Plan & Profile Sta 1 +30 To Sta 5 +75 69. Dunbar Street Plan & Profile Sta 5 +75 To Sta 10 +22 Table of Contents Page 4 of 9 '0. Dunbar Street Plan 001. Montgomery Street 72. Montgomery Street 73. Wainwright Street 4. Wainwright Street 5, Eisenhower Street 6. Eisenhower Street 7. Eisenhower Street 8. MacArthur Street 9. MacArthur Street 80. 81. 82. 83. 84. 85. 86. 87. 88. 89. 90. 91. MacArthur Guadalupe Guadalupe Nogales Street Plan Nogales Street Plan Soledad Street Plan Soledad Street Plan Street Street Plan Street Plan & Profile Sta Plan & Profile Plan & Profile Plan & Profile Plan & Profile Plan & Profile Plan Plan Plan Plan Plan Presa Presa Street Plan & Street Plan & Bolivar Street Plan Bolivar Street Plan Eisenhower Street 4 +45 & Profile & Profile & Profile & Profile & Profile & Profile & Profile & Profile & Profile & Profile & Profile Profile 1 +30 To Sta Sta 5 +80 To Sta 1 +30 To Sta 5 +75 To Sta 1 +30 To Sta 9 +20 To Sta Sta Sta Sta 4 +70 1 +00 1 +13 5 +47 5 +75 Sta 10 +24 Sta 5 +80 Sta 10 +24 Sta 5 +75 Sta 13 +43 To Sta 9 +20 To Sta 4 +70 To Sta 5 +47 To Sta 10 +37 Sta 10 +37 To Sta 15 +35 Sta 5 +75 To Sta 10 +24 Sta 1 +30 To Sta 5 +75 Sta 5 +65 To Sta 10 +24 Sta 1 +29 To Sta 5 +65 Sta 5 +75 To Sta 10 +21 Sta 1 +29 To Sta 5 +75 Sta 5 +80 To Sta 10 +23 Profile Sta 1 +29 To Sta 5 +80 & Profile Sta 5 +05 To Sta 9 +49 & Profile Sta 1 +21 To Sta 5 +05 Plan & Profile Sta 1 +21(Bolivar Street) 92. Eisenhower Street Plan & Profile Sta 4 +45 To Sta 8 +93 93. Eisenhower Street Plan & Profile Sta 8 +93 To Sta 13 +22 94. Bolivar Street Plan & Profile Sta 1 +17 to Sta 5 +10 95. Bolivar Street Plan & Profile Sta 5 +10 To 9 +38 96. Presa Street Plan & Profile Sta 1 +17 To Sta 5 +10 97. Presa Street Plan & Profile Sta 5 +10 To Sta 9 +43 98. Soledad Street Plan 99. Soledad Street Plan 100. Nogales Street Plan 101. Nogales Street Plan Sta 2 +63 102. Guadalupe Street Plan & Profile Sta 1 +17 To Sta 5 +10 103. Guadalupe Street Plan & Profile Sta 5 +10 to Sta 8 +47 104. Niagara Street Plan & Profile Sta 1 +30 To Sta 6 +10 105. Niagara Street Plan & Profile Sta 6 +10 To Sta 10 +45 106. Whitebird Drive Plan & Profile Sta 1 +07 To Sta 6 +00 107. Whitebird Lane Plan & Profile Sta 6 +00 To Sta 11 +00 108. Whitebird Lane Plan & Profile Sta 11 +00 To Sta 15 +20 109. Elderberry Lane Plan & Profile Sta 1 +40 To Sta 5 +50 110. Elderberry Lane Plan & Profile Sta 5 +50 To Sta 8 +30 111. Blue Water Drive Plan & Profile Sta 8 +30 (Elderberry) 5 +76 112. Southern Sun Drive Plan & Profile Sta 1 +00 To Sta 5 +15 113. Hill Crest Drive Plan & Profile Sta 1 +40 To Sta 5 +50 114. Hill Crest Drive Plan & Profile Sta 5 +50 To Sta 10 +03 115. Seahawk Drive Plan & Profile Sta 1 +40 To Sta 4 +90 116. Seahawk Drive Plan & Profile Sta 4 +90 To Sta 8 +35 117. Blue Water Drive Plan & Profile Sta 6 +55 To Sta 10 +70 118. China Berry Lane lan & Profile Sta 1 +39 To Sta 5 +00 To Sta & Profile Sta 1 +18 To Sta 4 +10 & Profile Sta 4 +10 To Sta 7 +37 & Profile Sta 1 +18 To Sta 5 +10 & Profile Sta 5 +10 To Sta 7 +37 & Sta 1 +45 To Table of Contents Page 5 of 9 To Sta 119. 120. 121. 122. 123. 124. 125. 126. 127. 128. 129. 130. 131. 132. 133. 134. 135. 136. !.37. 38. 39. 140. 141. 142. 143. 144. 145. 146. 147. 148. 149. 150. 151. 152. 153. 154. 155. 156. 157. 158. 159. China Berry Lane Plan & Profile Sta 5 +00 To Sta 9 +06 Crestwater Drive Plan & Profile Sta 1 +50 To Sta 6 +50 Crestwater Drive Plan & Profile Sta 6 +50 To Sta 10 +76 Crest Pebble Drive Plan & Profile Sta 1 +25 To Sta 4 +60 Crest Pebble Drive Plan & Profile Sta 4 +60 To Sta 9 +10 Crest Pebble Drive Plan & Profile Sta 9 +10 To Sta 11 +75 Crest Colony Lane Plan & Profile Sta 1 +00 To Sta 5 +50 Crest Colony Lane Plan & Profile Sta 5 +50 To Sta 9 +50 Crest Colony Lane Plan & Profile Sta 9 +50 To Sta 13 +05 Crest Crest Crest Crest Veil Drive Plan & Profile Sta 1 +39 To Sta 8 +10 Veil Drive Plan & Profile Sta 1 +62 To Sta 4 +80 Veil Drive Plan & Profile Sta 4 +80 To Sta 8 +10 Willow Drive Plan & Profile Sta 1 +00 To Sta 3 +17 Crest Willow Drive Plan & Profile Sta 3 +91 To Sta 8 +45 Crest Valley Circle Plan & Profile Sta 1 +35 To Sta 5 +70 Sylvan Crest Drive Plan & Profile Sta 1 +35 To Sta Sylvan Crest Drive Plan & Profile Sta 4 +40 To Sta Drive Plan & Profile Sta 7 +45 To Sta A & Profile Sta 1 +00 Sta 5 +00 A & Sta 5 +00 Sta 8 +46 B & Profile Sta 1 +17 Sta 4 +95 B & Profile Sta 4 +95 Sta 8 +88 C & Profile Sta 1 +30 Sta 4 +92 C & Profile Sta 4 +92 Sta 8 +46 D & Profile Sta 1 +30 Sta 4 +95 D & Profile Sta 4 +95 Sta 8 +51 Nile Drive Sylvan Alley Alley Alley Alley Alley Alley Alley Alley Crest Plan Plan Plan Plan Plan Plan Plan Plan Nile Drive Nile Drive Nile Drive Nile Drive Nile Drive Nile Drive Nile Drive Profile Plan & Profile Plan & Profile Plan & Profile Plan & Profile Plan & Profile Plan & Profile Plan & Profile Plan & Profile Sta Sta Sta Sta Sta Sta Sta Sta Teague Lane Striping Plan Antelope Street Striping Plan Antelope Street Striping Plan Buffalo Street Striping Plan Nile Drive Striping Plan Nile Drive Striping Plan Existing Calallen 160. Existing to To To To To To To To 1 +00 To Sta 5 +00 5 +00 To Sta 9 +45 9 +45 To Sta 13 +90 13 +90 To Sta 18 +10 18 +10 To Sta 22 +60 22 +60 To Sta 27 +10 27 +10 To Sta 31 +40 31 +40 To Sta 34 +38 Gaslines Basemap- Cluster 1 Riverside HS) Storm Water Basemap - Cluster 1 Riverside Calallen HS) 161. Existing Waterline Calallen HS) 162. Existing Wastewater Calallen HS) 163. Existing Gaslines Area 164. Existing Area 4 +40 7 +45 11 +35 Area Area Basemap - Cluster 1 Riverside Area Basemap- Cluster 1 Riverside Area Basemap - Cluster 2 Nueces Bay /Buddy Storm Water Basemap- Cluster 2 Nueces Table of Contents Page 6 of 9 Bay /Buddy (North of (North of (North of (North of Lawrence Lawrence 165. Existing Waterlines Basemap- Cluster 2 Nueces Bay /Buddy Lawrence Area 166. Existing Wastewater Basemap- Cluster 2 Nueces Bay /Buddy Lawrence Area 167. Existing Gaslines Basemap- Cluster 3 South Port /Greenwood Area 168. Existing Storm Water Basemap- Cluster 3 South Port /Greenwood Area 169. Existing Waterlines Basemap- Cluster 3 South Port /Greenwood Area 170. Existing Wastewater Basemap - Cluster 3 South Port /Greenwood Area 171. Existing Gaslines Basemap - Cluster 5 Holly /Kostoryz Area 172. Existing Storm Water Basemap- Cluster 5 Holly /Kostoryz Area :73. Existing Waterlines Basemap - Cluster 5 Holly /Kostoryz Area 74. Existing Wastewater Basemap- Cluster 5 Holly /Kostoryz Area 175. Existing Gaslines Basemap - Cluster 7 Nile Area 176. Existing Storm Water Basemap- Cluster 7 Nile Area 177. Existing Waterline Basemap- Cluster 7 Nile Area :178. Existing Wastewater Basemap - Cluster 7 Nile Area 179. Perimeter Signs Y Barricades TCP- Cluster 1 Riverside Area (North of Calallen HS) 80. Perimeter Signs & Barricades TCP- Cluster 2 Nueces Bay /Buddy Lawrence Area 81. Perimeter Signs & Barricades TCP - Cluster 3 South Port /Greenwood Area 182. Perimeter Signs & Barricades TCP- Cluster 5 Holly /Kostoryz Area 183. Perimeter Signs & Barricades TCP - Cluster 7 Nile Area 184. Position Guidance Using Raised Markers Reflectorized Profile Markings PM(2) -00A (Sht 1 of 3) 185. Position Guidance Using Raised Markers Reflectorized Profile Markings PM(2) -00A (Sht 2 of 3) .86. Pavement. Parking for Two -Way Left Turn Lanes, Divided Highways & Rural Left Turn Bays PM(4) -00A (Sht 3 of 3) 187. Barricade & Construction General Notes & Requirements BC(1) -03 (Sht 1 of 12) 188. Barricade & Construction Project Limit Standard BC(2) -03 (Sht 2 of 12 189. Barricade & Construction Work Zone Speed Limit Standard BC(3) -03 (Sht 3 of 12) 190. Barricade & Construction Temporary Sign Notes Standard BC(4) -03 12) & Construction T Typical Sign Support Standard BC (5) -03 (Sht 4 of 191. Barricade yp g pP (Sht 1 of 12) 192. Barricade & Construction Arrow & Message Signs, Reflectors & Warning Light Standard BC(6) -03 (Sht 6 of 12) 193. Barricade & Construction Plastic Drum Standard BC(7) -03 (Sht 7 of 12) 194. Channelizing Devices Standard BC(8) -03 (Sht 8 of 12) 195. Barricade & Construction Type III Barricade & Cones BC(9) -03 (Sht 9 of 12) 196. Barricade & Construction Pavement Markings Standard (Sht 10 of 12) 197. Barricade & Construction Pavement Markings Standard (Sht 11 of 12) Table of Contents Page 7 of 9 Standard BC(10) -03 BC(11) -03 198. Barricade & Construction Regulatory & Guide Signs Standard BC(12)-03 (Sht 12 of 12) 199. Traffic Control Plan TCP (1 -1) -98 (Sht 1 of 4) 200. Traffic Control Plan TCP (1 -2) -98 (Sht 2 of 4) 201. Traffic Control Plan TCP (1 -3) -98 (Sht 3 of 4) 202. Traffic Control Plan TCP (1 -4) -98 (Sht 4 of 4) 203. Traffic Control Plan TCP (2 -1) -03 (Sht 1 of 5) 204. Traffic Control Plan TCP (2 -2) -03 (Sht 2 of 5) 205. Traffic Control Plan TCP (2 -3) -03 (Sht 3 of 5) 206. Traffic Control Plan TCP (2 -4) -03 (Sht 4 of 5) 207. Traffic Control Plan TCP (2 -5) -03 (Sht 5 of 5) 208. Traffic Control Plan TCP (3 -1) -98 (Sht 1 of 1) 209. Traffic Control Plan Reflectorized Profile Markings TCP(7 -1) -98 (Sht 1 of 1) 210. Miscellaneous Details (Sht 1 of 3) 211. Miscellaneous Details (Sht 2 of 3) 211A. Miscellaneous Details (Sht 3 of 3) 212. Curb, Gutter & Sidewalk Details 213. Residential Driveway Details (Sht 1 of 3) 214. Residential Driveway Details (Sht 2 of 3) 215. Residential Driveway Details (Sht 3 of 3) 216. Commercial Driveway Details (Sht 1 of 2) 217. Commercial Driveway Details (Sht 2 of 2) 218. Sidewalk Ramp Details 219. Standard Water Details (Sht 1 of 5) 220. Standard Water Details (Sht 2 of 5) 221. Standard Water Details (Sht 3 of 5) 222. Standard Water Details (Sht 4 of 5) 222A. Standard Water Details (Sht 5 of 5) 223. Standard Wastewater Details (Sht 1 of 5) 224. Standard Wastewater Details (Sht 2 of 5) 2.25. Standard Wastewater Details (Sht 3 of 5) 226. Standard Wastewater Details (Sht 4 of 5) 227. Standard Wastewater Details (Sht 5 of 5) 228. Standard Storm Water Details (Sht 1 of 2) 229. Standard Storm Water Details (Sht 2 of 2) 230. Sign Details 231. Sediment and Water Pollution Control Measures APPENDIX A - Geotechnical Investigation NOTICE AGREEMENT I. Part A - Cluster 1 Riverside Area Cluster 5 Holly Kostoryz Area II. Part B - Cluster 2 Nueces Bay /Buddy Lawrence Area Cluster 3 South Port /Greenwood Area III. Part C - Cluster 7 Nile Area Table of Contents Page 8 of 9 V. Part D - Cluster 1 Riverside, Cluster 2 Nueces Bay /Buddy Lawrence Area, Cluster 3 South Port /Greenwood Area, Cluster 5 Holly Kostoryz Area & Cluster 7 Nile Area PROPOSAL /DISCLOSURE STATEMENT Part A - Cluster 1 Riverside Area Cluster 5 Holly Kostoryz Area iI Part B - Cluster 2 Nueces Bay /Buddy Lawrence Area Cluster 3 South Port /Greenwood Area ?II. Part C - Cluster 7 Nile Area IV. Part D - Cluster 1 Riverside, Cluster 2 Nueces Bay /Buddy Lawrence Area, Cluster 3 South Port /Greenwood Area, Cluster 5 Holly Kostoryz Area & Cluster 7 Nile Area PERFORMANCE BOND I. Part A - Cluster 1 Riverside Area Cluster 5 Holly Kostoryz Area II. Part B - Cluster 2 Nueces Bay /Buddy Lawrence Area Cluster 3 South Port /Greenwood Area III. Part C - Cluster 7 Nile Area IV. Part D - Cluster 1 Riverside, Cluster 2 Nueces Bay /Buddy Lawrence Area, Cluster 3 South Port /Greenwood Area, Cluster 5 Holly Kostoryz Area & Cluster 7 Nile Area PAYMENT BOND I. Part A - Cluster 1 Riverside Area Cluster 5 Holly Kostoryz Area II. Part B - Cluster 2 Nueces Bay /Buddy Lawrence Area Cluster 3 South Port /Greenwood Area III. Part C - Cluster 7 Nile Area IV. Part D - Cluster 1 Riverside, Cluster 2 Nueces Bay /Buddy Lawrence Area, Cluster 3 South Port /Greenwood Area, Cluster 5 Holly Kostoryz Area & Cluster 7 Nile Area Table of Contents Page 9 of 9 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: N E I G H B O R H Q Q D ST RECONSTRUCTION BOND ISSUE 2004 PART A- CLUSTER 1 & 5, PART B- CLUSTER 2 & 3, PART C- R 7, PART D- CLUSTER 1,2,3,5,5 7 consists of street reconstruction, water and sanitary sewer improvements for following clusters: PART A - CLUSTER 1 - RIVERSIDE AREA (NORTH OF CALALLEN HIGH SCHOOL) AND CLUSTER 5 - HOLLY /iOOSTORYZ AREA Consists of replacing 15,840 LF of 4" and 6" curb and gutter, 13,480 SF of concrete sidewalk, 45,225 SY of cement treat. 6 " -10" existing base material, 59,520 SY of one course surface treatment, 59,520 SY of HMACP in accordance with the plans, specifications and contract documents; PART B - CLUSTER 2 - NQECSS BAY /BUDDY LAWRENCE AREA AND CLUSTER 3 - SOUTH PORT /GREENWOOD AREA Consists of replacing 6,750 LF of 6" curb and gutter, 2,450 SY of concrete driveway, 31,820 SY of cement treat existing 8" base material, 54,270 SY of one course surface treatment, 15,071 SY of milling, 54,330 SY of 1 -1/2" - 2 -1/2" HMACP, 5,118 LF of 8" PVC waterline, 5,712 LF of pipe bursting 8 " -12" wastewater line, and rehab wastewater manholes in accordance with the plans, specifications and contract documents, PART C - CLUSTER 7 - NILE AREA Consists of replacing 6,300 LF of 6" curb and gutter, 25,650 SF of concrete sidewalk, 1,250 SY of concrete driveway, 13,200 SY of cement treat existing 10" base material, 13,200 SY of one course surface treatment, and 13,200 SY of 2 -1/2" HMACP in accordance with the plans, specifications and contract documents; PART D - CLUSTER 1, 2, 3, 5 & 7 Combines Part A, Part B and Part C as mentioned above into one single project; Bids will be received at the office of the City Secretary until 2:00 p.n. on Wednesday, W ednesday Mevember 15, 2006 and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Tuesday, October 31, 2006 beginning at 2:00 P.M. The pre -bid meeting will be conducted by the City, and will convene at the Engineering Services 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 Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic_" employed on this project. 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 /'Angel R. Escobar, P.E. Director of Engrg. Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations 6. Hazard 7. Contractual Liability- S. Broad Form Property Damage 9. Independent Contractors 10. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY - -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -tern environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT REQUIRED AL NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED INSTALLATION FLOATER $100,000 See Combined Single Limit Section B -6 -11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED AL Page 1 of 2 G The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation Liability coverage. O The name of the Project musi: be Listed under "description of operations" on each certificate of insurance. O 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 assurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING CR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction prc=ect must be covered by worker's compensation insurance, authorized self- insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. :Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not ;,rovide 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees co comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; �. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3 the Contractor is required to post the required notice at the job site. By s cuing this Contract, the Contractor certifies that it will timely coney with these Notice to Contractors "B" requirements. NOTICE TO cONTRICTORS - 8 (Revised 1/13/98) Page 1 of 7 8/7 / q8 Title 2S. LNSU ..A.\ CE Part IL TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES § 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The fallowing words and terms, when used in this ruie, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (cer tinca ze i —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 -S l . TWCC -32, TWCC -83, or TWCC -S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (iaciuding those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction—Has the meaning defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor —A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage — Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44). (5) Coverage agreement --A written agreement on form TWCC o1, form TWCC -32, form i WCC-S3, or form IWCC -84, filed with the Texas Workers' Compensation Commission which establishes a re ations* between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Cbapter 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 oa the project has been completed a.-td accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" ir. § 406.096 of the Act) —With the exception of persons excluded under subsections (h) and CO 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 or 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 curlers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. "Services° includes but is not limited http : / /www.scs.state.tx_us/tacl23ff hII0/B /110.i10.html : +oriCE TO CONTRACTORS - a Revised 1/13/98) Page 2 of 7 8/7198 Page 2 ci :o ��_ ..,.. -_ding, o: eei vexing equipment er ...__err is. or providing transportation, � fig labor, or other sen-ice rein :ec :o a project. 'Services' does not i :, :use activities unrelated to the project, such as fooc.'cever__e vendors, ct:.ce supply deliveries, delivery of porzbte toilets. (8) Pr ciec — L.:cudes the prevision of all services r &:aced to a building or construction co:::; act for a goverr_rnep: u entity. (b) Pr cv d.'r._ or causing to be provided a certificate of coverage pursuant to this rule is a represer.tatic^ by the insured that all empioyees of the insured who are providing services cn the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that ail coverage agreements have been fled with the appropriate insurance carrier or, in the case of a seif - insured, with the comtrtissioc s Division of SeIf Insurance Regulation. Providing false or misleading ce:uficates 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 pe:.zities, 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 pars ph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain ft= 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 protect; and (B) no Iater than seven days atier the expiration of the coverage for each other person providing services ota 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 Ianasage contained in the following Figure 1 for bid specifications and contracts, without any addition words or changes, except those required to accommodate the specific document in which they art contained or to impose stricter standards of documentation: T28S 1101 10(cx7) tbl http: / /www sos.state.tx.usitac'23.111/1 I0/B /110_ I 10_turr.! NOTICE TO CONTRACTORS - 3 Revised 1/13/98) Page 3 of 7 8/7/98 ,i: 110 110 Page , of 6 ::) A contractor snail. 1) provide coverage for its empic y ees providing services on a project, for the duration of the project used on proper reporting of classircazion codes and payroil amounts and EL. -2 of any coverage agreements; :) provide a certificate of coverage showing workers` compensation coverage to the governmental entity prior to beginning work on Me project; (3) provide the governmental entity, prior to the cad 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 w:e 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 oa 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: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person woridng on this site or providing services related to this construction project must be covered by workers' compensation insurance. T is includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer`s failure to provide coverage." http://www.sos.state.tx.us/tac/28/EV110/B/110.110.hunf NOTICE TO cONYRACTORS - 8 Revised 1/13/98) Page 4 of 7 8/7/98 10 Yage4 orb (8) cc: t :actually reeui e each cerscn with when is contracts : - 'cvide services e:: a project to: (A) provide coverage based on proper reporting of classification codes and payroii an :aunts and filing of any coverage aereerr ents for of its er picyees providing ser.ices on the project. far the duration of the project; (13) provide a certificate of coverage to the contactor prior to that person beginning work on the project; (C) inciude in all contracts to provide services or-. the project the language in subsection (e)(3) of this section: (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certinc ate 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 cerificate of coverage, prior to the other person beginning word: on the project; and CO prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project z. ^td 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 (Fi) contractually require =oh other person with whore 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 agree :ne=ts; (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 skirling this cataract 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 http:llwww.sos. state. tx .us /tacJ23/II/110E /110.110_htrni NOTICE TO CONTRACTORS - 8 Revised 1/13/91) Page 5 cl 7 8/7/98 rage or o 1.0 ,n,-, i.v.LLv for the nuration of the project, that the coverage will be based on proper reporting of classification codes and payroll a::.ounts, and that ail coverage agreements will be filed with the appropriate insurance carrier or, the case of a self - insured, with the commission's Division of Self-Insurance Reg:iauon. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration oldie project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 die coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; 2nd (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 httpilwww.sos.state. cc.us/tac/28/17J110/8/110.110.html NOTICE TO CO TRACTORS - Revised 1/13/9*) Pees 6 of 7 8/7/98 Lk) .iiv Page 6 of 6 duration of :he contract: (F) retain all required ce.-:i c; :es of coverage on file for the duration ci :he project and for one year thereafter; (G) notify the governmental e^tiry 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) contras uallly 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 circ:znstance 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. (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 Deparunent of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 4Q). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House BM 1089, 74th Legislature, 1995, § 110). 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: 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. Return to Section Index httpJ /www. sos.state. Dc. usitacs23ILU 1108 /110.110_hunk NOTICE TO CONTRACTORS - B Revised 1/13/98t Page 7 of 7 8/7/98 PART A - SPECIAL PROVISIONS NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART A- CLUSTER 1 & 5, PART B- CLUSTER 2 & 3, PART C- CLUSTER 7, PART D- CLUSTER 1,2,3,5,& 7 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the CLty Secretary, located on the first floor of City Hall, 3201 Leopard Street, un':il 2:00 p.m., Wednesday, November 15, 2006 Proposals mailed should be addressed in the following manner: City of Corpus ,:hristi City Secretary':; Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: SID PROPOSAL -- NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART A- CLUSTER 1 & 5 PART B- CLUSTER 2 & 3 PART C- CLUSTER 7 PART D- CLUSTER 1,2,3,5, & 7 PROJECT NO. 6368 A pre -bid meeting will be held on Tuesday, October 31, 2006, beginning at 3:00 P.M. The pre -bid meeting will be conducted by the City, and will convene at the Ezineering Services Main Conference Room, which is located in City Hall 3rd floor at 1201 Leopard Street, Corpus Christi, Texas. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project NEIGVIBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART A- CLUSTER 1 & 5, PART B- CLUSTER 2 & 3, PART C- CLUSTER 7, PART D- CLUSTER 1,2,3,5,& 7 consists of street reconstruction, water and sanitary sewer improvements for following clusters: PART A - CLUSTER 1 - RIVERSIDE AREA (NORTH OF CALALLEN HIGH SCHOOL) AND CLUSTER 5 - HOLLY /KOSTORYZ AREA Consists of replacing 15,840 LF of 4" and 6" curb and gutter, 13,480 SF of concrete sidewalk, 45,225 SY of cement treat 6 " -10" existing base material, 59,520 SY of one course surface treatment, 59,520 SY of HMACP in accordance with the plans, specifications and contract documents; Section A -SP (Revised 12/15/04) Page 1 of 30 PART B - CLUSTER 2 - NUECES BAY /BUDDY LAWRENCE AREA AND CLUSTER 3 - SOUTH PORT /GREENWOOD AREA Consists of replacing 6,750 LF of 6" curb and gutter, 2,450 SY of concrete driveway, 31,820 SY of cement treat existing 8" base material, 54,270 SY of one course surface treatment, 15,071 SY of milling, 54,330 SY of 1 -1/2" - 2- /2" HMACP, 5,118 LF of 8" PVC waterline, 5,712 LF of pipe bursting 8 " -12" wastewater line, and rehab wastewater manholes in accordance with the plans, specifications and contract documents; PART C -- CLUSTER 7 - NILE AREA Consists of replacing 6,300 LF sidewalk, 1,250 SY of concrete 10" base material, 13,200 SY of of 2 -1/2" HMACP documents; of 6" curb and gutter, 25,650 SF of driveway, 13,200 SY of cement treat course surface treatment, and 13,200 SY the plans, specifications and contract one in accordance with concrete existing PART D - CLUSTER 1, 2, 3, 5 & 7 Combines Part A, Part B and Part C as mentioned above into one single project; A -4 Method of Award The bids will be evaluated based on the following priority order, subject to availability of funds. 1, Part A Total Base Bid, or Part A Total Base Bid with Alternative Al 2. Part B Total Base Bid, or Part B Total Base Bid with Alternatives B1 and /or B2 3. Part C total Base Bid, 4. Part D Total Base Bid, or Part D Total Base Bid with Alternatives Al, B1, and /or B2 It if the intent of the City to award the lowest combination of Total Base Bid( *) and/or Alternatives, in the order shown within the available project funding: The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUO 2004 PART A.- CLUSTER 1 & 5, PART B- CLUSTER 2 & 3, PART C- CLUSTER 7, PART D- CLUSTER 1,2,3,5 & 7 as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement Section A -SP (Revised 12/15/04) Page 2 of 30 A -6 Time of Completion /Liquidated Damages To min:mize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion. The working time for comple -_ion of the project(s) will be: 1. Part A - CLUSTERS 1 & 2. Part B - CLUSTERS 2 & 3. Part C - CLUSTER 7 4. Part D - CLUSTERS 1, 3, 5 & 7 3 From Day one* 240 calendar 430 calendar 180 calendar 570 calendar days days days days *From date as authorized in the written notice to proceed. Additional calendar days will not be awarded for the additive alternates. 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, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due to the Contractor the amount of liquidated damages due to the City from the monthly pay estimate. 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 Power Street Stormwater Pump Station 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 February 3 Days March 2 Days April 3 Days Completion shall be based accordance with the plan, connected to the existing project May June Jul y August 4 Days 4 Days 3 Days 4 Days September October November December 7 Days 4 Days 3 Days 3 Days on satisfactory work, completed, tested, in specifications, and contract documents and system, and accepted by the City for the entire Section A -SP (Revised 12/15/04) Page 3 of 30 The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red lined set ready to submit to City with all corrections /notes- Engineering Services to coordinate As- Built plan preparation with A/E Consultant). (1) 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) If CDBC project, all federal forms completed and cubmittcd (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 Head 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 retainage will be reduced for each cluster that has been completed. A -7 Workers Compensation Insurance Coverage if the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Section A -SP (Revised 12/15/04) Page 4 of 30 Furthermore, for each calendar day including and after the effective date of termiear_ion of 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 eccumilate 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 ndividuals working on the Project are covered by workers' compensation Insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure tc acknowledge receipt, and a subsequent interpretation of non- receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5.00) Labor preference and wage rates for heavy construction and heavy /highway. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each Laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and ,lassifications of gall 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 li- 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 t: the City Engineer bi- weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional Section A -SP (Revised 12/15/04) Page 5 of 30 requirements concerning the proper form and content of the payroll ubmittals.) one and one -half (1 -1) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked ,)n Sundays or holidays. (See Section B -1 -1, Definition of Terms, and Section H -7-6, Working Hours.) A -11 Cogperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess at 1 -800- 344 -8377, the Lone Star Notification 1 -800 -669 -8344, and the Southwestern Bell Locate Group at 1 -800- 828 -5127. Company the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer Dan S. Leyendecker, P.E LNV Engineering Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S B C /AT &T City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) EMC (Fiber Optic) ChoieeCom (Fiber Optic) CAPROCK (Fiber Optic_) Brooks Fiber Optic (MAN) 826 -3500 883 -1984 826 -3540 882 -1911 826-1880 (880 -3140 after hours) 826 -1818 (880 -3140 after hours) 885 -6900 (885 -6900 after hours) 826 -1881 (880 -3140 after hours) 826 -3461 857 -1970 299 -4833 (693 -9444 after hours) 881 -2511 (1 -800- 824 -4424, after hours) 857 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 - 753 -4355 A -12 Maintenance of Services The Contractor shall take all precautions both above and below ground. The Drawings reasonably obtained from existing as -bui records, etc. and from as much field work the construction of this type of project nature of underground utilities, etc. 857 -1960 (857 -5060 after hours) (Pager 800- 724 -3624) (Pager 888- 204 -1679) (Pager 850 -2981) (Mobile) in protecting existing utilities, show as much information as can be It drawings, base maps, utility as normally deemed necessary for with regard to the location and 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 Section A -SP (Revised 12/15/04) Page 6 of 30 utilities back n service t_) construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns The utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets cr ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must he 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. I1 traffic control plan is included in -thc drawings. A traffic control plan is included in the drawings. A Traffic Control bid item has been included for street and utility improvements. The lump sum bid shall include all labor, materials, equipment, and other incidentals required to provide temporary traffic controls during construction activities. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. Section A -SP (Revised 12/15/04) Page 7 of 30 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 pf 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 de.racts from its appearance or hampers the growth of 7rass Al!. existing concrete and asphalt within the limits of the Project must be F-emoved unless otherwise ncted. All necessary removals including but sidewalks, etc., are to be con0idcrcd !1 not limited to pipe, driveways, cub.idiary to the bid item for Paid by shown in the linear foot of baseline for each street the proposal and in the removal summary. A -16 Disposal /Salvage of Materials from R.O.W. to R.O.W. as 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, but shall be considered subsidiary to the appropriate bid items. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based on total calendar days for construction of the entire project broken down into each Construction Phase. This plan must detail the schedule of work for each Construction Phase and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The working time for completion of the project(s) will be: 1. Part A - CLUSTERS 1 & f 2. Part B - CLUSTERS 2 & 3 3• Part C -- CLUSTER 7 4. Part D - CLUSTERS 1, 2, 3, 5 & 7 From Day one* 240 calendar days 430 calendar days 180 calendar days 570 calendar days *From date as authorized in the written notice to proceed. Additional calendar days will not be awarded for the additive alternates. Section A -SP (Revised 12/15/04) Page 8 of. 30 The plan must also indicate the schedule of the following work items: initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- -Construction Meeting an initial Construction Progress Schedule for review. items to Include: Show complete sequence of construction by calendar days. 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. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. Re- Submission: Revise and resubmit as required by the City Engineer. Once a Month Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule_ 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, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due to the Contractor the amount of liquidated damages iue to the City from the monthly pay estimate. 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 Power Street Stormwater Pump Station 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 Lays 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 system, and accepted by the City for the entire project. Section A -SP (Revised 12/15/04) Page 9 of 30 The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): !15) Final inspect_i)n (Contractor shall have red lined set ready to submit to City with all corrections /notes- Engineering Services to coordinate As- Built plan preparation with A/E Consultant). (16) Inspector prepares final quantities, contractor evaluation form, and project summary. (17) 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. (18) Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. (19) Final estimate reviewed by City Construction Engineer. (20) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor evaluation form and Project Acceptance Procedures Check List. (21) 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) _cral forms completed and sue; (22) Final Acceptance Memorandum prepared by Administrative Assistant (23) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork (24) Administrative Asst. submits to director of Engineering Services /Operating Department Head for approval and forwarding to Asst. City Manager (25) Final Acceptance memo returned from Asst. City Manager (26) Authorization for payment (AFP) prepared and submitted to Accounting Department (21) Contractor receives final payment after City Council (if required or Asst. City Manager accepts project. (28) 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 retainage will be reduced for each cluster that has been completed. A -19 Construction Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. Section A -SP (Revised 12/15/04) Page 10 of 30 f during construction, it is necessary to disturb or destroy a control point cr bench mark, the Contractor shall provide the City or Consultant Project: Engineer 48 hours notice so that alternate control points can be established by the City ox Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, i is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the C:_ty or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party or in house independent Registered Professional Land Surveyor ( R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party or in house R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party or in house Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: streets: • 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; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Water: • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). This item shall be considered subsidiary to the appropriate bid items. 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. Section A -SP (Revised 12/15/04) Page 11 of 30 The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must furnish and install two (2) project signs as indicated on the following drawing (Attachment I). The sign must be installed before construction begins and will be maintained throughout The Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. Project signs shall be , cnsidered subsidiary to the appropriate bid items. A -22 Minority /Minority Business Enterprise Participation Policy 3 Policy It is the policy of the City of Corpus Christi that maximum opportunity s 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 Aff_rmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established requirements, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2 Definitions a Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract.. c Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). Section A -SP (Revised 12/15/04) Page 12 of 30 (c, For an enterprise doing business as a corporation, at least 51.O% 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). 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. a Minority: See definition under Minority Business Enterprise. 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. b. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry an a single business activity which is limited in scope and direct_on. 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. 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 Section A -SP (Revised 12/15/04) Page 13 of 30 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. Compliance 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. o. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building io Occupancy, when applicable. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department. A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of t-e bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must ne executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any Section A -SP (Revised 12/15/04) Page 14 of 30 .iability in excess of $100,000 from a reinsurer that is certified by the United States 'ecretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as ho]ding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption NOT USED Section B 6 22, Tax Exemption Provision, is deleted iR its en- ti-ety and thc tollewinq substituted in lieu-thereof. Contracts for improvements Christi do not qualify for thc C Rtracter ciccts to-operatc Secti n 3.291 04 Chapter 3, Tax under r regulations as may be promulgated by If thc Contractor elects to operatc undcr a separated contract, he shall: 2. Identify Other Charges" in thc proposal form thc incorporated into the - Projcct. ZZ cost of materials physically Provide resale certificates to Suppliers. proposal value of materials. 1-€ the Contractor does not elect to operate under a separated eentreet; --he must pay for all Sales, 'Sic( -, Subc ntractors also complies with the above requirements. The Contractor must issue a ZZ his supplier. Section A -SP (Revised 12/15/04) Page 15 of 30 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 prier 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 B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. Section A -SP (Revised 12/15/04) Page 16 of 30 A -27 Responsibility for Damage Claims NOT USED is amended -to include= Cnt-r-aet_ua oil cost -y must P - providing ouch __a coverage A -2$ 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 part/ 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 inc ude the following: 1. The superintendent must have at least five (5) years 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, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and contract close -out procedures. The superintendent shall be present, on the job site, at all times that work Is being performed. Section A -SP (Revised 12/15/04) Page 17 of 30 The foreman, i utilized must have at least five (5) years recent experience in oversight 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 pf a foreman. Foreman can not act as a superintendent without_ prior written approval from the City. )ocumentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions )r replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or zeplacements 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. F. 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. Section A -SP (Revised 12/15/04) Page 18 of 30 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. the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the :ontract, 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; 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; and Documentation required pursuant to the Special Provisions A -28 and A -29 2oncerninc Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. Documentation as required by Special Provision A -35 -K, if applicable. '10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" 8-8 -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 Cty 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 delvers 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. Section A -SP (Revised 12/15/04) Page 19 of 30 A -33 Conditions of Work Fach bidder must familiarize himself fully with the conditions relating to 7 :he completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents in case of conflict sn the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any ether referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements NOT USED A. Visitor/Contractor Orientation card certifying thcir prior attcndanee City Water Department Personnel` A Visitor /Contractor Safcty and who desire to the City Water Department. C - Protection of Water Quality t any time. All ouch items must be all times. The Contractor shall protect the quality o€ the water in the job .,ite and .,hall coordinate its work with the City Water All materials and equipment used in the repair, reassembly, t-raftsparta i= - - Section A -SP (Revised 12/15/04) Page 20 of 30 E. Sanitation F undation (ANSI/NSF) Standard 61 as dcscribcd in the Standard Spccifications. Thc Contractor shall provide thc Engineer with copics of writtcn p-reof of ANSI/NSF Standard 61 approval for all matcrials which could come into contact with potablc watcr. All-trash gcncratcd by the Contractor or his cmployeco, agcnts, or subcontractors, must bc contained at all times at thc watcr facility sitc. Blowing trash will not be allowed. Thc Contractor r as clean at all times and rcmovc all trash daily. 12, Contractor's personncl must wear colored uniform ovcralls othcr eOIRanY-naiae-and C. Contractor shall providc telephones for Contractor personncl. Plant Howcvcr, Contractor shall not producc objectionable ROiOC (sec A 50). must providc own aanitary facilitics. designated by City Watcr Department staff. All Contractor vchicics must bc clearly labeled with company name. No privatc employee vchicics arc allowed at the ffojcct sitc. Employee vchicics must pe-r-s-enne--1---. All pers nncl must bc working hours, contractor cmployccs construction area nor in company must not z- vehicles. During 1 ave the designated required work or as directed during emergency cvacuation AGQUIS-14--1-0*- be performcd only by ae—deteFm4ne4—by mccting thc qualifications 1 thru 9 below. This work -inelude-s, but---is not limited to, modifi ations, additions, changes, scicctions, furnishing, installing, connccting, programming, customizing, dcbugging, calibrating, or placing in Any work to thc - Section A-SP (Revised 12/15/04) Page 21 of 30 r software spccificd or rcquircd by r. work must-be able to demonstrate the following: and control system business, pref-eabiy- as applied to the �• He has performed work on systems of comparable sizc, typc, 3. three prior projects. herein for at least 5 years. �. He employ., a Registered Professional Engineer, a Control Systems Engineer, or an Electrical Engineer to supervise or c mpleted a manufacturer's training eeurse in configuring b. He maintains a permanent, fully staffed and equipped 8. spccificd herein. He not practical, all equipment of a given type will be the pr duct of one manufacturer. rcquircd, the programming phase. The attached sheet i., an example and Contractor will provide all programming blocks used. A -36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Quantity: Contractor shall transmit six (6) copies of each submittal to the City Engineer or his designated representative. The City Engineer will retain three (3) copies. b. Reproducibles: In addition to the six (6) copies required above, 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 Section A -SP (Revised 12/15/04) Page 22 of 30 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. 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. 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. 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. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals, to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. Test and Repair Repor? When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and ail 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. Section A -SP (Revised 12/15/04) Page 23 of 30 A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B -6 -15 Arrangement and Charge for Water Furnished by the City, add the following: The Contractor must Comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre- construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference n this Special Provision. A -39 Certificate of Occupancy and Final Acceptance NOT USED A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project work site 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 work site. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and 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 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, Section A -SP (Revised 12/15/04) Page 24 of 30 employees, attorneys, and agents from any and all damages, injury or :lability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants, or any work done under the contract or in -onnection therewith by the contractor, or any subcontractor, supplier, material man, er their officials, employees, agents, or consultants. The contractor shall hold Jhe City, !ts officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. A -44 CHARGE 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 (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: Horizontal and vertical dimensions due to substitutions. Changes in equipment and dimensions due to substitutions. "Nameplate" data on all installed equipment. Deletions, additions, and changes to scope of work. Any other changes made. 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 disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. Section A -SP (Revised 12/15/04) Page 25 of 30 A -47 Pre- Construction Exploratory Excavations (7/5/00) Prior to any construction whatsoever 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 ,onflictinq pipeline. For existing pipelines, conduits, and culverts which parallel and are within ten feet (10') of proposed pipelines and culverts of the project, Contractor shall excavate and expose said existing pipelines, conduits, or culverts at a maximum of 300 -feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval Indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for as shown in the bid proposal. All work required to complete exploratory excavations shall be subsidiary to Exploratory excavation as shown in bid proposal. 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 and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A -SP (Revised 12/15/04) Page 26 of 30 A -50 Electronic Submittal of Bids The following paragraph modifies Paragraph B -2 -7 -- Preparation of Proposal, of the General Provisions: The bidder has the option of submitting a computer- generated print -out, in lieu of, the Proposals for each part shown below: PART A - SHEETS 1 -13 OF 13 PART B SHEETS 1 -20 OF 20 PART C - SHEETS 1 -12 OF 12 PART D SHEETS 1 -22 OF 22 The print -out will List all bid items (including any additive or deductive alternates) contained on Proposal Sheets for the parts shown below: PART A -- SHEETS 3 -8 OF 13 PART B - SHEETS 3 -15 OF 20 PART C SHEETS 3 -7 OF 12 PART D - SHEETS 3 -17 OF 22 If the Contractor chooses to submit a print -out, the print -out shall be accompanied by properly completed proposal pages for each part shown below: PART A - SHEETS 1, 2, AND 9 -13 OF 13 PART B -- SHEETS 1, 2, AND 16 -20 OF 20 PART C - SHEETS 1, 2, AND 8-12 OF 12 PART D - SHEETS 1, 2, AND 18 -22 OF 22 In addition, the print out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices and no other Information from this print -out. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as Its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print -out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) (Title) (Date)" A -51 Value Engineering The Contractor's attention is directed to paragraph B -4 -5 Value Engineering Incentive Procedures, of the General Provisions, which states: "After award of the contract, the Contractor may develop and submit, to the City Engineer, value Engineering Change Proposals (VECP'S) identify potential reductions in Section A -SP (Revised 12/15/04) Page 27 of 30 the contract cost by effective changes to the contract plans and specifications." Therefore, the Contractor shall fully examine the plans, specifications and contract documents, traffic control plans, method of award, contract calendar days and liquidated damages, and all other major items involved in the scope of the project to judge for itself the circumstances and difficulties affecting the work to be performed and obtain all information required tc make an intelligent proposal. The Contractor's attention is further directed to paragraph B -2 -3 Examination of Plans, Specifications and Site of the Work, of the General Provisions. In other words, the Contractor shall complete it's proposal to the best of it's ability, as currently proviced A -52 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or applications of a chemical dust suppressant, When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Dust control shall not be paid for directly but shall be considered subsidiary to the appropriate bid items. A -53 Dewatering and Disposal This item shall be considered subsidiary to appropriate bid item where dewatexing 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 berms prior to entering the storm water system. Sheet flow and ponding 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 (Cayo Del Oso, Nueces River and Corpus Christi Bay). Baseline testing to determine the quality of the groundwater will be performed by the City prior to construction. Testing of groundwater quality is to be performed by 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. The 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 the contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer system 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. Section A -SP (Revised 12/15/04) Page 28 of 30 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 Department. The 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, zi ow to sit over night, record water level again, pump hole or trench dry to holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. Section A -SP (Revised 12/15/04) Page 29 of 30 PROJECT: OWNER: ENGINEER: CONTRACTOR: SUBMITTAL TRANSMITTAL FORM SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section 14,---SP (Revised 12/15/04) Page 30 of 30 PART C - FEDERAL WAGE RATES AND REQUIREMENTS WAIS Document Retrieval Page 1 of 2 GENERAL DECISION. TX20030039 :X39 Date: June 13, 2003 General Decision Number: TX20030039 Superseded General Decision No. TX020039 State: TEXAS Construction Type: HEAVY County(ies): NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 06/13/2003 COUNTY( es): NUECES SAN PATRICIO SUTX2052A 12/01/1987 Rates CARPENTERS (Excluding Form Setting) $ 9.05 CONCRETE FINISHER 7.56 ELECTRICIAN 13.37 LABORERS: Common 5.64 Utility 7.68 POWER EQUIPMENT OPERATORS: Backhoe Motor Grader 9.21 8.72 Fringes 2.58 WELDERS -- Receive rate prescribed for craft performing operation to which welding is incidental_ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)) In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can http : / /frwebgate. access. gpo .gov /cgi- bin/getdoc.cgi ?dbname= Davis - Bacon &docid= TX2003... 10/5/2006 WAIS Document Retrieval to * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division D. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour. Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N W. Washington, D. C. 202.10 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Page 2 of 2 http:// frwebgate. a ccess. gpo .gov /cgi- bin/getdoc.cgi ?dbname= Davis- Bacon &docid= TX2003... 10/5/2006 WAIS Document Retrieval Page 1 of 3 GENERAL DECISION: TX20030122 02/25/2005 TX122 Date: February 25, 2005 Genera.: Decision Number: TX20030122 02/25/2005 State: Texas Construction Types: Heavy and Highway Counties: Nueces, San Patricio and Victoria Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 01/28/2005 1 02/18/2005 2 02/25/2005 SUTX2005 -007 11/09/2004 Rates Fringes Asphalt Distributor Operator$ 12.42 0.00 Asphalt paving machine operator$ 11.57 0.00 Asphalt Raker $ 9.3.6 0.00 Bulldozer operator. ....$ 10.90 0.00 Carpenter $ 10.71 0.00 Concrete Finisher, Paving $ 12.18 0.00 Concrete Finisher, Structures$ 11.16 0.00 Concrete Rubber ._._.$ 10.50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $ 12.55 0.00 Flagger ....$ 7.17 0.00 Form Builder /Setter, Structures$ 11.47 _0.00 Form Setter, Paving & Curb $ 9.65 0.00 Foundation Drill Operator, Truck Mounted .$ 15.32 0.00 Front End Loader Operator $ 10.05 0.00 Laborer, common.... .$ 8.35 0.00 Laborer, Utility... ....$ 9.09 0.00 Mechanic $ 13.17 0.00 Motor Grader Operator, Fine Grade $ 13.78 0.00 Motor Grader Operator, Rough$ 15.00 0.00 Pipelayer.......... -$ 9.00 0.00 Roller Operator, Pneumatic, Self- Propelled $ 8.57 0.00 Roller Operator, Steel Wheel, Flat Wheel /Tamping.. $ 8.57 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement. $ 9.49 0.00 Scraper Operator... ....$ 9.67 0.00 Servicer ....$ 10.75 0.00 Structural Steel Worker...$ 14.00 0.00 http: / /frwebgate. access. gpo. gov /cgi- bin/getdoc.cgi ?dbname= Davis -Bacon &docid= TX2003... 10/5/2006 WAIS Document Retrieval ['ruck driver, lowboy-Float $ 14.15 0.00 Truck driver, Single Axle, Heavy ........ $ 11.39 0.00 Truck driver, Single Axle, ',ight.. $ 9.00 0.00 Truck Driver, Tandem Axle, Semi - Trailer......_. 5 9.39 0.00 Weider. $ 18.00 0.00 Work Zone Barricade Servicer5 8.97 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis - -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an Page 2 of 3 http: / /frwebgate. access. gpo .gov /cgi- bin/getdoc_cgi ?dbname= Davis- Bacon &docid— Tx9001 1 o /' /J(W1 WAIS Document Retrieval interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END'OF GENERAL DECISION Page 3 of 3 http: //f webgate. access. gpo .gov /cgi- bin/getdoc.cgi ?dbname= Davis - Bacon &docid= TX2003 _.. 10/5/2006 days The Contractor will commence work within ten (10) calendar from date they receive written work order and will complete same within 570 CALENDAR DAYS after construction is begun. Should Contractor default Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary By Asst. City Attorney A: (11 ` Corporation) (Seal Belei ) (Mote:* If $Srson signi for carpo ion is not Pros t, atta copy of authorization to al CITY OF CORPUS CHRISTI By: i I lC/3 /C 7 Ronald F. Massey, Asst. City of Public Works and Utilitie By: Angell cobar, P.E. Director of Engineering Services g CONTRACTOR Haas- Anddeer oonn Const ction, Ltd. By. D fl ,eht C Title: President, Haas•And.r;on Management, LC, General Partner 1402 Holly Rd. (Address) Corpus Christi, TX 78467 (City) (State) (ZIP) 361/853 -2535 * 361/853 -5564 (Phone) (Fax) SY COUNCIL ..! Agreement Page 2 of 2 SECRETAR P R O P O S A L F O R M F O R NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART D - CLUSTER 1,2,3,5, & 7 PROJECT NO. 6368 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PART D REVISED Proposal Page 1 of 22 ADDIIIDUI[ MO. 3 ATTACIENT NO. 2 Proposal of OR P R O P O S A L Place: Date: ,v;, ,,.-`� /s, Zd 4 6 HAAS- ANDERSON CONSTRUCTION, eta a Corporation organized and existing under the laws of the State of a rtnershj% or Individual doing business as HAAS- ANDERSON CONSTRUCTION, Ltu. TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: NZIGHBORBOOD STRZZT =CONSTRUCTION BOND ISSUZ 2004 PART D - CLUSTZR 1,2,3,5, & 7 PROJZCT NO. 6368 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: PART D RRVISSD Proposal Page 2 of 22 ADDENDUM NO. 3 ATTACNMENT NO. 2 NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART D - CLUSTER 1, 2, 3, 5 & 7 STREET WORK I II • III Iv v BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION Al 6,600 LF Removal, complete in place per linear foot. $ 45.00 $ 297,000.00 A2 1 LS General Conditions, complete in place per lump sum. $ 430,000.00 $ 430,000.00 A3 13,050 LF 6" Curb and gutter, complete in place per linear foot. $ 16.70 $ 217,935.00 A4. 3,540 LF Remove and replace 6" curb and gutter, complete in place per linear foot $ 45.70 $ 161,778.00 A5 26,740 LF Remove and replace 4" curb and gutter, complete in place per linear foot. $ 43.75 $ 1,169,875.00 A6 4,430 SY Remove and replace concrete driveway, complete in place per square yard. $ 160.00 $ 708,800.00 A7 35,280 SF Remove and replace concrete sidewalk, complete in place per square foot. $ 12.00 $ 423,360.00 A8 1,575 SF Remove and Replace concrete valley gutter, complete in place per square foot. $ 19.25 $ 30,318.75 A9- 6 EA Remove and replace sidewalk drain, complete in place per each. $ 1,650.00 $ 9,900.00 A10. r 25,930 SF Concrete sidewalk, complete in place per square foot. $ 4.10 $ 106,313.00 All. 2,160 SY Concrete driveway, complete in place per square yard. $ 108.00 $ 233,280.00 Al2. 300 LF Concrete header curb, complete in place per linear foot. $ 17.50 $ 5,250.00 A13. 19,520 SY Type 1 - Rehab - Cement treat (3 %) exist material (10 "), complete in place per square $ 5.15 $ 100,528.00 yard. A14. 42,300 SY Type 2 - Rehab - Cement treat (3 %) exist material (8 "), complete in place per square $ 4.80 $ 203,040.00 yard. A15. 28,425 SY Type 3 - Rehab - Cement treat (3 %) exist material (6 "), complete in place per square $ 5.25 $ 149,231.25 yard. A16. 126,990 SY One course surface treatment, complete in place per square $ 1.90 $ 241,281.00 yard. A17. 16,221 SY 8' Mill (0 " -2 "), complete in place per square yard. $ 2.95 $ 53,751.95 A18. 23,990 SY 1 %" HMACP (TY D), complete in place per square yard. $ 7.75 $ 185,922.50 A19. ?3,800 SY 2" HMACP (TY D), complete in place per square yard. $ 9.80 $ 723,240.00 A20. 29,180 SY 2 %" HMACP (TY D'), complete in place per square yard. $ 12.25 $ 357,455.00 A21. 2,810 SF Concrete curb ramp with truncated domes, complete in place per square foot. $ 15.00 $ 42,150.00 A22 15,130 LF Reflective pavement mark (yellow)(4 ")solid, complete in place per linear foot. $ 0.50 $ 7,565.00 A23. 5,750 LF Reflective pavement mark (white)(4 ") solid, complete in place per linear foot. $ 0.50 $ 2,875.00 A24. 245 LF Reflective pavement mark (white)(8 ") solid, complete in place per linear foot. $ 1.30 $ 318.50 A25 1,450 LF Reflective pavement mark (white)(12 ") solid, complete in place per linear foot. $ 4.50 $ 6,525.00 A26. 1,965 LF Reflective pavement mark (white)(24 ") solid, complete in place per linear foot. $ 9.00 $ 17,685.00 A27 2 EA Reflective pavement mark (white) (word), complete in place per each. $ 350.00 $ 700.00 A28. 4 EA Reflective pavement mark (white)(arrow), complete in place per each. $ 320.00 $ 1,280.00 A29 76 EA Reflective pavement mark (TY II- B), complete in place per each. $ 7.60 $ 577.60 A30. 6 EA Speed hump, complete in place per each. $ 2,110.00 $ 12,660.00 A31. 34 Ep,Adjust valves, complete in place per each. $ 1,270.00 $ 43,180.00 A32. 106 EA Adjust manholes, complete in place per each. $ 2,025.00 $ 214,650.00 A33. 190 LF Unanticipated remove and replace 6" curb and gutter, complete in place per linear foot. $ 44.50 $ 8,455.00 A34. 1,340 LF Unanticipated remove and replace 4" curb and gutter, complete in place per linear foot. $ 41.00 $ 54,940.00 A35. 235 SY Unanticipated remove and replace concrete driveway, complete in place per square yard. $ 152.00 $ 35,720.00 A36. 1,850 SF Unanticipated remove and replace concrete sidewalk, complete in place per square foot. $ 11.25 $ 20,812.50 A37 4 EA Unanticipated sidewalk drain, complete in place per each. $ 1,500.00 $ 6,000.00 A38. 0 LS Traffic control - Part A, complete in place per lump sum. $ - $ - A39. 0 LS Traffic control - Part B, complete in place per lump sum. $ - $ - A40. 0 LS Traffic control - Part C, complete in place per lump sum. $ - $ - A41. 1 LS Traffic control - Part D, complete in place per lump sum. $ 570,000.00 $ 570,000.00 A42. 5 DAY Ozone day, complete in place per day. $ 2,500.00 $ 12,500.00 SUB -PART A - SUB TOTAL STREET WORK (ITEMS Al TERU A42): S 6,866.853.05 NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART D - CLUSTER 1, 2, 3, 5 & 7 WATER IMPROVMENTS I II III IV V BID ITEM QT! & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION B1 1,243 SY utility pavement repair, complete in place per square $ 44.00 $ 54,692.00 vard. B2. 5,118 LF 8" PVC waterline C900, complete in place per linear foot. $ 59.00 $ 301,962.00 B3. 25 LF 4" PVC waterline, complete in place per linear foot. $ 61.00 $ 1,525.00 B4, 52 EA 8" any angle bends, complete in place per each. $ 500.00 $ 26,000.00 B5 1 EA 6" any angle bends, complete in place per each. $ 444.00 $ 444.00 B6. 2 EA 8" Tapping sleeve and valve, complete in place per each. $ 3,685.00 $ 7,370.00 B7. 1 EA 8" cross, complete in place per each. $ 828.00 $ 828.00 B8. 14 EA 8" gate valve with box, complete in lace p per each. $ 1,200.00 $ 16,800.00 B9 7 EA 8" Tee, complete in place per each. $ 580.00 $ 4,060.00 Bit. 1 EA 8 blind flange with 2" service tap, complete in place per each. $ 210.00 $ 210.00 B1. 15 EA Fire hydrant assembly 8" x 6" tee, complete in place per each. $ 4,575.00 $ 68,625.00 B12. 9 EA Waterline connection, complete in place per each. $ 3,400.00 $ 30,600.00 813, 41 EA Waterline service, complete in place per each. $ 2,330.00 $ 95,530.00 B14 49 CY Grout fill abandoned waterlines, complete in place per cubic $ 760.00 $ 37,240.00 yard. B1� 4,572 LF Trench safety for waterlines, complete in place per linear $ 2.25 $ 10,287.00 iy�Q B16. 100 LF 7SjJ VraLuLy XC.dVdL10i1 LLenun, complete in place per linear $ 42.00 $ 4,200.00 f B1"'. 10 EA rt Exploratory excavation spot, complete in place per each. $ 245.00 $ 2,450.00 B18, 1 LS Water utility allowance as directed by the Engineer, complete in place per lump sum. $ 10,000.00 $ 10,000.00 SUB -PART B - WATER IMPROVEMENTS BASE BID (ITEMS B1 THRU B18) : 672.823.00 NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART D - CLUSTER 1, 2, 3, 5 & 7 WASTEWATER IMPROVEMENTS Wastewater line connection, 3 'complete in place per each. 2,775.00 8,325.00 2 EA 012. Abandoned existing wastewater manhole, complete in place per each. $ 2,050.00 $ 4,100.00 C13. 17 EA Rehab wastewater manhole (0'- 6'), complete in place per each. $ 6,882.00 $ 116,994.00 58 VF C14. Extra Depth for Rehab Manholes, complete in place per vertical foot. $ 888.00 $ 51,504.00 BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION C1. Remove 10 LF line, and replace 6" wastewater complete in place per linear foot. $ 100.00 $ 1,000.00 C2. 50 LF Remove and replace 12" wastewater line, complete in place per linear foot. $ 105.00 $ 5,250.00 C3. 3,661 LF Pipebursting 8" wastewater line to 8 ", complete in place per linear foot. $ 78.50 $ 287,388.50 C4. 1,290 LF Pipebursting 10" wastewater line to 10 ", complete in place per linear foot. $ 95.00 $ 122,550.00 C5. 761 LF Pipebursting 12" wastewater line to 12 ", complete in place per linear foot. $ 132.00 $ 100,452.00 C6 23 EA Point repair 8 ", 10" or 12 ", complete in place per each $ 4,880.00 $ 112,240.00 :7. 11,580 LF Clean and televise existing wastewater lines, complete in place per linear foot. $ 6.00 $ 69,480.00 C8. 60 EA Remove and replace 4" PVC service center of the roadway, complete in place per each. $ 944.00 $ 56,640.00 C9 37 EA Remove and replace 4" PVC service (long), complete in Mace per each. $ 1,255.00 $ 46,435.00 010. 31 EA Remove and replace 4" PVC service (short), complete in place per each. $ 755.00 $ 23,405.00 Wastewater line connection, 3 'complete in place per each. 2,775.00 8,325.00 2 EA 012. Abandoned existing wastewater manhole, complete in place per each. $ 2,050.00 $ 4,100.00 C13. 17 EA Rehab wastewater manhole (0'- 6'), complete in place per each. $ 6,882.00 $ 116,994.00 58 VF C14. Extra Depth for Rehab Manholes, complete in place per vertical foot. $ 888.00 $ 51,504.00 015. 4 EA Prop 4'0 wastewater fiberglass manhole (0' -6'), complete in place per each. $ 5,990.00 $ 23,960.00 C16. 3 • EA Proposed 4' 0 drop wastewater manhole (0' -6'), complete in place per each. $ 7,600.00 $ 22,800.00 C17. 31 VF Extra depth for prop 4'0 manhole, complete in place per vertical foot. $ 944.00 $ 29,264.00 018. 1 EA Proposed 5' 0 wastewater manhole (0' -6'), complete in place per each. $ 7,747.00 $ 7,747.00 019. 9 VF Extra depth for prop 5'0 manhole, complete in place per vertical foot. $ 1,776.00 $ 15,984.00 C20 1 LS Wastewater utility allowance as directed by the Engineer, complete in place per lump sum. $ 10,000.00 $ 10,000.00 SUB -PART C -SUB -TOTAL WASTEWATER LINES BASE BID (ITEMS C1 THRU C20): S 1.115.518.50 NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART D - CLUSTER 1, 2, 3, 5 & 7 ADDITIVL ALTERNATIVE Al - CLUSTER 5 ADDITIONAL STREET WORK ALLEY A, B, C & D BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION A1-1. 1 LS General Conditions, complete in place per lump sum. $ 20,000.00 $ :,000.00 A1-2. 5,875 LF Remove and replace 4" curb and gutter, complete in place per linear foot.. $ 29.50 $ 173,312.50 A1-3. 1,300 SY Remove and replace concrete driveway, complete in place per square yard .00 $ 139,100.00 A1-4. 75 SF Remove and Replace concrete valley gutter, complete in plac= per square foot. 25.00 $ 1,875.00 A1-5. 3,600 SY Type 3 - Rehab - Cement trea (3%) exist material (6' -) complete in place per vad '' $ 8.15 $ 29,340.00 A1-6. One course surfa e t, 3,600 SY complete in pla.- =••are vard. $ 2.15 $ 7,740.00 Al ?. 3,600 SY 2" HMACP (TY D), c• • ete in place per squar rd. $ 10.00 $ 36,000.00 A1-8. 160 LF6" Unant', ipated emove and replace c • and tter, complete in pl per near foot. $ 26.00 $ 4,160.00 A1-9. 30 �' pated remove and replace • and gutter, complete in • e per linear foot. $ 25.00 $ 7,500.00 Al -10. 6 SY Unanticipated remove and replace concrete driveway, complete in place per square yard. $ 100.00 $ 6,500.00 Al -11. 1 LS Traffic control - Additive Alternative Al, complete in place per lump sum. $ 50,000.00 $ 50,000.00 A 12. 1 DAY Ozone day, complete in place per $ 1,500.00 $ 1,500.00 — _, A - SUB TOTAL ADDITIVE ALTERNATIVE Al (ITEMS A1-1 THRU A1-12): S 477,027.50 NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART D - CLUSTER 1, 2, 3, 5 & 7 ADDITIVE ALTERNATIVE 81 - CLUSTER 3 ADDITIONAL STREETS (BOLIVAR ST., SOLEDAD ST, WAINWRIGHT ST., DUNBAR ST.) BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION B1 -1- 1 LS General Conditions, complete in place per lump sum. $ 40,000.00 $ ,000.00 B1 -2. 5,275 LF Remove and replace 4" curb and gutter, complete in place per linear foot $ 4 5 $ 233,418.75 B1 3. 900 SY Remove and replace concrete driveway, complete in place per square yard. f / 1 40 $ 157,500.00 B1 -4. 7,675 SF Remove and replace concrete sidewalk, complete in place per square foot. 13.00 $ 99,775.00 4 B1-5. 13,450 SY One course surface treatmen complete in place per sn-:; Yard. $ 1.65 $ 22,192.50 81-6. 8,828 SY 8' Mill (0"-2"), c•�e place per s.i -r r $ 2.75 $ 24,277.00 B1 -7. 13,460 460 SY 1 i4' HMACP (TY D) , om• ete in place per square ya '.. $ 7.30 $ 98,258.00 B1 -8. 60 LF Reflectiv- pavem= t mark (yeliow 24 ") -.lid, complete in plac= e 1'',-.r f..t. $ 14.00 $ 840.00 B1 -9. 6 i 1 iv pavement mark (TY II- ete in place per each. $ 12.00 $ 72.00 B1 -10. 13 EA • st manholes, complete in _ ace per each. $ 1,200.00 $ 15,600.00 Bi -11. 2 LF Unanticipated remove and replace 4" curb and gutter, complete in place per linear foot. $ 40.00 $ 11,000.00 B1 -12 1 LS Traffic control - Additive Alternative B1, complete in place per lump sum. $ 110,000.00 $ 110,000.00 1 -13. 1 DAY Ozone day, :omplete in place per day. $ 1,800.00 $ 1,800.00 TOTAL ADDITIVE ALTERNATIVE 81 - STREET IMPROVEMENTS (ITEMS 81 -1 TEED 81 -13) : s 814.733.25 NEIGHBORHOOD STREET RECONSTRUCTION BOND ISSUE 2004 PART D - CLUSTER 1, 2, 3, 5 & 7 ADDITIVE ALTERNATIVE B2 - CLUSTER 3 ADDITIONAL WASTEWATER IMPROVEMENTS BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION B2 -1. 7,946 L- Pipebursting 8" wastewater line to 8 ", complete in place per 'yea f•• . $ 59.50 $ 4 ,787.00 82 -2 1,264 LF Pipebursting 12" wastewater line to 12 ", complete in place per linear foot. $ 79.60 $ 100,614.40 B2-3 7 EA Point repair 8 ", 10" or 12 ", complete in place per each $ )9 0. 0 $ 34,510.00 B2 -4 3,410 LF Clean and televise existing wastewater lines, complete in place per linear foot. 6.00 $ 20,460.00 B2 -5 186 E. Remove and replace 4" PVC service center of the roadwa complete in place per $ 950.00 $ 176,700.00 82 -6 113 E' Remove and replace 4" PVC service (long), complet n •lace per each. $ 1,255.00 $ 141,815.00 B2-7 125 E Remove and replace service (short), co e e n •lace per each. $ 760.00 $ 95,000.00 82-8 7 E• Abandoned exi ing w tewater manhole, com ete ' place per each. $ 2,075.00 $ 14,525.00 82-9 13 E. Rehab w -- w r manhole (0'- 6') .- t in place per each. $ 6,950.00 $ 90,350.00 B2 -10 6 VF Ext.. -•: for Rehab Manholes, com• - = in place per vertical $ 908.00 $ 5,448.00 foot B2 -11 16 E• Pr.. 4'0 wastewater fiberglass hole (0' -6'), complete in .lace per each. $ 5,940.00 $ 95,040.00 82 -12 E• Proposed 4' 0 drop wastewater manhole (0' -6'), complete in place per each. $ 7,485.00 $ 7,485.00 B2 -13 17 VF Extra depth for prop 4'0 manhole, complete in place per vertical foot. $ 950.00 $ 16,150.00 B -14 173 LF I Remove and Replace 8" wastewater line, complete in place per linear foot. $ 135.00 $ 23,355.00 B2 -15 422 SY Type 2- Rehab - Cement treat (3 %) exist. Material (8 "), complete in place per aware yard. $ 15 $ 1,751.30 B2 -16 422 SY One course surface treatment complete in place pe 6 yard. OF J j, 1.55 $ 654.10 B2 -17 . 421 l 1 -1/ HMACP omplete in a per D yard. $ 6.85 $ 2,890.70 i TOTAL VE ALTERNATIVE B2 - STREET IMPROVEMENTS B2 -1 TIIRU B2 -17) : S 1.299.535.50 PART D - SUMMARY BASE BNI SUB -PART A SIMi -TOTAL STREET IMPROVEMENTS (ITEMS Al THRU A42) $ 6,866,853.05 SUB -PART B SUS -TOTAL WATMt IMPROVEMENTS (ITEMS 131 THRU 818) $ 672,823.00 SUB -PART C SUS -TOTAL WASTEWATER IMPROVEMENTS (TIEMS C1 THRU C20) $ 1,115,518.50 PART D "DOTAL BASE BID: PART D - ADDITIVE ALTERNATIVES SUMMARY TOTAL ADDITIVE ALTERNATIVE Al (ITEMS A1-1 THRU Al -1j): TOTAL ADDITIVE ALTERNATIVE B1 ofttpir B1 -1 TH*J B1.13): 4Jg2 $ 8,655,194.55 477 MOVE ALTERNATIVE B2 (ITEMS 62 -1 THRU B2 -17): (ITEMS $ 814,733.25 $ 1,299,535.50 I "HAAS-ANSIERSON CONSTRUCTION LTD. Herewith certifies that the unit prices shown on this print -out for bid items ( Including any additive or deductive alternates ) contained in this proposal an) the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. HAAS - ANDERSON CONSTRUCTION LTD. Acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Tod Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (SIgnature) / e. AI �-z President, Haas- Anderson Manag m.nt, L.C. ( Title ) Gen,al Partner ( Date ) M✓• %Jj d dC� G. The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or 'lids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute :he formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor End materials. The bid bond attached to this proposal, in the amount of 5% of the highest Amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the lelay and additional work caused thereby. Minority /Minority Business snt.rpris• Participation: The apparent low bidder shall, within two days (five days for Contractors outside Nueces County) of receipt of bids, submit :o the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Sipped Sets of Documents: The contract and all bonds will be prepared in not Less than four counterpart (original signed) sets. Time of Cosapletion: The undersigned agrees to complete the work within 570 calendar +a,Ys for the -Bass Sid, 65 calendar days for Additive Alternative Al, 75 calendar days for .dditive Alternative 81, and 10 calendar days for Additive Alternative B2 from the date designated by a work order. To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion. Aitec Contrac. A�(raf, and pre - construction meeting is held, the Contractor shall commence work with n ten 0) (lender date after receipt of written notice from the Director of lagiipeeriag ice* or designer (City Sagineor') to proceed. • Charge time for each PART D begins on the first day of excavation. • Charge time for each PART D is stopped when the following is accomplished: 1. Excavation /backfill and soil compaction meeting the requirements of the plans and specifications. 2. The utility lines are televised or pressure tested and manholes are tested as per specifications. 3. MAC is complete as per plans and specifications. 4. The site is cleaned and all debris removed The Contractor shall submit to the City Engineer a work plan based on total calendar days for : onstruction of the entire project broken down into each Construction Phase. This plan must detail the schedule of work for each Construction Phase and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. or 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, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the PART D REVISED Proposal Page 18 of 22 ADDENDUM NO. 3 ATTACHMENT NO. 2 Nork, 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 to the Contractor the amount of liquidated damages due to the City from the monthly pay estimate. )ays Allocation for Rain The contractor shall anticipate the following number of work days lost due to the rain in - determining the contract schedule and for each item 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 Power Street Stormwater Pump Station 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 ; onstruction schedule. ,_January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days .larch 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 elan, specifications, and contract documents and connected to the existing system, and accepted by the City for the entire project. The requirements to issue the Contractor a Certificate of Completion are the following ``(Project Acceptance Procedures Check List): (1) Final inspection (Contractor shall have red 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 Head 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. Retainage will be reduced once each cluster has been PART D REVISED Proposal Page 19 of 22 accepted. ADDENDUM O. 3 ATTACHMENT NO. 2 The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): / .1#z 3 Respectfully submitted: HAAS - ANDERSON CONSTRUCTION, Ltd Name: By: (S*,L - If Bidder is Address: a Corporation Telephone: MOTs: Do not detach bid from other papers. Fill is with ink and submit complete with attached papers. PART D RIIVi==D Proposal Page 20 of 22 (SI®TB,TQR=) r . /j1..er c' 44,, 7- 6frZ /01 (P.O. Box) (Street) �..,..r (364 Tyr c 7f9c{ 7 (City) (State) I (Zip) (Revised August 2000) ADD11>1DVII NO. 3 ATTACE11:21IT 110. 2 P E R F O R M A N C E B O N D Bond No.: 104739240 STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES 5 THAT Haas - Anderson Construction Ltd. of NUECES County, Texas, �rereinafter called "Principal ", and TravelersCasualtyandsuretyCompanyofAmecca corporation organized under the laws of the State of Connecticut and duly author_zed o do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the -7ity of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of EIGHT MIL,ION, SIX HUNDRED FIFTY -FIVE THOUSAND, ONE HUNDRED NINETY -FOUR AND S5/100($8,655,194.55) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of ;which sum well and truly to be made we bind ourselves, our heirs, xec'ators, admin_stratcrs and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH of DECEMBER, 2006, a copy of which is hereto attached and made a part hereof, for the construction of: Neighborhood Street Reconstruction Bond Issue 2004 Part D - Cluster 1,2,3,5,& 7 - PROJECT NO. 6368 (TOTAL BASE BID: $8,655,194.55) NOW, THEREFORE, if the principal shall faithfully perform said work :n accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain n full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Pond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms Df the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page ? of 2 P E R F O R M A N C E B O N D STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Baas- Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal ", and , a corporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of EIGHT MILLI0 , SIX HUNDRED FIFTY -FIVE THOUSAND, ONE HUNDRED NINETY -FOUR AND 5$/100($8,655,194.55) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH of DECEMBER, 2006, a copy of which is hereto attached and made a part hereof, for the construction of: Neighborhood Street Reconstruction Bond Issue 2004 Part D - Cluster 1,2,3,5,& 7 - PROJECT NO. 6368 (TOTAL BASE BID: $8,655,194.55) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any sucr change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 T'-;is bond is given to meet the requirements of Article 5160, rnon's Civil Statutes of Texas, and other applicable statutes of the State et Texas . The undersigned agent is hereby designated by the Surety herein as the Age-n1 Resi.denn. in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. . 19 -`! , Vernon's Texas Insurance Cc;:1e. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 20th of December day , 2006 PRINCIPAL Haas - Anderson Constr tion, Ltd. By: 4. A2 0 y4r (Pi ir:' Name ATTEST aag•Antierson Manaaemment L C.. & Ti eneral Partner Secretary ;Print Name' SURETY Travelers Casualty and Surety Company of America .; By: Attorney-in- act Kerry J. Woods (print_ Name) ,A)L,-„7; The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Keetch & Associates Contact Person: Keyin Keetch Address: P. O. Box 3280 Saws Christi. TX 78463 -3280 Phone Number: 361- 883 -3803 (NOTE: Date of Performane Bond :lust not be prior to date of contract) (Revised 9/02) Performance Bond Page 2 of This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes Df Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. .29 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of , 20 PRINCIPAL By: (Print Name & Title) ATTEST Secretary (Print Name) SURETY By: Attorney -in -fact (Print Name) t Afloat ; of tare Surety in Nu ces CoUr4Y, TW$, for 1iv ry d notices aid service) of process is: Agency: Contact Person: Address: Phone Nbmber : (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 9/02) Performance Bond Page 2 of 2 P A Y M E N T B O N D Bond No.: 104739240 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Haas - Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal ", and Travelers Casualty and Surety Company of America a corporation organized under the laws of the State of Connecticut , aria duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and culpoLa ions supplying aabor and materials in prosecution of the work referred to in the attached contract, in the penal sum of EIGHT MI .ION, SIX HUNDRED FIFTY-FIVE THOUSAND, ONE HUNDRED NINETY - FOUR AND 55/100($8,655,194.55) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH day DECEMBER, 2006, a copy of which is hereto attached and made a part hereof, for the construction of: Neighborhood Street Reconstruction Bond Issue 2004 Part D - Cluster 1,2,3,5,& 7 - PROJECT NO. 6368 (TOTAL BASE BID: $8,655,194.55) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and ail duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 STATE OF TEXAS § COUNTY OF NUECES § P A Y M E N T B O N D KNOW ALL BY THESE PRESENTS: THAT Haas - Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal ", and a corporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of EIGHT(MILON, SIX HUNDRED FIFTY -FIVE THOUSAND, ONE HUNDRED NINETY - FOUR NIND /100($8,655,194.55) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH day DECEMBER, 2006, a copy of which is hereto attached and made a part hereof, for the construction of: Neighborhood Street Reconstruction Bond Issue 2004 Part D - Cluster 1,2,3,5,& 7 - PROJECT NO. 6368 (TOTAL BASE BID: $8,655,194.55) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shad be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms cf the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bona is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material" as used herein are in accordance with and as defined in said Tr ic!e. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 20th day of December 20 06 PRINCIPAL Haas - Anderson Construction, Ltd. By: P 0 /" ws Preeidant. Haas-Anderson Management, L.C. (Print Name & Tit'r A Partner ATTEST Secretary (Print Name) SURETY Travelers Casualty and Surety Company of America Atcorne —in -fact Kerry J. Woods (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Keetch & Associates Contact Person: Pvin Keetcth Milroy': P. O. Box 3280 Corpus Christi, TX 78463 -3280 Phone Number: 361- 883 -3803 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 TRAVELERS NARNING THIS Pr,NEP CF ATTORNEY 'S INVALID WITHOUT THF_ RED BORDER POWER OF ATTORNEY Farmington ( asualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance 1'nderwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney -In Fact No. 218026 KNOW ALI, MEN BY THESE PRESENTS: That Se:Moan: Fire and Manse insurance Company. Si Paul Gur,dian In <urn of the State <<' \linnesota that Farmington Casua Compam eorporauons dub organized under the law,, of th, State of Co law, of the State of Maryland. that Fidelity and Guaranty Incur Guaranty. ins.rance 1. nde< writers. Ins i- A corporation dulc n the Companit s do hereby make, constitute And appoint St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Tray elers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 013 0 6 3 0 6 Sun t Company is a corporation duly organised under the laws of the State of New York, that St. Paul aee t.onioany and St Paul Mercury Insurance Company are corporations duly organized under the laws e cis Casuals and Surety Company, and Travelers Casualty and Surety Company of America are uteetic 11 that United State. Fidelity and Guaranty Company is a corporation duly organized under the Alice C.,mpany is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and gani;ed under the I :nos of the State of Wisconsin therein collectively called the "Companies"), and that Betty J. Baxter, Lee Anna Biesenbach, Kevin G. Keetch. Donna Laurence, J. Michael Rhyne, Kerry J. Woods, Tracie Henderson, and Lonna Pokrant 01 the City o Corpus Christi each in their separate capacity if more than one is named ahoy, other writings obligatory m the nature thereof on behalf of the contracts and executing of guaranteeing bonds and undertaking State of Texas , their true and lawful Attorney(s) -in -Fact, . to sign. execute. seal and acknowledge any and all bonds, recognizances, conditional undertakings and Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of required or permitted in any actions or proceedings allowed by law. IN WITNESS WIIE REOF, the Companies have caused this ntstrument to he signed and their corporate seals to be hereto affixed, this 20th day ,f November 2006 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company State of('onnectt vt Cis of Hartt,rd -s. St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ��:MV. O:.gSJ ;P. . . Se 'k; , �nSAL,oj tom:.S8L,4 ' A a PORAne ' �. By: ce President 20th . November 2006 On this the _ d n r, ;iefore me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Ca,ualt Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty insurance Underwriters, Inc_ Seaboard Surety Company, St. Paul Fire and Marine Instil once Campany. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Trioeters Casualty. and Surety ( onipan, of .America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument It the ruposes therein contained ht signing on behalf of the corporations by himself as a duly authorized officer. In Witness VI hereof, 1 hereunto set my hand and dicta; seal My Commiss .,on expires the 30th day of June. 201 i. 58440 -8 -06 Printed 1r L S.A. Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER la ST PAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and /or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675 -3057 (267) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at Texas Department of Insurance P.O. Box 149104 Austin, TX 78714 -9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253 -021, Government Code, and Section 53.202, Property Code, effective September 1, 2001 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of , 20 ft *gip 1 notice Agency Contact Person: Address: Mono Number: PRINCIPAL By: (Print Name & Title) ATTEST Secretary (Print Name) SURETY By: Attorney -in -fact (Print Name) of the airety iu. T• eiei cSf turf (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 Ac;�, CITY OF CORPUS CHRISTI Corpo C�hnsti DISCLOSURZ OF INTERMITS w•r City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the • • inf • = . Every question must be answered. If the question is not applicable, answer with "NA ". MU-NAME: RSON CONSTRUCTION, Ltd. STRIET: /ti C 2 / ly CITY: s C4', s s ZIP: 7, Y/7 NW is: 1. Corporation ❑ 2. Partnership 3. Sole Owner ❑ 4. Association ❑ 5. Other ❑ DISCLOSURE QUESTIONS If additional space isneceseary, please use the reverse side of this page or attach separate sheet. 1. Slate the name" of *soli "employee" of the City of Corpus Christi having an "ownership Interest" constituting 3% or more of the ownership ki the *Sow named "firm". Name Job Title and City Department (if known) 2. flints the nand of ea "oAklal" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownerstdp in die above named "firm ". Name Title AriA 3. Spite the of s "board membW' of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the awn in the above named "firm ". Name Board, Commission or Committee 4. Slab the ewe of ea. employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject *this ebntract and has an "ownership interest" constituting 3% or more of the ownership in the above named "tnnM• Name None AJ/ Consultant CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information req tasted; and that supp emer al statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. / o Certifying Person: ape or �) /0(... o-1 Tid+�ani. Haas- Anderson Management, L.C. Signature of Certifying Person: < General Partn Date: / //4)- 7e i PART D RITZ SID Proposal Page 21 of 22 ADDEND= NO. 3 ATTACININT NO. 2 DBFINITIONS a. "Board Member ". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee ". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm ". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non - profit organizations. 3. "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. "Ownership Interest ". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. E. "Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PART D RSVIS=D Proposal Page 22 of 22 ADDINDON 110. 3 ATTACINOINT 1f0. 2