Loading...
HomeMy WebLinkAboutC2008-304 - 8/19/2008 - Approved 2008-304a M2008-222 08/19/08 Haas-Anderson Construction S P E C I A L P R O V I S I O N S 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 BAYFRONT DEVELOPMENT IMPLEMENTATION PLAN - PHASE I (SHORELINE REALIGNNIENT-PHASE I) Project No.6279 VOLUME r ~` CITY OF CORPGS CHRISTI, TEXAS Phone: 361/88G-3500 Fax: 361/88G-3501 v 5i'- ~ ~'•; 6'-1 O.' •~•.f }! A .............................. SH;;i~:c RAY TORNO .............................. ~,`•, 89499 : Q. r.Infzctl i"/, 2 00 0 PROJECT N0: 6279 DRA'a~ING PIO: BAF 242 M~ORU+ 11~Zoo~ 2008-304b M2008-222 08/19/08 Haas-Anderson Construction S P E C I A L P P. O V I S I O N S 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 P. A C T S A N D B O N D S F O R CORPUS CHRISTI BAYFRONT DEVELOPMENT IMPLEMENTATION PLAN - PHASE I (SHORELIP~o ectlNo.627gPHASE I) VOLUME II CITY OF CORPUS CI{RISTI, TEXAS Phone: 351/880-350C Pax: 361/880-3501 ~~•• V: 4I k _ .. ............ cN;;PvE RAY TORNO p,{taRGµ 11 Zoo ve ~- ~~ M~~H '~~ZOO,° PROJECT NO: 6279 DRAWING N0: BAF 242 (Revised 7/5/00) CORPUS CHRIST BAYFRONT DEVELOPMENT IMPLEMENTATION - PHASE I (SHORELINE REALIGNMENT PHASE I) Project No. 6279 Table of Contents VOLUME I NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised May. 2006) Insurance Requirements NOTICB TO CONTRACTORS - 8 (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 A-2 A-3 A-4 A-5 A-6 A-7 A-8 A-9 A-10 A-11 A-12 A-13 A-14 A-15 A-16 A-17 A-18 A-19 A-20 A-21 A-22 A-23 A-24 A-25 A-26 A-27 A-28 A-29 A-30 A-31 A-32 A-33 A-34 A-35 A-36 A-37 A-38 Time and Place of Receiving Proposals/Pre-Bid Meeting Definitions and Abbreviations Description of Project Method of Award Itema to be Submitted with Proposal Time of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal/Salvage of Materials Field Office Schedule and Sequence of Construction Construction Staking Testing and Certification Project Signs Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Inspection Required (Revised 7/5/oa) Surety Bonds NO LONGER APPLICABLE (6/11/98) Supplemental Insurance Requirements Responsibility for Damage Claims Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Contract" Requirements Amended Policy on Extra Work and Change Orders Amended "Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents City Water Facilities Special Requirements Other Submittals (Revised 9/18/00) Not Used Worker's Compensation Coverage for Building oz Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-e-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A-47 Pre-Construction Exploratory Excavations (7/5/00) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Pavement Restoration and Project Clean Up A-51 Soil Boring Logs and Geotechnical Information A-52 Protection of Existing Equipment, Structures, and Utilities A-53 Miaplaced Material A-54 Physical Data A-55 Protection of Job Site A-56 Dewatering A-57 Amended "Prosecution and Progress" Submittal Transmittal Form PART 8 - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS N A PART T - TECHNICAL SPECIFICATIONS BIDDING AND CONTRACTING REQUIREMENTS 00700 GENERAL CONDITIONS (GA) ............................... 22Jan08 00800 SUPPLEMENTARY CONDITIONS (GA) ......................... 22Jan08 DIVISION 1-GENERAL REQUIREMENTS 01100 SUMMARY (GA) ................................... ...... 22Jan08 01140 WORK RESTRICTIONS (GA) .............. .. .......... ...... 22Jan08 011650 STORM WATER POLLUTION PREVENTION PLAN (HDR/SM). ...... 22Jan08 01230 ALTERNATES (GA) ................................ ....... 22Jan08 01250 CONTRACT MODIFICATION PROCEDURES (GA) .......... ....... 22Jan08 01270 UNIT PRICES (GA) ............................... ....... 22JanD8 01290 PAYMENT PROCEDURES (GA) ........................ ....... 22Jan08 01310 PROJECT MANAGEMENT AND COORDINATION (GA) ....... ....... 22Jan08 01320 CONSTRUCTION PROGRESS DOCUMENTATION (GA) ....... ....... 22Jan08 01330 SUBMITTAL PROCEDURES (GA) ...................... ...... 22Jan08 01355 ENVIRONMENTAL PROJECT PROCEDURES (GA) .......... ...... 22Jan08 01400 QUALITY REQUIREMENTS (GA) ...................... ...... 22Jan08 01420 REPERENCES (GA) ................................ ....... 22Jdri08 01451 MOCK-UP REQUIREMENTS (SAI) ..................... ....... 22Jan08 01500 TEMPORARY FACILITIES AND CONTROLS (GA) ......... ....... 22Jan08 01510 MOLD PREVENTION MEASURES (GA) .................. ....... 22Jan08 01569 TREE AND PLANT PROTECTION (SAI) ................ ....... 22Jan08 01600 PRODUCT REQUIREMENTS (GA) ......... ............. ...... 22Jan08 01700 EXECUTION REQUIREMENTS (GA) .................... ...... 22Jan08 01770 CLOSEOUT PROCEDURES (GA) ....................... ....... 22Jan08 01781 PROJECT RECORD DOCUMENTS (GA) .................. ...... 22Jan08 01782 OPERATION AND MAINTENANCE DATA (GA) ............ ...... 22Jan08 01820 DEMONSTRATION AND TRAINING (GA) ................ ....... 22Jan08 DIVISION 2 -SITE CONSTRUCTION 020200 FIELD OFFICE (HDR/SM) ................................ 22Jan08 020500 ENVIRONMENTAL PROTECTION (HDR/SM) .................... 22Jan08 021010 PROJECT SIGNS (HDR/SM) ................................22Jan08 021020 SITE CLEARING AND STRIPPING (HDR/SM) ................ . 22Jan08 021040 SITE GRADING (HDR/SM) .............................. . 22Jan08 D21080 REMOVING OLD STRUCTURES (HDR/SM) ................ .... . 22Jan08 022020 EXCAVATION AND BACKFILL FOR UTILITIES & SEWERS(HDR/SM)22Jan08 022022 TRENCH SAFETY FOR EXCAVATIONS (HDR/SM) .............. . 22Jan08 022040 STREET EXCAVATION (HDR/SM) .......................... . 22JanOS 022100 SELECT MATERIAL (HDR/SM) ........................... 22Jan08 022420 SILT FENCE (HDR/SM) ................................. 22Jan06 02455 HELICAL PILES FOR STRUCTURAL SUPPORT (FN)........... 22Jan08 025202 SCARIFYING AND RESHAPING BASE COURSE (HDR/SM)....... 22Jan08 025203 REINFORCEMENT GRID FOR ASPHALT PAVEMENT OVERLAYS (HDR /SM) .................................................. . .22Jan06 ....... 025205 . PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT(HDR/SM) .............................. 22Jan08 025210 LIMN STABILIZATION (HDR/SM) ......................... 22Jan08 025220 FLEXIBLE BASE CALICHE (HDR/SM) ...................... 22Jan06 025302 CONCRETE BLOCK PAVEMENT OVERLAY (HDR/SM)............ 22Jan08 025402 PLANING ASPHALT SURFACES (HDR/SM) ................... 22Jan08 025404 ASPHALTS, OILS AND EMULSIONS (HDR/SM) ............... 22Jan08 025412 PRIME COAT (HDR/SM) ................................. 22Jan08 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A(HDR/SM) )22Jan08 025608 INLETS (HDR/SM) ..................................... 22Jan08 025610 CONCRETE CURB AND GUTTER (HDR/SM) ................... 22Jan08 025612 CONCRETE SIDEWALKS AND DRIVEWAYS (HDR/SM)........... 22Jan06 025614 CONCRETE CURH RAMPS (HDR/SM) ........................ 22Jan08 025602 TEMPORARY TRAFFIC CONTROLS DURING CONST. (HDR/SM)... 22Jan08 025807 PAVEMENT MARKINGS (PAINTED AND THERMOPLASTIC)(HDR/SM)22Jan08 025816 RAISED PAVEMENT MARKERS & TRAFFIC BUTTONS (HDR/SM).. 22Jan06 025818 PAVEMENT MARKERS REFLECTORIZED (TxDOT D-9-4200)(HDR/S M)22Jan08 025828 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS(TxDOT D-9-6 130) (HDR/SM) ................................................... .22Jan08 026201 WATER LINE RISER ASSEMBLIES (HDR/SM) ................ 22Jan08 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEM (HDR/SM)..... 22Jan08 026206 DUCTILE IRON PIPE AND FITTINGS (HDR/SM) ............. 22Jan08 026210 PVC PZPE FOR WATER LINES AND SANITARY FORCE MAINS, AWWA C900/C905 (HDR/SM) .............................. 22Jan08 026214 GROUTING ABANDONED UTILITY LINES (HDR/SM)........... 22Jan08 02624 PLANTING UNDERDRAINAGE (SAI) ........................ 22Jan08 02631 STORM DRAINAGE SYSTEM - PARK (SAI) .................. 22Jan08 026402 WATER LINES (HDR/SM) ................................ 22Jan08 026404 WATER SERVICE LINES (HDR/SM) ........................ 22Jan08 026409 TAPPING SLEEVES AND TAPPING VALVES (HDR/SM)......... 22Jan08 026411 GATE VALVES FOR WATER LINES (HDR/SM) ................ 22Jan08 026416 FIRE HYDRANTS (HDA/SM) .............................. 22Jan08 027202 MANHOLES (HDR/SM) ................................... 22Jan08 027203 VACUUM TESTING OF SANITARY SEWER MANHOLES AND STRUCT (HDR/SM) ...................................... 22Jan08 ...... 027204 ............... MATERIALS FOR FIBERGLASS MANHOLES (HDR/SM).......... 22Jan08 027205 FIBERGLASS MANHOLES (HDR/SM) ........................ 22Jan08 02736 STONE DUST SURFACING W/ STABILIZER(SAI) ............. 22Jan08 027402 REINFORCED CONCRETE PIPE CULVERTS (HDR/SM).......... 22Jan08 02752 EXPOSED AGGREGATE PAVEMENT (SAI) ..................... 22Jan06 02754 REINFORCED CEMENT CONCRETE PAVEMENT (SAI)........... 22Jan08 027602 GRAVITY SANITARY SEWERS ............................ . 22Jan08 027610 TELEVISED INSPECTION OF CONDUITS (HDR/SM).......... . 22Jan08 02783 CONCRETE PAVERS (SAZ) .............................. . 22Jari08 02810 IRRIGATION (GC) .................................... . 22Jan08 02616 DRINKING FOUNTAIN (SAI) ............................ . 22Jan08 02820 FOUNTAINS (ADE) .................................... . 22Jan06 02870 SITE FURNISHINGS (SAI) ............................. . 22Jan08 02920 LAWNS AND GRASSES (SAI) ............................ . 22Jan08 02930 TREES, PLANTS, AND GROUND COVERS (SAI) ............. . 22Jan08 02935 PLANT MAINTENANCE (SAI) ............................ . 22Jan06 DIVISION 3 -CONCRETE 030020 PORTAND CEMENT CONCRETE (HDR/SM) ................ .... 22Jan08 03050 HYDROPHOBIC CONCRETE WATERPROOFING SYSTEM (ADE).. ... 22Jan08 032020 REINFORCING STEEL (HDR/SM) ...................... ... 22Jan08 03300 CAST-IN-PLACE CONCRETE (FN) ...................... ... 22Jan08 03305 VAPOR BARRIERS (GA) ............................. ... 22Jan06 03450 ARCHITECTURAL PRECAST CONCRETE (SAI) ............ ... 22Jan08 03460 PRESTRESSED SPUN CONCRETE POLES (GA) ............ ... 22Jan08 03542 CEMENT-BASED UNDERLAYMENT (GA) .................. ... 22Jan08 037040 EPOXY COMPOUNDS (HDR/SM) ........................ ... 22Jan08 038000 CONCRETE STRUCTURES (HDR/SM) ................... .... 22Jan06 VOLUME II DIVISION 4 - MABONRY 04810 UNIT MASONRY ASSEMBLIES (GA) ........................ 22Jan08 DIVISION 5 -METALS 05120 STRUCTURAL STEEL (FN) ............................... 22Jan08 05150 WIRE ROPE ASSEMBLIES (GA) ........................... 22Jan08 05400 COLD-FORMED METAL FRAMING (GA) ...................... 22Jan08 05500 METAL FABRICATIONS (FN) ............................. 22Jan08 05511 METAL STAIRS (GA) ................................... 22Jan08 05530 STAINLESS STEEL BAR GRATINGS (ADE) .................. 22Jan08 055420 FRAMES, GRATES, RINGS, AND COVERS (GA) ............. 22Jan08 DIVISION 6 - WOOD AND PLASTIC 06105 MISCELLANEOUS CARPENTRY (GA) ........................ 22Jan08 06402 INTERIOR ARCHITECTURAL WOODWORK (GA) ................ 22Jan08 06650 AGGLOMERATE STONE MATERIAL (GA) ..................... 22Jan08 DIVISION 7 -THERMAL AND MOISTURE PROTECTION 07210 BUILDING INSULATION (GA) ....:....................... 22Jan08 07430 ALUMINUM COMPOSITE METAL PANEL SYSTEM (GA).......... 22Jan08 07551 MODIFIED BITUMEN MEMBRANE ROOFING (GA) .............. 22Jan08 07620 SHEET METAL FLASHING AND TRIM (GA) .................. 22Jan08 07901 JOINT SEALERS - SITEWORR (SAI) ...................... 22Jan08 07920 JOINT SEALANTS (GA) ................................. 22Jan08 DIVISION S - DOORS AND WINDOWS 08110 STEEL DOORS AND FRAMES (GA) ... ...................... 22Jan08 08311 ACCESS DOORS AND FRAMES (GA) .. ...................... 22Jan08 08410 ALUMINUM ENTRANCES (GA) ....... ...................... 22Jan06 08710 DOOR HARDWARE (GA ............. ...................... 22Jan08 08800 GLAZING (GA) .................. ...................... 22Jan08 08810 MIRRORED GLASS (GA) ........... ...................... 22Jan08 08920 GLAZED ALUMINUM CURTAIN WALLS (GA) .................. 22Jan06 DIVISION 9 -FINISHES 09260 GYPSUM BOARD ASSEMBLIES (GA) . ...................... 22Jan08 09300 CERAMIC AND STONE TILE (GA) .. ... .. ..................22Jan08 09510 METAL PANEL CEILINGS (GA) .... ...................... 22Jan08 09670 EPOXY RESINOUS FLOORING (GA) . ...................... 22Jan08 097020 EXPOSED AGGREGATE FINISH FOR CONC. SIDEWALKS (HDR/SM)22Jan08 09900 PAINTING (GA) ................ ...................... 22Jan08 09960 EPOXY PAINTING (GA) .......... ...................... 22Jan08 DIVISION 10 -SPECIALTIES 10170 SOLID PLASTIC TOILET COMPARTMENTS (GA) .............. 22Jan08 10210 ALUMINUM WALL LOUVERS (GA) .......................... 22Jan08 10800 TOILET AND BATH ACCESSORIES (GA) ................... 22Jan08 DIVISION 11-EQUIPMENT -SEE MECH. SPECS. DIVISION 12 -FURNISHINGS -NOT USED DIVISION 13 - SPECLIL CONSTRUCTION 13100 TENSIONED FABRIC SYSTEMS (GA) ...................... 22Jan08 13660 WIND TURBINE (SAI) .................................. 22Jan08 DIVISION 14 -CONVEYING EQUIPMENT-NOT USED DIVISION 15 - MECHANICAL 15010 BASIC MECHANICAL REQUIREMENTS (BCC) ...... ........... 22Jan08 15140 SUPPORTS AND ANCHORS (BCC) ............... ........... 22Jan06 15260 MECHANICAL INSULATION (BCC) .............. ........... 22Jan08 15410 PLUMBING PIPING (BCC) .................... ........... 22Jan08 15440 PLUMBING FIXTURES (BCC) .................. ........... 22Jan08 15742 AIR CONDITIONING UNITS (BCC) ............. ........... 22Jan08 15838 POWER VENTILATORS (BCC) ....:............. ........... 22Jan08 15890 DUCTWORK AND ACCESSORIES (BCC) ........... ........... 22Jan06 15990 TESTING, ADJUSTING, AND BALANCING (BCC) .. ........... 22Jan08 DIVISION 16 -ELECTRICAL 16010 ELECTRICAL GENERAL REQUIREMENTS (BCC) ............. 22Jan08 16170 GROUNDING AND BONDING (BCC) ....................... 22Jan08 16402 ELECTRICAL WIRING SYSTEMS (BCC) ................... 22Jan06 16421 UTILITY SERVICE ENTRANCE (BCC) .................... 22Jan08 16461 DRY TYPE TRANSFORMERS (BCC) ....................... 22Jan08 16470 PANELBOARDS (BCC) ................................. 22Jan08 16510 INTERIOR LIGHTING (BCC)........ .' . ................. 22Jan08 16525 SITE LIGHTING (SAI) ............................... 22Jan08 APPENDECES APPENDIX 1 - TXDOT DETAILS APPENDIX 2 - GEOTECHNICAL REPORTS APPENDIX 3 - STAMPED CONSULTANT COVER SHEETS LIST OF DRAVPINGS NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORPUS CHRISTI BAYFRONT DEVELOPMENT IMPLEMENTATION PLAN - PHASH I (Shoreline Realignment - Phase I) The project consists of the re-alignment of Shoreline Drive between Resaca Street and the North Face of the Federal Courthouse South of Power Street for the City of Corpus Christi, Texas: This realignment combines Northbound and Southbound vehicular traffic, thus creating space for a new park setting which consists of the following new features: Open Lawn Performance Space, Pergola, Interactive Water Feature, One story Kiosk Building with Water Feature Equipment Room in Basement, One Story Public Restroom Building, and a Kiosk Shade Structure. Utility Stub-ups for a Future Cafe located adjacent to the Pergola are also provided; 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,June 04, 2008, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 10 a.m. Thursday, May 22, 2008, and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5A; of the highest amount bid must accompany eachproposal. 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 5o bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest ofthe public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Interim Director of Engineering Services /s/ Armando Chapa City Secretary Revised '!/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 200fi A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OS INSURANCE _ MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors g, - Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $I, 000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-term X NOT REQUIRED environmental impact for the disposal of contaminants See Section B-6-11 and Supplemental BUILDERS' RISK Insurance Requirements ^ REQUIRED X .NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements X REQUIRED ^ NOT REQUIRED Page 1 of 2 ^ The City of Corpus Christi AND RVE, Inc. must be named as an additional insureds on all coverages except worker's compensation liability coverage. 0 The name of the Project must be listed under "description of operations" on each certificate of insurance. ^ For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORFEi' S CO:tPE2~SATIDN COVERAGE FOR BUILDING Gw CONSTRUCTION PROSECTS FOR GOVE?:dMENT ENTITIES Ter_as law requi_es that -:ost contr»ctors, subcc~cr=ctors, and others croviding work cr ser«ices for a City building c: construction prc-;ect nust be covered by worker's compensation insura^ce, authorized r^ved worker's compensation coverage self-'-surance, or an anp_.. agree:^ent . Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) ~~ provide 1 of the 3 forms of worker's compensaticn coverage, the City will require such coverage for all individuals providing work or sereices on this Project at any time, includinc during the mai^~e~ance guaranty period. :~sotor carriers which are required to regi=_-er with the Texas Depart-enc of Transportation under "-'exas Civil Statutes Article 6675c, and which provide accidental insurneed coverage under Texas Civil Statutes Article 6675c, Section 4(j) not provide 1 of the 3 forms cf worker's compensation ccverage. T_he Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of whit:. s attached and deemed i,corporated into the project contract. Please note that under secticn 110.110: I certain language^:.ust be included in the Contractor's Contract with the City and therovidincto5ei`~oesrafor wthe subcontractors and others p g Project; 2. the Contractor '_s required to submit ~o the City certificates of coverage for its employee_ and for all subcontractors and others providing services on the Project. cent ficates o showing a xtensionobof 1 cover age duringdathe Project; and the Contractor is re?uired to post the required notice at ~_ the job site. By s'.cning this Contract, the Contractor certifies that == will timely comp:: with these Notice to Ccntraetors "B" requirement=. NOTICL CO CONTMCTOAB - 0 (Aevi sea 1/13/907 Page 1 of T 8~7~98 : 1 L C ..: v Title sS. L~iSLR-~\CE Part II. TEL-~S «rOIthERS' CObIPE.1'SATIO\` COy11~1ISSI0 Chapter 110. REQliIRED NOTICES OF COV~R~GE Subchapter B. EJIPLOYER \OTICES ~ 110.110 Renortins Reauiremenu for Building or Construcrio^ Projects for Governmental Entities (a) The followin¢ words and terms, when used in this nrie, shall have the followine meanings, unless the context ciezrly indicates o[1lerwise. Te :ns not de5ned in this n:ie shall hzve the meaning de^:ned in the Texas Labor Code, if so de5ned. (l) Certincate of coveage (ce.^.inca:e i-~ copy of a ce:.incate of _surance, a certificate ei authorit•' to seif-insure slued b;+tite commission, er a workers' eemeensztion coveraee aereement (TWCC-S 1, TWCC-"o2, Tti'VCC-S3, or TVJCC-541, showing statutory workers' compensation insurance coverage for the person's or entict~s employees (iaciuding those subject to z coverage aereement) providine services on a project, for the duration of the project. (2) Buildine or construction-izas ire mezairts defined in the Texts Labor Code, § 406.096(e)(1). (3) Contactor-A person bidding for or awarded a buildine or constrvction project by a governmental entity. (4) Coverage-Workers' cpmoensatipn insurance meeting the stztutory requirements of the Texas Labor Code, § 401.01 I (44). (5) Coverage aaseemeat-A written zgree:nent on form TWCC-Sl, form TWCC-32, form T`NCC-S3; or farm TSVCC-34, filed with the Texas Workers` Compeasatioa Commission which establishes a relationship between the pardes far purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employedemployee and establishes who will be resportsible for providing workers' compensation wverage for persons providing services oa the project. (6) Durauon of the project-Includes the time from the betnrtrting of work on the project until t}:e work on the project hzs been completed and accepted by the epvernmemal erdty. (7) Persons croviding se^.~ces on the proie^ ("subcontactor" ~. g 406.096 of the .4ct)-«q~1 the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities perfortttine all or past of the services the contractor has undertaken [o perform on [he project, reeardless o: whether that person conuaaed d'uecdy with the contractor and reeardless obewonetrac~ors. that person has employees. Thos includes but is not limited to independent contractors, ~' e.s of leasing companies, motor carriers, owner-operators, employees of any such entity, or employ ° any entity furnishing persons to perform services on the project. "Services" includes but is not li.^tited :~oTICE ro CONTRACTaRS - c Re,,;,ea 1/13/981 5~7~9g h[to:i/wwv+.ses.state.t:c.::s/tad23/II/1 i0/B/110.1 l0.htm1 Page z oc T ZS T.-.C::_;:~ Paee 2 ;,; o :o p:~::c:cs. ',oboe, o: dec•;Bring equiomer. cr -s:er:ais. cr °ro:iding Izbor, :rztsccc3tion or oche: senxe :eize~ to z proles:. "Services" does not c.cicde zcti:i;ies ur.:eiated [o the proiec~ s::ch as foocioe~: erz_e •:endors, c;,.ce supply deliveries, ~._ delivery ei portable toile,. (8) P:cie~ -::dudes the ero:ision of all se.vices : eiz:ed to a bui;~~tg or construction co :;,-zct for a eoverr ~e ::zi entirv. (b) Pro~id;nz or causine to be provided a certincz:e of coverage pursuant to this rule is a represeatasca by the insured ;hat all employees ei ::.e insured who aze providing services en the projer. z:e covered by workers' compensation coverz2e, thzt the coverage is based on proper reportine of cizssification codes and payroll amour.:,, and that al! coverage agreements have been filed with the zoereotiate insurance carrier or, in the case of aself-insured, with the conunission's Division of Se~~-Irsur~.ce Reguiatior_ Providing false or misleading stir c :sates of coverage, or :ailing to provide or r..zintain required coverage, or failing to report any c;.ange that materially affees the provision of coverage may stbject the contractor or other person providing services on the project to administ~~ve eenalties, c:irainzl penalties, civil penzities, or oche: civil actions. (c) A Bove.^.^egtal entity t::zt enters into a buildi.g or cotuwc_`on contract on a project s :all: (I) include ir. the bid speciiirations, all the provisiors of paragraph (~ of this subsectic~ using the languzee re^•uired by paragrzph (7) of this subsection; (2) as Dart o: the contract, using the language required by paza~ zoh (7) of this subsection, require d;e contncor to perform as required in subsection (d) of this section; (3) obtain ~cm the contractor a certificate of coverzee for each Berson providing services on the project, prior to that person beginning work on the project; (4) obtain gem the contracor a new certificate oFcoverage showing extension of coverage: (A) before ire end of the ctaent coverage period, L°t4e contrzco~s current certificate of coverage shows that -u'-.e coverage period ends during the dtuation of the proiect; and (B) no later t~.an seven days cater the expiration of the coverage for each other petson oroviaing services on the project whose current certificate shows that the coverage period ends during the duration of t;e project; (5) retain ce^ificates of coverage on 51e for the duration of the project and for three years tkereafter, (6) provide z copy of the ce:.ificates of coverage to the commission upon request and [o any person en[itled :c :hem by law; and (7) use the Izr_,rage contained in the following Figure i for bid specincarions and convzrs. ':.ithout any additions words or chanties, excep[ those required to accommodate the specific document in which they zre contained or to impose stricter standards of dow:aentation: "f285110.110(c)(7) tbl NOTICC i0 CONTRACTORS - 3 Revised 1/13/901 http://w.vw.sos.s:zte.te.us/tae'~S/U/I lOB/I 10.110 htrnl Page 3 oe i g/7/eg ~_ T.4C 1 I0.110 Page i of b ~) A contractor snw: i) provide coverage for its emoic;:ees croviaing services on a project, fc: t::e duration of the proje=: ~psed on proper reposing of clzssi=cs~on codes and pa}TCii amounts z.d wag of any coverage ageements; '_l provide a certificate of coverzse showing workers' compensation coverage to the governmental entity prior to beginnin¢ work on ••'^.e aroject; (3) provide the governmental emir:, ;.^orto the end of the coverage pe:ied, a new certificate of coverage showing extension of ceverage, if the coverage period shown on t.;e contractods current =enificate of coverage ends during t^e duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior co that person beginnine work on the croiect, so the govermnental easily will have on file certificates of coverage showing coverage for all persons providing services on ;:.e project; and (i3) no later than seven days afret : eceip[ by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends durine [he duration of the project; (5) retain all required certificates o: coverage on file for the duration of-the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have 'mown, of any change that materially affects the provision of coverage of any person providine services on the project; (7) post a notice on each project s a informing all persons providing services on the project that they zre reeuired to be covered, and stating how a person may verify current covezge and report failure to provide coverage. This notice does not satisfy other posting regtriremenrs imposed by the Act or ocher commission cola. This notice must be printed with a title in az least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population The text for the notices shall be cbe following text provided by the wmmission on the sample notice, •rri[hout nay additional wards or changes: REQUIILED WORKERS' COMPE*ISATION COVERAGE "The law requires the[ each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. ?-:is includes persons providing, hauling, or delivering eeuioment or materials, or providing labor cr transeortation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compersaion Commission at 51240-3789 to receive information on the legal requirement far coverage, to verily whether your employer has provided the requited coverage, or to repott an employer's failure co provide coverage." HOTICD TO COYTRACTORS - B Rev>seG 1/1]/981 g/7/98 `rapt/Iwww.sos.stete.tx.us/tac/28/II/110/B/110.110.htm1 page < ac ~ Yage 4 of 6 ?ST~C 1:0.t10 (8) ce vzc:uaily re~::~se °- ch person with w'i:ec :: convaes := =reside services e:: = =roject to: (A) provide coverzge bzsed on eroper reporting of classmcation codes and oavroii a,::ounts and filing of anv coverage agreemens for ,;; of is emeievees providing services en the oroiea, rot the duration of the proiect; (g) prvide a certificate of coverzee to the con:: actor prior to that person begirmi=-_-'x'ork on the project; (C) include in all conuzcs :o oro~ide services er, the project t.`.e iznguaee in subse~.:en (e)(3) of this section; (D) provide the contracts:, prior :o the end of ;ne coverage pe^oa, a new certinc:=:e of coverage showing extension of coveraee, if the coverage period shown on the current certificate of coverage ends dt:rins the dtuation of the project: (E) obtain from each oche: person with whom it contracts, and provide [o the corirac:or: O a certificate of coverzge, prior to the other peson beeitt.^ine work on the project: -•d (•a) prior to the end of the coverage period, a ,,^.ew certificate of coverage showing ere:sion of the coverage period, if the coverage period shown on the carte^.t ce: tincate of coverage ends during the duration of the project; (~ retain all required cer.ificates of coveraee en nle for the duration of the project a^.d for one yeaz thereafter (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects *f;e provision of coverage of any person proviaing services on the project and (1~ conrracnrally regtrtre each other person with whom it contrzcts, to perform u reetrired by subparzgraptu (A)te of this paragraph, with the certificate of coverage to be prodded to the person for whom they aze providing sernces. (e) A person providing services on a project, other than a contractor, shall: (])provide coverage for its employees providing services on a project, far rhea o[azi°v ovehageoject based on proper reporting of clzssification codes and payroll amounu and filin_ agree Beau; (2) provide a certificate of coverage u repuired'oy its contract to provide services c.^. the projee., prior to begirurirtg work on the project; (3) have the following languaee in iu contract to provide services on the project: "9y ngrting this contract or providing or causine to be provided a certificate of coveraee, the person simirtg this contras is representing tp the governmental entity that all employees of the person signing this convac; who will provide services on the project will be covered by workers compensation coveraee NOTICE t0 CONTAAC:ORS - e Ae~isea tit~iser 8/7/98 http://w'~^" sos.state.tx.usltacl2S/II/1108/110.1 IO.htm1 Page s ~r t rage : of o c0 Lam. t. t,V.l tV [or ce deration of rc.e oroie~~ [hat ail cos °:zge ere me::s?~,iil be filedrwith the aooropnate von codes z".d oavroll a::.ounts, insurz^ce carrier or, ^ the case of a self-insured, with the cotnmrssioris Division of Self-Insurance Reeuiation. Providing false or misleading i^.formatioa mzy subject the contractor to administrative penziaes, criminal pe^alties, civil penalties, or other civii ac.:ons." (4) provide the person for whom it is providine services on the project, prior to the end of the coverage period shown on its current cetificate oI coverage, a new certificate showing extension of coveraee, if the coverage period shown oc :he certificate of coverage ends during the duration of the proje~ ; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the ocher person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coveage period, if the coverage period shown on the current certificate of coveraee ends daring the duration of the proie^; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereaSer, (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within tea days after the person l.-tew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the dtuarion of the project; (B) provide a certificate of coverage to it prior to that other person begitning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D} provide, prior to the end of the coverage period, a new cetvficate of coverage showing extension of the coverage perio4 ~ the coverage period shown on rite current certificate of coverage ends dtrtine the duration of the project; (E) ebcain from each other person under contrail to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, poor to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the cove: age period, if the coverage period shown on the current certificate of coverage ends during the NOTICE TO CONTRACTORS - R $/']/98 http://wvnv.sos.state.:x.us/tac128/IU110B/110.I10.html Revl~ed 1/1]/98) Pa4e 6 of 7 Page o of 6 s tit, t:v,tw duration cf :he corona: (F) retain ail required cer.:~ca:es of coverage en iiie for the duration c: ;;-=e project znd for one year thereafter, (G) no[ify t're govertunea:ai entity in wrung by ce:tined mail or perso:tai delivery, within ten days after the person knew or should have known, of any change that mater:aiiy affects the provision of coverage of any person proviaing services oa the project; and (13) conuaaually require eat:^, ter son with whom it conuaa~ttoh phe c ~~te ouf coveragesto be subpaza¢aph and subparagraoits (A)-(G) of this paragraph, provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or csa:rnsta:[ce is held invalid, the invalidity does not affect o[her provisions or applications of this Wile [hat can be given effect without the invalid provision or application, and to this end the provisions of this rule aze declared to be severable. (g) This ruie is applicable for buiidine or construction contracts adve ~'sed for bid by a govertrmenul entity oa or after September 1, 1994. This rule is also applicable for those building or coasuucuon contracts entered into on or a8er September 1, 1994, which are not required by law to be advertised for bid_ (h) The coverar=_e requirement i.-t this Wile does not apply to motor carders who are req ottation acrd t [o Texas Civil Statutes, Article 6675q to rems~~t to Texas Civil Stamt[es,tArticie 6675c, § 4~). who provide accidental irtsurznce coverage p (i) The coverage requirement in this Wile does not apply to sole proprietors, partners, and wtpotate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bt71 1089, 74th I.egtslature, 1995, § 1.20). This subsecion anpGes only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an +r,~~.ance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Indes NOTICE IO CONTRACTORS - a Revised 1/13/981 g/7/98 http://wv+w.sos.state.tx.usitacJ28/II/1108/I ]0.110.html Page T of T PART A - SPECIAL PROVISIONS CORPUS CHRISTI BAYFRONT DEVELOPMENT PLAN IMPLEMENTATION-PHASE I (SHORELINS REALIGNMENT PHASE I) PROJECT NO. 6279 $SCTION A - SPBCIAL PROVISIONS A 1 Time sad Plaoe 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 Suae 4, 2008. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTTI:BID PROPOSAL- CORPIIS CHRISTI BAYFRONT DEVELOPMENT PLAN IMPLEMENTATION-PHASE I (SHORELINE REALIGNMENT- PHASE I) PROJECT NO. 6279 A pre-bid meeting will be held on THDRSDAY, May 22, 2008, beginning at 10:00 AM. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. if requested, a site visit will follow. No additional or separate visitations will be conducted by the Cit A-2 De£initioae and Abbreviations Section B-1 of .the General Provisions will govern. A-3 Desoriptioa of Project CORPUS CHRISTI BAYFRONT DEVELOPMENT PLAN IMPLEMENTATION-PHASE I consists of the re-alignment of Shoreline Drive between Resaca Street and the North Face of the Federal Courthouse South of Power Street for the City of Corpus Christi, Texas. This realignment combines Northbound and Southbound vehicular traffic, thus creating space for a new park setting which consists of the following new features: open Lawn Performance Space, ~ Pergola, Interactive Water Feature, One story Xiosk Building with Water Feature Equipment Room in Basement, One Story Public Restroom Building, and a Kiosk Shade Structure. Utility Stub-ups for a Future Cafd located adjacent to the Pergola are also provided, all in accordance with plans, specifications and contract documents. section A - SP (Revised 12/15/04) Page 1 of 26 A-4 Method of Award The bids will be evaluated based on the following order of priority, subject to availability of funding. 1. Total Hase Bid, or 2. Total Hase Sid plus Additive Alteraate No. 1, or 3. Total Hase Sid plus Additive Alternates No. 1 and 2, or 4. Total Haae Hid plus Additive Alteraates No. 1, 2, sad 3 or 5. Total Hase Hid plus Additive Alternates No. 1, 2, 3, and 4 or 6. Total Haae Sid plus Additive Alternates No. 1, 2, 3, 4, sad 5 or 7. Total Base Sid plus Additive Alternates No. 1, 2, 3, 4, 5, and 6 or 8. Total Haae Bid plus Additive Alternates No. 1, 2, 3, 4, 5, 6, sad 7 1.1 SCHEDULE OF ALTERNATES- see Section 01230 Alternates A. Alternate No. 1: Add Shade Structure (Spun Concrete Columns, Structural Cable System, Canvas System, Guy Wire Bases, and associated up-lighting. Foundation for shade structure is integral with the kiosk foundation, and is to remain in the Base Bid.) B. Alternate No. 2: Add Eight (8) additional bays to Pergola (Spun Concrete Columns, Structural Cable System, and associated lighting system at columns only. Benches and sidewalk lighting to remain in the Base Bid.) per sheet number 131A. See Section 01270 for Unit Prices on portions of the Pergola. Base bid plus Alternate No. 2 equals 18 bays. C. Alternate No. 3: Add Four (4) Wind Turbines. See Section 01270 Unit Prices for individual Unit costa. D. Alternate No. 4: Add Pavers on Shoreline Drive (between the South crosswalk at the Fitzgerald Street intersection and the North crosswalk at the Palo Alto Street intersection.) E. Alternate No. 5: Add a one-year landscape maintenance agreement for entire scope of work except for the Port of Corpus Christi Authority site between Palo Alto Street and Power Street. F. Alternate No. 6: Provide a Mock-Up Applications Test for fountain components and features. g install new geotextile G. Alternate No. 7: Mill existin HMAC, fabric and resurface Shoreline Blvd. with HMAC between the South end of Base Bid project limits to IH-37. 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. Notes regarding allowances: The bid items described as "Allowance" have been set as noted and shall be included in the Total Hase Bid for each Bidder. This allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility or here-to-fore unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the "Contingency Allowance" become necessary, the Owner will provide written authorization at a cost negotiated between the Owner and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. Any remaining balance at the close-out of the project will be reimbursed to the Owner. Please Note: The Fouatain subcontractor is to meet the quali£icatioa requirements listed in Section 02820 Bart 2-2.2-8 of the specifications. Section A - SP (Revised 12/15/09) Page 2 0£ 26 A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 5~ aid Eond (NUat reference CORPUS CHRISTI BAYFRONT DEVELOPMENT PLAN IMPLEMENTATION-PHASE I PROJECT NO. 6279 as identified in the Proposal) (A Cashier's Check, certified check, mosey order or bank draft from any State or National Baak will also be acceptable.) 2. Diacloaure of Interests Statement 3. Statement of Qualifications and Contractors Information A 6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 425 calendar days (for base bid work). 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 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 Comoeasatioa Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance. coverage to be replaced, then 'any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project u mte tinhe dthe replacement workers' compensation insurance coverage, 4 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 12/15/04) Yage 3 of 26 A-8 Pared 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 Addeada The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Pailure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for heavy aad heavy sad highway construction. In case of conflict, Contractor shall use higher wage rate. Mininnnn Prevailing Wage Scales The Coleus Christi City Council has determined the general preval.ling muunnnA hourly wage rnte6 far Nueces COUnty, TP.rns a5 8et alt In Part C. The Caitrnctar and any g~bCbrltraCGOY must rot pay less than the specified verge rates to all laborers, corkmen, and mechanics enq~loyed by them in the execution of the Contract. The Contrnctor or subecvitrnctor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, -for each laborer, workman, or mechanic ertg>loyed, if such person is paid leas than the specified rates for the classification of work performed. The Contractor and each subcontractor ~t me~la ucs accurate record showing the names and classifications of all laborers, workmen, employed by then in com~ection with the Project and shvairA] the actual wages paid to each vorker. 11 submittals to the City ~'neer, The The Contxactar will make bi-weekly certified paym lls fxan all subcontrnctors and Contrnctor will also obtain copies of such certified paym others working on the Project. 193ese doaaients will also be submitted to the City Engineer bi-weekly. (See section for Nimrtr // form andscontent of thethe paymll~tlsukmlttals.) for additional requirements concerning One and one-half (ly,) times the specified hourly verge must be paid for all hags xorked in excess of 40 hours in any one reek and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Teens, and Section 8-7-6, Working Hcurs.) A-11 Cooperation with Public Agencies (Revised 7/s/0o) 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 (98) hour notice to any applicable agency when xork is anticipated to emceed in the vicinity of am' facility by using the Dig Tess @ 1-800-344-8377, the lone Star' Notification Ca~any at 1-800- 669-8344, and the Verizon Dig Alert at 1-800-483-6279 and South Texas ~racuation Safety System @ 1-800-344-8377. For the Contractor's convenience, the following telephone numbers are listed. City ~11TP°'' 826-3500 361-857-2211 Project Engineer BpR/Shiner tbseley and Associates Traffic Engineering 826-3540 aulice Departn~e-nt 866-2600 Water, Deparimwsnt 826-1880 Wastewater Department 826-1818 (826-1888 after hours) (826-1818 after hours) Sectloa A - SP (Revised 12/35/04) Page 4 of 26 ,._.. De~tmert 885-6900 (885-6900 after hwrs) Stoxm Water Department 826-1881 (826-1888 after lmtvs) parks & Rscl-eatiexy Department 826-3461 Streets & Solid Waste Services 826-1970 (693-9444 after hours) A E P 299-4833 Nueces Electric Cooperative - 387-2581 (1-800-632-9288) 81-2511 (1-800-824-4424,after hours) AT&T/CP&L 8 City Street Div. for Traffic Signal/Fiber Optic locate 826-1946 0 657-7960 (857-5060 after hours) Cablevision 857-500 887-9200 (Pager 800-724-3624) ACSI (EYber Optic) 813-1124 (Pager 888-204-1679) XMC (Fiber Optic) C)ioiceWn (Fiber Optic) 881-5767 (Pager 850-2981) CAP[K)CiC (Fiber Optic) 512/935-0958 (h~bile) Brooks Fiber Optic (MAN) 972-753-4355 x;++ra=r Nbrgan Pipeline 361-387-5569, ext 233. hlo~on Mobil Pipeline Conq~any 800-537-5200 A-12 Maiateaance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type o£ project with regard to the location and nature of undergroundutilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. -All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e.~ broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or~other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, Working driveways in half widths, construction of temporary ramps, etc. Section A - SP (ftevieed 12/15/04) Page 5 of 26 The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A 14 Construction 8quipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Rand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be Filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable o£ 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"; therefore, no direct payment will be made to Contractor. A 16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and. other unwanted material becomes the property of the Contractor and must be removed from the site by the ContnaoctdirectThpayment willllbe nomads to considered subsidiary; therefore, Contractor. A-17 Pield 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. Section A - SP (Revised 12/15/09) Page 6 of 26 -8 Schedule and Sequence o£ Construction T::e Contractor shall submit to the City Engineer a work plan based only on cu,ze:~r.~ days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial 6chedule: 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. A 19 Construction Project Layout sad Control The drawings may depict but not necessary include: lines, elopes, grades, sections, measurements, bench marks, baselines, etc. that axe 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 n~ec~es~sa~ 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 Engineerat 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.) ::--=rsed 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 Section A - SP (Aevia ed 12/15/04) Page 7 of 26 discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency/point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). water: • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Stormwater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). A-20 Testing sad Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the lab chatrCestsmust will be borne by the City. In the event that any test fails, 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 Sigae The Contractor must furnish and install 2 Project signs as indicated on Attachment No. 1. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A 22 Minority/Minority Business Enterprise Partieioation Policy (Revised 1o/5a) 1. Polic 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. SectloR A - SP (Revised 12/15/04) Page 8 of 26 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section,. women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership,' at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2, controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments p of the Minority partners, pro rietor or stockholders, enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, Section A - SP (Aavieed 12/15/04) Page 9 of 26 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 SO.o% of the contract work. itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Sueiaese Enterprise (Percent) P3rtinipatlOn (P erCBat) 458 158 b. 't'hese goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (devised 7/5/00) - The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. Section A - SP (Revised 12/15/04) Yage 10 of 26 A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (lOt) 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 (l0ir) of the Surety Company's capital and surplus with reinsures (s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsures may not exceed ten percent (10&) of the reinsurer's capital and surplus. For purposes of this section, the amount o£ allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsures authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liabilityin excess of $100,000 from a reinsures that is certified by the United States Secretary o£ the Treasury and that meets all the above requirements. Theinsurer or reinsures must be listed in the Federal register as holding certificates of authority on the date the bond was issued." A-25 Salee Tax Bxemptioa (NOT USED) , ..a ' ~ a_ ate.. _._____.._ .._a Section A - SP (Revised 12/15/04) Paga 11 of 26 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 chan a to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Hox 9277 Corpus Christi, Texas 78469-9277 3, Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverthee Contractorinshall r obtainwlan Section H-6-11 (a) of the Contract, 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 d servantsbyor hemployeese ore any other fault of the City, its agents, person indemnified hereunder. Section A - SP lRevi eed 12/15/04) Page 12 of 26 A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor-must provide Installation Floater Insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Installation Floater Insurance coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Installation Floater Insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-26 Considerations for Contract Award and 8xecution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Pield A&niaiatratioa Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Section A - SP (Revised 12/15/09) Page 13 of 26 Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of Field administration staff is a prerequisite to the C1ty Sagiaeer'e 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. Zf the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Iu¢ended "COasideratioa of Contract" Requirements Under "General- Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Eid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MHE 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 MSE 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 i possible. 6. A list of subcontractors that will be working on the Project. I'kiis list may contain more than one subcontractor for major components o£ the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the Section A - SP (Revised 12/15/04) Page 14 of 26 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 H-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9, Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity sad state, i.e., Texas (or other state) Corporation or Partnership, aafl name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy ca IDctra Work and Change Orders Under "General Provisions and Requirements-for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor aclotowledges that the City has no obligation to pay for any extra work for which a change oxdex has not been signed by the Director of Engineering Services or his designee. The Contractor also acmowledges 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 s A°A "gxecutioa of Contract" Ee4u-iranents Under "General Provisions and Requirements for Municipal Construction Contracts" H-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 hoe no cause o£ 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 theCity 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 Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Section A - SP (Revised 12/15/04) Page 15 0£ 26 Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A 35 City Water Facilities: Special Requiremeate (NOT USED) Section A - SP (Revised 12/15/04) Page 16 of 26 c, __ y.............. ...__ _ _ _ _ _ _ .,.vc cErc c6=r SeCti on A - SP (Aevie¢d 12/15/09) Page 19 of 26 ~i _ .___ 6e»Eraet ~ ~~ e~ev~de-a~- h --"'" ors'- A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a, Quantity: Contractor shall submit number required by the City to the City &ngineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal £orm. Resubmittals must have the original. submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor and supplier; pertinent Drawing sheet and detail number(s), specification Section number, as appropriate, on each submittal form. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, Eield dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. supplement Section A - SP (Revised 12/15/04) Page 18 of 26 manufacturers' standard data to provide information unique to this Project. _ Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. 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. sales: 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 vihen specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop teat data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise the related equipment will not be approved for use on the project. A 37 Amended Arrangement and Charge for water Furnished by the City° NOT USED ~..}5 a~rl A~ae-€e~-I ~~ ..., - The requirements of "Notice to Contractors ~8 "' are incorporated by reference in this Special Provision. A 39 Certificate of Occupancy and Piaal Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-B- 9. A-90 Amendment to Section 8-8-6: Partial Estimatee General Provisions and Requirements for Municipal Construction Contracts Section H-8-6: Partial Estimates is amended to provide that approximate es-imates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Section A - SP (Revised 12/15/09) Page 19 of 26 Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day. A-42 OSHA Rulea & 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" 8-6-21 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 Erom any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or ~ any subcontractor, supplier or materialman. A-44 Chaa4e 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 Aa-Built Dimenaioas and Drawings (7/5/00) (a) constructed sandl keepe a cu ratelarecords of elocat MOnt (horizontal Land 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. Section A - SP (Revised 12/35/04) Page 20 of 26 (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the .disposal of all water used in the project. The methods o£ disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction 8+'ploratory Bxcavationa (~/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 pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300-feet maximum O.C. , Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made is their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5 /o0) 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. Section A - SP (Revised 12/15/09) Page 21 0£ 26 Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (S/24/OO) Under "General Provisions and Requirements for Municipal Construction Contracts", B-S-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 Pavement Restoration and Project Clean Up Zt is the intent of the plans and specifications that any and all areas within the limits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to construction. where asphaltic pavements are excavated or damaged, they shall be replaced with the same types and thicknesses of materials as the existing pavement unless otherwise noted. Where concrete pavements, sidewalks, curbs, etc., are excavated or damaged, the replacement shall as a minimum conform with the City standard details and standard specifications available on file with the Department of Engineering Services unless specific details are provided on the drawings. If the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure(s) unless specific details are provided on the drawings. Restoration of all improvements as described above shall be in accordance with applicable City standard specifications, as determined by the Engineer. All lawns or other grassed areas, concrete or asphalt driveway, vegetation area disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be required to perform "clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer. Upon completion of construction, the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer. All site restoration and project clean-up shall be considered subsidiary to the various bid items, therefore, no direct payment shall be made. A 51 3oi1 Horiag Logs and Geotechaical Information Soil boring logs are provided for the Contractor's information only. The City and the Engineer disclaim any responsibility for the accuracy, true location, and extent of the soil investigation that has been prepared by others. Further, responsibility is disclaimed for interpretation of the data by bidders, as in projecting soil bearing values, soil stability, and the presence, level and extent of underground water and tide levels. Section A SP (Revised 12/15/04) Page 32 of 26 A-52 Protection of Existing Equipment Structures,- and Otilities The Contractor shall use care during construction. Should damage occur to any equipment, structures, or utilities, the Contractor shall contact the Owner immediately. All repairs shall be at the Contractor's expense. Utility locations have not been field verified. It shall be the Contractor's responsibility to verify existing equipment, structures, and the condition of existing utilities and locations thereof prior tobidding. The drawings show the locations of all known surface structures pertinent to the work. In the case of underground or underwater obstructions such as existing water, sewer, storm sewer, gas, electrical lines, piling, debris, or partial structures that are not shown on the drawings, their location is not guaranteed. The Owner assumes no responsibility for failure to show any or all these structures on the drawings or to show them in their exact location. Pailure to show will not be considered -sufficient basis for claims for additional compensation for extra work in any manner whatsoever, unless the obstruction encountered in such as to necessitate substantial changes in the lines or grades, or required the building of special work for which no provision is made in the drawings and which is not essentially subsidiary to some item of work for which provision is made. It 'is assumed that as elsewhere provided the Contractor has thoroughly inspecteandt has sincluded informed as to the correct location of surface structures, the cost of such incidental work due to variable subsurface conditions, whether such-conditions and such work are fully and properly described on the drawings or not. Minor changes and variation of the work specified and shown on the drawings shall be expected by the Contractor and allowed for as incidental to the satisfactory completion of a whole and functioning work or improvement. The Contractor shall maintain sufficient clearance between his equndm utilize existing structures or adjacent property, or portions thereof, precautionary devices such as buoys or other means as necessary. Should the Contractor allow the equipment to become in contact with 'any portion of- these structures, repairs to the damaged areas shall be made by the Contractor, to the satisfaction of the Engineer, at no additional cost to the Owner. A-53 Misplaced Material Should theCOntractor, during the progress of the construction, lose, dump, throw overboard, sink, or misplace any material, plant, machinery or appliance, which may be dangerous to or obstruct navigation, the Contractor shall recover and remove the same with the utmost dispatch. The Contractor shall give immediate notice, with description and location of such obstructions, until the same are removed. Should he refuse, neglect or delay compliance with the above requirements, such obstructions may be removed by the Owner, and the cost of such removal may be deducted from any money due to the Contractor, or may be recovered under his bond. The liability of the Contractor for the removal of a vessel wrecked or sunk without fault or negligence shall be limited to that provided in Sections 15, 19, and 20 of the River and Harbor Act of March 3, 1899 )33 U.S.C. 410 et. seq). A-54 Physical Data Information furnished below is for the Contractor's review. However, it is expressly understood that the Owner will not be responsible for any interpretation or conclusion drawn therefrom by the Contractor. The Owner also shall not be responsible for any lack of information herein pertaining to physical conditions of the site. The Contractor shall make every effort Section A - sP (Revised 12/15/04) Pages 23 of 26 possible to familiarize himself cuith and research the conditions to be expected at the site. A. Tidal Conditions: Under ordinary conditions, the mean monthly tidal range is about two feet, exclusive of any tropical activity. The height of tide is largely dependent on the Force, direction, and duration of the wind. Strong northerly winds may depress the water surface as much as, in some instances, more than, three feet below mean low water (MLW); while south- easterly winds may raise the water surface as much as, and in some instances, more than, three feet above mean low water (MLW). B. The Contractor is notified that construction will occur within or around active, existing marine and waterfront facilities. C. The site is adjacent to Corpus Christi Bay, and subsurface groundwater conditions and elevations will change. The Contractor shall include all costs for dewatering in his bid as necessary. Changes in groundwater elevations shall not be just cause for increased compensation. D. 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 - h~• _._ ., ~=-^--Y-t Power Street Pump Service at the ~" Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days A-55 Protection of Job Site The Contractor shall be responsible for protection of the job site. The Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the property of himself or any other person, as a result of his operations hereunder. Drawings and specifications as well as any additional information concerning the work to be performed passing from through the Engineer shall not be interpreted as requiring or allowing Contractor to deviate from the plans and specifications, the intent of such drawings, specifications and any other such instructions being to define with particularly the agreement of the parties as to the work the Contractor is to perform. Contractor shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. A-56 Dewateriag This item is considered subsidiary to the appropriate bid items where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a Section A - SP (Revised 12/15/04) Page 24 of 26 storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm (s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to Pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857-1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A 57 Ameaded "Prosecution and Progress"_ Under "General Provisions and Requirements for Municipal Construction Contracts", 8-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. if funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. Section A - 5P (Revised 12/15/04) Pages 25 of 26 SUBMITTAL TRANSMITTAL FORM PROJBCT: CORPUS CHRIST BAYFRONT DEVELOPMENT IMPLfiMENTATION - PHASE I PROJECT No. 6279 OWNHA: CITY OF CORPUS CHRISTI SNGIN88R: GIGNAC ASSOCIATES CONTRACTOR: SUBMITTAL DATB: SUBMITTAL NUMBBR: APPLICAHLB SPBCIPICATION OR DRAATING SUBMITTAL Section A - SP (Revised 12/15/04) Page 26 of 26 k ' \ ~ ~ ~ ~ ~ p~j M ~ \ ~- h M v1 .- ti'g:: ~~rr ,~ ~ ~~e? ~ t ~ /~ ~ ;. ~, H /< • ~~---- -- ~ Z ~ ," ~ ~ --~ C.7 .,} ~;'" w /~ ~ `'~ (,~ o w ~ . s` o o \ ~ o ? N ~z m o n °z ,~~; ~ ~ o, w ~ ~ U m _ ~, ~. o - ~ o~ ~_~ cn W o~ ~ ~ ~~' 0. aY Y~\ ~ a ~ ~. o v - O Y~ ~ m ~4r ~-'~ p Om mO^ Op ~ o (~ 'xw ~ a3 0_ \ d' ~2 O x •° ~ p ¢~ ~ o `~ z o ~ ~ a ~ - /~ \a w o . ~"' ~ ~ ~ N ~ ~ /~_ z 4 ~ .r+e ~ ; ~ --------J V-~ e""'E ac's°, ~ ~~ >, . - ,f,;. N -` ~O ~~ ~° V • ~ ~~ N to ~ N N ~ ~ Uµ~U~ 'n N Ot~ ON a a a v 4._~.. w~- w; zz zz w °w °W ATTACHMENT 1 a~ a~' a~v'tuouorsroot\,~'s\+oot vweeWxoxan\3rox\.u A G R E E M E N T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 19TH 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 $14,622,748.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI BAYE'RONT DEVELOPMENT IMPLEI4ENTATION PLAN PHASE I (SHORELINE REALIGNMENT- PHASE I) PROJECT NO. 6279 (TOTAL BASE BID + ADD.ALTS 1,2,3,4: $14,622,748.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 425 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST ~~/ City ecretary CITY OF CORPUS CHRISTI i 9 / By: r v/ is/ Angel R. Escobar, Interim A t. City Mgr. of Public Works and Utilities APPROVED AS TO LEGAL FORM: BY~ / - Asst. City A orne Services ATTEST: (If Corporation) (Seal Bel (Note: If Person signing for corporation is not President, attach copy of authorization to sign) ~/~ ge~ By: Kevin Stowers, Interim Director of Engineering CONTRACTOR Haas-And~rsoii, Cos~t:ruction, Ltd. By: i---v- -7 Ar.rj gyn. / o.>r Title: President, Hsaa-Anderson Manepement, 4C, General Partner 1402 Holly Road (Address) Corpus Christi, TX 78415 --- (City) (State)(ZIP) 361/853-2535 * 316/853-5564 (Phone) (Fax) ~' CaUNCII... Agreement -'---------•-.,... Page 2 of 2 SE PRO P O S A L FOR FOR M CORPIIS CHRISTI BAYFRONT DEVELOPMENT IMPLEMENTATION PLAN - PHASE I (SHORELINE REALIGNMENT-PHASE I) Project No. 6279 tad Revision Proposal Form Page 1 of 33 ADDENDUM N0.6 ATTACHMENT N0.4 Page 1 oT 3S Department of Engineering Services City of Corpus Christi, Texas P R O P O S A L Place: C~-pus /JC/~~'~,~, Date : 6 ~~~/~ ~ f1AAS-ANDERSON CONSTRUCTION, Ltd. Proposal of , a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as WARS-ANDERSON CONSTRUCTION, Ltd. TO: The City of Corpus Christi, Texas Gentler..^n: The undersigned hert:,r =_^~ ^^^- `^ c."-^~ °'' ~'_' _~.'~ and materials, tools, and necessary equipment, and to perform the work required for: CORPIIS CHRISTI BAYFRONT DEVBLOPffiSNT PLAN - PHA88 I (SHOR8LIN8 RBALIGNMBNT-PHA88 I) PROJBCT NO. 6279 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: ADDENDUM NO.6 ATTACHMENT N0.4 Page 2 of 33 2°a Revision Proposal Form - Corpua Christi Bayfront.Implementation Plan - Phase I Page 2 of 33 The following Base Bid - Civil Items `A' thru `E'(Proposal Form pages 3 thru 13) are in reference to Demolition and Civil Sheets 3 thru 33D (Except for Sheets 3A, 4A & SA) of the Contract Drawings ONLY. Therefore, the "Quantity" column .for Items `A' thru `E' are quantities taken from Demolition and Civil Sheets 3 thru 33D of the Contract Drawings ONLY. (For example, in Item `B17', for New Bollards, a quantity of 41 Each is shown. This quantity represents only those bollards on the West side of Shoreline Blvd. and not the East side. The cost of the East bollards would be reflected in Base Bid - Park Item `E' (Proposal Form page 14)). A - SASE HID - CIVIL =~NERAL I J~ III IV V ITEM QTY Description IInit Price Total Mobilization/Demobilization, Al 1 LS per Lum complete in place ~'35! d4o $ ~3y'J d , Sum. Storm Water Pollution ~= ,~ A2 1 LS Prevention Control, complete in -~(o.A4~ $,7~, 40~ place, per Lump Sum. by .G LS Traffic Control Plan, complete ~ o ~~ ~ J $ ~Q 0 ,! v ~ A3 1 in place, per Lump Sum. Sub-Total General (Ai thru A3) $ v6 ~, aaa ADDENDUM N0.6 ATTACHMENT N0.4 Page 3 of 3S 2a° Revision Proposal Form - Corpua Christi Bayfront Implementation Plan - Phase I Page 3 of 33 B - SA38 BID - CIVIL - STR8ST8 (Page 1 Of 5) I II III IV V IIait IT$M QTY Description Price Total Remove existing pavement, B1 15,500 including complete and in ~O,~'b $ ~ ~ ,Zpp on SY place, per Square Yard. Remove and replace existing asphalt pavement (asphalt concrete over cement concrete) aD 16a °o ~~ ~ B2 200 SY t , . $ ~ at utility trench loca ions, complete and in place, per Square Yard. Remove existing concrete ao G ~ oa ~~~ B3 750 SY sidewalk, complete and in . . $ 1, place, per Square Yard. 6,050 Remove standard Concrete Curb ~ ~ /1 0~ 11 S~~ B4 and Gutter, complete in place, ~ $ , LF per Linear Foot Remove Concrete .Header Curb, ' ~ eo ~ " ~~ ~~^ LF complete in place, per Linear i $ U 5 ~, Remove Concrete ADA ramps ~ °o eo ~D B6 li EA , $ complete in place, per Each B7 1 EA Remove Concrete Bus Turnouts ~~ oo $ /~ °D complete in place, per Each New concrete pavement (street SO co ~g " 7,530 area w/o pavers), including ~ Q35 , BB $ ~ SY base, sub-grade, complete and in place, per Square Yard 2a° Revisioa Proposal form - Corpus Christi eayfront Implementation Plan Pa4e 4 of 33 ADDENDUM N0.6 ATTACHMENT N0.4 Pege 4 of 33 - Phase I 8 - SASE SID - CIViL - STRBTTS (Page 2 of 5) I II III iV V Unf t ITEM QTY Description Price Total New concrete pavement at intersections w/ brick pavers 1, 970 including base, sub-grade, PVC 15'3 ~o $ 3p I~~HD ,aa B9 SY sub-drains and granular back- fill, complete and in place, per Sauare Yard. New crosswalks w/ concrete pavement, brick pavers, header b- b 0O 1 r-~ Oa ~ ~~ 0 SY ase, su curbs, includes ~. $ , ~71 B10 67 grade, and PVC sub-drains and granular backfill, complete and in place, per Sauare Yard. 6" Concrete Curb and Gutter, '~ 5'p 33 ~~ 00 2,660 per lete and in place m $ ~ Bil , p co LF Linear Foot. LF Concrete Header Curb complete 19 °D ~ 17 ~~G,°a $ ~ B12 940 and in place, per Linear Foot. 2,100 Concrete Sidewalk, complete and 119 00 $ ~l~ qoo ~ a B13 SY in place, per Sauare Yard. CH Concrete Curb Ramps, complete oZ~~~D °a $ IQ~s~o d~ B14 5 EA and in place, per Each. New concrete driveways, oo 1 ~$ Q 9 ao ~d B15 70 SY complete and in place per , $ "i ` • Sauare Yard. ADDENDUM NO. b ATTACHMENT N0.4 Page b of 33 tad Revisioa Proposal Form - Corpus Christi Hayfront Implementation Plan - Phase I Page 5 of 33 8 - SASE BID - CIVIL - STREETS (Page 3 of 5) I II III IV V Unit ITEM QTY Description Price Total Bus Turnout, including concrete ~ oa 'I l~ ~ 00 B16 2 EACH Pavement complete in place, per $ i Each. New bollard, including aO6 oD ~~4~6 pa B17 41 EA foundation and installation, . complete and in place per EACH. Remove and relocate existing sign, including foundation and ~p~.oo L $ 13 4~rda B18 28 EA ' installation, complete and in place per EACH. B19 480 LF 4" White Stripe - Solid, complete and in place, per ~~~~ I~ oa $ ~/~. Linear Foot. B" White Stripe - Solid, a 9,O ~,~ o0 B20 180 LF complete and in place, per . $ ' Linear Foot.. 4" Double Yellow Stripe - ~ ~~ a ~Q~ 0O ~ B21 1120 LF complete and in place, Solid $ . , per Linear Foot. 2 220 4" White Stripe - 10'-30' SKIP, / gO ~ ~ pp B22 , complete and in place, per / / $ ~ / LF Linear Foot. 12" Yellow Stripe - Solid, ~ ay as ~ ~/~ B23 280 LF complete and in place, per ~ $ ~ Linear Foot. ADDENDUM N0.6 ATTACHMENT N0.4 Page B of 33 2a° Revisioa Proposal form - Corpus Christl Bayfroat Implementation Plan - Phase I Paae 6 of 33 8 - BASE BID - CIVIL - 3TR88TS (Page 4 of 5) I II III IV V ITBM QTY Deeoriptioa Uait Price Total B24 72 LF 24" Yellow Stripe - Solid, complete and in place, per /v 1 ~ 4b $ ~, b36 g~ Linear Foot. B25 56 EACH Type II-A-A Raised Pavement Markers, complete and in place, ~ ~~ 170. 4~ $ per Each. B26 17 EA Type I-C Raised Pavement Markers, complete and in place, ~( V.~ GL $ I /O~• gD per Each. B27 31 EA Thermoplastic pavement markings (symbols) , complete and in ~p 300. o0 $ /,~DO. place, per Each. Signs w/ face dimensions up to " " ~'aC~,~~ $ ~D,,~-Q0, o* B28 25 EA complete and in 18 x24 place, Per Each Signs 30"x30" complete and in l~.~/l oo I/ U~ d D $ d, ~~• B29 15 EACH place, per Each Signa 48"x30" complete and in p~ p d ~o ~` O a $ ~~` B30 1 EACH place, per Each Signs 36"x36"x36" complete as ~. Q/ as $ /6 ~• B31 2 EACH and in place, per Each ADDENDUM N0.6 ATTACHMENT N0.4 Page 7 of 33 Z°d Revision Propoasl Form - Corpus Christi Bayfront Implementation Plan - Phase I Paae 7 of 33 B - BASE SID - CIVIL - STREETS (Page 5 of 5) I II III IV V iTnit ITEM QTY Description Price Total " " ~D ~ 6D ~ Signs 24 x30 complete and in , , $ B32 1 EACH place, per Each " " ~ a0 DO /o~ D a Signs - 60 x36 complete and $ B33 1 EACH in place, per Each " " D0 0 a o ~B'D Signs - 72 x48 complete and /a . $ , B34 1 EACH ~„ place, per Each i Signs (dual face) 72"x 24" a-.~ 9ljv on ~~d OD $ B35 1 EACH 72"x12", complete and ~~_ place, ~ . - -- per Each ov Sub-Total CIVIL - STREETS (B1 thr- B35) a ~~ 4'l ~~3 ADDENDUM N0.6 ATTACHMENT N0.4 Page 8 of 33 2n8 Revision Proposal Form - Corpua Christi Bayfront Implementation Plan - Phase I Page 8 of 33 C - BASE BID - CIVIL - STORM WATER (Page 1 of 2) I II III IV V ITS 4TY Description Unit Price Total C1 6 EACH Remove Curb Inlets, complete in place per Each ~ oo $ ~ 3~ 0O C2 785 LF Remove R.C.P. , complete in place per Linear Foot ~ oo $ I~, ~~~.•aO C3 g ~ Curb Inlets, complete and in place per Each ~ a$d. ° ~ ~~ .SoZD, °o $ i , . C4 ~ 1 EA Grate Inlets, complete and in place per Each ~ o ~y~' as $ °(~~u~• , . CS 1 EA Storm Manhole, complete and in place per Each ~~ no $ ~,~ ~~ , . C6 380 LF 15" RCP Class III, complete and in place per Linear Foot ~ ~~ 3p DoZU Co $ , . C7 - Not Used. `~ $ _ C8 - Not Used. - $ - ADDENDUM NO.6 ATTACHMENT N0.4 Page 8 of 33 2°° Revisioa Proposal Form - Coxpus Christi eayfront implementation Plan - Phase I Page 9 of 33 C - SASS SID - CIVIL - STORM WATBR (Page 2 of 2) I II III IV V ITgfS QTY Description IIait Price Total Manhole Structure Modification, 8,~'~ DD $ 35-/~Z~,tia C9 4 EACH complete in place per Each. ---,-- Curb Inlet Modification, / JO ~ $ ~~I~'Zj av C10 4 EACH complete in place per Each. 1 LS Allowance for relocation of Storm Water Utilities, complete $ 35,000 $ 35,000 C11 in place per Lump Sum. Sub-Total CIVIL - STORM WATISR (Ci thru Cii) S (~ ~.~,5. as ADDENDUM NO.6 ATTACHMENT N0.4 Page 70 of SS 2n° Revision Proposal Form - Corpus Christi Bayfroat Implementation Plan - Phase I Page 10 Of 33 D - SASE BID - CIVIL - WATBR (Page 1 of 2) I II III Iv v IIait ITBM QTY Description Pzice Total 1,350 Grout and Abandon Existing 8" as ~ oa 3~ gO~ Dl A.C. waterline, Complete and in , , $ + LF place, per Linear Foot. Remove existing concrete vault, ~ dD a 6 ~cj~ bD D2 3 EA i $ complete and in place per Each. Remove existing fire hydrant assemble and appurtenances and on ~7~ o 0 DOD D3 4 EA ' • $ ' plug pipe, complete and in place per Each. Remove service valves, complete 3[~D oD ' b'71~d o0 D4 5 EA ~ $ and in place per Each. Cut and cap exio~;:.g line and oD ~ ~~ ~ ~. t, -, D~ , ~ ~ DS 16 EA 1.n~iueuca._ line removal, I ~ . • T a ~ $ complete and i., ~ i ice pPr F'ach. - ~~ Fire Hydrant Assembly complete /OrJ ao a / 9 0 °~ D6 4 EACH b $ 0 in place, per Each. New Service Valves, complete a l~~a~ S°c .Z~ a~ D7 11 EA J ~ $ . and in place per EACH. Cleaning and Testing waterlines and system, and reconnect to Gj ~s-'oD "~~~ oa D8 1 LS ~ $ existing lines, complete and in - place, per Lump Sum ADDENDUM NO.6 ATTACHMENT N0.4 Page 11 of 33 2a° Revision Proposal Form - Corpua Christi Bayfront Implementation Plan - Phase i Page 11 of 33 D - BA38 SID - CIVIL - WATER (Page 2 of 2) I II III IV V ITEM QTY Deecriptioa vait Price Total D9 1 EA New Water Fountain, including appurtenances, complete and in .7q-Oa.°d0 $ ~j,9'~~,oD place, per Each. D10 35 LF 6" D.I.P. Water Main (CL51), complete in place, per Linear loa,0° ,,_!~ $ 3.7 id,a~ Foot. Dli 10 LF 4" D.I.P. Water Main (CL51) , complete in place, per Linear //~ ao $ / t~~.. 00 ~ „~, Foot. _ __? 125 LF I 2" PVC pipe and appurtenance- complete in place, per T_~near S~ oa $ ~g'h~' DD ~ Foot. 13 10 LF 4" PVC p' L_ _^_~ a. r,irtenances, complete, ir. dace, per Linear _ I oa a`+ - ~ o 0 $ /,ga0. Foot D14 35 LF 6" PVC pipe and appurtenances, complete in place, per Linear - /J ,~D $ a,~as OD Foot. D15 1'LF 0 8" PVC pipe and appurtenances, complete in place, per Linear a ~~, o $ 00 ~c15,5'~D , Foot D16 1 LS Allowance for Relocation of Water Utilities, complete in $35,000 $ 35,000 place per Lump Sum Sub-Total CIVIL - WATER (D1 thru D16) $ .~~r ~ ~~~ DO ADDENDUM N0.6 ATTACHMENT N0.4 Page 72 of 33 tad Revision Proposal Form - Corpus Christi Sayfront Implementation Plan - Phase I Paae 12 of 33 E - BASB BID - CIVIL - SANITARY SEWER I II III IV V ITEM QTY Description IInit Price Total E1 25 LF 4" PVC Pipe, including all fitting and joints, complete in '~~,aa $ ~,~ OD,oo place, per Linear Foot E2 420 LF 8" PVC Pipe, including all fitting and joints, complete in pa ~~ ~• o0 $ ~~,~~• place, per Linear Foot E3 4 EA Fiberglass Manholes, complete I' 9oa oo $ 9.~1 dv b'a l and in place per EACH. --~ E4 1 EA Drop Connection at Resaca Street, complete in place, per ~ 00 I/aaa. ~- $ liada• D a Each Sub-Total CIVIL - SANITARY SEWER (81 thru 84) $ ~Q,~ 9 ~ oa Please note: Bid quantity=~ are for bidding purposes only. Actual quantities may vary and will be determined by actual field conditions encountered during c,~nstruction. The allowances included in the Proposal Form are for bidding purposes only and not a guaranteed amount. Final payment for each allowance will be negotiated for work performed and for such sums as may be acceptable ~_ *_he Owner. The allowances include cost to Contractor of all *a=.'~priais, labor and Prn~i,+~-~;,~ -_~~ll~ ~~ complete the bid item. Prior to final p..1,_..~, an appropriate Change Order will i.~ issued to reflect the amount due to the Contractor on account of work covereu i,y allowances, and the Contract Price shall be correspondingly adjusted. ADDENDUM N0.6 ATTACHMENT N0.4 Page 73 of 33 2n° Revision Proposal Form - Cozpus Christi Bayfront Implementation Plan - Phase I Pane 13 of 33 F - SASE BID - PARR The following description is merely sa attempt to identify the general scope of work for this section for Bidder's convenience. This scope of work pertains to Sheets 34 thru 69 (8xcept Sheets 48A, 49A & 50A) of the Contract Drawings sad all scope included is these sheets shall be included is Base Hid - Park - Item F1 below (This scope of work also includes areas where plans, sections, and details are referencing sheet numbers other than those listed above): I II III Iv v DNIT ITBM QTY Description PRSCS Total The PARK consists of, but is not limited to, the following new features per Contract Drawing Sheets 34 thru 69 (Except for Sheets 48A, 49A & SOA): All Landscaping on both sides of Shoreline Blvd., Park Furnishings on both sides of Shoreline Blvd., all Sidewalks, Crosswalks, Bollards, East of the East Roadway Curb along F1 1 Ls Shoreline Blvd, Storm Drain Vault in Kiosk Plaza, IWF Bench Structure with associated bench lighting, IWF Precast Cap, IWF Mosaic Paving, IWF Pool Exposed Aggregate Finish, Light Column and Light Pole Foundations per 3 ~t% a ~, 3, ~lY a ~~ Lump Sum. ~+ $`,__ Sub-Total BASS BID - PARR `~G" $ fl 3~zY,o~,o ADDENDUM NO. B ATTACHMENT N0.4 2nQ Revision Proposal Form - Page 14 otS3 Corpus Christi eayfront Implementation Plan - Phaee I Page 14 of 33 G - BA88 BID - INTBRACTIVB WATBR FBAT[TR8 (IWF) The following description is merely an attempt to identify the general scope of work for this section for Bidders convenience. This scope of work pertains to Sheets 70 thru 100 of the Contract Drawings and all scope included in these sheets shall be included is Base Bid - Iateractive Water Feature - Item G1 below (This scope of work also includes areas where plans, sections, and details are referencing sheet numbers other than those listed above)s I II III Ip V SHIT IT8ffi QTY Description PRICB Total The Interactive Water Feature consists of, but is not limited to, the following new features per Contract Drawing Sheets 70 thr~ 7.00: F'xucture for Fountain Collection Tank ~.ld Pool (Ext°*tt of Pow' _s to ridgeline as s....,.a on Sheet 71 G1 1 Ls to Mosaic Paving), IWF Equipment and Accessories with all associated Mechanical, -~~ nm requirements, IWF Hatches, Grates and Signage. An Interactive Water Feature complete and in place per Lump 3 ys~eoa $~~i~ cd Sum. Sub-Total BA88 SID - IIVTBRACTIVB WATBR FBATURB $ 3 p,f~. d 0 ~ ADDENDUM N0.6 ATTACHMENT N0.4 tad Revision Proposal norm - page 1b of 3S Corpus Christi Bayfront Implementation Plan - Phase Page 15 of 33 H - BASS BID - PARK IRRIGATION The following description is merely as attempt to identify the general scope of work for this section for Bidder's convenience. This scope of work pertains to Sheets 101 thru 110A of the Contract Drawings.and all scope included in these sheets shall be included is Base Bid - Park Irrigation - Item H1 below (This scope of work also includes areas where plane, sections, and details are referencing sheet numbers other than those listed above): I II III IV V UNIT ITEM QTY Description PRICE Total Park Irrigation consists of, but is not limited to, the following new features per Contract Drawing Sheets 101 thru ilOA: Irrigation System, H1 1 Ls including new lines, valves, sprinkler heads and appurtenances, complete and in place per Lump Sum. ~ adc $~3a ;,,,-~ Sub-Total BASB BID - PARK IRRIGATION $ 23°2 ~,.5 ADDENDUM N0.6 ATTACHMENT N0.4 Page 18 of 33 2p6 Revision Proposal Form - Coxpus Christi eayfront Implementation Plan - Phase I Page 16 of 33 I - BA88 SID - SITE 8L8CTRICAL (STR88T & PARR) The following description is merely an attempt to identify the general scope of work for this section for Bidder's convenience. This scope of work pertains to Sheets 3A,4A,5A,48A,49A,& 50A of the Contract Drawings and all scope included in these sheets shall be included in Base Sid - Site 8lectrical (Street & Park) - Item I1 below (This scope of work also includes areas where plans, sections, and details are referencing sheet numbers other than those listed above): I II III IV V Unit IT8ffi QTY Description Price Total Site Electrical consists of, but is not limited to, the following features per Contract Drawing Sheets 3A,4A,SA,48A, 49A & 50A: Coordination of AEP with Existing Electrical Demolition Work, Coordination with AEP of New Electrical Work I1 i Ls which includes but is not limited to AEP Light Poles and Transformers, Park Electrical Work (both sides of Shoreline Blvd.), Fountain Electrical Work shown on Sheet 50A and appurtenances, complete and in place per Lump Sum. ,Tf-DOp $ ~.7s" 0aa F Sub-Total BASS BID - SITE 8L8CTRICAL (STR88T & PARR) $/~f, ede ` ADDENDUM N0.6 ATTACHMENT N0.4 z°d Revision Proposal Form - page 17 of 83 Corpus Christi Bayfront ImplemenCation Plan - Phase Page 17 of 33 J - BASE HID - BIOS&/RESTROOffi SIIILDINGS/PLAZA & PERGOLA The following description is merely an attempt to identify the general scope of work for this section for Bidder's convenience. This scope of work pertains to Sheets 111 thru 147 of the Contract Drawings sad all scope included is these sheets shall be included in Hase Hid - Riosk & Restroom Suildiags & Plaza - Items J1 & J2 below (This scope of work also includes areas where pleas, sections, sad details are referencing sheet cumbers other than those listed above): I II III IV V Unit ITEN QTY DeBCription Price Total Kiosk/Restroom Buildings/Plaza & Pergola consist of, but is not limited to, the following new features per Contract Drawing Sheets 111 thru 147: Kiosk Building with Basement for IWF Equipment, Public Restrooms Building, Kiosk Plaza J1 1 is including pavers and steps, Outdoor Shower facilities, Plaza Bike Racks, Plaza Glass Windscreen, Hoistway Hatch to IWF Equipment Room, Helical Piers for Plaza and Plaza Steps, Pergola (10 r=~,Q~ ! complete and ~ dace per Lump 3, /~7, et~o $~ iz7 0 0~ Sum. Allowance for Additional Kiosk Plaza, Kiosk & Restroom Building & Pergola Lighting. complete and in place per Lump Jy 1 Ls Sum. (This is in addition to lighting and associated power/accessories already included in the Contract $50,000 $50,000 Drawings and Specifications). Sub-Total SA38 SID-KIOSK/RESTROOM BUILDINGS/PLAZA & PERGOLA $ ~~T7 d'~~ TOTAL SASE BID (Items A+B+C+D+E+F+G+H+I+J) $ f3 (~SQ ~ ~~ ADDENDUM N0.6 ATTACHMENT N0.4 Page 18 of 33 2a° Revision Proposal Form - Corpus Christi Bayfzont Implementation Plan - Phase I Page 18 of 33 K - ADDITIVS ALTERNATB NO. 1 I II III IV V Uait ITSfS QTY Description Price Total ALTERNATE NO. 1: Add Shade Structure (Spun Concrete columns; Foundations for Spun Concrete Columns, structural Cable System, Canvas System, 1" K1 1 LS Vertical Plates at Guy Wire Anchor Plates and all associated Lighting(Fixture Types `E' and `G')complete and in place per Lump Sum.). Reference the following sheet numbers: 117,123,124,126,129, 1 S/Oa J~ $ y~Q JCa 30, 131,132,144,145A. TOTAL SID ADDITIVS ALTERNATE NO.1 $ }~' ^ o.^, O ADDENDUM N0.6 ATTACHMENT N0.4 Page 18 of 3S 2°d Revisioa Proposal Form - Cozpus Christi eayfront implementation Plan - Phase I 9p,fe 1° nP ii L - ADDITIVE ALTERNATE NO. 2 I II III IV V Unit ITEM QTY Description Price Total ALTERNATE NO. 2: Add Eight(8)Pergola bay units complete and in place per. Lump Sum. (Spun Concrete Columns, L1 1 LS Structural Cable System, and associated uplighting to base bid per Sheet 131A,49A, and 48A for a total of 18 bay units. All paving, benches and lighting bollards to remain in the Base Bid. ) /L A, aao $ /a d o d0 TOTAL SID ADDITIVE ALT&icirA`r~5 NG.~ $ /2 d, d~Q ADDENDUM NO.6 ATTACHMENT N0.4 Page 20 of 33 2nd &evisioa Proposal Form - Corpus Christi eayfront Implementatioa Plan - Phase I Page 20 of 33 ffi - ADDITIVE ALTERNATE NO. 3 I II III IV V IIait ITEM QTY Deacriptioa Price Total ALTERNATE NO. 3: Add Four (4) Wind Turbines & appurtenances, M1 1 LS complete and in place per Lump Sum. Reference Sheets 59A and 57. 59 49A 40 $ 30Se~oa - $ ~QS, a00 , , , TOTAL BID ADDITIVB ALTERNATE N0.3 $ 3~j~Jdd ADDENDUM N0.6 ATTACHMENT N0.4 Page 21 of 33 2p° Revision Proposal Form - Corpus Chziati Sayfront Implementation Plan - Phase 2 Page 21 of 33 N - ADDITIVE ALTERNATE NO. 4 Add Pavers on Shoreline Drive (between the South Crosswalk at the Fitzgerald Street intersection and the North crosswalk at the Palo Alto Street intersection per Sheets li, 13 and 31C of the Contract Drawings. I II III IV V IInit ITSN QTY Description Price Total N-1 1, 600 Add Brick Pavers, complete and i ~ ~ $ ~~y 0 p~ SY n place, per Square Yard. PVC sub-drain under concrete _ ~ _ N-2 275 paving w/ granular backfill, ~~ $ ~ ~3 y ~ LF complete in place per Linear - r'OOt . ( g Tf:_AI, SID ADDITIVE Ai..a.~tvh2'R NO. 4 (N-1 AND N-2) $J yr/, 73^Q ADDENDUM N0.6 ATTACHMENT N0.4 Page 22 of 33 2°d Revlsioa Proposal Fora - Corpue Christi Bayfront Implementation Plan - Phase Z Page 22 of 33 O - NOT USED P - ADDITIVE ALTERNATE NO. 5 I II III IV Unit ITSlf QTY Description ce Total ALTERNATE NO. - Y' landsc y~me greement for en ~./s of work except P1 1 LS for t rt of Corpus Christi ority site between Palo Street and Power Street. Alt $ fy0~,.. - $ f y ` d ~ o West of Shoreline Blvd. TOTAL SID ADDITIVE ALTERNATE NO. 5 $ S 5! O d l ADDENDUM NO. B ATTACHMENT N0.4 Page 23 of 33 2°° Revision Proposal Form - Corpus Christi eayfront Implementation Plan - Phase I Page 23 of 33 Q - ADDITIVE ALTERNATB NO. 6 I II III IV V Unit ITBffi QTY Description Price Total ALTERNATE NO. 6: Mock-Up Applications test: Mock-Up Construction to simulate a wave y going on shore effect ~}si g/~1~. _ NIA150 or other nozzles achieve effect N t art Q1 1 LS at 16" on er flexibi i o e. Also a wave of sing 'the Fyre Fly nozz on the above mock-up h flexibility to move the nozzle as needed. This includes testing, test report, video, $ QO d •~ $ (~ ~ 0 ~ d hotos and resentation. TOTAL HID ADDITIVE ALTERNATE NO. 6 :$ (9,eeo 2°d Revision Proposal Form - Corpus Christi Bayfront Implementation Plan - Pane 24 of 33 ADDENDUM N0.6 ATTACHMENT N0.4 Page 24 of 33 Phase i R - ADDITIVE ALTERNATIVE NO. 7 Mill existiag HMAC, install new reinforcement grid and re-surface Shoreline Blvd. with H3dAC between south end of Base Bid project limits to IH 37 per Sheets 3 58,10A,10B,12,18 AND 21A of the Contract Dwgs. I II III IV V unit ITEM QTY Description Price Total a - l A Remove Concrete ADA ramps s-~ $ ~~y R-1 4 E complete in place, per Each R-2 3950 Mill existing pavement, complete and in place per V ~ ~ ~~~.~~ SY Square Yard A New Concrete ADA ramps complete, $ Q~~pc~ R-3 4 E in place, per Each - Resurface existing pavemen a.a R-4 3950 HMAC, and reinforcement ~f_ $ ~'~'7s`Q Sy complete and in place p Square Yard 5 R 575 4" white Stripe complete an in d, 1 e, per ~ --~ $ ~ 9 O - - LF Linear Fo 170 8~~ i ipe - Solid, per com e e nd in place S~ ~ $ `~~f R-6 , LF Line oot. ~~ Whlte Stripe - 10'-30' SKIP, 4= Z '" 8a~ 1,400 per lete and in place m $ Z R_7 , p co L Linear Foot. 4" Yellow Stripe - 10'-30' ~_" z O LF lete and in place, com SKIP $ ~j R-8 75 p , per Linear Foot. 24" Yellow Stripe solid, `~ f Q ~ ~ LF per lete and in place m ~ $ R-9 40 , p co Linear Foot. TOTAL BID ADDITIVB ALTERNATE NO. 7 (R-1 thru R-9) $ ~~ T ~/~ ADDENDUM N0.6 ATTACHMENT N0.4 Zoe Revision Proposal Form - Page 26 0133 Corpus Christi Bayfront Implementation Plan - Phase Page 25 of 33 BID SUMMARY $l363~. r~~ TOTAL HASE BID TOTAL BA88 BID PLUS ADDITIVE ALTERNATE NO. 1 $ y ~~ ~ 9~ TOTAL BASE SID PLUS ADDITIVE ALTERNATES NO. 1+2 $~y /7~ S ~~ y 7s' S ~' TOTAL BASE BID PLII3 ADDITIVE ALTERNATES NO. 1+2+3 $~~ TOTAL BASE SID PLUS ADDITIVE ALTERNATES NO. 1+2+3+4 $ ~ ~ z~ y~ TOTAL BASE SID PLUS ADDITIVE ALTERNATES NO. 1+2+3+4+5 ~~~~ 1 j~0.~`1~ TOTAL BASE HID PJ4LfDIT 'E3 NO. 1+2+3+4+5+6 $ /~74rf, 7~~ ~~ BID PLUS ADDITIVE ALTERNATES NO. 1+2+3+4+5+6+7 $/~ ~~~ ~7s~ STATEMENT OF QUALIFICATIONS This section will be used by the Owner and Engineer for evaluations of the proposals and for Bid Award. The Contractor and subcontractors shall be qualified and experienced in the performance of the work as described in the Special Provisions, Item A-30. The Fountain subcontractor is to meet the qualification requirements in Section 02820 Part 2-2.2-B of the specifications. The following statement shall be filled out in order to demonstrate compliance with the qualifications and experience requirements. All questions shall be answered and the data given must be comprehensive. This statement must be submitted with the ^Proposal°. If necessary, questions may be answered on separate attached sheets. Do materials w 11 notlbedconsidered aas part oflthelproposale~ non-relative ADDENDUM N0.6 ATTACHMENT N0.4 Page 26 of 33 tad Revision Proposal Porm - ..__.__ ...._. _.; na..Frnnt_ xmnlementation Plan - Phase I COMPANY INFORMATION 1. Name oP Firm/Company submitting Proposal Form (Prime Contractor Only)s f1AAS-ANDERSON CONSTRUCTION, Lta: ~~//'~ // ~~ 2. Permanent main office address and telephone numbers /~~DZ /i'o r / 7 Cd~/o.~, C~~,:;t,; %x 76'5' 3. Year organized: /9~J i£ a cosDOration, where incorporated: ~~ 4. Current number of contracts on hand ae a prime Contractors ~ (Provide a schedule of these, showing name and address of Owner, amount of each contract and the approximate anticipated dates of completion.) ~f~~y f( 5. Have you completed all contracts awarded to you? X Yes No. if no, submit 8etails. 6. Have you ever defaulte8 oa a contract? _ Yea ~ No If so, where, why, same of project, name and address of the Owner, sad name of bond carrier. 7. Is your firm presently engaged in litigation with respect to any claim regarding contract DerformnaYce7 _ Yes (= No If yes, suk~.it description and state case number, style of case and court in which pending or is which judgement was entered. 8. Hash[your firm ever been assesse8 Liquidated Damages on nay project? L Yea 1Jc If yes, submit djtl ls, /includi_n`g /the /aem~ and////~gddresa of the ON}.r~of /Yhe project. ©n ~ a %,l~c.Ca AGS /^~/ 71 ~-~( 181 SJJ'/'i~ y'l.,w/ f,r,. ^A R/~W~"~^ ' 9. Is yoary €lim currently working on any Drojecta in which work is being performed Dast the original deadline? X Yes _ No If yea, submit details, including the name and address of the owner of the Droj ect along with an explanation of why the Dro'ect is late or ast the scheduled deadline. ~0.„1~ ar a/~2(P-PI. ~3ot~~'e 6t ~aM~o ~,e,t~ 6r toi ~e/ds-'. ~~ ____=~~ea a e€ 12. Have the principals o£ your firm been engaged in the construction contracting business under any other name within the Dast £ive (5) years? ADDENDUM N0.3 Yea ~ No ATTACHMENT NO. 11 Pace 27 of 33 If so, please provide the name of such principal(s) and the name and address of the former business. Revt sad Proposal Form - Corpus Christi Bayfront Implementation Plan - Phase I v~,.o 77 of 7Z WORK IN PROGRESS 8/1108 $000's Job # Name Contract Earned Remaining Remaining 171 Nueces FM 624 6,055 4,617 1,438 23.75% 100 Bee: US 181 35,572 13,263 22,309 62.72% 103 Duval SH 44 6,952 5,891 1,061 15.26% 108 CC: Street Clusters 8,891 7,023 1,868 21.01% 113 Jim Wells FM 1352 2,988 2,513 475 15.90% 115 Del Mar Parking 4,622 3,866 756 16.36% 121 CC Doddridge 8,700 2,134 6,566 75.47% 123 Nueces FM 665 5,300 1,093 4,207 79.38% 124 Turner Industries 1,738 298 1,440 82.85% Total Contracts 80,818 40,698 40,120 49.64% WORK PLAN: Provide attached to this proposal a brief statement deecribiag the bidders approach to completing the Work withia the specified completion time. Seclude a bar chart echndule of the major work activities to demonstrate the feasibility of thebidder~s approach. Sar chart may be head written on this sheet or provided on as attached priatad page. ADDENDUM NO.6 ATTACHMENT N0.4 Page 28 of 33 2°" Reviaioa Proposal Form - Corpus Christi Bayfroat Implementation Plan - Phase I Page 28 of 33 Bayfront Development Phase 1 -Work Plan Upon the Notice to Proceed, HAC will set up the yard, Barricades, and SWPPP measures. This will also begin the submittal and shop drawing process for the Kiosk and IWF. Street Work will then begin per the sequencing shown on plan sheets 7 thru 9C and will last around 9 months. Upon approval of shop drawings and various submittals, the sheet piling and excavation will begin for both the Kiosk and IWF. Work will proceed until completion for both the Kiosk and IWF which will last around 7 to 8 months. After the majority of the dirt work is completed for the Shoreline Dr. civil work, the sitework will begin for the park improvements. The work will proceed on the park sidewalks, planting soil, storm sewer, and irrigation and landscaping until the job is complete and ready for a final inspection. Total job duration is expected to be around the allotted time frame of 14 months. 9~ ~ n ~ ~ Om m ~ °!n N } m° J m oo xl o 'o ool b m oo ~m o u~'a ao u o o j ,m~'I•' 0 o ~ Y $ 0 00 0 i'x' o ld' o ~ o °0 0 _ 25 . 3 3 g _ g I • _ y 5 I, ml ~ 9 ' 0 N C ~ j I ~ 41 O Rlo N ~l 9 0~ so C 0 m D y I S l,°N lao^ C1 $ 9 4 .N C~ .0 .90 '~, °-~ I~s~ R la3 2 c c ~~ ~ ~~ I~ ~~ D '~ ~.ip ~ ' ~ ~ ~ ~ E ~'~ ~ o =1 ~ ~ m ~ ~ ° i I' ~ I ~'~ m $ ¢ ~ a IQ ' ~I ~~~'n a°a a °m ~ ~? ~ i i 'l I I I ~ ~. I e J ° ° ~ I I i I I i I I I I I c v L I o l t i I I o ~ ~~ t i ~ i I ~ I I ~~ . ~ ~ ii I i I ! ~ I I i • ~ g $ $ ° ` _ d ~ °n _ $ n °n n n~ n lff n g., n $ ~' °o ~' a n $ $ °n n . ~ j $ $ $ ~' $ n $ ~II $! II ~ n n l$ n $I n: a l ~5' n ~ n ~. ~ n 'n $ X $ 1 > 0 = O fJ O J O N m N ~ L + OI ~ N P m p 01 N oof N oOo ~ y1 O N m N ~D N N+ f0 YnN N N m O N N N ~ D p ~ ~ ~ ~ ~ o G pC < i H ~ G ~ ~ ~ OO << 6~: O ~ y O y O I O 9 O 9 O V T $ G m 8 ® O (~ m j~ N 4 ° 1 -1 ~ Q !O N O m N m i I m ° s ~ s m ~ m,~l m g, , N m •m Ol m m I N W W i qN b O N ~ N ~ • N A J pp ~P Z A O J ° t Ot~rr ° b N N 01 N N N m N Y N N N ~~ ~~ Jpp D NN O N oy ~ O + ~ ~ ~ y ~ ~ ~ ~ m T N 8 ° Z ~ ~ ~ m ~ (-N~1 ~ ~ ~ m m ~ ~ ~ ~ ~ ~ ~a ~ 9 '~ I ~ : m I i -® s 0. 8 N~ u y ~ ~ ° ~ c-R - ° ~.-~-~ 9 3 y w I t ! a y v _ a O p p 2: N yy 3 >> W ~ ~ 0® w o N ~~ 9 ~° o ~ O ~ II vl~ ' _ O ,~ N d p 7 ~ my I v.. V®y~~~ o° a E Y ~ L^ ,O O w V N ~ m n W~ ~~ ' y~~ < N V M m m ~ ~'o S O m 7 3B v W r I ,~ ~ ~~ R R +~~ I N G C _0 O ~ 9 m b I I L F my N 0 9 m z 3 3 ~ $ " ~ ~ T C a a m° p ~ ~ = S N O~ N p m d ~ I _ NN O 8 C, j' ! O v zo~m Si } ~ , J .,_, _ ~y A pN1 U 1NJ N y I ,,,, i pO Nq Wp O O O yQl ~/ ~, O ~ Ny m ~ O O O O O O O O O < 3 m ICI m I n a n 9 .7 9 ? m m 9 '~I ? # 0 p~p n ' 'S '~ m ~ 13 ' ~~~ l l ` ~ ~ ~ I n ~ `c ~ ~ d 3 ~ ~' '~ S II~ ' ~ '- ' ~w ZoO mm Oi m n fi ~ i e' ~s' u ~~ FIB a ~ m I v a ~ it ~ i ro e m i I II 8 8 8 ~ 5 8 88 8 8 8 8 Wd I ~ 6 p 6 p 6 y 6 p q 6 6 p 6 6 6 p 6 p 6 p~ p 6 6 ~ ~ ~ ~ ~ g r~i Da m m = ZO ~ o m r ° .r ~ Z ° t b p m ° A Q1 ~~ O ~ ~ ~ g m I 1 0 1 0 1$ m n m m Nm J + O O p ~ O 10O m N n < O ` g O 9 m 41 V r ~ r b p< 0 < F W 100 b d p 10 1 0 d W N 1 N ~' D »a n ~I ~ e m~ -n~ y iWm O n m 3 9 9, 3 ° ~~ s ~a ~ ~. c I ~ v .°. ~ y o - w ? '° a o_ o v a ~ 6 ~ ~ i ~ 2 8 7 v ~ ~ _- m ~ ~ ~ ~ ~ i a $ ~ ~ t Y ~ ~ ~ v ~ e 9 ~ ER m ° d I m 1 ~; T ' N = y I O ~ '3 T 3 nFI "~ w...... _.. ~.. __ TN41~9dm w > 3 e Q d o ~ i ~~ ~'" ~ ~d o ~ m I ~ $. 3' ~ 1p _a Contractor Project History: The Firm and Sub-COatractors (to the Firm) moat have demonstrated technical exyertise, experience, sad resources to provide a complete project. Project axDarieace listed should be that which is similar to the type, size, arEd scope o£ this project and shall have bean per£osmed within the last 5 years. Specify whether the project experience listed was performed by the prime contractor or subcontractor. I£ the experience listed was perfozme8 ae Dart o£ a team specify participant's role (prime or aubcoatractor) and Derceatage o£ work performed. See attached for last 5 years 2003 through 2007. 2008 shown below: Fulton Corridor for Port Of Corpus Christi $38,083,000 Rail Cargo Yard for Port Of Corpus Christi $ 3,209,000 SH 44 in Nueces County for TxDot $ 2,947,000 ADDENDUM NO. 3 ATTACHMENT NO. 11 Page 29 of 33 Revised Proposal Form - Corpus Christi Bayfront Implementation Plan - Phase I Pane 29 of 33 4 What projects has your organization completed in Texas and elsewhere? Contract Class of Date Texas Name & detailed address of Amount Work Completed Location official to whom you refer 24,960,752 US77 07/07 Nueces TXDOT, Dist. 16 3,420,669 BS44 11/07 Nueces P.O. Box 9907 10,872,400 US281 OS/O7 Jim Wells Corpus Christi, TX 78469 4,839,354 FM2678 04/07 Refugio Attn: Craig Clark, P.E. 1,293,983 FM1684 11/07 Refugio 509,791 PR25 01/07 San Patricio 2,262,676 FM534 07/07 Jim Wells 2,856,098 IH37 10/07 San Patricio 821,806 FM3376 09/07 Jim Wells 912,626 Sitework 06/07 Nueces Fulton/Coastcon 865,592 Sitework 10/07 Nueces 5656 S. Staples Corpus Corpus, TX 78412 Attn: Philip Skrobarczyk 790,478 Subdivision 03/07 Nueces Urban Engineering 810,264 Subdivision 07/07 Nueces P.O. Box 6355 230,192 Subdivision 12/07 Nueces Corpus Christi, TX 78466 Attn: Gnuck Urban 6,230,085 Overlay SH2860 12/07 Nueces Rosiek Construction 2000 E. Lamar Bivd, Suite 410 Arlington, TX 76006 Attn: Steve Rosiek 3,476,438 Sitework 02/07 Nueces Zachry Construction Corp. P.O. Boix 240130 San Antonio, TX 78224 Attn: Marty Garza 3,369,959 FM716 07/07 Duval TxDot, Dist. 22 1817 Bob Bullock Loop Laredo, TX 78043 Attn: Mario Medina, P.E. Projects completed in 2006. Contract Clase of Date Texas Name & detailed address of Amount Work Completed Location official to whom you refer 18,450,000 Spur 3 06/06 Nueces TXDOT, Dist. 16 7,419,219 FM7869 02/06 Nueces P.O. Box 9907 7,541,000 SH188 10/06 San Patricio Corpus Christi, TX 78469 1,749,884 FM3376 05/06 Jim Wells Attn: Craig Clark, P.E. 552,991 FM70 O6/O6 Nueces 1,484,131 SH35 OB/O6 Aransas 1,436,477 FM1074 05106 San Patricio 344,967 FM1961 O6/O6 Goliad 549,457 FM665 10/06 Jim Wells 1,840,000 FM1360 11/06 Refugio 350,468 Sftework 05/06 San Patricio FuitoNCoastcon 333,915 Sftework 09/06 Nueces 5656 S. Staples 216,177 Sftework 07/06 Nueces Corpus Corpus, TX 78412 913,907 Sftework 08/06 Nueces Attn: Philip Skrobarcryk 282,380 Sitework 08/06 Nueces 1,053,510 Subdivision 02/06 Nueces Urban Engineering 756,755 Subdivision 03/06 Nueces P.O. Box 6355 485,172 Subdivision 09/06 Nueces Corpus Christi, TX 78466 623,177 Subdivision 09/06 Nueces Attn: Chuck Urban 807,954 Subdivision 09/06 Nueces 160,000 Parking Lot 12/06 Nueces Port of Corpus Christi 222 Power Street Corpus Christi, TX 78401 Attn: Frank Brogan, P.E. 1,846,643 "M" Road Rehab 04/06 Nueces Nueces County 901 Lepard Corpus Christi, TX 78401 Attn: Glenn Sullivan, P.E. 553,534 Packery Parking 01/06 Nueces City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 Attn: Angel Escobar, P.E. 2,345,993 Santa Fe St. 08/06 Nueces Spohn Hospital 1415 3rd St. Corpus Christi, TX 78404 Projects completed in 2005. Contract Class of Date Location Contact Name & Amount Work Completed County Address 19,988,818 SH35 Bypass 9/05 San Patricio TXDOT, District 16 9,230,000 IH37 Rehab. 7/05 Nueces P.O. Box 9907 2,125,000 US77 Overlay 11/OS San Patricio C.C., Tx, 78469 297,133 FM673 Rehab. 6/05 Bee Attn:Craig Clazk, P.E. 312,664 BU181J Rehab. 7/05 Bee " 1,253,629 Sitework 4/05 Nueces Fulton Construction 660,636 Sitework 9/05 5656 S. Staples 319,107 Sitework 10/OS C.C., Tx, 78412 Attn: Philip Skrobazczyk 1,090,400 Subdivision 6/05 Nueces Urban Engineering 601,295 Subdivision 7/05 P.O. Box 6355 C.C., Tx, 78466 Attn:Chuck Urban, P.E. 3,291,279 Parking Lot 8/05 Nueces Port of Corpus Christi 222 Power St. C.C., Tx, 78401 Attn:Frank Brogan, P.E. 2,665,547 Road Rehab. 9/05 Nueces Nueces County 343,764 Parking Overlay 10/OS 901 Leopard C.C., Tx, 78401 Attn:Glean Sullivan, P.E. 1,912,621 Apron Recon. 1/OS Nueces City of Corpus Christi 3,090,000 Street Recon. 12/05 1201 Leopard St. C.C., Tx, 78401 Attn: Angel Escobar, P.E. Projects completed in 2004. Contract Class of Date Texas Neme & detailed address of Amount Work Completed Location official to whom you refer 6,449,985 FM 351 11/04 Bee TXDOT, Dist. 16 2,466,000 SH44 12/04 Nueces P.O. Box 9907 Corpus Christi, TX 78469 Attn: Craig Clark 1,181,297 Sitework 11/04 Nueces Fuiton/Coastcon 5,373,205 Sitework 12/04 San Patricio 5656 S. Staples 353,572 Sitework 10/04 San Patricio Corpus Corpus, TX 78412 Attn: Philip Skrobarczyk 845,870 Subdivision 04/04 Nueces Urban Engineering 441,875 Subdivision 06/04 Nueces P.O. Box 6355 570,682 Subdivision 06/04 Nueces Corpus Christi, TX 78466 468,404 Subdivision 09/04 Nueces Attn: Chuck Urban 514,341 Subdivision 06/04 Nueces 495,659 Subdivision 12/04 Nueces 2,355,751 Street Reconstruction 09/04 San Patricio Naismith Engineering 4501 Gollihar Road Corpus Christi, TX 78411 Attn:Glenn Bridges 1,505,689 Street/Intrastructure 12/04 San Patricio Port of Corpus Christi 222 Power Street Corpus Christi, TX 78401 Attn: Frank Brogan Contract Class of Date Texas Name & detailed address of Amount Work Completed Location official to whom you refer 8,527,434 US 77 619,455 FM 758 1,270,441 SH 266 560,412 SH 44 438,911 CR 831,507 US 77 656,553 Sitework 271,654 Sitework 158,558 Sitework 861,067 Subdivision 319,267 Subdivision 256,438 Subdivision 226,214 Subdivision 2,358,000 Apron Paving 184,861 Sitework 1,602,75 i Sitework 432,300 Sitework 02/03 Refugio TXDOT, Dist. 16 10/03 Jim Wells P.O. Box 9907 11/03 Nueces Corpus Christi, TX 78469 08/03 Nueces Attn: David Casteel 10/03 Nueces 11/03 Refugio 11/03 Nueces Fulton/Coastcon 09/03 Nueces 5656 S. Staples 05/03 Nueces Corpus Corpus, TX 78412 Attn: Philip Skrobarczyk 06/03 Nueces Urban Engineering 07/03 Nueces P.O. Box 6355 09/03 Nueces Corpus Christi, TX 78466 10/03 Nueces Attn: Chuck Urban 06/03 Nueces NAS, C.C. 10/03 Nueces Moorhouse Const. 10/03 Kleberg McWhorter & Company, Inc. 10 East 4th Street rno~~;,;^, AL 36202 Attn:Tom Brock 09/03 San Patricio New Plan Excel Realty Trust, Inc. P.O. Box 1147 NY, NY 10108 Attn: Quinn Gleinsner LIST OF FIRMS SUB-CONTRACTING ON TH25 PROJECT: Ia conformance with the Contract Documents, liete8 below era the names, address, and phone numbers of the Firma nub-contracting, and to what extent they will be used if awarded this contract. This list shall not be modified except as requested and approved is writing by the Owner. State if work is to be self performed. Name and Address of Subcontractor ~ ~ Type of Work A. B. C. D B. F G I ADDENDUM N0.6 ATTACHMENT N0.4 Page 30 of 33 tad Revision PropoBal Form - Corpua Christi Bayfront Implementation Plan - Phase I Paaa ill ~f ii W m S2 Z Z Z Z Z Z Z Z ~ m D 0 o O o 0 0 0 0 0 0 d O ~ ~ O O o~7 O ~ O t00 ~ O 'R _ l0 O M O N O f~ A ~ 01 ~O O 00 u'J O) N O) + O V V fh I~ ~ O ~O (h r ~ W ~ ~ f 1 N C7 O (O V R fM i~ O '3 EA to EA EA fA fA fA b9 b9 (A (/~ a m .. `° C t+ ° ~ a y 3 m ~, m d rn c ~ c °-y' V ~ d o d `~ d ~ d ~ a~ o 'a a ,~ o .o ~ c , , ? m ~ ~ ~ c o m a d N N N U N ~ d w d N U .` - 3 ~ 1] C ~ ~~ d U m ~ ~ F- y d C ~ J O O Y --_....- ~ _.. ~' ~ .- v p> c~ n ~ v ~ ~ E1 _ y O o ~ y N y X N ~ ~ ~ d ~ ~ ~ Q ~ ~ n ~ ~ _ ~ ~ w a~ ; oX F- •~0n° in X ~ a2io m oi°~° ao L^ o X ~n X M fx.. x M -0 0 l ` Y , `~' 3 c of- ~~~ FX- ° N~ c~ o y in .~.~ v Q (n viv d:.. ~~ v ~'N Nar o x~o maci U O m= pp ~ °~ /~~ W ~ y ~ a J L O O m L W O 7 n- d ~• ~ a' O N 5 O a0~ N2 N N O v i O v `av'> LL ~ ~ rn 0 I (J C U //~~~~ W C d C U V C Q Y ~ O V m C ~ C ~ ' o ~ O ~ ~, c c ~ ~ o U v a ~ rn c v C O U ~ U U ~ -y C ~` ~ O O ~ ..~". 7 U C c C .O. m d L ~ N c Q o ~ U ~ 3 ~ C7 s m I U c ~ o d ~ d O et} m O T T ~ C ~ ~ C IY1 Yi I li N f~ f0 ~ Y O ~ O (n ' - U' ~ N The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5~ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the Cit#r Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of 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 ~~.;uplete tre entire raj ect va:~.-_i.n 425 calendar days (For Base P; ~° " pus any or all of the Additive i-_..c~ _~.aes if awarded) from ~` ~ date designated by a work Order. ~.. ",.~ undersigned further declares that i:_ ~-~ 11 provide all necessary tools and ennarat'_'~, ;;;; all the work and furnish all materia~s 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 addendum is acknowledged (addendum number(s)): Respectfully submitted: WAA$-ANDERSON CONSTRUCTION, Ltd. Name : p~.r` ~ / 0 . ,{~,~ ~ r By: (SEAL - IF BIDDER IS (SIG~ATURE) a Corporation) Address : /~cr-,~ 7(o y 2 / gaze%~ (P.O. Box) (S~reet) (Ci y) (State) '(Zip) Telephone: ,3 (n/ ~S•i' ~s 3S~ NOT&: Do not detach bid from other papers. Fill in with ink and submit complete ADDENDUM NO.6 with attached papers. (Revised August zooo) ATTACHMENT N0.4 Page 31 of 33 2nd Revision Proposal corm - Corpus Christi Bayfront Implementation Plan - Phase I vane ai ns av P A Y M E N T B O N D Bond No.: 104901020 STATE OF TEXAS § KNOW ALL BY TBESE PRESENTS: COUNTY OF NUECES § THAT Haas-Anderson Construction, Ltd. of NUECE3 County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company of America, a 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", 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 FOURTEEN MILLION, SIX HUNDRED ($14,622,748.00) DOLLARS, lawful money of the United States, to be paid in Nueces County,- Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: TBE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 19TH day AUGUST 20 08 a copy of which is hereto attached and made a part hereof,.-for the construction of: CORPUS CHRISTI BAYFRONT DEVELOPMENT IMPLEMENTATION PLAN PHASE I (SHORELINE REALIGNMENT- PHASE I) PROJECT NO. 6279 (TOTAL BASE BID + ADD.ALTS 1,2,3,4: $14,622,748.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. "The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 21st day of Auoust 20 08 PRINCIPAL Haas-Anderson Construc ' n Ltd. By. i ri ame i e President, Haas•Anderson Management, LC. TEST General P r rer '~ e re ary ~ ^ rJ -_ rr am Preddent, HaeeAredev6on 0.Aar)agernerrt, L.G. Opr~'al Parlnor SURETY Travelers Casualty and Surety Company of America Attorney-in- ac Kerry J. Woods nn ame The Reaideat Ageat of the Suret~- in Nuecea Couaty, Texas, for delivery of notice and service of process is: py~~,; Keetch & Associates Contact Peraoa: Kevin Keetch Address: P. O. Box 3280 Corous Christi TX 78463-3280 Phone Number: 361-883-3803 (RevEsed 9%02jf Payment Bond must not be prior to date of contract) Payment Bond Page 2 of 2 P E R F O R M A N C E B O N D Bond No.: 104901020 STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES THAT Haas-Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company of AmOricd 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 FOURTEEN _ _-_~____ .......... v..~.e.oar~ LY10TV-4TGAT AND NO/100($14,622,748.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum'well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCB THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 19TH of AUGUST 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI BAYFRONT DEVELOPMENT IMPLENDrNTATION PLAN PHASE I (SHORELINE REALIGNMENT- PHASE I) PROJECT NO. 6279 (TOTAL BASE BID + ADD.ALTS 1,2,3,4: $14,622,748.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does. hereby waive notice of any such change, extension of time, alteration or dd't' to the terms of the contract, or to the work to be a i ion 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 21St day of Auaust 20 08 PRINCIPAL s T i l e )yam President,Haag-A(ude~Un Ab~G' l-'O. (teneral PsrlnsT SURETY Travelers Casualty and Surety Company of America The Resident Agent of the Surety is Nueces County, Texas, for deSiverp of notice wind service of process is: Agnoy: Keetch & Associates Contact Person: Kevin Keetch Address: P. O. Box 3280 Corgus Christi TX 78463-3280 _ Phoae Number: 361 883 3803 (NOTE: Date oY Performance Bond must not be prior to date of contract)(Revisetl 3/08) Performance Dond Page 2 of 2 President, Haas-Anderson nnanagemenz, u~. i~c~R~ CERTIFICATE ®F LIABILITI( INSURANCE OP ID EIDI DATEIMMroomyr) HAAANCi OB 27 08 PRODUCER 3wantner & Gordon Ins Agcy-CC PO Box 870 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403-0870 Phone: 361-883-1711 Fax:361-844-0101 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A' TreVelerB Ll0 dS In8 CO 41262 INSURERa. Charter Oak Fire Ins Co Haas-Anderson Construction Ltd INSURER C: iravelara Casualty c 4urety Co 19038 P. 0. BOX 7692 INSURER D: Illinois Natioval Inaurance Cv 23817 Coxpus Christi TX 78467-7692 INSURER E: BE S ecialt Inaurance Co COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED- NOTWITHSTANDING ANV REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE 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 BV PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER GATE MMIDD/YY DATE MM/OD/YY LIMITS GENERAL LIABILITY / EACH OCCURRENCE E 1, 000, 000 A X COMMERCIAL GENERAL LIABILITY 54598949-TLC-OB J 09/01/08 09/01/09 PREMISES (Ea otturence) 5300, 000 CLAIMS MADE OCCUR MED EXP (Any one person) 5$,000 X XCQ IIEClnded SEE ATTACHED ~ PERSONALBADV INJURY 51,000, 000 X Employee $enefltB GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG 52,000, 000 POLICY X JEC LOC AUT OMOBILE LIABILITY COMBINED SINGLE LIMIT E1, 000, 000 8 X ANV AUTO 54 5 98950-08 -CNS 09/01/08 09/01/09 (Ea actioenl) ALL OWNED AUTOS ~ / BODILY INJURY E SCHEDULED AUTOS J (Per per50n) X HIRED AUTOS BODILY INJURY E X NON-OWNED AUTOS (Per actioenl) X NCS-90 PROPERTY DAMAGE E (Per accitlenl) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT E ANV AUTO OTHER THAN EA ACC E AUTO ONLY: AGG S EXCESSIUMBRELLALIABILITY EACH OCCURRENCE 2,000,000 D X OCCUR CLAIMS MADE 854 8 910 8 2 ~ 09/01/08 09/01/09 AGGREGATE E2, 000, 000 t DEDUCTIBLE E X RETENTION 510, 000 E WORKERS COMPENSATION AND X TORY LIMITS ER C EMPLOYERS' LIABILITY 0470C16-2-08 09/01/08 09/01/09 E.L. EACH ACCIDENT 51,000,000 ANV PROPRIETOIUPARTNERN:%ECUTIVE OFFICER/MEMBER EXCLUOEDy OFFICERS INCLUDED E.L. DISEASE-EA EMPLOYE 51,000,000 If yes, oescn0e under SPECIAL PROVISIONS oelpw E.L. DISEASE-POLICY LIMIT 51,000,000 OTHER 8 Installation Fltr DAL064771 ~ 09/01/08 11/01/09 2,67$,779 ~ggregate nvec morlnu nv nvaoennu3,1 ncennus r VEHIC LES I EXCLUSIONS ADDED BY ENDORS EMENT /SPECIAL PRO VISIONS Project Name: CC Sayfront Development Implementation Plan Phase 1 Shoreline Realignment Project No. 6279 The City of Corpus Christi is named as additional insured on all General Liability and all Auto Liability policies. CERTIFICATE HOLDER CICC-CO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED REFOR THE EXPIRATIO DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3~OAY3 WRITTEN City Of COrpns Chxi Bti / NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Engineering Services / IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Contract Administrator Y P.G. BOX 9277 REPRESENTATIVES. COrpns Chri ati TX 78469-9277 A ORILED RE SENT E - / N©TEPAD: - HAAAxCi J PAGE 3 INSUREDSNANIE , Haa$-Anderson C4nstruetion Ltd QP ID EIDI DATE 08/27/08 City of Corpus Christi - Certificate of InsuranceAttachment General Liabilitly includes premises-operation, contractual, broad form property damage, independent contractor and XCU / Automobile Liability includes owned, hired and non-owned autos V/ Workers Compensation includes owners, partners, executive officers. *"'ta~ arzv'<..Y`n. ~~~ ;~~ Haas-Anderson Construction Ltd. City of Corpus Christi Travelers Lloyds Insurance Company P. O. Box 9277 f COMMERCIAL GENERAL LIABILITY Policy #54596949-TLC-08 / Corpus Christi, TX 78469-9277 Term: 09/01/2008 to 09/01/2009 TIi1S ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY J DLANKET ADDITIONAL INSURED (CONTRACTORS) V'~~ This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIADILITY COVERAGF_ PART 7. WHO IS AN INSURED - (Section II) is amended c) The insurance provided to Ilse additional in- " to include any person or organization Ihal you or sured does not apply to "bodily injury " agree in a "written contract requiring insurance" "properly damage" caused by "your work to include as an additional insw'ed on this Cover- and included in the "products•compleled op- age Parl, but: eralions hazard" unless the "written conU'act " " requiring insw'ance" specifically requires you bodily injury , a) Only with respect to liability fro " Io provide such coverage for Ihal additional ; and "propeny damage" or "personal injury insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or, "propedy damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" In which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an atlditional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or anissions of such person or organization. 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limilr;d as follows: collectible "other insurance", whether primary, a) In the event That the Limits of Insurance of excess, contingent or on any other basis, Thal is this Coverage Pari shown in the Declarations available to the additional insured for a loss we exceed the limits o/ liability required by the cover u0der this endorsement. However, if the " "written contract requiring insurance", the in- specifically "written contract requiring insurance surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- hasis or a primary and non-contributory basis, " quired by that "written contract requiring in- this insurance is primary to "other insurance available to the additional insured which covers surance". This endorsement shall not in- nce described in ' f i it that person or organization as a Warned insured nsw a s o crease the lim and we will nal share with that for such loss Section III -Limits Of Insurance. , "other insurance". But the insurance provided to b) The insurance provided to the additional in- the additional insured by this endorsement still is sured does not apply to "bodily injury", "prop- excess over any valid and collectible "oilier in- edy damage" or "personal injury" arising out surance", whether primary, excess, contingent or or the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "o0rer insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4, As a condition of coverage provided to the logs, opinions, repods, surveys, field or- additional insured by this endorsemenC ders or change orders, or the preparing, a) The additional insured must give us written approving, or failing to prepare or ap- notice as soon as practicable of an "occur- prove, drawings and specifications; and rence" or an offense which may result in a ii. Supervisory, inspection, architectural or claim. To the extent possible, such notice engineering activities. should include: ATTACHMENT 2 1 OF 2 CG D2 48 08 05 (~> 2005 The St. Paul T ravelers Companies, Inc. Page 1 of 2 OU29~/ COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense look place; ii. 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 Immediately record the specifics of the claim or "suit" and the date received; and ii. Notity us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" 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 us 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 lender the de- fense and indemnity of any rlaim or "soil" to any provider of "other insurance" which would cover the additional insured fora loss we cover under this endorsernenl. However, This condition does not atfecl whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is adtled to SECTION V. - DEFINITIONS: . "Written conU'act requiring insurance" means That pad of any written contract or agreement under which you are required to inchide a person or organization as an additional in- sured on Ihis Coverage Part, provided chat the "bodily injury" and "properly 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 earl 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: 54598949-TLC-08 Policy Term: 09/01/2006 to 09/01/2009 ' d Represent e: /// R. .Lee, Managing artner Swantner & Gordon Insurance Agency P. O. Box 870, Corpus Christi, TX 78403-0870 © 2005 The St Paul Travelers Companies, Inc. CG D2 4G OS 05 Page 2 of 2 Haas-Anderson Construction, Ltd. POLICY NUMBER: 54598950-08-CNS COMMERCIAL AUTO ISSUE DATE: 09/01/08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. J®~~~GNA~~®eNSU~~n This rndorsemenl modifies insurance provided raider the following: BUSINESS AUTO COVERAGE FORM 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 rnorii- fied by This endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" render the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Farm. SCHEDULE• Name of Person(s) or Organization(s) ANY PERSON OR ORGANIZATION WITIi City of Corpus Christi P.O. Box 9277 WHDM YOU HAVE AGREED IN A WRITTEN COrpuS Christi, TX 78469-9277 CONTRACT, EXECUTED PRIOR TO LOSS, 70 NAME AS AN ADDITIONAL INSURED. (1f no entry appears above, in(onnation required to cornplefe this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insuretl" under the Who Is An Insured Provision contained in Section fl of the Coverage Forrn. Named Insured: Haas-Anderson Construction, Ltd. Policy Number: 54596950-08-CNS Policy Term: 09/01/2008 to /01/2009 / AuthQri~dresentativ V/ N 3R., ~., i 0 m .t8 G. ,e- R.M. Lee, Managing Partner Swantner & Gordon Insurance Agency P.O. Box 870, Corpus Christi, TX 78403-0870 CA 20 48 02 99 Copyright, Insurance Srrvices Office, Inc., 1998 ATTACHMENT2 20F2 Page 1 of t oo~ooz COMMERCIAL GENERAL, LIABILITY THIS ENDORSEMENT CHPNGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR 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 ?.. Address: SEE BELOW 3. Number of days advance notice: THIRTY (30)'/ City of Corpus Christi Dept. o£ Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 Named Insured • Haas-Anderson Construction, Ltd. Policy Number: 54598949-TLC-08 Effective Date of This Endorsement : 09/01/2008 to 09/01/20\09// Authorized Representative: ~ V Name (Printed): R. M. Lee Title (Printed) : Manaaina Partner Swantner & Gordon Insurance Agency, P. O. Box 870, Corpus Christi, TX 78403-0870 ccozos (ii-85) ATTACHMENT 3 1 OF 3 TE oz ozm '~ CANCF.LLATdON PIt®Vd3dON ®R COVERAGE CHANGE END®ItSEMENT This endorsement mocjifies insurance provided under the following: SIISINESS Ai1T0-COVERAGE PORM GARAGE COVERAGB PORM TRQC&ERS COVERAGB PORM This endorsement changes the policy effective on the inception date of the policy _a: .. ,.a ti..,...... u..,~~~ Endorsement Effective Policy Numbex / 09/01/2008 5459B950-08-CNS v Named Insured . :~! 6~,pr,, '~ 4,,~`' `"~'" y% ~",~,.~ ~~c5' Haas-Anderson Construction, Ltd. ~ a~s~'' M cou:rtersigx~ty R. M. Lee, ana in Partn ,w..w ,.....: .. e.i Derr~P ePrhnYivPl T IRTY (30f ~ days before this policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: ~r SI'D BELOW SpE EEI OW ~ - _.__ (Enter Name and Address) City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. 80x 927! Corpus Christi, TX '78469-9277 Authorized Name (Printed) : R ~~ ) Pe Title (Printed) : Managing Partner Swantner & Gordon Insurance Agency, P.O. Box 870, Corpus Christi, TX 78403-0870 FOAM TE 02 02A - CANCELLATION PROVISION OR COVERAGE GRANGE ENDORSEMENT Texas Standard Automobile Endorsement Pseeoribed November 1, 1987 ATTACHMENT 3 2 OF 3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 O6 O1 (Ed. 7-94) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. 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. 'rhi.s 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: CiL•y of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78969-9277 '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 prepaxation of the policy.) Endorsement Effective 09/01/2008 Policy No. / Endorsement No. 0470C16-2-08 V Insured Haas-Anderson Construction, Ltd. P~' m $ ne/Ga , .~ v Lt."' f~4~fi~~ &' Insurance Company ~ Countersigned By: `~~~ ^J~¢ Travelers Casualty & Surety Company Name (Printed) : R. M^Lee WC 92 06 O1 --- (Ed. 7-84) Title (Printed): Manainc Partner - Swantner & Gordon Insurance Agency P.O. Box 870 Corpus Christi, TX 78403-0870 ATTACHMENT 3 30F3 GENERAL ENDORSEMEN'C Name of person or organization insured Haas-Anderson Construction, Ltd. ~ Date this endorsement takes effect 09/01/2008 ~ Endorsement Number #1 Policy Number DAL064771 ~_~ policy Period . 09/01 /2008 to 11 /01 /2009 Installation Floater Name of Company issuing this endorsement QBE Seecialty Insurance Company (We will not fill in the above unless we issue this endorsement after we issue your policy) In consideration of no change in premium, add the following as an additional insured: City of Corpus Cluisti: Department of Engineering Services P.O. Box 9277; Attn: Contract Administrator Corpus Christi, TX 78469-9277 Should the above described policy Ue catrcelled or materially changed before the expiration date thereof, the issuing company will mail 30 days written notice to the above named. Signature: ~f::.*` as Authorized Agent ATTACI-I1VII';NT 4 1 of 1 KK-GL00 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 4o 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.