Loading...
HomeMy WebLinkAboutC2008-301 - 8/12/2008 - Approved CC)ti2PY~a CHR.TST~ INTERNATIONAL AIRPOIt'I' TAX26'~TA'~ 12EkTA73ILITATION, TAkI47A'i uJ:~:~NAGEj'';:IGIiT71Q(~' and .AI2tTr'LELD IIEZA.INA~NE PHASE °tiI • 2008-301 M2008-205 S P E C I A L P R O V I S 08/12/08 Haas-Anderson Construction S P L' C T F I C A T T_ O N S A rv l~ F O R D1 S O F O O N `I' R A C T S A N O I3 O N 17 S F O R PREPAR.~D BY: 1'f:~~I ,- 5555 i?1Iv FELL PE, :iUI': F' 1.000 IIOD3TQN, TE."Ra^ 77055 ~3i)PTts: 713-512-1~k44 FA::: 713-968-9333 #) f.:"fI": ;%^OJr~t:T '_V0: 10019, 100"1,0 j 7.OG ~?. le.._...~a.,...e,.__......,~.w.,._._..a...._.,..._..._........,._...._ . ~ i ur rht)N :i~. ~ ~~ iVc.:,.1 3.~(.,~, T~(.`i. ..k'-43~J J1-38~. 0li ~~ 2 j~~,,,9 f', /~~ z o~~ ?'O?2 'JF..PAF ThI:N').' OF' FJN IN:3RINC3 ~EiZVSi.":^... C Pi'1 O.^ CGRPUS CS-L3TS ;'T, 'PLXA~ 'hone: 361; `JSO-~3S;:-0 t~3Hr 36}t13J3 3n0a. C1~ :~ ADDENDUM NO.1 C~StI May 12, 2008 TO: ALL PROSPECTIVE BIDDERS PROJECT: CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/LIGHTING AND AIRFIELD DRAINAGE PHASE VI IMPROVEMENTS PROJECT NO: 10018, 10020, 70021 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. NOTICE TO BIDDERS AND PART A -SPECIAL PROVISIONS BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been delayed One (1) week, f[4~ Wednesday, May 14, 2008 at 2:00 PM to Wednesday May 21, 2008 at 2:OOpm To access this Addendum online, go to: www.ccenparoiects.com Please acknowledge receipt of this addendum in the appropriate place in your proposal form. END OF ADDENDUM NO. 7 { ~'~`~ D Kevin Stowers Interim Director of Engineering Services S P E C I A L P R O V I S I O N S x.r ` S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/LIGHTING and ATRFTELD DRAINAGE PHASE VI PREPARED BY: PGA ~, ~ 5555 SAN FELIPE, SUITE 1000 ' HOUSTON, TEXAS 77056 PHONE: 713-622-1444 FAX: 713-968-9333 CITY PROJECT N0:10019, 10020, 10021 DRAWING NO: AP 127 FAA AIP NO: 3-48-0051-38~-06 PGAL PROJECT NO: 221.07031.00 ~~ vV~ ~' ~Z//Z a0[~ FOR: DEPARTMENT OF-ENGINEERING SERVICES CITY.OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 f N CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/LIGHTING AND AIRFIELD DRAINAGE PHASE VI Project No. 10019, 10020, 10021 Table of Contenta~ NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised May 2006) Insurance Requirements NOTICE TO CONTRACTORS - B (revised 1/13/99) worker's Compensation coverage for Building or Construction Projects for Government Entities NOTICB TO CONTRACTORS - C (revises 3/o6/zool) Notice to Prospective Federally Assisted Construction Contractors NOTICE TO CONTRACTORS - D (Revised 3/06/2001) Notice of Requirements for Affirmative Action to Ensure Equal Opportunity (Executive Order 11246, as amended) NOTICE TO CONTRACTORS - E (Revised 3/06/2001) Buy American-Steel and Manufactured Products for Construction Contracts (Jan 1991) NOTICE TO CONTRACTORS - F (revised 3/06/2001) Buy American-Steel and Manufactured Products (Jan 1991) PART A - SPECIAL PROVISIONS (Revised 9/l9/OO) A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations - A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-il Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services ~A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking ~A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Project Layout & Control A-20 Testing and Certification A-21 Project Signs A-22 (a) Disadvantaged Business Enterprises (DBE) Participation Goals A-22 (b) Minority/Minority Business Enterprise Participation Policy Revised 10/98) A-23 Inspection Required (Revised 7/5/00) A-24 Surety Bonds ^-~^^ '^~° o°°^~^~-~.ar+ NO LONGER APPLICASLB (6/11/98) Table of Contents 1 Of 4 A-26 Supplemental Insurance Requirements A 97 _-~----------- --- --.__~- --__..._ (NOT II38D) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33' Conditions of Work A-34 Precedence of Contract Documents "= "`~^" ^' NOT IISED A-36 Otherf'Submittals (Revised^9/18/00) _ ...a:.a ..a nt,., ...,.., a..... ..i-.-a t... ..s... (NOT II38D) A-38 'Worker's Compensation Coverage for Building or Construction Projects for Government Entities «: a: ,...«., ..a n -...a v:-^i NOT IISED 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 (9/96) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) _ __-~ .,w _i.i .. ni.i .,_: _.. «,.a ,pie ,nn~ NOT iTSED A-47 Pre-Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Amended "Prosecution and Progress" SPECIAL PROVISIONS (the Following added by Consulting Engineer) A-51 Dewatering A-52 Rain Delays A-53 NPDES Notice of Intent Submittal A-54 Physical Data A-55 Project Record Documents A-56 Errors and Omissions A-57 Definition of Engineer A-58 Trench Safety A-59 Airport Safety and Security A-60 Computer Generated Proposals SPECIAL PROVISIONS - ATTACHMENT 1 - Project Sign Layout SPECIAL PROVISIONS - ATTACHMENT 2 - Sample Computer Printout Federally Required Language for Construction Coatracta Corpus Christi Iateraational Airport Background Verification Form Corpus Christi Smploymeat and Peraoaal History Form Airport Construction Safety Plaa FAA Advisory Circular 150/5370-2E - Operational Safety on Airports During Construction PAA Advisory Circular 150/5300-13 - Airport Design, Appendix 2 FAA Advisory Circular 150/5340-1H - 3taadarda for Airport Markings (with Change 1 daked 12/1/00) Table of Contents 2 of 4 PART 8 - GENERAL PROVISIONS (rev. Nov/94) PART C - FEDERAL tQAGE RATES AND RE(2UIREMENTS PART T - TECHNICAL SPSCIFICATION3 FAA GENERAL PROVISIONS GP-10 Definition of Terms GP-20 Proposal Requirements and Conditions GP-30 Award and Execution of Contract -GP-40 Scope of Work GP-50 Control of Work GP-60 Control of Materials GP-70 Legal Regulations and Responsibility to Public GP-80 GP-90 GP-100 GP-110 GP-120 Prosecution and Progress Measurement and Payment Contractor Quality Control Program Method of Estimating Percentage of Material within Specification Limits (PWL) Nuclear Gages GENERAL REQIIIREt~7T5 01010 Summary of Work 01290 Payment Procedures 01312 Coordination and Meetings 01325 Construction Schedules 01326 Construction Sequencing 01400 Contractor's Quality Control System GENERAL CONSTRIICTION G-300 Construction Barricades and Traffic Control G-500 Mobilization G-600 Haul Roads G-700 Demolition PAVING & EARTAWORR P-101 Surface Preparation P-151 Clearing and Grubbing P-152 Excavation and Embankment P-156 Temporary Air and Water Pollution, P-401 Plant Mix BituminousPavements P-603 Bituminous Tack Coat P-605 Joint Sealing Filler P-610 Structural Portland-Cement Concrete P-620 Runway and Taxiway Painting FENCING F-162 Chain-Link Fences Soil Erosion and Siltation Control DRAINAGE D-701 Pipe for Storm Drains and Culverts D-752 Concrete Culverts, Headwalls and Miscellaneous Drainage Structures D-754 Concrete Gutters, Ditches and Flumes TIIRFING T-901 Seeding 'T-904 Sodding LIGNTING & ELECTRICAL L-100 General Provisions and Requirements for L-104 General Electrical Safety Requirements L-105 Alterations, Removal and Demolition Electrical Work and Temporary Airfield Lighting Table of Contents 3 of 4 L-106 Submittals, Record Documents and Maintenance Manuals L-108 Installation o£ Underground Cable for Airports Modifications L-lOB~Installation of Underground Cable for Airports L-110 installation of Airport Underground Electrical Duct Modifications L-110 Installation o£ Airport Underground Electrical Duct L-125 Installation of Airport Lighting Systems Description L-131 Demonstrations, Tests and Performance Verification SNGIN88RING HRIBF EH-44A Coal-Tar Sealer/Rejuvenator 3PSCIAL SPECIFICATIONS SP-4 Worker Safety Requirements for Excavation and Trenching Operations TEXA3 DBPARTMENT OF TRANSPORTATION (TxDOT) = REFERBNCHD STANDARD SPBCIFICATION3 TX-247 Flexible Base TX-310 Prime Coat TX-340 Dense-Graded Hot-Mix Asphalt (Method) TX-432 Rip-Rap TX-666 Ref lectorized Pavement Markings CITY OP CORPIIS CHRISTI - STANDARD WAST8WAT8R & DTILITY 022020 Excavation and Hackfill for Utilities and Sewers (S-9) 022022 Trench Safety for Excavations 026202 Hydrostatic Testing of Pressure Systems (5-89) 026210 Polyvinyl Chloride Pipe (5-83) 026602 Installation of Sanitary Sewer Force Main (5-69) LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL FORM/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents 4 of 4 ~- NOTICE TO BIDDERS. ~~ _, NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORPIIS CHRISTI INTERNATIONAL AIRPORT TA%IWAY RERAEILITATION, TARIWAY SIGNAGE/LIGHTING AND AIRFIELD DRAINAGE PHASE VI IMPROVffi4ENT5., which consists of the following: 1)8ase Hid comprised of the rehabilitation of the taxiway system to the limits shown on the plans. Rehabilitation consists of applying a coal-tar sealer/rejuvenator (Rejuvaseal brand or equivalent) asphalt coating to all existing taxiway asphalt pavement (except at existing striping and new resurface areas); asphalt milling and P-401 asphalt resurfacing of Taxiway E and a segments of Taxiway B; repair runway cracks by routing and sealing (owner/engineer to locate and identify in field); replace taxiway pavement striping removed by repairs; .add enhanced taxiway striping at runway holding position markings, new taxiway signage and lighting and relocation/adjustment of public or private utilities as required; . 2) Additive Bid Alternate No.1 comprised of construction of a new 6,912 LF of trapezoidal outfall channel at the Corpus Christi International Airport. The outfall channel route will begin on the southwest side of Runway 13-31 near an existing headwall structure, proceed southeast through airport property, cross outside the airport perimeter fence near FM 763 (Joe Mireur Road) and cross existing farm land to the outfall at Kelly Creek and relocation/adjustment of public or private utilities as required; Other related work items to construct the project in phases in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, May 14, 2008, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for Wednesday, May 7, 2008 beginning at 10:00 a.m. The pre-bid meeting will be conducted by the City, at Corpus Christi International Airport, Administrative Office, 1000 International Drive, Corpus Christi, TX 78406. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5~ bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional (510.00) 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/ xevin Stowers Interim Director of Engineering Services /s/ Armando Chaps City Secretary Revised 9/5/00 NOTICE TO CONTRACTORS ~- 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 PER OCCURRENCE /AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT I. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage . 8. Independent Contractors 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT -- OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMTT ENVIRONMENTAL IMPAIRMENT COVERAGE _ REQUIRED Not Iunited to sudden & accidental discharge; to include long- X_ NOT REQUIRED [ern environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-1 I and Supplemental Insurance Requrements REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 COMBINED SINGLE LIMIT See Section B-6-1 l and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED Page 1 of 2 ~ The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. b'The name of the project must be listed under "description of operations" on~each certificate of insurance. VFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance poli~ry, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section 6- 6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Shouldyou have any questions regarding insurance requirements, please contact the ConiractAdministra[or at 880-3500. /"_` - Page 2 oft ~- NOTICE TO CONTRACTORS - B ,- ~__ ~ NOT2CE TO CONTR.P.CTORS - H WORFSR' S CO:•fPE?dSATION COVERAGE FOR BUILDING OR CCNSTRIICTION PROJECTS FOR GvVER11MENT ENTITIES Texas law requires that ,;,ost contractors, subcc^tractors, and others providing work or services for a City building cr construction prc;ect must be covered by worker's compensation insurance, authorized self-i:surance, or an approved worker's compensat~cn coverage agreemenC. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries Cb the job site? to provide 1 of the 3 forms. of worker's compensation coverage, the C'_ty will require such coverage for all individuals providing work or ser±•ices on this periodct:4otoracarriers which dane required~to maintenance guaranty m register with the Texas pepart::ent of Transportation under exas Civi Statutes Article 6675c, and which provide accidental insuraned coverece under Texas Civil Statutes Article 6675c, Secc_or_ 4(j1 not F=ovide 1 of the 3 forms ef~worY'.er's compensation coverage. The Contractor aerees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of whicY. is attached and deemed incorporated into the project contract. ~'~?lease note that under section 110.110: 1. certain language r.,ust be included in the Contractor's Contract with-the City and the Contracto5e~~cesrafor wthe subcontractors and others providing Project; <. the Contractor is required to submit ~o 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 durittg the Project; and 3. the Contractor is required to post the recuired notice at the job site. com^1G~withttheseoNOtace~tohCcntractorsr"9errequirement=_, will timely ROTICCtRe Sa ~~ 7 981 9 Pa4e 1 of 7 ef7(9& Title ZS. L1'SL~R~\rCE Pnrr I:I. TE,Si.4.S ~'~'ORKERS' CO>YfPENSATION COMMISSION Chapter I10. REQliIRED Iv'OTIGES OF COVERAGE Subt:tuapter B. Ei14PI.0YER NOTICES § 110.1.10 Reporting Requiremenu CorBuilding ar Canstruuioo Projecu Cor Governmental Entities {a) The followine words and [emss, when used in this nde, shall hzve the fo0owing meanings, unless the context clearly indicates otherwise. Te.•ms not defined in this Wile shall have the meaning defiped in the Texas Labor Code, if so defined. (1) Certificate of coverzge (certin"cam?-.;. copy of a certificate of insurance, a certificate of autitodty to.self-insure issued by the comnussion, or a workers' compensztion coverage agreement (TWCC-81, ,TWCC-82, TNCC-S3, ar T1VCC-S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subjec[ to a coverage agreement) providing services on a project, for the duration of the project (2) Building ar conswczion-Haz tl:e meaning defined in the Texas Labor Code, § 406.046(e)(1). /` (3) Contractor-?, person bidding for or awarded a building or construction project by a gover-atnenfzl entity. _ (4) Coverage-Workers' compensation wsurance meeting the stzttitory requirements of the Texaz Labor Cade, § 401.011(44). (5) Coverage agreemept-A written e¢reement on Form•TZYCC-S ], form TWCC-32, form TWCC-S3, or form TWCC-84, filed with the Texas Worlters' Compensarioa Commission which establishes a relationship between tht parties for purposes ofthe Texas Workers' Compettsation Act, pursvznt to the Texas Labor Code, Chapter 406; Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage foi-persons providing services oa the project (6) Duration of the project-Includes the time from the beeinpurg of work oa dre project until the work on the project hzs been completed a_id accepted by the governmental entity. (7) Persons providing services on the project ("subcon[raaor" ir. § 406.096 of the Act)-~~ idt [he exception of persons excluded under subsections (h) and (i) of this section, includes all persons pr en[ities performing all or part of the services the convector has undertaken to perform on the project, regardless of whether rho[ person convected directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcenvaaors. leasing companies, motor carriers, owner-operators, employees of any such entity, or employers of any entity tbmishing persons to perform se.•vices on the prpjea. "Services" includes but is not limited i/-- :+orrcc ro cortrnacrons - _ http;l/www.sos.stn[e.tx.us/tad23/IU110/B/lio.110.htm! a<V:tacd titsiser $~~98 Pape 2 oe 7 Paget cf 5 :o orc~:c:-s a•.:Iing, or eeirvering equipment or: i::sr'als, orprc~hding labor, transoorztion, orathe: ~_ service rein;ec to a project. "Services" does not iaciede actit~res unrelated to the projec,, s;rch as fooda~everage vendors, c~ce supply deliveries, and delivery of portable toilets, (8) Preiec-Licludes the provision of all services related to a building or consttvcrion ca: tract fora govetrtrnen;:.! entity. (b) Providir.~ or causing to be provided a certificzte of coverage pursuant to this rule is a representzticn by the insured that all employees of the insured who°are providing services on the project are cc•,°ered by workers' compensation coverage, that the coverage is based on proper repottine of classification codas and payroll amounts, and that al! coverage agreements have been filed with the appropriate insurance carrier or, in the case or"aself-insured, with the commission's Division of Self-Iasurz~ce Regulation Providing false or misleading cerdticatrs of coverage, or failing to provide or r: aintain required coverage, or failing to report any chenge that ttlaterially aifecu the provision of coverage may subject the contractor or other person'providing services on the project to administrtive penalties, criminal penalties, civil penaldes, or other civil actions. (c) A govert^ental entity chat enters into a buildine or cotlstruc:ion contragt on a project shall: (1) include in the bid specifications, all the provisions of paramznh ('n of this subseaio4 using the language required by paragrzph (~ of this subsectioo; (2) as part of the contract, using the language required by paraerzph.(~ of this subsection, require the conttactor to perform as required in subsection (d) of this section; /--. (3) obtain yam the contractor a certificate of coverzge for each persgn providing services on the project, prior to that person beginning work on the project; (4) obtain iiem the contractor a new certificate of wverage showing extension of coverage: (A) before d:e end of the eurent coverage period, if the cottuacot's current certificate ofcoverage shows drat the coverage period ends during the duration of the nroJec[ and (B) no later cF.an seven days aver the expiration of the coverage for each other person proviaing services on the project whose current certificate shows that fire coverage period ends doting 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 cernficates of coverage to the wmmission upon request and to any person entitled :o them bylaw; and (7) use the Iz.;gtrage contained in the following Fgure 1 for bid soecincations and contracts, without any additionz words or changes, except those required to accornmoda£e the specific document in ,which they are contained or ro impose Stricter standards of documentation: T28S l l0.1 10(c)(7) tbl nttp://wwwsoss[ate.tx.us/tacr~3/II/110/B/1 ! 0.1 l0.htm1 NOTICE TO CONTRACTOitS - 9 Revised L/13 /9B1 cape 3 of 7 8/7198 rA LAIi IIV. I.IV page 3 of 6 r., c) A convector shall: (I) provide coverage for its employees providing•services on a project, fcr ti:e duration of the project used on proper reporting of clazsi ca_on codes and payroll amounts and :.tree of any covorage zgreements; (3) provide a certficate of coverage snowing workers' compensation coverage to the governmental entity prior to begirmiag work on the project; (3) provide the gove.•mnental entirf, p:iorto the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration oftha project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (.4) a certificate of coverage, prior to tbat person beginning work on the project, so the guvettunental entity wiil have on fire certtfieates of coverage showine coverage For all peons providing services on :::e project; and (r3) no later than seven days after receipt by the contractor, a new certificate oz coverage showing extension of coverage, if the coverage period shown on the current certin`rzte of coverage ends during• she duration of the project, (5) retain all required certificates of coverage on file for the duratioq of the project and for one year r thereafter, (~ 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 a$eets the provision of coverage ofany person providing services on the projecq (7) post a notice on cachprojed site infortniag all persons providing.setvirxs on the project that they zre requited to be wvered, and staring how a person may verify current wverage and report failure to provide coverage. T7rh notice does not satisfy other posting requirements imposed by the Act or other commission roles. T7rIs notice must be printed with a tide in at least 30 point bold type and text in at least I9 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 shaII be the following text provided by the. commission on the sample notice, without any addidonai words or changes: REQUIILE:D WOi2KERS' CGMPENSATIQN COVERAGE "The law requires that each person woridug on this.site or providing services related to this construction project must be covered by workers' compensation insurance. T:tis 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 oftheir employer or status as an employee." "Call the Texas Workers' Compensation Cottirnission at 512-q40-3789 to receive infotmadon 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." NOTICE :O CONTAACfOErS - e ntt //wwwsosstaterx.us/tad28/CU1101B/lt0.Il0.htm1 aa~naed 1/ro/9at 3S TAC i 10,110 t'age4 ot6 (8) ccatrac:ually require -.ash person with n•hom is contracts :c provide ser\~ces o- a project to: (A) provide coverage based on proper reporting of classiication codes and payroll amaunts and iiGng of an}• coverage agretmenu for al! of its empioyees providing ser.~ces ea the project, for the duration of the project; (B) provide a cerrificzte of coverage to [he concactor prior to [hat person beginniltg •.vork on the projec.; (C) include in all contracts to provide services on the project the lane_uaee in subsection (e)(3) of this section; ' (D) provide [he contractor, prior [o the end.of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coveragt ends during the duration of the project; (E} obtain from each ocher person with whom it contracts, znd provide to the contractor: (~ a certincate of coverage, pribr to the ocher Berson beginning work on [he project and (d) prior to the end of the coverage period, a new certificate of coverage showine extension of the coverage period, if the coveraee period shown on the current certificate of coverege ends during the duration of the project; -- (F~ retain all required ce[tiiicatrs of coverage on file for the duration of the project sad for one year therea$er, (G) notify the governmental entity in writing by certified mat! or personal delivery, within ten days after the person larew or should have known, of any change that ma[erially a&'ects the provision of coverage of any person providing services on [he project and (l3) contractually require each other person with whom it corttraes, to perform as required by subparagraphs (A)-(A) of this patttgraph, with the ecrtificate 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: (I) provide coverage for iu employees providine services on a project, for the durarion of the project based on proper repotting of classification codes and payioll amounts and filing of nay coverage agreemenu; (2) provide a certificate of coverage as required by its convect to provide services on rho project, prior to beeinning work on the project; (3) have the following language in its contract to provide services on the project: "9y signing this coauza or providing or causing to be provided a certificate of wverage, the person signing this contras is representing to the governmental entity that all employees of the person signing this contras: who will provide services on the project will be covered by workers' compensation coverage .~ aOSICE 70 CONisAC70a5 - 9 aevlaed 1/17/98) Sf7/98 .. ..-htip://vv[sn~i.sas.state..tx.usLtasl28LALLBJ110,110.html.. .. ~,y~_pit... _... _o_ _ . _ _ for the driration of t}:e projea, that the coy eraee will be based on proper reporting of classification codes and payroll ar..ounts, and that all coveage agreements will be filed with the appropriate instu2.~ce carrier or, in the case of aself-ittsured, with the cotnniissioa's Aivision of Self-Insurance Regularion Proviaing false or misleading iniotinadon may subject the contractor io 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 certifirau of coverage, a new,cerHficate showing extension of coverzge, if the coverage period shown on the certificate of coverage ends during the duration of the project; . (5) obtain iiom each person providing services on a projea under contract to it, and provide as required by its contract: ' (A) z 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 certincate of covdrage shavring extension of the coverzge period, if the coverage period shown on the current certificate of coverage ends. dtuing the duration ofthe projecS (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafre (~ oodfy the governmental entity in writintz by certified mail or personal delivery, of any change that material]y atieets the provision of coverage of any person providing services on dre project and send the notice vridtin ten days after the person ]mew or should have known of the change; and ~-- (8) contractually require each other person with wham it contracts to: (A) provide coverage based on proper reporting of clazsificaHon wdes and payroll amounts and filing of any wverage agreements for all ofits employees providing services on the project, for the dttration ofdra project; (B) provide a certificate of coverage to it prior to that other person beginning work oo the project; (C) include in all ceorracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period if the coverage period shown on the current certificate of coverage ends during the duration of rho project; ` (E) obtain from each other person under convect to it to provide services on the project, and provide as regtrlred by its contract: (i) a cerrificatc of coverage, prior to the other person beginning wock on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the tpJ/www,sos.s[ate.tx.us/tac/28l1U110B/110.1IO.html aoT=~ ra ~'+uct'oas - a g~/,fig _ _ ..... ..... ... . . ... ... ........ aevlaCtl 1/17/991 _- .. ......_ _....--Papa^6-99-0-. .._. a two uu.ttu Pagc6of6 duration of :he contract: ' (F) retain ail required certi:.ca:~s of coverage on file for the duration of the project and for one year thereaRer, (G) notify the ¢oveavmental entity in writing by certified mail or persgt>ai delivery, within tan days after the person Imew or sh9uld have known, of any change that tnaterally affects the provision of coverage of any person providing services on the project and (Ei) contnaually require each person vrith whom it contracts, to perform as required by this subparagraph and subparagraphs (A){G) of tins paragraph, with the cerdficate of coverage to be provided to the person for whom they are providing services. • (f) Jf any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or.appGcations of ties rote that can be given effect without the invalid provision or appacation, and to this end the provisions of dtis rule ere declazed to be. , severable. ' (g) This rule is applicable for building or conswcdon contracts advertsed for bid by a governmentd entity on or after September 1, 1994. This tole is also applicable forthose building or construction contracts eetered into on or after September 1, 1994, wldch are not required bylaw to be advertised for bid. (!t} The coverage requirement in this rule does not apply to motor carriers who are requ'ved pursuant to Texas Ctva Statutes, Article 6675c, to register tvirh the Texas Deoatvnent ofTransportarion and ~°`' who provide accidental irssvrance coverage pursuant to Texas l=ava Statutes, Article 6675c, § 4(~. (i) The coverage requiremen[ idtlvs rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Abt, § 406.097(c), and who aze expacitly excluded from coverage in accordance with the Act, § 406.097(x) (as added by Flquse Bal 1089, 74th T..egislatury 1995, § 1.20). This subsection applies ocily to sole proprietors, partners, and corporate executive ofreers who aze excluded from coverage in as Inn+*a~ce policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January !, 1996, Source: The prdvisions of this § S 10.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. • Return to Section Ittdes r+arrct ra coarancroas - e ' aevi~ed t/la/9ei Sn/98 _httpJ/wwwsosstate_tx.us/tad28/II/Il0/B/110.110.htm1 _ r,oe v oc r --~ NOTICE TO CONTRACTORS - D (for contracts over $10,000) 1. The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Opportunity Construction Contract Specifications" set forth herein: 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority Goals for female participation for each participation in each trade trade Insert goals for Insert goals for each year each year These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally assisted) pertormed in the covered area. If the contractor pertorms construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to ,~.. this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the lehgth of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours pertormed. 3. The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Corpus Christi, Nueces County, Texas. Federally Mandated Constructron Contract Language Revision 1-March 6, 2001 ~_. NOTICE TO CONTRACTORS - E BUY AMERICAN -STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) Where the Contractor will supply these items as part of their construction: (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following termyapply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products, will be used by the Contractor, subcontractors, materialmen, and suppliers in the pertormance of this contract, except those - 1. that the U.S. Department of Transportation has determined,.,underthe Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; 2. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 3. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. A copy of the Buy American Certificate is located in the Federally Required Language section of this document. Federally Mandated Corrstructton Conlracl Language Revision 1-March 6, 2001 NOTICE TO CONTRACTORS - F BUY AMERICAN -STEEL AND MANUFACTURED PRODUC'f5 (JAN 1991) Where the Owner will be accepting direct delivery from suppliers or manufacturers: (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. ,r- (b) The successful bidder will be required to deliver only domestic steel and manufactured products, except those - 1. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; ' 2. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or 3. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. A copy of the Buy American Certificate is located in the Federally Required Language section of this document. Federally Mandated Corrstructian Con[ractLanguage Revision 1-March 6, 2(701 PART A SPECIAL PROVISIONS ~. CORPIIS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGB/LIGHTING AND AIRPORT DRAINAGH PHASE VI Project No.10019, 10020, 10021 SHCTION A - SPHCIAL PROVISIONS A-1 Time sad Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first Floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, May 14, 2008. Proposals mailed should be addressed in the follow ni g manner: City of Corpus Christi City Secretaxy's Office 1201 Leopard Street Corpus Christi, Texas 76401 A pre-bid meeting will be held on Wednesday, May 7, 2008, beginning at 10:00 a.m. The pre-bid meeting will convene at Corpus Christi International Airport, Administrative Office, 1000 International Drive, Corpus Christi, TX 78406. NO additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project CORPII3 CBRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/LIGHTING AND AIRFIELD DRAINAGE PHASE VI consists of the following: 1. Base Bid comprised of the rehabilitation of the taxiway system to the limits shown on the plans. Rehabilitation consists of applying a coal-tar sealer/rejuvenator ("Rejuvaseal" brand or equivalent) asphalt coating to all existing taxiway asphalt pavement (except at existing striping and new resurface areas); 4" asphalt milling and 4" P-401 asphalt resurfacing of Taxiway E and a segments of Taxiway H; repair runway cracks by routing and sealing (owner/engineer to locate and identify in field); replace taxiway pavement striping removed by repairs; add enhanced taxiway striping at runway holding position markings, new taxiway signage and lighting and relocation/adjustment of public or private utilities as required; 2. Additive Alternate No.l comprised of construction of a new 6,912 LF of trapezoidal outfall channel at the Corpus Christi International Airport. The outfall channel route will begin on the southwest side of Runway 13- 31 near an existing headwall structure, proceed southeast through airport property, cross outside the airport perimeter fence near FM 763 (Joe Mireur Road) and cross existing £arm.land to the outfall at Kelly Creek and relocation/adjustment of public or private utilities as required. Other related work items to construct the project in phases in accordance with the plans, specifications and contract documents. A-4 Method of Award The bids will be evaluated based on the following order of priority, subject to availability of funds: 1. Total Saee Bid 2. Total Base Hid plus Additive Bid Alternate No. 1. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Section A - SP (Revised 9/18/00) Page 1 of 30 Explanation of Allowances items in Proposal Form: The Allowances included in the Proposal Form are for bidding purposes only and not a guaranteed payment amount. Final paymentfor each allowance will be negotiated for work performed and for such sums as may be acceptable to the Owner. The allowances include costs to Contractor of all materials, labor and equipment required to complete the bid item. Prior to final payment, an appropriate Change Order will be issued to reflect the amount due to the Contractor on account of work covered by allowances, and the Contract Price shall be correspondingly adjusted. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Bid Boad (Must reference CORPOS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGB/LIGHTING AND AIRFIELD DRAINAGE PHASE VI, Project No. 10019, 10020, 10021, as identified is the Proposal) (A Cashier's Check, certified check, money order or beak draft from say State or National Sank will also be acceptable.) Disclosure of Interests Statement A-6 Time of Completion/Liquidated Dama9'es The working time for completion of the satire Project including Additive Alternate No. 1, if awarded, will be three hundred (300) calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Covers e If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City- Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has-been provided to the Contractor and the City Engineer. ~- Section A - SP (Revised 9/18/00) Page 2 of 30 required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Waae Rates (Revised 7/5/00) - Labor preference and wage rates for heave construction. Minimum Prevailin g Wag e 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 perfoxmed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1-1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess at 1-800-344-8377, the Lone Star Notification Company at 1-800-669-8344. For the Contractor's convenience, the following telephone numbers are listed. City Engineer CCIA Engineer CCIA Facilities Manager Project Engineer A/E Project Engineer PGAL Traffic Engineer Police Department 361/826-3500 361/289-0171 ext 1223 361/289-0171 ext 1226 826-3500 713/622-1444 (direct 713/968-9375) 826-3540 882-1911 Section A - SP (Revised 9/18/00) Page 3 of 30 . Water Department 826-1880 (826-3140 after hours) Wastewater Department 826-1818 (826-3140 after hours) Gas Department 885-6900 (885-6900 after hours) Storm Water Department 826-1881 (826-3140 after hours) Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1970 AEP 299-4833 (361/693-9444 after hours) SHC / A T & T 881-2511 (1-800-824-4424, after hours) Signal/Fiber Optic Locate 857-1946 857-1960 - Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624 CenturyTel 225/214-1169 (225/229-3202 (M) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972/753-4355 A-12 Mainteaance o£ Services The Contractor shall takeall precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings or not, the Contractor shall make the necessaxy repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i. e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, allwith the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access sad Tra££ic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather.~The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, construction detours, etc. Section A - SP (Revised 9/18/00) Page 4 of 30 The Contractor shall comply with applicable FAA regulations and Advisory Circulars and the current version of the Manual on Uniform Traffic Control Devices. tr.c ^_'t;- .. ..s . _r___ __ ~ i .,... - - «i.,. ,oca All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Construction Eauiament Spillage sad Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation sad Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation" or •`Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disaosal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. All light fixtures and other items specified for salvage shall be delivered to the Owner as directed. A-17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60^ and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24-hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule sad Sequence of Coaatructioa The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work-and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. Section A - SP (Revised 9/18/00) Page 5 of 30 The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week.~- 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The Contractor shall schedule his work well in advance of actual operations and shall keep the .Airport Engineer and Operations Manager advised of this schedule so that close coordination can be maintained with the director of Aviation and with other contractors. Threshold displacements and closing of portions of taxiways and aprons will be required for proper execution of the work. Airport Operations requires a minimum of three (3) days notice prior to displacing thresholds or closing any portion of a taxiway or apron. Notice to Airmen (NOTAM'S) will be filed by the Airport Operations Manager or by Public Safety personnel. A-19 Construction Protect Layout and Control The drawings may depict but not necessarily include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the .City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and - proposed, for the purpose of adjusting valves and manholes at the completion of the __ paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications.- Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor.-'The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Section A - SP (Revised 9/18/00) Page 6 oF30 Following is the minimum schedule of documentation required: Apron/Taxiway Pavements: For taxiway pavement to be milled and overlaid: • Finished top of pavement elevations on Taxiways at 100-foot intervals. • Finished Taxiway pavement elevations at each edge, centerline and at 100-foot intervals: Stormwater: • F- finished invert elevations at headwalls, outfalls or other drainage structures; • Finished top of concrete elevations at all headwalls, outfalls or other drainage structures; • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Ditch flowline and top of bank elevations at 200-ft intervals. `- • A-20 Teatiag sad Certi£icatioa All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer A-21 Project Higas The Contractor must furnish and install (1) Project sign(s) as indicated on the following drawings: (Attachment 2). The sign must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the sign(s) will be determined in the field by the City Engineer. A 22 (a) Disadvantaged Suaiaeaa Enterprises (DHE) Participation Goals INTRODUCTION A. The goal for Disadvantaged Business Enterprise (DBE) participation expressed in percentage terms for the contractor's aggregate bid amount on all construction work performed on this contract is 6.82&. B. These goals are applicable to all the construction work (regardless, of federal participation) performed in~the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Section A - SP (Revised 9/18/00) Page 7 of 30 C. All governmental entities in the State of Texas who receive funds from the U.S. Department of Transportation have, as part of their operating procedures, an economic program designed to increase participation of Disadvantaged Business Enterprises (DBE) in their federally assisted contracts. The authority for this program is 49 Code of Federal Regulations Part 26 (49 CFR Part 26). D. There are six governmental entities* in the State of Texas certifying DBEs capable of performing services and providing products, which can be credited toward the overall annual DBE goal for entities receiving DOT funds. Only those businesses, which perform a commercially useful function, can be counted toward DBE goals. E.Certification must be obtained through your local certifying entity * in accordance with 49 CFR Part 26 for firms wanting to perform work as a DBS on federally assisted contracts. DEFINITIONS A. Affiliate - firms are affiliates of each other when, directly or indirectly, a firm or a third party (or parties) controls or has the power to control both; or there is evidence that a relationship exists between or among parties that produces an affiliation. In determining whether affiliation exists consideration shall be given to such factors as: common .ownership, common management, and contractual relationships. B. Commercially Useful Function - an element of work, under a contract, that is measurable and observable has actually been performed under standards consistent with industry practice for which a monetary sum can be assessed. C. Disadvantaged Business Enterprise (DBE) - a small business concern as defined pursuant to Section 3 of the Small Business Act and implementing regulations, which is owned and controlled by one or more disadvantaged individuals. Owned and controlled means a business, which is at least 51 percent owned by one or more socially and economically disadvantaged individuals. In the case of any publicly owned .business, at least 51 percent of the stock must be owned by one or~more socially and economically disadvantaged individuals and whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. D. Personal Net Worth - the net value of the assets of an individual remaining after total liabilities are deducted. An individual's personal net worth does not include the individual's ownership interest in an applicant or participating nBE firm or the individual's equity in his or her primary place of residence. An individual's personal net worth includes only his or her own share of assets, held jointly, or as community property with the individual's spouse. A contingent liability does not reduce an individual's net worth. E. Socially and economically disadvanta ed individuals - those individuals who are citizens or lawfully admitted permanent residents of the United States and who are as follows: (1) Women (2) Black Americans - includes persons having origins in any Black racial groups of Africa. (3) Hispanic Americans - includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race. Section A - SP (Revised 9/18/00) Page 8 of 30 (4) Native Americans - includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians. (5) Asian-Pacific Americans - includes persons whose origins are from Japan, China Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marinas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong. (6) Subcontinent Asian Americans - includes persons whose origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal, or Sri Lanka. NOTE: Individuals listed above in 2 through 6 as a member of a particular minority group must be recognized by their respective minority community. (7) Any additional groups whose members are designated as socially and economically disadvantaged by the Small Business Administration. (8) Other individuals as determined by the certifying entity to be economically and socially disadvantaged. 3. ELIGIBILITY STANDARDS To determine a firm's eligibility to participate in the DBE program, the firm's business size, social and economic disadvantage, ownership and control (including independence) will be evaluated. The standards set forth in 49 CFR Part 26 will be used~by the certifying entity. The - following is a summary of the eligibility standards set forth in 49 CFR Part 26. (1) Disadvantaged status shall be determined on the basis of the individual's claim that he or she is a member of one of the groups mentioned in Section 2. e. (1)-(8) and is so regarded by that particular community. However, the certifying entity is not required to accept this claim if it determines the claim to be invalid. (2) Only independent businesses may be certified as a DBE. An independent business is one whose viability does not depend on its relationship with another firm or firms. The ownership and control by disadvantaged individuals shall be real, substantial, and continuing. It shall go beyond the pro forma ownership of the firm as reflected in its ownership documents. The disadvantaged individuals shall enjoy the customary incidents of ownership and shall share in the risks and profits commensurate with their ownership interests, as demonstrated by an examination of the substance rather than form of arrangements. Recognition of the business as a separate entity for tax or corporate purposes is not necessarily sufficient for -- recognition as a DBE. In determining whether a potential DBE is an independent business, the following will be considered: (a) Relationships with non-DBE firms in such areas as personnel, facilities, equipment, financial and/or bonding support, and other resources. (b) Present or recent employer/employee relationships between the disadvantaged owner and non-DBE firms or persons associated with non-DBE firms. (c) Relationships with prime contractors. Section A - SP (Revised 9/18/00) Page 9 of 30 (d) The consistency of relationships between the potential DBE and non- DBE firms with normal industry practices. (3) The disadvantaged individuals-shall also possess the power to direct or cause the direction of the management and policiesof the firm and to make the day-to-day as well as major decisions on matters of management, policy and operations. The firm shall not be subject to any formal or informal restrictions, which limit the customary discretion of the disadvantaged individual. There shall be no restrictions in by-law provisions, partnership agreements, or charter requirements for cumulative voting rights or otherwise that prevent the disadvantaged individual, without the cooperation or vote of any non-disadvantaged individual, from making a business decision of the firm. (4) Individuals who are not socially and economically disadvantaged but are involved in a DBE firm as owners, managers, employees, stockholders, officers, and/or directors must not possess or exercise the power to control the firm, or be disproportionately responsible for the operations of the firm. The disadvantaged owners may delegate areas of management, policy making, or daily operations of the firm, but such delegations must be revocable and the disadvantaged owners must retain the power to hire and fire persons to whom authority has been delegated. (5) The disadvantaged owners must have an overall understanding of the firm's operations; along with experience, managerial, and technical competence. The disadvantaged owners must have the ability to intelligently and critically evaluate information presented by other participants in the firm's activities and to use this information to make independent decisions concerning the firm's daily operations, management, and policy-making. Generally, expertise limited to office management, administration, or bookkeeping functions unrelated to the principal business activities of the firm is insufficient to demonstrate control. (6) All securities, which constitute ownership and/or control of a corporation for purposes of establishing it as a DBE, shall be held directly by disadvantaged individuals. No securities held in trust or/by any guardian for a minor shall be considered as held by disadvantaged individuals in determining the ownership or control of a corporation, except when (1) the beneficial owner of securities or assets held in trust is a disadvantaged individual, and the trustee is the same or another such individual, or (2) the beneficial owner of a trust is a disadvantaged individual who rather than the trustee exercises effective control over the management, policy-making, and daily operations of the firm. Assets held in a revocable living trust may be counted only in the situation where the same disadvantaged individual is the sole grantor, beneficiary, and trustee. (7) The contributions of capital or expertise by the disadvantaged individual to acquire interest in the firm shall be real and substantial. Examples of insufficient contributions include a promise to contribute capital, an unsecured note payable to the firm or its owners who are not socially and economically disadvantaged, or the mere participation as an employee rather than as a manager. If marital assets are used to acquire ownership the applicant's spouse must irrevocably renounce and transfer all rights in the ownership interest. (8) To be determined economically disadvantaged, the personal net worth of the individuals whose ownership and control are relied upon for DBE certification cannot exceed $750,000.00. Section A - SP (Revised 9/18/00) Page 10 of 30 4. A. All businesses and trucking firms seeking to be certified as a DBE must complete the entire affidavit. All questions must be answered and all information requested must be submitted. The applications must be legible, complete, signed, dated, and notarized to be accepted for review. Failure to provide the requested documents with the application 'will delay H. The certifying entity will evaluate the information contained in the application, along with the facts learned during the on-site review to determine if the business meets the eligibility standards to be certified as a DHE. C. Applicant will be notified of the certifying entity decision by letter. If the firm is certified as a DBE, the business will be added to the TUCP directory. The directory will show the name of the business, address, telephone number, and categories of work. A business may ask for expanded work capabilities as it acquires experience in new areas. D. When a business is denied initial certification it will receive a letter of explanation from the certifying entity of why it was denied certification. The firm may appeal to the certifying entity, in writing, for a review of their file or directly to the U.S. Department of Transportation (DOT). To appeal a decision to DOT, the business owner(s) must submit a letter giving the reason(s) he or she believes that the business should be certified. Send the letter directly to the following: DOT Office of Civil Rights U. S. Department of Transportation 400 Seventh Street, SW, Room 2104 Washington, DC 20590 NOTE: The appeal to DOT must be filed no later than 90 days from the postmark date of the certification denial. A business that-is denied certification by a certifying entity may not reapply for at least 12 months from the date of the final decision. A business that is decertified may not reapply for certification for at least 12 months from the date of the final decision. A copy of the decertification notice will be forwarded to TUCP database repository. A business that appeals to the U.S. Department of Transportation cannot reapply to the certifying entity until a final decision has been rendered on the appeal or 12 months, whichever is longer: E. If you are a Woman, Black American, Hispanic American, Native American, Asian Pacific American, or Subcontinent Asian American, you are presumed to be socially and economically disadvantaged. Other persons knowing of your actual social and economic condition, living standards, success in business, and other factors have the right to challenge your recognition and certification as a DBE. If your status is challenged, you will be given every opportunity to offer a defense. The challenge will be fully investigated, heard, and a final determination made. F. Third party complaints: If any person has reason to believe that a business has been wrongly granted certification as a DBE, they may advise the certifying entity. A thorough investigation will be initiated upon receipt of a signed complaint. A complaint may also be submitted directly to the U.S. DOT. Remember the application'inust be complete every question answered, and Section A - SP (Revised 9/18/00) Page 11 of 30 se, the its A-22 (b) Minority/Minority Business Enterprise Partici ation Policy (revises ro/se> POS].CY It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. in accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definitions Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. 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. 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 orintereat in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0 of the assets or interest in the corporate shares must be owned by one or more minority pe.rson(s). 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, Section A- SP (Revised 9!18/00) Page 12 of 30 commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. FemaleOwned Business Ente rise: A sole proprietorship that is owned an contro led by a woman, a partnership at least 51.0$ of whose assets ' ' or partnership interests are owned by one or more women, or a corporation at least 51.0$ of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0$ interest, shall be deemed equivalent to having minority participation in 25.0$ of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 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 8usiaesa 8aterprise (Percent) Participation (Percent) 45$ 15$ These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting. the Contractor's percentage is prohibited. Compliance - a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor. to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate inspections by the FAA sponsor's designated representative(s) at the various intervals of work and assure a final inspection after the project is completed and ready for occupancy. Section A - SP (Revised 9/18/00) Page 13 of 30 A-24 Surety Boads Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurers) 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 Hoard 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 Covnty, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." (NOT II38D) _ --- _ ________ _ ___ __ .,. ,.,t,., . Tf..LI Tf rh _p^- ••ecl~-a-sega~ated ee-~tsaet, he-erns}}; re ... ~_ "^""~~h~-aFFr-~,E,naz~epaee-ert Ehe e.4 ^G -l.. .L. __ Y I P~+~+~a Y - -i..^ Secrion A - SP (Revised 9/18/00) Page 14 of 30 _a _... .-_~va +-.. _ €e~ a 1 6a~ea, E3ee#ee, - -- ^^, ~_'-,- ~ ~'-+^ nv^-__. SaHeentaraet:e~e are eligik~e €es - -_.,.,.... : F .,.e_ ,...,~..__.__,.~_.. _, _„ t, ~ t:he aHeve ~egaireme~tte ` 44'te Eea raetex' -'•st - "''' A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 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. _: ta,: e_.. _____ ,., _: (NOT IIBED) _a_a~ ..l~.a_. Section A - SP (Revised 9/18/00) Page 15 of 30 A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: - The superintendent must have~at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. - Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved-by the City Engineer in writing-prior to such superintendent assuming responsibilities on the Project. Such written approval o£ 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 Section A - SP (Revised 9/18100) Page 16 of 30 Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section H-7-13. A-30 Amended "Consideration of Contract" Requiremeats Under "General Provisions and Requirements for Municipal Construction Contracts" Section 8-3-1 Consideration of Contract add the following text:. Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly paymeata for the Project duration. 5. The names and addresses of hIDE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of theContract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7- 13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 .concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. Section A - SP (Revised 9/18/00) Page 17 of 30 10. Within five (5) days following bid opening, submit is letter form, information identifying type of entity sad state, i.e., Texas (or other state) Corporation or Partnership, sad name(s) sad Title(s) of individual(s) authorized to execute contracts oa behalf o£ said entity. 11. Documentation showing proof of Disadvantaged Business Enterprise (DBE) requirement compliance. A-31 Amended Policy oa 8xtra Work sad Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Chan a Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Sxecutioa of Contract" Reouirementa Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City~Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Sid Meeting referred to is Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract dbcuments, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. NOT II88D ° *_ °` ~ •~ ••ate~€ae#1#t} t',:he Eent;~aete~r, h's ^••'----`°-e€ess and sash e€ €he#~ erap~e~ e=s--m e~ Section A - SP (Revised 9/18/00) Page 18 of 30 r , , ~ , .., ~ ..F. _ ~ ~ ~ _,_ ,, a ..: ~ ~:......,. tae- „ _„_ _ ....a .,.~. s~~ ,,_.,.. l.. aL.~... aL.~~ • iA ,.a...- .. l A, ..w4 6 r Section A - SP (Revised 9/18/00) Page 19 of 30 L2-1-- ~....J .... ....._L2 ~- L-...n.. ......~..--~-.. .......1 .......... ~..-~. .~ •J I `J I 4l -P - - vuc rai.-> _.l. ~L.. ~~ '' --'•~- .~£• ..a a- ^` n~ea~~ ..a ..l nd^a 3 e ' ~ aat a b ~FL.. . g._,+F~ea~eae t g ~v se~}~e~se~ t:~ 9 ~e~ebr '£h ;e , #a 6rB as ~'} ~ f~. F:..a .-.a L.. ~L.... r. ..J F. G-.. `L - r ~ ~••• r - - ' ' ;F ea~~>3~at:e-~..a «L,. Y,..~,y_ _5 _• P "°-°h~i>_-~° °''^ •~ment; vrh#eh ' a- ~ii -cpi a ..a L-. ..: t t t € ~c t-~ g e £ e h --g--et:~ea~ ee•t aet~ea3-a" eaa'an~en€-e€ - - - ..F-_~ - - l : xe~~e xe s e :enl: S+T};e~e ~h€s €a ene net: L.. ..a ..1....4 ..1.2 ..L ~L- ...L •F- rL3 a•y^ •-ll F~ll..a ..L..-.nF ~rv9 Ll xumv - Y .. a. h r L.. _ 4L.. ..3 .. .. . _ - ^ .a _a ,.,..~...,.a ` -aa ~ y ...1 .~. ..F «L_ va - __ ..y.- .,y Ll -..L.. .L.-L ~.L- T, l ..L:. C.... ~LJ - ~.L- 7 Yv- - - L.. L....a a .~ 'a.. ...L- -F »..._ - c ..7 7 Ai3 t1." t,~vj~`.... Section A - SP (Revised 9/18/00) Page 20 of 30 £~.. l .. .. .. l .-. .. ... ..l 7• 4L .-...L ..a L.. aL i .. ~ F ~ ....~ • c A-36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b E~eg~ediae~~les -- - ~~,. _e c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of infoxmation, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data- Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors .and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. -- 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, .and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. - - (NOT IISSD) - -..a nw- a,, naF _-__ -___ - Section A - SP (Revised 9/18/00) Page 21 of 30 • Y.. _ __ i _ .. .,, tL_ _ r: .. -el:~n- InL .. E'eEit:___~_ :,, '""p _ py l t1~ ~Lr_..~L_~~ J u~aa c i.vr,~zvir- A-38 Worker's Compeasatioa Coverage for Suildiag or Construction Pro 'ects for Government Satitiea The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. • e _ ~: m __~_ _a ,~__ ____ _ _ (NOT II9SD) F C_._ ....Y __ _ A-40 Ameadmeat to Section 8-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozoae 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 sot be counted as a calendar day - iL_ „_ __ .: ,, L_ ___r____ A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the _contractor, or any subcontractor, Supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. Section A - SP (Revised 9/18/00) Page 22 of 30 A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimeasions aad Drawiags 0/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. -- - - -'~~° NOT USED ~Y A-47 Pre-COaatruction BxploratoryBxcavatioas (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed ditches, pipes or other excavated items of the project. Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. An allowance bid item has been .established for testing pipelines that appear to be abandoned or no owner has claimed. This bid item provides funding for testing the pipelines for the presence of product, and if found to be abandoned, for cutting, removing the conflicting length and capping the ends. If and unidentified pipeline is found to be active, the owner of the pipeline should be contacted so adjustments cari be made. For existing pipelines which parallel and are within ten feet (10') of proposed ditches, pipes or other excavated utilities of the project, Contractor shall excavate and expose said existing pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet..maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate Section A- SP (Revised 9/18/00) Page 23 of 30 station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work oa the project until all exploratory exeavatioae have been made is their entirety, the results thereof reported to the Hagiaeer and until Contractor receives Engineer's approval of report. ~'""''~"` -'- An allowance bid item has been Vestablished for exploratory excavations. See Special Provision A-4, Explanation of Proposal. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead 8lectrical Wires (~/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (a/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B- 8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Amended "Prosecution sad Pro ress". Under "General Provisions and Requirements for Municipal Construction Contracts", H- 7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. Zf funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization coats. Such costs shall be addressed through a change order to the contract. A-51 Dewateriag The Contractor shall make all reasonable efforts to eliminate ponding of water from the jobsite regardless of its source. Within two (2) normal working hours of ponding occurring, the Contractor will begin dewatering procedures. All ponding of a depth greater than ~/, inch will be eliminated prior to the start of the following workday after the source of the water has been terminated. Any day in which dewatering does not occur will not be considered a rain day. Section A - SP (Revised 9/18/00) Page 24 of 30 A-52 Rain Delays The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Corpus Christi International Airport is 0.10 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the City Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 4 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 4 Days April 3 Days August 4 Days December 4 Days A-53 NDPBS Notice of Intent Submittal i r, ...._ _ __ ___ _- _ _ _ __~ _.,a ...,, ___._, ____, .._, ,..~__.. .,...,.ti~.- The Contractor ie responsible for filing a notice of intent (NOT) with the Texas Commission oa Environmental Quality (TCSQ) and obtaining a Texaa Pollution Discharge Elimination System Permit (TOPES). The Contractor shall maintain a copy of (TPDES) permit onaite at all times during construction. A-54 Phvsical Data Subsurface geotechnical reports investigation data is provided convenience of the bidders. Th responsibility for the accuracy, investigation that was prepared the interpretation of that data A-55 Project Record DOCUmeata are not a part of the Contract documents. Soils in the Appendix only for the information and e City and Consulting Engineer disclaim any and all completeness, true location and extent of the soils by others; and further disclaim responsibility for by bidders. The Contractor shall maintain one set of drawings and specifications on which he shall neatly keep a record of all changes as the job progresses. A separate set of Contract documents, for this purpose only, shall be kept at the job site at all times. These documents shall be kept up-to-date and reviewed and approved by the City Engineer prior to approval of monthly progress payments. The final net of Red line mark-up drawings shall be signed and dated by the Contractor, and shall be delivered to the City Engineer, prior to approval of final payment. (see SP A-45). A-56 8rrora sad Omissions The Contractor shall carefully check the drawings and specifications, and report to the Consulting Engineer any errors or omissions discovered, whereupon full instruction will be furnished promptly by the Consulting Engineer. A-57 Definition of 8agiaeer Under "General Provisions and Requirements for Municipal Construction Contracts," B- 1-1 Definition of Terms, change the definition of the term "Engineer" to read as follows: "Engineer: The City's Director of Engineering Services or authorized designee (City Engineer). Section A - SP (Revised 9/18100) Page 25 of 30 A-58 Trench Safet The Contractor shall fully and strictly comply with all requirements of the Occupational Safety and Health Administration (OSHA) Manual, Chapter XVII, Subpart P-EXCAVATION, TRENCHING AND SHORING for all trenching and excavation operations, and SpeoiFication Item SP-4, Worker Safety Requirements For Sxcavatioa sad Trenching Operations. If depths of trenches are encountered which are over five (5) feet, the Contractor shall cut the trench walls to the angle of repose of the soils encountered or submit shoring details to the City Engineer for approval. If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal form. A-59 Airport Safety sad Security A-59.1 General Airport safety and security is a vital part of the Contractor's responsibilities during the course of this project. Airport safety and security, nationwide, has come under close scrutiny in the last few years. The following safety and security guidelines and the rules and regulations of the Corpus Christi international Airport and the Federal Aviation Administration (FAA) shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach. of security and safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. A-59.2 Airport Operations Area (AOA) The Airport Operations Area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport's terminal building. A-59.3 Airport Safety Requirements sad Restrictions The operations of all equipment, mobile or stationary, required for the construction of this project, including, but not restricted to construction equipment, delivered material, visitors, sales representatives, etc., shall be governed by the following regulations while operating within the landing areas or apron area at Corpus Christi International Airport. The term landing areas is defined as all runways and taxiways, plus 250 feet on either side of runways and 175 feet on either aide of taxiways and a distance of 500 feet at the ends of all runways, and also include the apron area. 1. The Contractor shall submit plans to the Airport Operations Manager on how to comply with the safety plan included in the Appendix of this document. These plans must be approved by the Airport Operations Manager prior to issuance of a Notice to Proceed. This safety plan was developed in accordance with Advisory Circular No. 150/5370-2E, "Operational Safety on Airports During Construction". 2. The Contractor shall be required to equip vehicles used by the superintendent and/or foreman on the project with a radio receiver/transmitter(s) for maintaining direct communication with the FAA Air Traffic Control Tower (ATCT) at Corpus Christi International Airport. Communication will be required at a frequency of 121.9 MHz. Ground control radio contact shall be required when construction operations are in the vicinity of, or when crossing any active runway, or apron, or as directed by the Operations Manager. The Contractor shall have an adequate number of radios to Section A - SP (Revised 9/18!00) Page 26 of 30 maintain communication in all areas of work. The Contractor and all personnel that will be working within the AOA shall complete the City's training course on communications, safety, etc. The Contractor shall assign a minimum of two people to assist in traffic coordination during construction work within the AOA. All vehicles on active taxiways and aprons must be escorted by badged Contractor personnel with Contractor radio and ATCT ground control radio. Contractor shall be required to provide the cellular telephone number to the City Engineer, Airport Operations Manager and Airport Engineer. 3. The Contractor shall perform all threshold relocations, miscellaneous pavement marking and barricading in accordance with the attached FAA Advisory Circulars and Orders. 4. Work areas within the landing area, which are hazardous to aircraft, shall be outlined by yellow flags during the day and by battery-operated flasher-type red lights at night, except no flashers shall be placed which might cause confusion between the runway lights and the flasher placement. Flags and battery-operated red lights shall be maintained on all self-propelled equipment at all times during construction. Any equipment not complying with these specifications will be subject to removal from the job. 5. All Contractor's equipment and vehicles working in the landing areas and/or restricted area whether night or day, shall be marked with "international orange and white checkered flags" or orange or flashing safety beacons. The Contractor will be required to keep a stock of flags on hand for issuance to vehicle operators. Equipment shall not remain unattended at any time during construction. Any equipment not complying with these specifications will be subject to removal from the job. 6. All vehicles, equipment, materials, etc., not actually being used for construction purposes, will be restricted from the landing areas and shall be placed or narked in areas designated by Airport personnel. 7. Material deliveries will be strictly controlled. No deliveries shall be made without prior instruction by the Contractor's representative. 8. No equipment will be operated nor will be permitted to cross-existing paved areas unless the equipment is pneumatic-tired, or until special means approved by the City have been provided to protect the pavement. 9. The Contractor shall provide barricades to restrict access from taxiways to the construction area. The barricade signs shall each be equipped with two flashing lights and shall be securely fastened to the pavement. 10. Any employee of the Contractor not considered by the City to be in suitable physical condition for the performance of this work will be promptly removed from Coxpus Christi International Airport by the Aviation Department of Public Safety and will not be allowed to work on the project again. 11. Open trenches, excavation and stockpiled material will normally not be permitted within 250 of the centerline of active runways at air carrier airports and for runways having precision instrument approach. Any open trenches within the 250-foot limit shall be covered with steel plates capable of carrying air carrier traffic. - The location of any stockpile material shall be coordinated with and approved by -- Airport Operations. 12. Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. 13. Construction equipment shall not exceed a height of 150 feet above the airport surface. Any equipment exceeding a height of 75 feet shall be observation-marked and lighted at night, and when not in use, lowered to its stowed height. No separate payment shall be made for the work included in the cost of the various contract items. Section A - SP (Revised 9/18/00) Page 27 of 30 The City will furnish a Safety Representative to insure that the Contractor's personnel and those operating the Contractor's vehicles, including those delivering materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisoxy Circular 150/5370-2E and FAA Order SW 5200.SB for further information on Airport safety. A-59.4 Airport Security Reauiremeats Contractors involved in construction as described in these specifications and plans will be required to follow the procedures listed below for security clearance during construction. 1. A pre-construction conference will be required with the Operations Manager, the Project Manager, the Engineer, and all Contractors involved. This meeting will be scheduled following the award of contract. 2. Contractors will be required to provide the following information to the Operations Manager. This information is required for a security clearance check only. 1. List employees who, at one time or another, will be working on the job site. 2. Texas Driver's License numbers of those same employees, date of birth and race. 3. List of vehicles and their respective license plates,- which may be used on the job site. The security precautions are an FAA requirement to the operation of the Airport. Any conflicts and/or problems in the area of security should be relayed by the Contractor to the Operations Manager. All efforts will be made by the airport staff to permit construction and security work in harmony. Samples of forms for security badges, background checks, letters of authorization, etc. are included for your familiarity. They follow FAA Advisory Circulars on Airport Safety. The Airport reserves the right to limit the number of badges issued to Contractor personnel. See "Attachment 2" following this section, which will take precedent over other special provisions in event of conflict, for additional requirements: • Federally Required Language • CCIA Background Verification Forms • FAA Advisory Circular 150/5370-2E Operational Safety on Airports During Construction. Corpus Christi Interaatioaal Airport Visitor/Coatractor Oa-Site Permit 1aEormatioa is also iacluded is the Appendix. A-60 C0MPUT8R GENERATBD PROPOSALS The followinq paragraph modifies Para raph B-2-7-Preparation of Proposal of the General Provisions: -- "The bidder has the option of submitting a computer-generated print-out, in lieu of, the Proposal Form (Pages 1 through 11) INCLUSIVE. The print-out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheets (3 through 8, inclusive). The print-out will be substantially _ in the form attached (see Attachment No. 2). If the Contractor chooses to submit a print-out, the print-out shall be-accompanied by properly completed proposal pages 1 through 2, inclusive; and 9-11, inclusive." In addition, the print-out will contain the following statement~~and signature, after the last bid item: Section A - SP (Revised 9/18/00) Page 28 of 30 (Contractor) herewith certifies that the unit prices shown on this print-out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other infoxmation 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 Sid 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) Section A - SP (Revised 9/18/00) Page 29 of 30 SABMITTAL TRANSMITTAL PORM PROJECT: O-7NER: BNGINEER: PGAL CONTRACTOR: SIIBMITTAL DATE: APPLICA8L8 SPSCI: OR DRASVING SASMITTAL NOMBER SDSMITTAL Section A - SP (Revised 9!18/00) Page 30 of 30 PART C FEDERAL WAGE RATES AND REQUIREMENTS ~--. ~.; ___ ~. ,~- Page I of 3 General Decision Number: TXO60118 02/08/2008 TX118 Superseded General Decision Number: TX20070122 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 p 02/08/2008 suTxzoos-oo7 11/o9/zoo4 Rates Fringes Asphalt Distributor Operator. ..$ 12.42 0.00 .Asphalt paving machine operator$ 11.57 0.00 Asphalt Raker ................ :.$ 9.36 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, Structur es$ 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.... ..5 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 ..................... ..5 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 Truck driver, lowboy-Float... ..$ 14.15 - 0.00 Truck driver, Single Axle, http://www.wdol.gov/wdoUscafiles/davisbacon/TX118.dvb 4/23/2008 Page 3 of 3 described here, initial contact should be with the Branch of Construction w Wage Determinations. Write to: Branch of Construction Waqe 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 interested party (those affected by the action) can requeat review and reconsideration from the Waqe and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Waqe 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.5. 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 http://www.wdol.gov/wdoUscafiles/davisbacon/TX118.dvb 4/23/2008 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 12TH day of AUGUST, 2008, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Haas-Anderson Construction, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $5,369,282.07 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/ LIGHTING AND AIRFIELD DRAINAGE PHASE VI PROJECT NOS. 10019, 10020 6 10021 (TOTAL BASE BID + ADD.ALT NO.1: $5,369,282.07) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 CORPIIS CHRISTI INTERNATIONAL AIRPORT TA&INAY REHABILITATION, TAXINAY BIGNAGB / LI(OiTING AND AIRFIELD DRAINAGE PHA88 VI BASE BID IrTmv nnrt+ un I II III IV V ITEM QTY 4 UNIT Dascriptioa Unit Price Total 0-300 1 35 S 50.00 S 1.750.00 Burnish and Install Lighted Cones BA Complete and in place per SA G-300 2 100 Install Lighted Cones (PUralehed by _g 5.00 S 500.00 Airport) 8A Complete anfl in place per 8A 0-300 3 300 Install Multi-Barrier Barricades S 13.00 S 3.900.00 (Furnished by Airport) F.A Camplata and in place per EA 0-300 4 50 Puraiah and Install Multi-Barrier g 25x.00 _$ 12.500.00 8arricsdee 8A Complete and in place per BA G-500 5 1 Mobiliaatioa (Taxiway g 9g_000.00 _$ 98.000.00 Rahabilitatioa) Lg Complete and in place per LS 0-600 6 1 Haul Roads/ Construction Sxito S 56.000.00 S 56.000.00 LS Cca~lete sad in place per L8 G-700 7 63,322 Remove Taxiway Markiaga (All Types g i.~p - - _S 69.654.20 and Colors) SF Complete and is place par 9F P-101 B 32,662 Cold Planing Asphalt Pavement (0- • g ~ 2 9 40.527.50 4 )(Stockpile on Site) Sy Complete and in place per 8Y P-401 9 7,195.64 Bituminous surface Cource (4")(Two 2 ° 9 93.70 S 673.294.47 ( ) - 2 Lifts) TON Complete acid in place. per TON P-603 10 3,266 -S 2.00 S 6.532.00 Bituminous Tack Cott (0.1 Gal/SY) GAL Complete and is place per GAL P-605 11 50,000 i S 0.45 _g 22.500.00 Jo st/Crack Routing and Cleaning LF Complete sad in place per LF P-605 12 50,000 Joist Sealing Filler S 0.95 _S x2.500.00 LF Complete and is place per LF P-620 13 21,693 Taxiway Painting (Y ll S 2.25 S 48.809.25 a ow)(Reflective) gp Complete sad is place par 88 (CITY PROD NO. 10019 10021 I II III IV V ITEM QTY 4 UNIT Deccriptioa Unit Price Total P-620 14 41,349 Taxiway Painting (elack)(NOa- s n.Gn 4 ae_ano an Reflective) gg Complete and in place per 8F P-620 15 200 -b 5.60 _b 1.120.00 Taxiway Painting (Rad)(Reflective) SF Ccaiplete sad in place Ber S8 P-620 16 80 b s_eo S 448.00 Taxiway Painting (White)(Raflective) SF Complete and is place per 8P L-104 Temporary Airfielfl 17 1 Lighting/Sigaage/Navigational s 20.000.00 S 20.000.00 8ecilitiea Le Complete sad is glace per LS L-105 Demolition and Proper Diapoeal of 18 1 All Squlpment ae Noted and Turaiag g 5.200.00 S 5.200.00 Over All Designated Equipment to Naiatenaace Staff LS Complete end is place per LS L-105 Demolition and Proper Disposal of 19 1 existing NALSR Cables, Couterpoiae, S 4.200.00 4 4.200.00 Ducts a Hasa Cana LS Complete sad Sn place per LS L-108 20 1,000 1/C L-824-Type C IIashielfled SS AWO S 1.25 _b 1.250.00 5R0 Copper Cable L8 Camplate and is place per LF L-108 21 250 1/C N6 AWO BSD or 8HD or TW Hare C g +_2s S 3+2.s0 - - opper Counterpoise LF Complete and la place per L8 L-108 0.75" (19 mm) Dia. By 10' (3N) Long 22 2 CoppezClad Steel Sectional OsOUnd _b el_OO S 162.00 Rod EA Caa+plete and is place pez EA L-108 23 250 1/C k6, TW Bare Counterpoise S +.2s S 3+2.50 LF Coa~lete and in place per LF L-108 24 1,000 1/C S4, Type IIS8 Cable for NALBR 4 +.25 - S 1.250.00 System LF Complete and in place par LF L-108 25 300 25-PAIR N19 AWO ARN Cable Installed g 18.00 S 5.400.00 in Duct. Connect at Naw Manholes complete with Sp11ce Rita LF Complete sad in glace pez L8 L-108 26 100 4W x 3" Conczete-Encased ech. 40 PVC D S 90.00 4 9.000.00 ¢CYB LF Complete sad is place par LF (CITY PROJ NO 10019 10021 I II III IV V ITBM QTY a UNIT DaecTiption Uait Pr1ce Total L-110 27 130 4N x 3° Bch. 90 PVC Ducts Inatallad ~T Mithout Concrete 8ncasament LF Complete sad in place per LF L-110 28 250 SM x 3" 9ch. 40 PVC Ducts Installed 8 45.00 S +.250.00 Uadez Proposed Chsnael L8 Coa~late and is place par LF L-110 29 2 Psacaet Concrete 8lactrical Manhole (4' 5' ' g 8.400.00 S 16.e0o_00 x x 3 ) SA Caagfle[e and is place per gA L-125 30 2 L-g5g Airfield Guidance Sign, Single g 2.8oo.oe S 5.600.00 Face - 1 Module Inatallad on 8xiatiag Concrete sacs gA Complete sad is place per 8A L-125 31 19 L-858 Airfield Guidance Sign, Single S 2.800.00 S " .200.~~ Face - 2 Module oa existing base SA Complete and is place per 8A L-125 32 1 L-858 Airfield Guidance Sign, Double -S 2.800.00 S 2.800.00 Face - 2 Module on existing base 8A Complete and Sa place yer SA L-125 33 28 L-858 Airfield Guidance Sign, Single S 3.360_00 _$ 94.Oa0.00 lace - 3 Modulo oa existing base 8A Complete and in place par 8A L-125 34 1 L-85g Airfield Guidance sign, Double S 3.360.00 S 3.360.00 Secs - 3 Nodule oa axiatiag base 8A Complete and in place par gA L-125 35 10 L-858 Airfield Guidance Sign, Single 6 4.480.00 S 44.800.00 Face - 4 Module on axiatiag base 8A Complete and is place par gA L-125 36 1 L-858 Airfield Guidance Sign, Double S 4.480.00 S 4.480.00 Face - 4 Module oa existing base 8A Caa~lete sad in place par gA L-125 37 1 L-858 Airfield Guidance Sign, Single -S 5.600.00 _S 5.600.00 Face - 5 Module oa axiatiag base SA Complete and is place per gA (CITY PROD NO. 10019 10021) I II III IV V ITBM QTY & DNIT Description Dait Price Total L-125 38 1 L-BSS Airfield GVidance Sign Double ~-~~ ~ RA , Face - 5 Module oa existing base Complete and is place per 8A 39 235,160 RB-44A Coal Tar Sealer $ 1.05 ~ 246.918.00 Sy Complete anfl in place per SY 40 1 ALLOIP g 50.000.00 g 50.000.00 Lg Allowance for Taxiway ease Repairs Coayrleta and is place per Le 41 1 ALLOM Allowance for NQSTAR Pipeline g 250.000.00 $ 250.000.00 SA Relocation Complete and is place Pei 8A 42 1 ALLON Allowance for Pra-Construction g 50.000.00 S 50.000.00 LS Rxploratory Sxcavatioa Complete and in place per LS TOTAL BARB BID: $ 1.986.719.82 ~eiD nEUS ~~z) CORPIIH CHRISTI INTBRNATIONAL AIRPORT TABINAY RBRAHILZTATION, TAYINAY SIONAGB / LIGHTING E AIRPIBLD DRAINAGE PHAH8 VI ADDITIVE BID ALTERNATE N0. 1 (CTTV PRO.T NA. 1f10701 I II III IV V ITSN QTY 4 IINIT Deacriptioa IIait Price Total 0-500 Al-1 1 S 168.000.00 Nobiliaation (Phase VI Drainage) LB Complete and is place par L9 G-600 Al-2 1 Haul Roads/ Construction 8xita S 79.000.00 LS Complete and in place Par L9 G-700 Al-3 100 Rsmow Chain Liak Peace and S 900.00 Foundations LF Complete and is place per LF G-700 AS-4 1 Remove Conc. Headwall structure (5- _g 1.570.00 65 x 43" CdIPA) eA Complete anfl is place par HA 0-700 Al-5 250 Remove 65° x 43" C17pA Culvert, H 4.375.00 Haekfill Area to Grade LF Complete and is place per LP G-700 Al-6 8,750 Grout Pill and Abanflon 65" x 43" _ $ 595.000.00 CNPA Lp Complete and in place per LF 0-700 A3-7 1 Remove ARV Assembly and Naahole S 2.900.00 8A Complete and is place per 8A 0-700 Al-6 204 Remove 4" Sanitary Sotce Main S 4.590.00 LF Complete and is place per L8 0-700 Remove Asphalt Pavement and Hase Al-9 266 (FM 763 and Perimeter Road)(Approx. ~ 1.287.00 6•) HY Complete and is place per 8Y P-101 Cold Planing Asphalt Pavement (0- A1-10 299 2")(Joe Niruer Road)(Recycle into S S 2.990.00 Haul Roads) Hy Complete sad is place per 9Y II-101 Cold Planing Asphalt pavement (0- A1-11 197 2•)(perimetar Road)(Recycla into S 1.970.00 Haul Roads) gy Complete and in place psr HY P-152 Al-12 77,675 Drainage 8xcavation (Dispose Off- g 353.421.25 Hite) CY CY P-152 Al-13 42,325 Drainage 8zcavatioa (Stockpile On- S ~ 7.5"6. c 81te) CY Complete and in place per CY P-152 Al-14 4,600 Ombaalment In Place (from g 16.560.00 8tackpile) CY Complete and in place ger CY P-156 Al-15 1,200 Temporary Silt Peace _B 6.000.00 LP Campleta aad 1a place per LF P-156 Al-16 6 Temporary Rock Filter Dam S 5.100.00 8A 8A F-162 Al-17 100 S 3.300.00 Chia Liak Pence (6')(w/ Harb Wire) LP Complete aad is place per LF D-752 Al-18 18 TY R Area Ialet (Hackelope g 39.150.00 Iatarceptoz Structure) SA Caa~plate and in place pez 8A D-701 Al-19 60fi ~ 46.965-00 24^ RCP (RS-20) (Backalope Draia) L8 Complete aad la place per LF D-701 Al-20 800 9' x 6' Precast Reinforced Concrete g 411.200.00 Box (ABTN C 1433) (RB-20 Rated) LP Complete aad in place per LF D-752 Al-21 1 Coacrete Widgwall with Straight g 45.000.00 Wiagwalls (4 :1)(8W-0) 8A Complete and in place par 8A D-752 AS-22 1 Safety 8nfl Treatment with 9tright g 79.000.00 Wiage (6e1) (88TH-eW-O) 8A Complete and is ylaca par BA D-754 Al-23 7,544 Raiaforced Concrete Slopes Paving g x95.640.80 (5•) SY Camiplete and is place per SY T-.901 Al-24 25.25 Saediag g 90.900.00 AC Complete aad is place per AC T-904 Al-25 13,542 Sodfliag g 54.168-00 8Y Complete and Sa place yer 8Y 8P-4 Al-26 806 OSHA TreaCII Safety System (8[0291 S 4.030.00 Sewaz) L8 Complete anfl in place per LF TY-247 Al-27 425 8lexible 8a6e (TY A)(OR 1) g 26.350-00 CY Complete and in place per CY TZ-310 Al-28 369 prime Coat (0.25 6a1/8Y) S 1.918-eo OAI, Complete anfl is place per OAL TZ-340 Al-29 162.25 2• HNAC (TY D)(JOa Niruer and g 21.254.75 Perimeter Road) (4-lifts) TON Complete aad is place per TON TE-432 Al-30 2,890 Aiprap (Stone)(Dry)(Type 8 67.626.00 Common)(8") - SY Complete aafl is place par SY TE-666 Al-31 150 Aaflactorizafl Psvamaat Marking (Ty 8 840.00 I)(All Colors) SF Complete snd is place per 8P PLAN Al-32 1 2• ARV Aecembly and Manhole S 5.825.00 8A Complete and in place paz AA o22oa2 Al-33 204 Trench Safety for 8xcavations g 1.142.40 (Force Main) LP Complete and in place par LF 026602 Al-34 204 4" PVC Force Main (Aeatrained Joint 8 14.892.00 Pipe and Fittings) L8 Complete and is place paz LF PLAN Al-35 4 Security Orates for 9' x 6' RCH S 17.140.00 8A Complete and is place per AA ALLOM Al-36 5 Allowance foz Tenting, Capping and passible Abandoaamant of Unclaimed S 75.000.00 Pipelines crossing MD-1. Coordinate Relocation 1f Claimed LS Complete and is place pez L8 11LLOM Allowance for Adjustment of COPANO Al-37 1 Pigaline at MD-1 STA 16+00 by _g 150..000.00 COPANO contractor or modifications to pipeline or drainage design to cuppart pipeline is place L9 Complete and in place per LS ALLON Allowance for Ai-38 1 sdjustmeai/abaadonament of N[TSTAR S 150.000.00 Pipeline at MD-1 STA 34x50 done by N[TBTAR contractor LS Complete and in place per L8 ALLON Allowance for adj uatmeat/ ralocatloa of Time Varner fiber AS-39 1 optic cable at MD-1 STA 40+40 done _S 50.000.00 by Time Marner Coatraotor or modifications to drainage design to ^uyport cable in place LS Complete sad in place par LS ALLOM Allowance for adjustment/ Al-40 1 relocation of probable Petroleum pipeline at MD-1 STA 72+67 done b S 150.000.00 y pipeline owner's contractor or modifications to Drainage Design to auppozt pipeline is place LS Complete and in place per LS SOBTOTAL ADDITIVE HID ALTSRNATR NO. 1 a 3.382.562.25 (BID ITEMS A7-7 TO A1~40) BID SUMMARY TOTAL BASE BID (BID ITEMS 1 THRU 42): TOTAL ADDITIVE ALTERNATE NO. 1 (BID ITEMS Al-1 TO A1.40): (PROD 10020) TOTAL BASE BID PLUS ADDITNE ALTERNATE N0.1 # 1.986.719.82 S 3.382.562.25 S 5.369.282.07 The Allowanus Ine iuded in firs P roooa al Form aro for hi ddin0 ourooae a aniv and nol a auan nteed oavmant amount Final wvment for each I i r r of a ll materials lab or and aoulom ant ro auind to wmola b the hW item Prior to final oavmsn t an aooroodata Chanty tthe r will ha hammed to raft 6 ali h II "Hasa Auderaoa Construction, LTD." (Contractor) herewith certi0es that the unit prices shown on this printout for bid items (iocludhg say additive or deductive alteroatea ) contained io thh proposal are the u01t prices Mended aad that its bid will be tabulated uaiog these uoit prkes aad no other htormathn tMm thk printout "Haas Andenoo Construction, LTD." (Contactor) acknowledges and agrees that the Total Bid Amouat shown will be read as Its Total Bld aad further agrees that the official Total Bid Amouat will be determined by multiplying the unit bid price (Column N) ehow0 io thle printout by the respective estimated quandtla shows in the Propoai (Column II ) and then tomliog the tended am tr. ! / President, Heaa•Anderson Manapefnent, L.C. _' e) S ~~/Q~ (Date ) The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 300 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. ATTE City Secretary APPROVED A3 TO LE~ By:- Asst. ity Attorney ATTEST: (If Corporation) (Seal Below) (Note: If Person aigniag for corporation is cot President, attach copy of authorisation to sign) Agreement Page 2 of 2 CITY O CORPUS CHRISTI BY ~ ~ ~ ~~w 8/.~o~DB F1nge1 Escobar, Interim A City" Mgr. of Public Works and Utilities By: ~ ~~75 Kevin Stowers, Interim Director of Engineering Services CONTRACTGR Haas-Andersosi Construction, Ltd. By: vq,i~/ O. APL Title: Prosident, Haaa•Andersan Management, LC, General Psrtne- 1401 Holly Rd. (Address) Corpus Christi, TX 78415 _ (City) (State)(ZIP) 361/853-2535 * 361/853-5564 (Phone) (Fax) 2b D - QS... ~urwo~~nu in C9tlNCll.....~~.(~.~.~~ sFCet7Aar ,_.~ ;. P R O P O S A L F O R M F O R CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/LIGHTING AND AIRFIELD DRAINAGE PHASE VI PROJECT NO. 10019, 10020 & 10021 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS (Revised August 2000) PROPOSAL FORM PAOB 1 OP 12 P R O P O S A L Place: lr,-~.nr C~~..r~. Date : s ~izs ~o,a Proposal of HAAS-ANDERSON CONSTRUCTION, LtG. __ , a Corporation organized and .existing under the laws of the State of OR a Partnership or Individual doing business as WARS-ANDERSON CONSTRUCTION, Lt6. 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: CORPII3 CHRISTI INTBRNATIONAL AIRPORT TAXIVPAY REHABILITATION, TA%IVPAY SIGNALS/LIGHTING AND AIRFIELD DRAINAGE PHA38 VI, PROJECT NO. 10019, 10020 & 10021 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: (Revised August 2000) PROPOSAL FORM PA06 2 OF 12 CORPUS CHRISTI INTERNATIONAL AIRPORT TABIWAY REHABILITATION, TABIWAY 9IGNAGS / LIGHTING AND AIRFIELD DRAINAGE PHA88 VI BASE BID (CITY PROD NO. 10019. 100211 I II III IV V ITEM QTY & UNIT Description Unit Price Total 0-300 1 35 $ SH.aa S 1.750.00 Furnish and Install Lighted Cones SA Complete and in place pes EA G-300 2 100 Install Lighted Cones (Furnished by S 8.00 S 800.00 Airport) 8A Complete and in place per BA G-300 3 300 Install Multi-Barrier Barricades S 13.00 S 3.900.00 (Furnished by Airport) EA Complete and in place per EA G-300 4 50 Purniah and Install Multi-Sazrier g 250.00 _S 12.500.00 Barricades RA Complete sad in place par BA G-500 5 1 Mobilization (Taxiway S 98.000.00 _S 98.000.00 Rehabilitation) LS Complete and in place per LS G-600 6 1 Haul Roads/ Conatrnction Hxite S 56.000.00 $ 56.000.00 LS Complete sad in place per L9 G-700 7 63,322 Remove Taxiway Markings (Ail Types g 1.10 S 69.654.20 and Colors) SF Complete and in place per SF P-101 B 32,662 Cold Planing Asphalt Pavement (0- ° g 1,25 S 40.827.50 4 )(Stockpile on Site) gy Complete and in place per SY P-401 9 7,185.69 Bituminous Surface Course (4")(Two g 93.70 S 673.294.47 (2) - 2" Lif Ca) TON Complete and in place. per TON P-603 10 3,266 S 2.00 S 6.532.00 Bituminous Tack Coat (0.1 Oal/SY) GAL Complete and in place per GAL P-605 11 50,000 -S 0.45 -S 22.500.00 Joint/Crack Routing and Cleaning L8 Complete and is place per LP P-605 12 50,000 Joint Sealing Filler S 0.45 _S 22.500.00 LF Complete sad in place per LF P-620 13 21,693 Taxiway Painting H a.as S 48.809.25 (Yellow)(Reflective) SF Complete and in place per gp frrmv oa rt~ run inmo inn nip I II III IV V ITEM QTY a UNIT Description Unit Price Total P-620 14 41,349 Taxiway Paiating (elack)(NOn- e n Fn s 24_anenn Reflective) 9F Complete and in place per SF P-620 15 200 -S 5.60 i. 0 nn Taxiwa Paintin y g (Rad)(Reflective) Sp Complete and in place per 8F P-620 16 80 S 5.60 S 448.00 Taxiway Painting (White)(Reflective) gg Complete and in place per SF L-104 Temporary Airfield 17 1 Lighting/eigaage/Navigational S 20.000.00 S 20.000.00 Facilities Le Comgiete and in place per LS L-105 Demolition and Proper Disposal of 18 1 All Equipment as Noted and Turning g 5.200.00 S 5.200.00 Over All Designated 8quipment to Maintenance Staff LS Complete and in place per LS L-105 Demolition and Proper Disposal of 19 1 existing MALSR Cables, Couterpoise, S 9.200.00 5 4.200.00 Ducts & Baee Cane LS Complete and in place per LS L-108 20 1,000 1/C L-824-Type C IInahielded #8 AWG g 1.25 S 1.250.00 SRG Copper Cable L8 Complete and in place per Lg L-108 21 250 1/C #6 AWG BSD Or HRD or TW Hare ~ -S 312.50 Copper Counterpoise LF Complete and is place per LF L-108 0.75° (19 mm) Dia. By 10' (3M) Long 22 2 Copperclad 8[eel 3ectioaal Ground S 81.00 S 162.00 Rod 8A Complete and in place per 8A L-108 23 250 1/C #6, TW Hare Counterpoise S 1.25 3 312.50 LF Complete and in place per LF L-108 24 1,000 1/C #4, Type US8 Cable for MALSR S 1.25 S 1.250.00 Bystem LF Complete and in place per LF L-108 25 300 25-PAIR #19 AWG ARM Cable Installed S 18.00 S 5.400.00 is Duct. Coaaect at New Maaholea complete with Splice Rite LF Complete and is place per L8 L-108 2fi 100 4W x 3" Concrete-Encaead Soh. 40 PVC S 90.00 ~ 9.000.00 Ducts LF Complete and in place pez LP rrrmv oanr un i nm o ~ nmi i I II III IV V ITBM QTY a UNIT Description Unit Price Total L-110 27 130 41P x 3" Sch. 40 PVC Ducts Installed ~~~ ~~~ Without Concrete encasement Lg Complete and 1n place per LF L-110 28 250 1LQ x 3" Sch. 40 PVC Ducts Iaeialled ~ 45.00 S 11.250.00 Under Proposed Channel LF Complete sad is place Hai LF L-110 29 2 Precast Concrete electrical Manhole _S 8.400.00 S 16.800.00 (4' x 5' x 3' ) gA Complete and in place per 8A L-125 30 2 L-858 Airfield Guidance Sign, Single S 2.800.00 S 5.600.00 Face - 1 Module Installed on existing Concrete ease gA Complete and in place per F.A L-125 31 19 L-858 Airfield Guidance Sign Single S 2.800.00 _S 53.200.00 , Face - 2 Module on existing base 8A Complete and in place per 8A L-125 32 1 L-858 Airfield Guidance Sign, Double S 2.800.00 S 2.800.00 Face - 2 Module on existing base 8A Complete and in place per 8A L-125 33 28 L-858 Airfield Guidance Sign Single S 3.360.OD S 94,080.00 , Face - 3 Module on existing base 8A Complete and is place per SA L-125 34 1 L-H5H Airfield Guidance Sign, Double S 3.360.00 S 3.360.00 Pace - 3 Module on existing base BA Complete and in place per 8A L-125 35 10 L-858 Airfield Guidance Sign, Single S 4.480.00 S 44.800.00 Face - 4 Module on existing base 8A Complete and is place per eA L-125 36 1 L-858 Airfield Guidance Sign, Double S 4.480.00 ~ 4.980.00 Face - 4 Module oa existing base 8A Complete and in place psi EA L-125 37 1 L-H5H Airfield Guidance Sign Single _S 5.600.00 S 5.600.00 , Face - 5 Module on existing base gA Complete and in place par HA (CITY PROD NO. 10019. 100211 I III IV V ITBN QTY 8 UNIT Description Uait Psice Total L-125 38 1 L-858 Airfield Guidance Sign Double 5. nn. , Face - 5 Nodula on existing base RA Complete and in place per BA 8B-44A 39 235,160 Coal Tar Sealer S 1.05 S 246.918.00 gy Complete and in place per SY ALLOW 40 1 S 50.000.00 _S 50.000.00 Allowance for Taxiway Base Repairs Le Complete and is place per L9 ALLOW 41 1 Allowance for NUSTAR Pipeline S 250.000.00 _B 250.000.00 Relocation 8A Complete and in place per SA ALLOW 42 1 Allowance for Pre-COnatruction S 50.000.00 ~ 50.000.00 exploratory excavation LS Complete sad in place per L9 TOTAL BA38 HID: ~' 1.986.719.52 BID ITEM51.42) CORPUS CHRISTI INTBRNATIONAL AIRPORT TAXINAY REHABILITATION, TABIWAY 9I0NA0E / LIOHTINO E AIRFIELD DRAINA08 PHASE VI ADDITIVE HID ALTERNATE N0. 1 Irrmv nnnT un 1nn9n1 I II III IV V ITEM QTY & DNIT DeecriptiOa IIait Price Total 0-500 Al-1 1 3 169.000.00 Mobilization (Phase VI Drainage) LS Complete and in place per LS 0-600 Al-2 1 Haul Roada/ Construction 8xits S 79.000-00 LS Complete and in place per L3 0-700 Al-3 100 Remove Chain Link Pence and S 900.00 Fouadationa LF Complete and in place per LF 0-700 Al-4 1 Remove Conc. Headwall Structure (5- S 1.570.00 65 x 43• CMPA) BA Complete and in place per 8A 0-700 Al-5 250 Remove 65" x 43" CMPA Culvert, _g 4.375.00 eackfill Area to Orade LF Complete and in place Per LF 0-700 Al-6 8,750 O rpu t Fill and Abandon 65• x 43" g 595.000.00 ~ n LP Complete and in place per LF 0-700 Al-7 1 Remove ARV Assembly and Manhole S 2.900.00 8A Complete and in place per HA 0-700 Al-8 204 Remove 4" Sanitary Force Main S 4.590.00 LP Complete and is place per LF c-loo Remove Asphalt Pavement and Base Al-9 286 (FM 763 and Perimeter Aoad)(Approx S 1.297.00 . 8") SY Complete and in place per SY P-101 Cold Planing Asphalt Pavement (0- A1-10 299 2")(Joe Miruer Road)(Recycle into S 2.990.00 Haul Roads) SY Complete aad in place per SY P-101 Cold Planing Asphalt Pavemeat (0- A1-11 197 2")(Perimeter Road)(Recycle into S 1.970.00 Haul Roada) gY Complete anfl in place per SY P-152 Al-12 77,675 Drainage 8xcavation (DSePOae Off- _g 353.921.25 Site) CY CY P-152 AS-13 42,325 Drainage Hxcavation (9 tockpile On- S 137.556.25 81te) CY Complete and in place per CY P-lsa Al-14 4,600 8mbanlanent In place (from _g 16.560.00 Stockpile) CY Complete and in place Her CY P-156 Al-15 1,200 Temporary Silt 8eacs S 6.000.00 LF Complete and in place per LF P-156 Al-16 6 Temporary Rock Filter Dam S 5.100.00 8A 8A 8-162 Al-17 100 S 3.300.00 Chain Link Fence (6')(w/ Barb Nire) LP Complete and 1n place per LF D-752 Al-18 18 TY H Area Inlet (eackalope S 39.150.00 Interceptor Structure) 8A Complete and is place per 8A D-701 Al-19 606 S 46.965.00 24" RCP (HS-20) (Backalope Drain) LF Complete and in place pax LF D-701 Al-20 800 9' x 6' Precast Reinforced Concrete S 411.200.00 Box (ASTN C 1433) (H8-20 Rated) LF Complete and in place per LF D-752 Al-21 1 Concrete Ningwall with Straight _g 45.000.00 Niagwalle (4 :1)(SN-0) gA Complete and in place per 8A a-7sa Al-22 1 Safety 8nd Treatment with Stright S 79.000.00 Niaga (6:1) (98TH-SN-O) 8A Complete and in place per 8A D-754 Al-23 7,549 RS ;forced Concrete Slope Paving S 495.640-80 SY Complete and in place per SY T-901 Al-24 25.25 Seedlag ~ 90.900.00 AC Complete and is place per AC T-904 Al-25 13,542 Sodding S 54.168.00 gy Complete and in place par SY SP-4 Al-26 806 OSHA Trench Safety System (Storm g 4.030.00 Sewer) L8 Complete and in place per LF T8-247 Al-27 425 Plexible Base (TY A)(OR 1) _S 26.350.00 CY Complete and in place per CY T8-310 Al-28 369 Prime Coat (0.25 Oal/8Y) S i.91a.80 OAL Complete and is place Her OAL T8-340 Al-29 162.25 2" HNAC (TY D)(JOe Niruer and _S 21.254.75 Perimeter Road) (4-lifts) TON Complete and is place per TON T8-932 Al-30 2~gg0 Riprap (Stone)(DSy)(Type S 67.626.00 Common)(S") 9Y Complete and in place per 8Y TR-666 Al-31 150 Reflec[orised pavement Narking (Ty S 840.Oo I)(All Colors) 9F Complete and in place Per SF PLAN Al-32 1 2" ARV Assembly and Manhole S 5.825.00 8A Complete and in place per RA o2aoa2 Al-33 204 Trench 8afaty for 8xcavations _9 1.142.40 (Force Nain) LF Complete and in place per LF 026602 Al-34 204 4" PVC Force Main (Restrained Joint g 14.892.00 Pipe and Fittings) LF Complete and in place per LF PLAN Al-35 4 Security Orates for 9' x 6' RCB S 17.140.00 RA Complete and in place per 8A ALLON Allowance for Teating, Capping and Al-36 5 possible Abandonement of Unclaimed S 75.000.00 Pipelines crossing NID-1. Coordinate Relocation if Claimed Le Complete and in place per LS ALLOW Allowance for Adjustment of COPANO Al-37 1 pipeline at ND-1 8TA 16+00 by S 1- S 150.000-00 COPANO contractor or modifications to pipeline or drainage design to support pipeline is place LS Complete and in place per LS ALLON Allowance for Al-38 1 adjustment/abandoaement of NUSTAR g 150.000.00 Pipeline at ND-1 9TA 34+50 done by NUSTAR contractor Le Complete and in place per LS ALLOW Allowance for adjustment/ relocation of Time Warner fiber Al-39 1 optic Cable at ND-1 8TA 40+40 done S 50.000.00 by Time Varner Contractor or modifications to drainage design to support cable is place LS Complete and in place yet LS ALLOW Allowance for adjustment/ relocation of probable Petroleum Al-90 1 pipeline at ND-1 8TA 72+67 done b S 150.000.00 y pipeline owner's contractor os modifications to Drainage Design to support pipeline is place L9 Complete and in place per LS 80HTOTAL ADDITIVR BID ALTBRNATB NO. 1 S 3.382.562.25 (BID ITEMS Al-1 TO A130) BID SUMMARY TOTAL BASE BID (BID ITEMS 1 THRU 42): TOTAL ADDITIVE ALTERNATE NO. 1 (BID ITEMS Al-1 TO Al-00): (PROJ 10020) TOTAL BASE BID PLUS ADDITIVE ALTERNATE NO. 1 $ 1.986.719.82 $ 3.382.562.25 S 5,369,282.07 The Allowances included in the Proaosal Form are far bidding nar coses only and not a guaranteed oavmant amount Final oavmant far each Ilowan will ban w rm d an for ueh m I Ilowanus ine ud t to Contractor ~f all materials. labor and eauiomenl reaulrad to comolete the 61d Ham. Prior to final oavmant an aoorooriata Chance Order will he Issued to refle a m nt t Co tnelor on account of work v al wance the act P ca shall be rr s ondin I atl ustetl. "Haas Anderson Construction, LTD." (Contractor) herewith certiflea that the unit prices shown oo this print-out Tor bid items (Including any additive or deductive altercates ) contained in this proposal are the unit prices intended and that Its bid will be tabulated aging these unit prices and no other informatim from this print-out. "Haas Anderson Constructloo, LTD." (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 printout by the respective estimated quantities shown in the Proposal (Column [I ) and [hen totaling the tended am~~T (Signature) ~- Q, ~q e, f Pr¢sident, Heas-Anderson ManapameM, L.C. e) 3 ~~~0 8 (Date) The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5~ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business $nterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE and DBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the entire project including the additive alternate, if awarded, within 300 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : # Q~~ ah`- Teo Respectfully submitted: HAAS-ANDERSON CONSTRUCTION, Ltd. President, Haaa•Anderson Management, l.C. General Partner (SEAL - IF BIDDER IS a Corporation) Name : yw ~, ~ (^ d a e. s' By: (SIf3NATURB) Address: /~,rJ~~2 /yo/~~~ (P.O. B~Rx`,) ~. (Street) (City) (State) (Zip) Telephone: 9b / ~3 3 .~.;"~s' NOTB: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised august ao0o) (Revise8 August 2000) PROPOSAL FORM PAGE 10 OF 12 P E R F O R M A N C E B O N D STATE OF TERAS § COUNTY OF NUECES § Bond No.: 104901018 KNOW ALL SY THESE PRESENTS: THAT Haas-Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and Travelers Casualty and SuretyCampanyofAm9ricA corporation organized under the laws of the State of COnneCtiCUt 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 FIVE MILLION, 07/100($5,369,282.07) 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 AUGUST 20 OB a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/ LIGHTING AND AIRFIELD DRAINAGE PHASE VI PROJECT NOS. 10019, 10020 6 10021 (TOTAL BASE BID + ADD.ALT NO.1: $5,369,262.07) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUECES § 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", in the penal sum of FIVE MILLION, 07/100($5,369,282.07) 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 AUGUST 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/ LIGHTING AND AIRFIELD DRAINAGE PHASE VI PROJECT NOS. 10019, 10020 & 10021 (TOTAL BASE SID + ADD.ALT NO.1: $5,369,282.07) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 15th day of Auaust 20~~. PRINCIPAL Haas-Anderson Constructirm. Ltd. (Print Name 6 Tit e) President, Haas•Anderson Management, LC. ATTEST General 'P erg (Print Name & Title) t L.C Vice President, Haas-Anderson SURETY ~ PeNtr~lr Travelers Casualty and Surety Company of America , e.. ~~ ~ Attorney-i -fact ~ ~ l Woodc K rr / ~ y~ (Print Name) 5 4 ,< , ,.,, _ ~ ~,,s~,+` The Resident Agent of the Surety in Nueces County, Texas, for delivery of aotice aad service of process ia: Agency: Keetch & Associates Coatact Person: Kevin Keetch Address: P.O. Box 3280 Corpus Chrisit. TX 78463-3280 Phone Number: 361-883-3803 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this each one of which shall be day of 20 instrument is executed in 4 copies, deemed an original, this the By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney-in-fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of aotice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Performance Bond must not be prior to date of contra ct)(Revised 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D Bond No.: 104901018 STATE OF TEXAS ~ COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT Haas-Anderson Construction, Ltd. of NUECE3 County, Texas, hereinafter called "Principal", and Travelers Casualty and SuretyComnanyofAmerica a corporation organized under the laws of the State of ConnPCtir_ut , 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 FIVE MILLION. THREE HUNDRED SIXTY-NINE THOUSAND, TWO HUNDRED EIGHTY-TWO AND 07/100($5,369,282.07) 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: TBE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ,arincipal entered into a certain contract with the City of Corpus Christi, dated the 12TH day AIIGUST , 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/ LIGHTING AND AIRFIELD DRAINAGE PHASE VI PROJECT NOS. 10019, 10020 6 10021 (TOTAL BASE BID + ADD.ALT NO.1: $5,369,282.07) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 P A Y M E N T B O N D STATE OF TEXAS § RNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § 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 FIVE MILLION, THREE HUNDRED SIRTY-NINE THOUSAND, TWO HUNDRED EIGHTY-TWO AND 07/100($5,369,282.07) 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 AUGUST 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT TAXIWAY REHABILITATION, TAXIWAY SIGNAGE/ LIGHTING AND AIRFIELD DRAINAGE PHASE VI PROJECT NOS. 10019, 10020 6 10021 (TOTAL BASE SID + ADD.ALT NO.1: $5,369,282.07) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 r 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 15th day of August 20~_. PRINCIPAL ©. "{1"` ..°.~~° y1L3~t President, Hasa-Ander6on ManBpen~ent, L.C. Genwal Parlnx SURETY Travelers Casualty and Surety Company of Amer~~{~,~,-"90, ~~' l~° :<~ ^o` ~. ~/~ ~•`% kla`ir-L BY' `iv `' ~' t > .,, '''. Attorney-in fact ~ '~ ~-,~. KerrvJ. Woods ~ %~~~~""'~~~a~"'~ V (Print Name) ~~5r'q,-3- The Reaideat Agent of the Surety in Nuecea County, Texas, for delivery of aotice and service of process is: Agency: Keetch & Associates Contact Person: Kevin Keetch Address: P. O. Box 3280 Corpys Christ, TX 78463-3280 Phone Number: 361-883-3803 (NOTE; Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 (erint Name & 1'itie) President, Haas•Anderson Management, l.C. THE RED ,~. POWER OF ATTORNEY TRAVELERS J Farmington Casually Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. 71'avelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surely Company of America SL Paul Fire and Marine Insurance Company Uniled Slates Fidelity sand Guaranty Company Attorney-In Fact No. 2]9438 Certificate No. O O 212 ~ ~ 4 O KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, [ha[ SL Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company and SL Paul Mercury Insurance Company are corporations duly organized carder [he laws of the Stale of Minnesota, [hat Fanningron Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, [ho[ United States Fidelity and Guaranty Company is a corporation duly organized under [he Taws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the Stale of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the Stare of Wisconsin (herein collectively called [he "Companies"), and that the Companies do hereby make, constitute and appoint Betty J. Ba#er, Lee Anna Biesenbach, Kevin G. Keetch, Donna Kauf, J. Michael Rhyne, Kerry J. Woods, Tracie Henderson, and Lonna Pokrant of the City of Co[pas C}JI7Sf1 ,State of T0Xa5 ,their [rue and lawful Attorney(s)-io-Pact, each in [heir separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in [he nature [hereof on behalf of the Companies in [heir business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitto¢ in aqy actions or proceedings allowed by law. 2nd IN WITNESn WR HEREOF, [he Compiapig~have caused this instrumenfto be signedahd their corporate seals to be hereto affixed, this day of J ry _ , [UUUU Farmington Casualty Company - Fidelity and Guaranty Insurance Company. - Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 1Yavelers Casualty and Surely Company 1Yavelers Casualty and Surely Company of America Uniled S[a[es Fidelity and Guaranty Company GI.SL,r ` $,~,'~~~m' ySSWEIY 6 y O \N IRS N JP~P9 • n ROS W Wf/y~ rµo "c. p"ycYIORR+ V Ip~ QY * ~ P.:'RVO_ G ~ .' ...b'x a Yq ~G IfTT~r t® au~ ~~ 0 _N1>F.n Q~i OpiORAJ " 9 .~: mot. ~ r r~-{NK_i 1951 N SEAL '''1 L~ gram..; ~~~o. c N t `'M[" Y O ~ ~fi ~~ ~92~ ~ ~ Z~O..._•_ r^t n g' < y ' a 4 'N' 'bnwcc o ~..........- pA/ d. ,.:ae ie r arkw is.RN~ .R...... r" . .~ exta~ Smte of Connecticut City of Hanford ss. By: Gcorg~ Thompson, enior ice President 2nd January 2008 On this the day of ,before me personally appeared George W. Thompson, who acknowledged himself to be [he Senior Viee President of Farmington Casualty Company, Pidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surely Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casuahy and Surety Company, Travelers Casualty and Surety Company of America, and United Smtes Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instmment for [Ite purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ~p,TL1~ In Witness Whereof, I hereunto set my hand and olTicial seal. T*Aq My Commission expires [he 30th day of June, 2011. ~ puCUOS `c(~ c+~n~.~ C . ~.~ r~ea~~ Marie C Teheaul[, Nomry Public 58440-5-07 Printed in U.S.A. STPAIJL TRAVELERS 1MPORTANT 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 By: Name & Title) ATTEST Name & Title) SURETY By: Attorney-in-fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. H the question is not applicable, answer with ANA=. FIRM NAME: HAA&ANDERSON CONSTRUCTION, Ltd. STREET: CITY: Co ~'/'°r ~ ~i~f ~ ~ %N ZIP: JPy/ 7 FIRM is: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each Aemployees of the City of Corpus Christi having an Aownerehip interests constituting 3°k or more of the ownership in the above named Afrm=_. Name Job Title and City Department (if known) ~~ 2. State the names of each Aotficial_ of the City of Corpus Christi having an Aownerehip interest constituting 3°~ or more of the ownership in the above named Affirm=. Name Title ~~ 3. State the names of each Aboard member_ of the City of Corpus Christi having an Aownerehip interest constituting 3°k or more of the ownership in the above named Aflrms. Name Board, Commission or Committee //~ 4. State the names of each employee or officer of a Aconsultant for the-City of Corpus Christi who worked on any matter related to the subject of this contract and has an Aownership interest constituting 3°k or more of the ownership in the above named Aflrms. Name Consultant /~i~ CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld rsclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. /I^~~ ~~/~ President, Haas-Anderson Management, L.C. Certifying Person: Uq ~.y~ ~• /lra G r Gener~@artner (Type or Print Signature of Certifying Person: ~ ~ Date: -~~~/~ PROPOSAL PORM PAGE 11 OP 12 DEFINITIONS a. ABoard Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. AEmployee_. 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. AFirm=. 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, entices operated in the form of sole proprietorship, as self-employed person, partnership, corporacon, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. AOfficiaL. The Mayor, members of the City Council, City Managger, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. AOwnership Interest=. Legal or equitable interest, whether actually or constructivety held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. AConstructively held=_ refers to holding or control established through vocng trusts, proxies or special terms of venture.or partnership agreements. f. AConsultanL--. Any person or firm, such as engineers and architects, hired by the City of Corpus Christ for the purpose of professional consultation and recommendation. PROPOSAL PORM PAGE 12 OF 12 ACORD CERTIFICATE ®F LIABILITY INSURANCE PROOUCeR THIS CERTIFICATE IS ISSUED AS A I Swantner & Gordon Ins A c CC ONLY AND CONFERS NO RIGH7S U PO Hox 870 g y HOLDER. 7HI3 CERTIFICATE DOES Corpus Christi TX 78403-0870 ALTER THE COVERAGEAFFORDE[ Phone:361-883-1711 Fax:361-844-0101 INSURERS AFFORDING COVERAGE INSURER A: Traw Lr. Lloyd. of T~xu m. / INSURER e: (]barter Oak Fire I'. Haas-Anderson Construction Ltd .V/ INSURER C: Trawls. Cam.Sty c surety Co CorPusBChristi TX 78467-7692 INSURER D: illfoa!• Kstfoaaf Tn.aravr. ~o BI'~I DATE(MMIDDM'YY) !IC:- 06/15/08 2 OI INFORMATION 2E q:ERTIFICATE MEND, EXTEND OR E HOLICIES BELOW. NAIL p 41$64 CO 19038 23817 THE POLICIES OF INSURANCE LISTED BELOW HgVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANV CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAV PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED RY Pnrn Ci slue 1 LTR NSR TYPE OFINSU CE POLICY NUMBER DATE MMrDD/YY DATE MMlDDM' LIMI TS GENERAL LIABILRY A X COMMERCIAL GENERALLIABILITV DTC0545989 R 00 49TLC07 09/01/07 09/01/0$ pREM C 0 CLAIMS MADE OOCCUR / SES(Ea OCa encel §300 000 - ~( ~ MED EXP (Any one person) S $ 000 PERSONALBADV INJURY S1, OOO, OOD GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 2 • OOO • OOO POUCV X jEC LOC PRODUCTS-COMP/OP AGG S2, OOO,OOQ AU TOMOBILE LIABILITY S X ANY AUTO SA5459895007CN3 09/01/D7 Q9/Ql/08 COMBINED'INGLE LIMIT (Ea attitlem § 1, 000, 000 ALL OWNED AUTOS SCHEDULED AUTOS ~ ~ BODILY INJURY (Per person) S X HIRED AUTOS X NON-OWNED AUTOS BODILY INJURY (Per accitlent) § X NC3-90 PROPERTY DAMAGE S (Per acntlenl) GARAGE LIABILITY ANV AUTO AUTO ONIV-EA ACCIDENT § OTHER THAN EA ACC S AUTO ONLY: qGG E EXCESS/UMBRELLA LIABILITY D X OCCUR CLAIMS MADE BB4891 EACH OCCURRENCE S 2, 000, 000 082 09/01/07 09/01/Q$ AGGREGATE S2, UU0, QQQ DEDUCTIBLE S X RETENTION ESO OO S , WORKERS COMPENSATION AND E ~, EMPLOYERS' LIABILITY DTA _ X TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? CRIIH0470C16207 09/01/07 09/01/08 E.L. EACH ACCIDENT 51. 000, ODD II yyes, Describe antler SPECLIL PROVISIONS below / VVV J E.L. DISEASE - EA EMPLOYE S 1, 0 O Q , O Q Q OTHER E.L. DISEASE-POLICY LIMIT S1, QQQ, DQQ DESC RIPTION OF OPERATIONSILOCATIONSIVENICL ESIIXCLUSIONS ADDED BV ENDORSEM ENT ISPECmI Pwnm ¢rnue ==.+~acc avame: eels a•axiway Rehab, Taxiway Signage/Lighting and Airfield / Drainage Ph VI; Project Nob: 10019, 10020, 10021 y The City of Corpus Christi is named as additonal insured on all General Liability and all Auto Liability policies. ERTIFICATE HOLDER CICC_CD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOISE 7NE EXPIRATIC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O T~ DAYS WRITTEN City Of Corpus Christi NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 8ngineering Services Attn: Contract Administrator IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR P.Q. $OX 9277 REPRESENTATIVES. COrpu6 Christi TX 78469-9277 A ORU:ED RE EI~TATLVE , 25 '1988 Haas-Anderson Construction Ltd. City of Corpus Christi ,/ Travelers Lloyds Insurance Company~p, O. Box 9277 ° COMMERCIAL GENERAL LIABILITY Policy #DTC05459B949TLC07 Corpus Christi, TX 78469-9277 Term: 09/01/2007 to_09/01/2008 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ,~/ BLANKET ADDITIONAL INSURED (CONTRACTORS) ~~_ o o Z~'~ m o V This rndorsemenl modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WhlO IS AN INSURED - (Section II) is amended to include any person or organization that you agree in a "writlen contract requiring insurance" to include as an additional insm'ed on this Cover- age Parl, but: a) Only with respect to liability for "bodily injury", "properly damage" or "personal injury"; and b) If, and Doty to the extent -that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance or "your work" In which the "writlen contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the liinils of liability r'equir'ed by the "writlen contract requiring insurance", the in- sw-ance provided to the additional insured shall be limited to the liiniis of liability re yuired by that "writlen contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III -Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: i. 1'be preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, repods, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance providetl to Ilre additional in- sured does not apply to "bodily injury" or "properly damage" caused by "your work" and included in the "products-completed op- erations hazard" unless the "writlen contract requiring insw'ance" specifically requires you to provide such coverage forlhal additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or, "properly damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured 6y this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "wr'itten contract requiring insurance" specifically requires Ghat this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured whictr covers that person or organization as a named insured for such loss, and we v~ill not share with that "other insurance". But the insurance provided to the additional insured by Ihis endorsement still is excess over any valid and collectible "other irr- surance", whether primary, excess, contingent or on any other basis, that is available io the addi- tional insured when that person or organizalimr is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: ATTACHMENT 2 1 OF 2 CG D2 46 OS 05 cc) 2005 The SL Paul Travelers Companies, Inc. Page 1 of 2 ouzsnz COMMERCIAL GENERAL LIABILITY How, when and where the "occurrence" or offense Took place; The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; arttl ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "soil" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with rrs in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "soil" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, Ihis condition does not affect whether the insur- ance provided to the additional insured by Ihis endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a Warned insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. -DEFINITIONS: , "Written contract requiring insurance" means that part of any written contract or agreement under which you are required In include a person or organization as an additional in- sured on this Coverage Pari, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. Alter the signing and execution of the contract or agreement by you; b. While that pan of the contract or agreement is in effect; and c. Before the end of the policy period. Named Insured: Haas-Anderson Construction, Ltd. Policy Number: DTC054596949TLC07 ~ Policy Term: 09/01 /2007 tot /2008 Author entat'v ~ , R. M. Lee, Managing Partner Swantner & Gordon Insurance Agency P. O. Box 870, Corpus Christi, TX 78403-0870 Page 2 of 2 ©2005 The SI Paul Travelers Companies, Inc. CG D2 4G OS 05 J Haas-Anderson Construction, Ltd. ,/ POLICY NUMBER: BA5459695007CNS tl COMMERCIAL AUTO ISSUE DATE: 09/01/07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CARET=LILLY. DESIGNATED INSURED This endorsemenl modifies insurance provided underfhe following: / BUSINESS AUTO COVERAGE FORM b GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Willi respect to coverage provided by this endorsement, the provisions of the Coverage Forrn apply unless modi- fied by this endorsemeri. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An insured Provi- sion of the Coverage Forrn. This endorsemenl does not alter coverage provided in the Coverage Form. SCHEDULE. Name of Person(s) or Organization(s): ANY PERSON OR ORGANIZATION WI TIi WHDM YOU HAVE AGREED IN A WRITTEN CONTRACT, EXECUTED PRIOR TO LOSS, TO NAME AS AN ADDITIONAL INSURED. City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469-9277 (If no entry appears above, in(onnation required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in Ote Schedule is an "insured" for Liabifily Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Fonn. Named Insured: Haas-Anderson Construction, Ltd. Policy Number: BA5459B95007CNS Policy Term: 09/01 /2007 to 01/2008 Auth e' n tjl~ R.M. Lee, Managing Partner Swantner & Gordon Insurance Agency P.O. Box 870, Corpus Christi, TX 78403-0870 CA 20 48 02 99 Copyright, Insu'ance Servires Office, Inc., 1998 oo,aoe ATTACHMENT2 20F2 Page 1 of 1 COMMP•,RCIAL GRNF,RAI~ LIABILITY THIS ENDORSEMENT CHPNGES THE POLICY - PLEASE READ IT CAREFULLY ,~ TEXAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE Thi`s/ endorsement modifies insurance provided under the following: tl COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part-, we agree to mail prior written notice of cancellation or material change to: Schedule 1. Name: SEE BELOW 2. Address: SEE BELUW i1/ 3. Number of. days advance notice: THIRTY (30)" City of Corpus Christi Dept. of Engineering Services / Attn: Contract Administrator y P.O. Box 9277 Corpus Christi, TX 78469-9277 Named Insured: Haas-Anderson Construction/, Ltd. ° Policy Number DTC054596949TLC07 11 Effective Date of This Endorsement: 09/01/2007 to 09/01/2008 Authorized Represent b Name (Printed) : R. M. Lee _ Title (Printed) : Managing Partner Swantner & Gordon Insurance Agency, P. O. Box 870, Corpus Christi, TX 78403-0870 ccozos (ii-as) ATTACHMENT 3 1 OF 3 TE oz ozA ~CANCF.LLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: HIISIN88S ADTO~COVSRAaB FORM 6ARAg8 COV8RA68 FORM TRIICRBRS COV8RAC38 FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective ~ Policy Number 09/01/2007 BA5459695007CNS Named Insured ~ _ / Haas-Anderson Construction, Ltd. counter gn by . M. e, . ana in Partn (wutnorizea Kepresentauve~ THIRTY (301. days before this policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: SEE EELOW -„_ (Enter Name and Address) City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, '1X '78469-9277 Authorized Representative: Name (Printed) : R- M ~,pe Title (Printed) : Managing Partner Swantner & Gordon Insurance Agency, P.O. Box 870, Corpus Christi, TX 78403-0870 FOAM T8 02 02A - CANCBLLATION PROVISION OR COVSRA(i8 CRAN08 Texas Standard Automobile Endorsement• Prescribed November 1, 1987 :r ATTACHMENT 3 a of 3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 OI (Ed. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSF,MENT This endorsement- applies only to the insurance provided by the policy because Texas is shown in item 3.A. of. the Information Page. In the event of cancelation or other material change of L•he policy, we will mail advance notice to the person or organization named in the Schedule. The number. of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. BOx 9277 Corpus Christi, TX 78469-9277 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 09/07/2007 Policy No. ~ Endorsement No. DTACRUB0470C16207 Insured Haas-Anderson Construction, Ljd. Pre S n/a ~~~ (/ Insurance Company Countersigned By: ` ~r~'~Jf Travelers Casualty & Surety Company -~s,~y~ ~ WC 42 06 O1 'Name (Printed) : R. M_Lee (Ed. 7-04) Title (Printed) : M~naing Partner Swantner & Gordon Insurance Agency P.O. Box 870 Corpus Christi, TX 78403-0870 ATTACHMENT 3 30F3 City of Corpus Christi - Certificate of Insurance Attachment General Liabilitly includes premises-operation, contractual, broad fors property damage, independent contractor and XCU Automobile Liability includes owned, hired and non-owned autos Workers Compensation includes owners, partners, executive officers. ~~ IMP®RTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.