Loading...
HomeMy WebLinkAboutC2008-310 - 8/26/2008 - ApprovedI' i~ ~? ~3 1i Ii 1J ( -- 12008-31, S P E C I A L P R O V I S I d M2008-23i F O R M S F O R 08/26/01 S P E C I F Y C l~ T I O N SHaas-Anderson Construction A N D O F C O N T R A C T S A N D B O N D S 19 STREET OVERLAYS ~ ~ CLUSTERS ~r3y ~ & CLUSTER 1 _. - ~ ~ COYM, RENNET & GUTIERRE 2, ENGZNEERING,~ L. P. - - _ - 5656. S_ .STAPLES, -SUITE. 230 ~ CORPUS CHRISTI, TEXAS78911~ I Phone: 361%991-8550 F.ax: 361/993-7569 - - ~ _ Email: donz@crgei.:com ... - S ~ -.CLUSTERS 2 & 4 - - i L.N. V. ENGINEERING 801NAVIGATION SUITE 300 - - -- CORPUS CHRISTI; TEXAS -:78408 - - Phone: 36I-8931989 ~. ~ Fax: .361-883-198.6 --_ ` "- Email: -danl@lnvine-.cam ~ - - t - .. - - I ~ ~ CLUSTER 3 Li RVE INC. i $20 BUEFAliO ST.- - r.. f~ - ~ CORPUS, CHRISTI, TEXAS 78401 Phone: 361-887-8851 1_~ Fax:- ..361-887-8855 - :Email: patveteto@'rve-inc..c6m - ~.~ .. FOR U.' STREET ~ OEP.ARTMENT: ~ ~ ~ ~- _ CITY OF CORPUSCHRISTI, TEXAS. Phone: 3,61/826-1881 1~ Fax:. .361./826-1989 AND ~I DEPARTMENT OF ENGINEERING SERVICES: - - CITY OF CORPUS CHRISTTr TEXAS - 2` Phone: 361/880-3500_, ~ ~~q~ „ -~~ ~'ax: 361%880-3501.' ~~~tQ~r~~~?!`y, QROJECT NO: 6dtd6 Clusta~' 1 - ~'~.*i; .~ ,~'*/~ ¢497 Clusters z 5' d ~;~~PF~ ObN H~MM~'~'~~~` 6d~9 01u~ti®r ~ % hi~y ..•96151 ~~q~ ~ I.~i.~.A.... ..c0 cr~i,: I •• ~ City Of ADDENDUM NO.2 'r CIl IStI August 1, 2008 TO: ALL PROSPECTIVE BIDDERS SUBJECT: STREET OVERLAYS-CLUSTERS 7, 2, 3 & 4 PROJECT N0.6446, 6447, 6448 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the Addendum shall remain unchanged. I. NOTICE TO BIDDERS AND PART A -SPECIAL PROVISIONS A. 1. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed flsam Wednesdav. August 6 2008 at 2:00 o.m.. to Fridav. Auausf S. 2008 at 2:00 u.m. To access this Addendum online, go to: www.ccenaoroiects.com Please note: Addendum No. 3 will follow Monday. Please acknowledge receipt of this addendum in the appropriate place in your Proposal Form. END OF ADDENDUM N0.2 ~~//~ G`~ •--s- PETE ANAYA Assistent Director of Engineering Service ADDENDUM N0.2 Page 1 of I Fax Transmission Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 826-3527 Fax: 826-3501 To: ALL PLAN HOLDERS Date: July 25, 2008 From: Kevin Stowers ~~-~~ 7/~~/,~ Pages: 3 (including fax sheet) Interim Director of Engineering Services Subject: STREET OVERLAYS CLUSTERS 1, 2, 3, & 4 PROJECT N0.6446, 6447, 6448 Addendum No. 1 Comments: This fax transmission includes the signed Addendum No. 1 and from LNV Engineering, for the above referenced project. Please see note below: The entire addendum including one attachment will be posted on the web site as noted below. This addendum: Includes clzrifications to 3 drawing sheets and an attachment to explain "typical HMACP level-up detail". To access this Addendum online, go to: www.ccenenrojects.com TIME AND PLACE OF BID OPENING SHALL REMAIN UNCHANGED. Prospective bidders are hereby noted of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. •• ~ City of ADDENDUM NO. 1 _ us - - Chnsti ~M July 25, 2008 TO: ALL PROSPECTIVE BIDDERS SUBJECT: STREET OVERLAYS CLUSTERS 1, 2, 3, & 4 PROJECT N0.6446, 6447, 6448 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. I. DRAWINGS A. CLARIFICATION: Limits of Construction lines on Port Avenue shall be removed. No Mill & Overlay work shall be performed thru Port Avenue. B. SHEET 96AA: HMACP LEVEL-UP DETAIL ADD: Sheet 96AA, "HMACP LEVEL UP DETAIL" CLARIFICATION: HMACP Level-Up is required to provide for a constant slope between the lip of the median curb & gutter and the lip of the outside curb 8 gutter, as directed by the engineer. The swale within the street limits near the seawall shall be filled with HMACP Level-Up as needed. See Attachment No. 1. C. DELETE: Callout for Geoorid from Detail 2 and Note #3 (Geoarid notel from Detail 2. CLARIFICATION: Geogrid will not be required as part of the pey item "Full Depth Pavement Repair". Please acknowledge receipt of this addendum in the appropriate place in your FORM. ~ END OF ADDENDUM NO. 1 / ~ i ~E ~ENT.PEREZ:JR. ~7 Ruben T. Perez, Jr., P.E. ~ ~ gt~ LNV Engineering ~'~~~ Attachment No. 1 -Sheet 96AA- Shoreline Boulevard- Typical HMACP Level-Up Detail ADDENDUM NO. 1 Page 1 of 1 EXIST. C&G 41' BACK TO &4CK TYP 37' PAVEMENT WIDTH TYP NBML EXIST APPROX 2" SWALE DEPTH TOP OF EXIST PAVEMENT SURFACE TO BE MILLED 6' SHORELINE BOULEVARD NORTHBOUND LANES TYPICAL EXISTING PAVEMENT SURFACE STA 44+00 TO STA 74+00 NOT TO SCALE EXIST. C&G 41' BACK TO BACK TYP 2' CONSTANT SLOPE L 3" TYP ~ 3" TYP MILL DEPTH MILL DEPTH TOP OF MILLED PAVEMENT SURFACE NOTE' HMACP LEVEL-UP TYPE D FINAL HMACP OVERLAY TO BE (EST. ® 16.7 TONS/STA.) PERFORMED AFTER HMACP LEVEL-UP IS COMPLETED. SHORELINE BOULEVARD NORTHBOUND LANES TYPICAL HMACP LEVEL-UP DETAIL STA 44+00 TO STA 74+00 * * APPROXIMATE STATION RANGE- ACTUAL HMACP LEVEL UP LOCATIONS TO BE DETERMINED IN THE FIELD WITH THE ENGINEER. NOT TO SCALE ADDENDUM N0. 1 ATTACHMENT NO. 1 CLIJ~/t5 f. 3, 3 1k 4 SHORELINE BOULEVARD nrr or TYPICAL HMACP LEVEL-UP DETAIL ocenme". ~y.~r:... _T9Sg' *:' •I *~ ~ '•# RUBEN T. PEREZ, JR. ,~~, 93971 :a ~LNV ENGINEERINGI°•. engineers & oonaultants CHRISTI •wns• .n9 Senicea --- ~~ rr 96AA or 131 RTCa+o awxnG Ro. - STR 794 cm PN0.KLi / 6447 S P E C I A L P R O V I S I O N S S P E C I F Y C I-i 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 F 0 R STREET OVERLAYS CLUSTERS 1, 2, 3 & 4 CLUSTER 1 COYM, REHMET & GUTIERREZ ENGINEERING,' L.P 5656 S. STAPLES, SUITE 230 CORPUS CHRISTI, TEXAS 78911 Phone: 361/991-8550 Fax: 361/993-7569 Email: donr@crgei.com CLUSTERS 2 & 9 L.N.V. ENGINEERING 801 NAVIGATION SUITE 300 CORPUS CHRISTI, TEXAS 78908 Phone: 361-883-1989 Fax: 361-883-1986 Email: danl@lnvinc.com CLUSTER 3 RVE INC. 820 BUFFAliO ST. CORPUS CHRISTI, TEXAS 76901 Phone: 361-887-8851 Fax: 361-887-8855 Email: patveteto@rve-inc.com FOR STREET DEPARTMENT CITY OF CORPUS CHRISTI,TEXAS Phone: 361/826-1881 Fax: 361/826-1889 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT NO: 6446 Cluster 1 6497 Clusters 2 & 4 6498 Cluster 3 DRAWING NO. Cluster 1: 791 Clusters 2 & 4: 792 Cluster 3: 793 B O N D S 36151 7/~Slo$ (Revised 7/5/00) STREET OVERLAYS - CLUSTERS 1, 2, 3 fi 4 CLUSTER 1 PROJECT NO. 6446 CLUSTERS 2 & 4 PROJECT NO. 6447 CLUSTER 3 PROJECT NO. 6448 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised May 2006) Insurance Requirements NOTICE 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 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-9 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-19 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials - - NOT USED A-16 Schedule .and Sequence of Construction A-19~ Construction Staking A-20 Testing and Certification A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) .. ..2 C.--~_.«~„ed ?~,- NOT U3ED A-24 Surety Bonds NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements '~• °- "'~s NOT USED A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-39 Precedence of Contract Documents ~c c, - -~ NOT USED A-36 Other Submittals (Revised^9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities <r+ - - -Q ^a ~~ ^~ NOT USED A-90 Amendment`to Section B-8-6: Partial Estimates A-91 Ozone Advisory i A-42 OSHA Rules & Regulations A-93 Amended Indemnification & Hold Harmless (9/96) A-99 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) ,-~~~ ~~-~~ `~^^` NOT USED `~^^` NOT USED A-98 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Geotechnical Report A-51 Mobilization and Demobilization Bid Items A-52 Amended "Prosecution and Progress" PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS DIVISION 2 - SITEWORK SECTION 025902 SECTION 025909 SECTION 025919 SECTION 025929 SECTION 025610 SECTION 025802 SECTION 025805 Planing Asphalt Surfaces Asphalts, Oils and Emulsions Aggregate For Surface Treatment & Seal Coats Hot Mix Asphaltic Concrete Pavement Concrete Curb & Gutter Temporary Traffic Controls During Construction Abbreviated Pavement Markings DIVISION 3 - CONCRETE WORK SECTION 030020 Portland Cement Concrete SECTION 032020 Reinforcing Steel SECTION 038000 Concrete Structures DIVISION 5 - METALS SECTION 055420 Frames, Grates, Rings and Covers PART T - TECHNICAL SPECIFICATIONS DIVISION 2 - SITEWORK SECTION 025203 Geogrid Reinforcement SECTION 025222 Flexible Base - High Strenth SECTION 025410 Asphalt Crack Sealing SECTION 025912 Prime Coat SECTION 025916 Seal Coat SECTION 025926 Fu11 Depth Pavement Reclamation With Cement Treatment SECTION 025809 Thermoplastic Striping SECTION 025813 Preformed Striping & Emblems SECTION 025816 Raised Pavement Markers and Traffic Buttons SECTION 025618 Reference - Pavement Markers (TxDOT D-9-9200) SECTION 025820 Reference - Traffic Buttons (TxDOT D-9-9300) SECTION 025628 Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) DIVISION 13 - SPECIAL CONSTRUCTION SECTION 130005 City of Corpus Christi Standard Specification Video Detection Camera Unit and Rack Mounted CPU System APPENDIX: Letter Report - Field Investigation £or the CITYWIDE 2008 STREET OVERLAY ii PROJECT, Corpus Christi, Texas, June 12, 2008. LIST OF DRAWINGS SHEET # DESCRIPTION 1 Title Sh ee t 2 General No tes - 3 Estimated Quantities Cluster 1 4 Estimated Quantities Clusters 2 & 3 qA Estimated Quantities Cluster 4 5 Legend, Abbreviations and Testing Schedule Cluster 1 Sheets 6 Cluster 1 Riverhill Exist/Prop. Typical Sections 7 Cluster 1 Wandering Creek, Wildcat Drive & Carancahua (Third) Street Exi st/Prop. Typical Sections 6 Cluster 1 Louisiana Parkway (N) & (S) Exist/Prop. Typical Sections 9 Cluster 1 Robert Drive & Flynn Parkway Exist/Prop. Typical Sections 10-12 Cluster 1 Traffic Control Plans for Riverhill 13-17 Cluster 1 Traffic Control Plans for Wandering Creek 18-20 Cluster 1 Traffic Control Plans for Wildcat Drive 21-23 Cluster 1 Traffic Control Plans for Carancahua (Third) Street 29-26 Cluster 1 Traffic Control Plans for Louisiana Parkway (N) 27-39 Cluster 1 Traffic Control Plans for Louisiana Parkway (S) 35-37 Cluster 1 Traffic Control Plans for Robert Drive 38-40 Cluster 1 Traffic Control Plans for Flynn Parkway 41 Cluster 1 Riverhill Drive STA. 0+00 to STA. 15+00 92 Cluster 1 Riverhill Drive STA. 15+00 to STA. 22+00 93 Cluster 1 Wandering Creek STA. 0+00 to STA. 20+00 99 Cluster 1 Wandering Creek STA. 20+00 to STA. 29+00 95 Cluster 1 Wildcat Drive STA. 0+00 to STA. 16+00 96 Cluster 1 Carancahua (Third) Street STA. 0+00 to STA 15+00 47 Cluster 1 Louisiana Parkway (N) STA. 0+00 to STA. 17+00 98 Cluster 1 Louisiana Parkway (S) STA. 0+00 to STA. 20+00 99 Cluster 1 Louisiana Parkway (S) STA. 20+00 to STA. 35+00 50 Cluster 1 Louisiana Parkway (S) STA. 35+00 to STA. 98+00 51 Cluster 1 Louisiana Parkway (S) STA. 98+00 to STA. 54+50 52 Cluster 1 Robert Drive STA. 0+00 to STA. 18+00 53 Cluster 1 Flynn Parkway STA. 0+00 to STA. 14+00 Cluster 2 Sheets 59 Cluster 2 Baldwin Boulevard Exist/Prop. Typical Sections. 55 Cluster 2 Morgan Avenue Exist/Prop. Typical Sections 56 Cluster 2 Morgan Avenue Exist/Prop. Typical Sections 57 Cluster 2 Morgan Avenue Exist/Prop. Typical Sections 58 Cluster 2 Nueces Bay Boulevard Exist/Prop. Typical Sections 59 Cluster 2 Nueces Bay Boulevard Exist/Prop. Typical Sections 60 Cluster 2 Tarlton Street Exist/Prop. Typical Sections 61 Cluster 2 Up River Raod Exist/Prop. Typical Sections 62 Cluster 2 Advance Warning Signs for Baldwin Boulevard Plan 63 Cluster 2 Advance Warning Signs for Morgan Avenue 69 Cluster 2 Advance Warning Signs for Morgan Avenue 65 Cluster 2 Advance Warning Signs for Nueces Bay Boulevard 66 Cluster 2 Traffic Control for Nueces Bay Boulevard 67 Cluster 2 Advance Warning Signs for Tarlton Street 67A Cluster 2 Traffic Control and Lane Closure Plan for Tarlton Street 68 Cluster 2 Advance Warning Signs for Up River Road 6g Cluster 2 Baldwin Boulevard STA. 0+00 to STA. 14+51 70 Cluster 2 Morgan Avenue STA. 0+00 to STA. 18+00 71 Cluster 2 Morgan Avenue STA. 18+00 to STA. 36+00 72 Cluster 2 Morgan Avenue STA. 36+00 to STA. 54+29.52 73 Cluster 2 Nueces Bay Boulevard STA. 0+00 to STA. 16+00 79 Cluster 2 Nueces Bay Boulevard STA. 16+00 to STA. 23+37.96 75 Cluster 2 Tarlton Street STA. 0+00 to STA. 12+95.20 76 Cluster 2 Up River Road STA. 0+00 to STA. 17+50 77 Cluster 2 Up Aiver Road STA. 17+50 to STA. 25+68.39 iii SHEET # DESCRIPTION Cluster 3 Sheets 78 Cluster 3 Trojan Drive Exist/Prop. Typical Sections 79 Cluster 3 Airline Road Exist/Prop. Typical Sections 80 Cluster 3 Commodores Drive Exist/Prop. Typical Sections 81 Cluster 3 Trojan Drive Advanced Warning Traffic Control Devices 82 Cluster 3 Trojan Drive Tra £fic Control & Typical Lane Closure Plan -83 Cluster. 3 Airline Road Advanced Warning Traffic Control Devices 89 Cluster 3 Airline Road Traffic Control & Typical Lane Closure Plan 1 of 2 85 ~ Cluster 3 Airline Road Traffic Control & Typical Lane Closure Plan 2 of 2 86 Cluster 3 Commodores Drive Advanced Warning Traffic Control Devices 87 Cluster 3 Commodores Drive Traffic Control & Typical Lane Closure Plan 88 Cluster 3 Trojan Drive STA. 0+00 to STA. 22+00 89 Cluster 3 Trojan Drive STA. 22+09 to STA. 38+82 90 Cluster 3 Airline Road STA. 0+00 to STA. 21+25 91 Cluster 3 Airline Road STA. 21+25 to STA. 30+84 92 Cluster 3 Commodores Drive STA. 0+00 to STA. 18+50 93 Cluster 3 Commodores Drive STA. 18+50 to STA. 33+58 99 Cluster 3 Special Striping Details Cluster 4 Sheets 95 Cluster 9 Shoreline Boulevard Exist/Prop. Typical Sections 96 Cluster 4 Shoreline Boulevard Exist/Prop. Typical Sections 96A Cluster 4 Shoreline Boulevard Exist/Prop. Typical Sections 97 Cluster 9 Shoreline Boulevard Exist/Prop. Typical Sections 97A Cluster 9 Shoreline Blvd. Advanced Warning Traffic Control Devices 978 Cluster 9 Shoreline Blvd. Sequence o£ Construction 97C Cluster 4 Shoreline Blvd. Phase I & VI Traffic Control Plan 97D Cluster 4 Shoreline Blvd. Phase II & VII Traffic Control Plan 97E Cluster 9 Shoreline Blvd. Phase III & VIII Traffic Control Plan 97F Cluster 9 Shoreline Blvd. Phase IV & IX Traffic Control Plan 97G Cluster 4 Shoreline Blvd. Phase V & X Traffic Control Plan 98 Cluster 9 Shoreline Boulevard STA. 0+00 to 18+00 99 Cluster 9 Shoreline Boulevard STA. 18+00 to 36+00 100 Cluster 9 Shoreline Boulevard STA. 36+00 to 95+00 101 Cluster 4 Shoreline Boulevard STA. 95+00 to 59+00 102 Cluster 9 Shoreline Boulevard STA. 59+00 to 69+00 103 Cluster 9 Shoreline Boulevard STA. 63+00 to 72+00 109 Cluster 9 Shoreline Boulevard STA. 72+00 to 90+00 105 Cluster 9 Shoreline Boulevard STA. 90+00 to 95+75 106 Cluster 9 Shoreline Additive/Alternate No. 1 STA. 95+75 to 115+00 106A Cluster 9 Shoreline Additive/Alternate No. 1 STA. 115+00 to 129+50 107 Cluster 4 Shoreline Additive/Alternate No. 2 STA. 129+50 to 133+50 107A Cluster 9 Shoreline Additive/Alternate No. 3 STA. 133+50 to 192+86 108 Cluster 9 Shoreline Boulevard Special Striping Details 1 of 2 109 Cluster 9 Shoreline Boulevard Special Striping Details 2 of 2 Detail Sh eets (All Clusters) 110-1108 Overlays & Utility Adjustment Details (3 Total) 111 Curb & Gu tter Details 112 RTA Con cr ete Bus Pad Details 113 Pavemen t Marking-Details 119 Reflect iv e Raised Pavement Marking Details 115 Bicycle L ane Pavement Marking Details 1 of 2 116 Bicycle L ane Pavement Marking Details 2 of 2 117 TCP Gen er al Notes & Typical 4-Lane Roadway Lane(s) Closure (Daytime) 118 Typical 5 -Lane Roadway Lane(s) Closure (Daytime) 119-131 Standar d Traffic Control Detail Sheets (13 Total) iv NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT BOND PAYMENT BOND NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: STREET OVERLAYS-CLUSTERS 1, 2, 3 & 4; Project Nos. 6446, 6447 and 6448 consists of asphalt overlays on portions of eighteen City streets. The streets will be in four clusters. Cluster 1 includes portions of River Hill Drive, Wandering Creek Drive, Wildcat Drive, Carancahua (Third) Street, Louisiana Parkway (North), Louisiana Parkway (South), Robert Drive and Flynn Parkway. The project base bid for Cluster 1 will include 61,005 S.Y. pavement milling, 8,586 S.Y of full depth pavement repair, 4,860 S.Y. of full depth pavement reclamation with cement treatment, 61,005 S.Y. seal coat, 61,005 S.Y. hot-mix-asphalt concrete pavement, 47 each valve adjustments,. 35 each manhole adjustments, 45,217 L.F. of pavement striping, 1,190 .L.F. of curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 2 includes portions of Nueces Bay Boulevard, Tarlton Street, Up River Road, Morgan Avenue and Baldwin Boulevard. The project base bid for Cluster 2 will include 65,710 S.Y. pavement milling, 10,120 S.Y. of full depth pavement reclamation with cement treatment, 67,790 S.Y. seal coat, 67,790 S.Y. of hot- mix-asphalt concrete pavement, 135 each valve adjustments,49 each manhole adjustments, 34,558 L.F. of pavement striping, 3,550 L.F. of curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 3 includes portions of Trojan Drive, Airline Road, and Commodores Drive. The project base bid for Cluster 3 will include 62,285 S.Y. pavement milling, 12,140 S.Y. of full depth pavement repair, 62,285 S.Y. seal coat, 62,285 S.Y. hot-mix- asphalt concrete pavement, 10 each valve adjustments, 24 each manhole adjustments, 39,643 L.F. of pavement striping, 1,188 L.F. of curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 4 includes Shoreline Boulevard from Power Street to Elizabeth Street. The project base bid for Cluster 4 will include 90,930 S.Y. pavement milling, 9,100 of full depth pavement repair, 90,930 S.Y, seal coat, 90,930 S.Y. hot-mix-asphalt concrete pavement, 53 each valve adjustments, 16 each manhole adjustments, 52,739 L.F. of pavement striping, 1,775 L.F. of curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. The Alternate Bida associated with Cluster 4 will include 34,610 S.Y. pavement milling, 34,610 S.Y. seal coat, 34,610 S.Y. hot-mix-asphalt concrete pavement, 15 each valve adjustments, 1 each manhole adjustments, 23,602 L.F. of pavement striping, 50 L.F. curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. Proposals will be received at the office of the City Secretary until 2:00 p.m on Wednesday, August 06, 2006, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for 10.00 a.m., on Wednesday, July 30, 2006 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 5%, of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the Sg 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. Revised '//5/00 /~. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Interim Director of Engineering Services /s/ Armando Chapa City Secretary Revised '//5/00 NOTICE TO CONTRACTORS - A Y NOTICE TO CONTRACTORS - A .INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: - r i 4 a i e 4 i 1 e x TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice o£ Cancellation required on Bodily Injury and Property Damage all certificates PEA OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard - 9. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1, 000,000 .COMBINED SINGLE LZMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH ~II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden s accidental 0 REQUIRED discharge; to include long-tern X ~ NOT REQUIRED environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements . ~ 0 REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental - Insurance Requirements 0 REQUIRED X NOT REQUIRED Page 1 of 2 ^ The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ^ The name of the Project must be listed under "description of operations" on each certificate of insurance. ^ For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insu re i, 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 NOT2CE TO CONTRACTORS - B WORICE='S CO:iPE_~SATION COVERAGE FOR BUILDING G~ CCNSTRIICTION PROJECTS FOR GCVE?d~7ENT ENTITIES ( E 'texas law requi.es that -ost contractors, subcc-tractors, and otters oroviding work or ser~•ices for a City building cr construction prc=ect must be covered by worker's compensation insura^ce, authorized se.1=-insurance, or an approved worker's compensatica coverage 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 compensatica coverage, the C=ty will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. :4otor carriers which are required to regi__=per with the Texas Depart-enc of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not trovide 1 of the 3 forms of worker's compensation ceverage. The Contractor acrees tc 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 proiect contract. Please note that under section 110.110: certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; the Contractor `_s required to submit .o the City certificates of coverage for its employees and. for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the Contractor is required to post the recuired notice at the job site. By sicning this Contract, the Contractor certifies that i. will timely comci:' with these Notice to Contractors "B" requirements. NOTICE :~ CONiRACiORS - 8 (Revises 1/13/981 Yage 1 of 7 e/7 / 98 11TjC ?S. ~lS~~--~~'C~ Part II. TE~:.~S ~~'ORhERS' CO?1iPEVSATI01\` CO\1\~IISSIO\ Chapter 110. REQLtIRED NOTICES OF CO~~R-AGE Subchapter B. E.11PL0'S;'ER NOTICES ~ 110.110 Reoortin~ Requirements for Building or Construction Projects Cor Governmental Enti[ies (a) The followine words and terms, when used in this rule, shall have the followine meanings, unless the context clearly indicates otherwise. Terms not defines in this rule shall have the meanine de:.ned s the Te.•ras Labor Code, if so de5ned. (t) Cer[iiicate of covezee (ceniucat~ r =cony of a ce.~ca[e ec ~urmce, a certificate of autirorin• to sell-insure issued by the ~runission, er a workers' cemoensztien coverage agreemem (TWCC-S I, 1'WCC-S2, TWCC-S3, or IVJCC-S4), showing statutory workers' compensation insurance coverage for the person's or enut}~s employees (inciuaing those subject to a coverage zareemen[) providine services on a project, for the duration of [be project. (2) Building or construction-rigs tre meaning denned in the Texas Labor Code, § 406.096(e)(I). (3) Contrzror-A person bidding for or awarded a building or construction project by a eovernmenta! entity. (4) Covereee-Workers' compensation insvance meeting the statutory regttirements of the Texas Labor Code, § 401.011(44). (5) Coverage agreemea[-A written al~eeraent on form_T~VCC-"o 1, Form TWCC-S2, form i ~'7CC-S3, or form TWCC-S4, filed whit the Texas Workers' Compensation Commission which establishes a relationship between the panes for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be respoasbie for providing workers' compensation coverage for persons proviaing services on the project. (6) Duration of the project-lrcludes the time irom the begimting of work on the project until the work on [he project hzs been completed :.,.d accepted by the eovertmental errity. (7) Persons providine se^.dces on the nroiect ("subcentnaor" ir. § 406.096 of the Act)-« itJt ut e exception of persons excluded under subsections (h) and (i) oFthis section, includes all persons or entities pezomtine all or pan of the services the contractor has undertaken to perform on the projec~. reeardless of •uhe[her that person contraced directly with the contractor and reeazdless of whether that person his employees. Ttus includes but is not limited [o independent contractors, subcontractors. leasing comear[ies, motor carriers, owner-operators, employees of any such entity, or employees of any entity Ccrnishing persons to perform services on [he project. "Services" includes but is not li^tited - NOTICE TO CONTFACTCRS - Revisetl 1/13/981 8/7/9b• h[to:i/w•ww scs.state.r:.us/tad23/II/t i0/B/110.110.htm1 eave z of T '_S T.=.;~ :. _. , .: pace 2 cf 5 too _ -~ ---line, or de:i•, Brine ecuip,:.eat cr r-z:edais. cr °rosiding Izbor, :ranspcr:a:icn. or other sera°~: rein;e~ ;o a projec:. 'Services" does not i:aic~e zai:ire<_ u^.:eiated to the proiect _xh s foocice•: erz_e •:endors, c~ce supply deliveries, ~ ceiivery ei portable rodeo. (8) Preie^-.:crudes the erc•.ision of all services reiz:ed to a buiid.ng or construction ccr;tact for a gove:r_~e-:_i entity. (b) Pro~idirs or causine to be provided a certiiicz:e of coverage rursuant to this rule is z represertz:ic- by the uuured :hat all employees of ~ e. insured who are providing services en the projec. ~e cc:•ered by workers' compensation coverzge, rhzt the coverage is based on proper reporting of cassiiication rades and payroll amounts, znd that aL coverage agreements Lave been pled with u':e zpproeriate insurutce carrier or, in the case of a self-insared, with the coaunission's Division of Seli-L-tsur~.ce Re¢uiatior_ Providing false or rnisiezding ceti;cates of coverage, or failing to provide or czintain required coverage, or failing to report any cSzrtge that materially zffecs the provision of cavetage may subject the cgntractor or other person providing services on the projec to adtttinis4~;ive eenalties, c.~tntinzl penalties, civil penalties, or other civil actions. (c) A cove^~ eatal entity t:_zt enters into a buildi:.2 or construc_~on contract on a projec s.'^.all (I) include ir. the bid specifications, all the provisiors of paragrzpn ('n of this subsection, using the languzge rewired by para~zph (7) of this subsecticn; (2) as Dart o: the contract, using the language reau¢ed by para~zph (7) of this subsection, require tl:e contrzcor to perform as required in subsection (d) of this section; (3) obtain ~ ctn the contra.cor a certificate of coverz¢e for each person providing services on the projec, prior to that person beginning work on the project; (4) obtain gem the contrzctor a new certi&cate of coverage showing-extension of coverage: (A) before tce end of the ear: Brat coverage period, if the contraco~s current certil5cate of coverage shows that the coverage period ends doting the dtuation of the eroiea; and (B) no later ~~.: n seven days atier the expiration of t5e coverage for ezch other person oroviaing services on the project whose current cetificate shows that the coverage period ends during the duration of ue project; (5) retain ce: tincates of coverage on :file for-the duration of the project and for three years thereafter, (6) provide z copy of the ceriiicates of coverage to the cotnmission upon request and [o nay person entitled :e them by law; and i (7) use the Izn_uage contained in the following Figure i for bid specit3carions and contrzes. without any additionzi words or chances, except those required to accommodate the specific document in which [hey are contained or to impose stricter standards of docu: teatation: I'28Sf10.11G(c)(7) tbl - NOTICE TO CONTRACTC0.5 - 3 Revised 1/13/98) ht[p://www sos.stzte.tx.us/tac'~8/fI/1 IOB/110.1 l0.htrrd °aqe ' °r ' 8/7/08 -~ TAC 1 10.110 pose 1 of 6 ~) A conrractor shall: i }provide coverage for iu empicyees croviaing services on a project, fir [::e duration of the protect used on proper reposing of classi~cacon codes and pa}Tpil amounts z:.d _:: z of any coverage a~eements; ;3) provide a certificzte of coverage slowing workers' compensation coverage to the governmentaa entity prior to begirtniae work on _'^.e erojec[; V l3) provide the gove.-[tmental enc^r, prior to the end of the coverage period, a new certificate of coverage showing extension of ceveage, if the coverage period shown on the can[raaor's current certificate of coverage ends during the duration of the project; (t) obtain from each person providing services on a project and provide to tae govemmenta! entity: (.4) a certificate of coverage, prior ro that person beginning work on the eroiect, so the governmental enury will have on file certificates of coverage showing coverage for all persons providing services on :e project; and (i3) no later than seven days afre: receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverzge period shown on the current certiiiczte of coverage ends durine [he duration of the project; (5) retain all required cetificates ofcoverage 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 aRer the contractor knew or should have 'mown, of any change that materially affects the provision of coverage of any person providing se.-vices on the project; (7) port a notice on each project r.'te informing all persons providing services on the project that they zre required to be covered, and stating how a person may verify current coverzge and report failtue to provide coverage. This notice does not satisfy other posting requiremenu imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker popuiatioa The text for the notices shall be the following text provided by the commission on the sample notice, ~Nithout any additional wards or changes: REQUIRED WORKERS' COIvIPE?1SATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation ittsurance.: ~~s includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers'. Compersadon Comtnission at 512-440-3789 to receive information on the lees! requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers failure to provide coverage." NOTIC: .-O CONTRACTORS - R. ;alp://www.sos.stete.tx.us/tad28/Q/1108/110.110.htm1 Revsed tit~ivet g/7/98 Paqe 4 of 7 ?S Tr':C i ~r~.ll 0 rage a of 6 ::e~ide ser~tices c:: z .:oJect to: (8) cc ::xcn:zily reeu~~e each peaen wi[h «rer..: conuzcs (A) provide cpverz¢e bzsed on proper reporci=,g of classincation cotes znd payroii z::.ounts and filing of any cpverz2e aereer.:e :u for ,;; of is e:neicyees providing ser•.ices en the proieCt, tdr the duration o[ [he project; (B) provide a certiiczte of coverz=e to [he con:: zctor prior to thzt person bemnni.^_- '•i'ork on the projeC:; (C) include in zll conuzcs to provide services cr, [he projec.:.':e izrguage in subsec'~en (e)(3) of [his seaiorL (D) provide [he contrzctor, prior to the end of :he coverage pe^od, a new certific ce of coverage showing extension of coverage, ifrhe coverage period shown on the current certincte of coverage ends during the duration of the project (E) obtain from each ocher person with whom is contracs, ,ltd provide to the cor.:rzc:or: O a certficate of coverage, prior to the ocher peson bevnting Fork on the proje^.; Vod (u) prior to the end of the cover zee period, a new certificzte of coverage showing ere:sion of the coverzee period, if the coverage period shown on the Curren: certificat8 of coverzee ends during the duration of the project; (~ retain all required ce:.incates of coverage en nle for the duration of the projee: z^.d for one year therezfter, (G) no[ify the governmertzl endry in writing by ceruaed mzil or persona! delivery, within ten days niter the person knew or should have known, of any change that ma[erially afects tJ:e provision of coverage of any person providing services on the project; and ~ contractt[ally require e.:cn other person with whom it canuzes, to perform zs recwred by subparzr?raphs (A)-{f~ of this pata?-raph, w[th the certificate of coverzge to be prodded to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providine services on a project, for the durz~ion of the project based on proper repotting of clzssification codes and payroll ainounrs znd filing of arty coverage agree gents, (2) provide a certificzte of coverzee as required by its contract to provide services cr. the project, prior to beeituring work on the project; (3) hzve the following laneuage in iu contract to provide services on the project: "5y signing dus contrze, or providing or causing to be provided a certificate of coverage, the person signing this contras. is representing to the governmental entity that all employees of the person signing this contrzc: who will provide services on the project will be covered by workers' compettsadon coverage N02ZCE TO CONtRAC:ORS - 9 Revisetl 1/=3/901 6/7/98 http:/iw ~.sosstate.tx_usltad28/II1110B/110.1 l0:html e.ye s ~c , cu ~%•V t.v.l ~V rage ~ o[ o for t;.e da:ation of ~.e proiea, that the r ~ e:zee will be bred on proper renottine of cassification codes z.d payroU a.:.ounts, and [hat all coy erzge agreenten:s •~,vl be filed with the appropriate insurw.ce tamer or, ~. the case of a self-irsurea, with the cotttmissioa's Division of Self-Insurance Re¢t:iztion. Providine false or misleading k=ottilation may subject the contractor to administrative penziaes, c:imittal pe^zlties, civil penaltie<_. or other civii ac.:ons." (4) provide the person for whom it is providine services on the project, prior to the end of the coverzge period shown on its current certi3cate of coverage, anew certificate showing eMension or coverzee, ii the coverage period shown oc the certificate of coverage ends dtuing the duration of the proje.^; . (5) obtain uom each person providing services on a proiect tinder contract to it, and provide az required by its contract: (A) z certificate of caverage, prior to the o4ner person be?inn~ng work on the project; and (B) prior to the end of the coverage period, a new cerdficaze of coverage showing extension of the coverzge period, if the coverage period shown on the current cerdficate of wverage ends during the duration of the proje.^.; (6) retain all regtrired certificates of coverage on file for the duration of the project and for one year ihereatier, (7) notiry the governmental entity in writine by certified mail or personal delivery, of any change that materially afiects the provision of coverage of any person providing services on the project and send the notice within tea days after the person l.;lew or should have known of the change; and (8) conrractualIy require each other person with whom it contracts to: (A) provide coverage based on proper reporting of clazsification codes and payroll amounu and filing of any coverage agreementt for all of its employees providing services on the project, for the dtrradon of the project (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on rite current certificate of coverage ends during the duration of the project; (E) obtain iiom each other person under ccnuact to it to provide services on the project, and provide az reotrired by its contract: (i) a ce; tificate of coverage, prior to the other person begituting work'on the project; and (n) prior to the end of the coverage period, a new certificate of coverage showing extension of the cave: zge period, if the coverage period shown on the current cettificate of coverage ends during the httpJ/www.sos.state.is.us/tad28/Il/1108/110.1IO.htrtil NorZCE ro coNrRic:ons - B 8/7/98 Revised 1/1]/981 pa9c 6 of l s t~L i:~.ttu duration or :ie contract: Page6 of6 (F) retain ail required cer:i=:.a:es of coverage en nIe for the duration o::he project and for one year thereaner, (G) notify t're governmeatzi ectiry in writing by certified mail or personal delivery, within ten days after the person Irnew or should have Irnown, of any change that materatiy affects the provision of coveraee of any person nroviding services on the project; and (li) contracually reeuire each cerson with whom it conuacts, to perfotnt az required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the ce: nncate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule'or its application to any person or csc,:rnstanee is held invalid, the invalidity does apt affect other provisions or applications of this Wile [hat can be given effect without the invalid provision or application, and to this cad the provisions of this rule are declared to be severable. (g) This rule is applicable for buuding or wnstruc[ioa contracts adve.^.ised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or consuuction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this Wile does not apply to motor cariers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Tezas Deotrtment of Transportation and who provide accidental icsurance coverage pursuant to Texas Civil Swrutes, Article 6675c, § 4~). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (az added by House Bill 1089, 74th Legtslature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coveraee in an ina+r~.,ce policy or certificate of authority to self-insure that is delivered, issued for dehvery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September !, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Indec NOTICE TO CONTRACTORS - 6 R<~is<a vtvver 8x7/98 http://www.sosstaie.tx.usitad23/U/1108/110-110.htrtil Raa< ~ or ~ PART A SPECIAL PROVISIONS STR88T OVERLAYS - CLIISTHR9 1, 2, 3 & 4 PROJECT NO. 6446 (1), 6447 (2 & 4), 6448 (3) SECTION A - SPBCIAL PROVISIONS A-1 Time aad Place o£ Reoeiviag Proposals/Pre-Hid Meetiag 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 pm Wednesday, August 6, 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 ATTN: HID PROPOSAL - STREET OVERLAYS - CLUSTERS 1, 2, 3 & 4 PROJECT Noa. 6446, 6447, 6448 A pre-bid meeting will be held on Wedaesday, July 30, 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, Texas and will include a discussion of the project elements. No additional or separate visitations will be conducted by the City. A-2 Definitioas sad Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project STR88T OVBRLAYS-CLUSTERS 1, 2, 3 & 4; Project Nos. 6446, 6447 and 6448 consists of asphalt overlays on portions of eighteen City streets. The streets will be in four clusters. Cluster 1 includes portions of River Hill Drive, Wandering Creek Drive, Wildcat Drive, Carancahua (Third) Street, Louisiana Parkway (North), Louisiana Parkway (South), Robert Drive and Flynn Parkway. The project base bid for Cluster 1 will include 61,005 S.Y. pavement milling, 8,586 S.Y of full depth pavement repair, 4,860 S.Y. of full depth pavement reclamation with cement treatment, 61,005 S.Y. seal coat, 61,005 S.Y. hot-mix-asphalt concrete pavement, 47 each valve adjustments, 35 each manhole adjustments, 45,217 L.F. of pavement striping, 1,190 L.F. of curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 2 includes portions of Nueces Bay Boulevard, Tarlton Street, Up River Road, Morgan Avenue and Baldwin Boulevard. The project base bid for Cluster 2 will include 65,710 S.Y. pavement milling, 10,120 S.Y. of full depth pavement reclamation with cement treatment, 67,790 S.Y. seal coat, 67,790 S.Y. of hot-mix-asphalt concrete pavement, 55 each valve adjustments,42 each manhole adjustments, 34,914 L.F. of pavement striping, 3,550 L.F. of curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. The Additive Alternate Bid Item No. 1 associated with Cluster 2 includes 14 each bus stop concrete slabs in accordance with the plans, specifications and contract documents. Cluster 3 includes portions of Trojan Drive, Airline Road, and Commodores Drive. The project base bid for Cluster 3 will include 62,285 S.Y. pavement milling, 11,654 S.Y. of full depth pavement repair, 62,285 S.Y. seal coat, 62,285 S.Y. hot-mix-asphalt concrete pavement, 10 each valve Section A - SP (Revised 12/15/04) Page 1 of 29 adjustments, 26 each manhole adjustments, 40,155 L.F. of pavement striping, 1,188 L.F. of curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. The Additive Alternate Bid Item No. 1 associated with Cluster 3 includes 16 each bus stop concrete slabs in accordance with the plans, specifications and contract documents. Cluster 4 includes Shoreline Boulevard from Power Street to Oleander Avenue. The project base bid fox Cluster 9 (Power Street to Elizabeth Street) includes 90,930 S.Y. pavement milling, 1,010 of full depth pavement repair, 90,930 S.Y. seal coat, 91,230 S.Y. hot-mix-asphalt concrete pavement, 500 tons hot-mix-asphalt concrete level-up, 20 each valve adjustments, 9 each manhole adjustments, 91,939 L.F. of pavement striping, 1,775 L.F. of curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. The Additive Alternate Bid item No. 1 (Elizabeth Street to Louisiana Avenue) associated with Cluster 9 includes 22,320 S.Y. pavement milling, 2,290 S.Y. of full depth pavement repair, 22,320 S.Y. seal coat, 22,320 S.Y. hot-mix-asphalt concrete pavement, 2 each valve adjustments, 2 each manhole adjustments, 16,414 L.F.~of pavement striping, SO L.F. curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. The Additive Alternate Bid Item No. 2 (Louisiana Avenue to Leming Avenue) associated with Cluster 9 includes 6,370 S.Y. of pavement milling, 690 S.Y. of full depth pavement repair, 6,370 S.Y. seal coat, 6,370 S.Y. hot-mix-asphalt concrete pavement, 2 each valve adjustments, 2,679 L.F. of pavement striping, and all associated traffic control measures in accordance with the plans, specifications and contract documents. The Additive Alternate Bid Item No. 3 (Leming Aveneue to Oleander Avenue) associated with Cluster 9 includes 5,920 S.Y. of pavement milling, 600 S.Y. seal coat, 5,920 S.Y. hot-mix- asphalt concrete pavement, 2 each valve adjustments, 3,314 L.E. of pavement striping, and all associated traffic control measures in accordance with the plans, specifications and contractdocuments. The Additive Alternate Bid Ztem No. 4 associated with Cluster 9 includes 3 each bus stop concrete pads in accordance with the plans, specifications and contract documents. A-9 Method of Award The bids will be evaluated based on the Total Base Bid or Total Base Bid and Alternate Bid Ztems for each Cluster. Separate contracts may be awarded for each cluster or combination of clusters dependin cluster, the greatest advantage for the City and of funds. Bidders may choose to ~~NO Bid" any language on the Proposal Form for the particular evaluated in the following order for each Cluster: Cluster 1 Total Base Bid Cluster 2 Total Base Bid or Total Base Bid Plus Additive Alternate No. 1 Cluster 3 Total Base Bid or Total Base Bid Plus Additive Alternate No. 1 Cluster 9 Total Base Bid or Total Base Bid Plus Additive Alternate No. 1 g upon bid amounts for each subject to the availability cluster by inserting that Cluster. The bids will be Section A - 8P (Revised 12/15/09) Page 2 of 29 Total Base Bid Plus Additive Alternate No. 1 and Additive Alternate No. 2 Total Base Bid Plus Additive Alternate No. 1 and Additive Alternate No. 2 and Additive Alternate No. 3 Total base Bid Plus Additive Alternate No. 1 and Additive Alternate No. 2 and Additive Alternate No. 3 and Additive Alternate No. 9 The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Explanation of Proposal A description of the Base Bid and Additive Alternate Bid Items for the four Clusters follow. Cluster 1 Base Bid (Parts A, B, C, D, E, F, G, H and I): Consists of pavement repair, milling, full depth pavement reclamation with cement treatment, seal coat and HMAC overlays, valve and manhole adjustments, marking and striping on River Hill Drive, Wandering Creek Drive, Wildcat-Drive, Carancahua (Third)Street, Louisiana Parkway, Robert Drive and Flynn Parkway. Cluster 2 Base Bid (Parts A, B, C, D and E) : Consists of pavement repair, milling, full depth pavement reclamation with cement treatment, seal coat and HMAC overlays, valve and manhole adjustments, marking and striping on Nueces Bay Boulevard, Tarlton Street, Up River Road, Morgan Avenue and Baldwin Boulevard. Additive Alternate No. 1 (Part F) : Consists of bus stops concrete pads on Morgan Avenue, Nueces Bay Boulevard and Up River Road. Cluster 3 Base Bid (Parts A, B and C): Consists of pavement repair, milling, full depth pavement reclamation with cement treatment, seal coat and HMAC overlays, valve and manhole adjustments, marking and striping on Trojan Drive, Airline Road and Commodores Drive. Additive Alternate No. 1 (Part D): Consists of bus stops concrete pads on Trojan Street and Airline Road. Cluster 4 Base Bid (Part A): Consists of pavement repair, milling, seal coat, HMAC level-up course, HMAC overlays, valve and manhole adjustments, marking and striping on Shoreline Boulevard from Power Street to Elizabeth Street. Additive Alternate No. 1 (Part B): Consists of pavement repair, milling, seal coat, HMAC overlay, valve and manhole adjustments, marking and striping on Shoreline Boulevard from Elizabeth Street to Louisiana Avenue. Additive Alternate No. 2 (Part C): Consists of pavement repair, milling, seal coat, HMAC overlay, valve and manhole adjustments, marking and striping on Shoreline Boulevard from Louisiana Avenue to Leming Avenue. Additive Alternate No. 3 (Part D): Consists of pavement repair, milling, seal coat, HMAC overlay, valve and manhole adjustments, marking and'striping on Shoreline Boulevard from Leming Avenue to Oleander Avenue. Additive Alternate No. 4 (Part E): Consists of bus stops concrete pads on Shoreline Boulevard. Section A - sP (Revised 12/15/09) Page 3 of 29 A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. SRS Hid Hond (Must reference Project Name as identified is the Proposal) (A Cashier's Check, certified check, money order or bank dratt from nay State or National Haak will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completion/Liquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet deadlines for completion of each phase of construction shown below. Each Cluster of the Project shall be completed within the number of calendar days allocated below: Days From Start Streets of Each Cluster Cluster 1 Base Bid: 120 Calendar Days Cluster 2 Base Hid: 120 Calendar Days Additive Alternate No. 1: Add 20 Calendar Days Cluster 3 Base Bid: 180 Calendar Days Additive Alternate No. 1: Add 20 Calendar Days Cluster 4 Base Bid: 90 Calendar Days Additive Alternate No. 1: Add 30 Calendar Days Additive Alternate No. 2: Add 15 Calendar Days Additive Alternate No. 3: Add 15 Calendar Days Additive Alternate No. 4: Add 10 Calendar Days In the event that a contract is awarded that includes more than one Cluster, the contract time shall remain the same as each single Cluster and shall not be additive. Work on all cluster shall be performed concurrently. Daya Allocation for Raia: The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each stage of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. Section A - SP (Revised 12/15/04) Page 4 oP 29 January 3 Days May 9 Days September 7 Days February 3 Days June 9 Days October 9 Days March 2 Days July 3 Days November 3 Days April 3 Days August 9 Days December 3 Days This project is essentially a construction contract for a period of Calendar Days, as defined in Section A-6, and as detailed elsewhere in the contract documents. Damages for exceeding the time allotted shall be as described below. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. Section A - SP (Revised 12/15/04) Page 5 of 29 A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation o£ 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 AND HIGHWAY CONSTRUCTION. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics ert¢>loyed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic enq~loyed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics ertg~loyed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These dociunents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Nnority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1~) times the specified hourly wage must be paid for all hours worked in excess of 90 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cooperation with Public Agencies (Revises 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (98) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess 1-800-349-8377, the Lone Star Notification Company at 1-800-669- 8399, and the Southwestern Bell Locate Group at 1-800-828-5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer - Cluster 1 991-8550 J. Don Rehmet, P.E., R.P.L.S. Coym, Rehmet & Gutierrez Engineering, L. P. 5656 S. Staples, Ste 230 Corpus Christi, Texas 78911 Phone: (361) 991-8550 Fax: (361) 993-7569 Section A -SP (Revised 12/15/04) Page 6 of 29 FYnail: donr@crgei.com Project Engineer - Clusters 2 & 9 Dan Leyendecker, P.E. IIJN Engineering 801 Navigation Suite 300 Corpus Christi, Texas 78408 Phone: (361) 883-1989 883-1989 Fax: (361) 883-1986 6nai1: donl@lnvinc.ccm Project Engineer - Cluster 3 Pat Veteto, P.E., R.P.L.S. RVE, Inc. 820 Buffalo Street Corpus Christi, Texas 78401 Phone: (361) 887-8851 887-8651 Fax: (361) 887-8855 II~il: patveteto@rve-inc.ccm Traffic Engineering 826-3590 Police impartment 882-1911 water Department 826-1880 Wastewater Department 826-1818 Gas Department 885-6900 Storm Water iepartment 826-1881 Parks & Recreation impartment 826-3961 Streets & Solid Waste Services 826-1970 A E P 299-9833 Nueces Electrical Cooperative 387-2581 At&T/CPSL 881-2511 City Street Div. for Traffic Signal/Fiber Optic Locate 826-1946 Cablevision 857-5000 ACSI (Fiber Optic) 887-9200 EQNC (Fiber Optic) 813-1129 ChoiceCOm (Fiber Optic) 881-5767 CAPROCEC (Fiber Optic) 512/935-0958 Brooks Fiber Optic (MAN) 972-753-9355 Regional Transportation Authority 289-2712 Corpus Christi ISD 886-9005 O.S. Postal Service 886-2216 TxDOT Area Office 808-2389 A-12 Maintenance of Services (826-1888 after hours) (826-1818 after hours) (865-6900 after hours) (880-1888 after hours) (693-9999 after hours) (1-800-632-9288, after hours) (1-800-829-9929, after hours) 857-1960 (857-5060 after hours) (Pager 800-729-3629) (Pager 888-209-1679) (Pager 850-2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type -of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. Section A - SP (Revised 12/15/04) Page 7 of 29 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 Enginee r. 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 public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. ~~ ~~ ens~d red sub-'~',~ -"`" ''; A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. Section A - SP (Revised 12/15/09) Page 8 of 29 sidewa lcs, ete :'':' «'"' ''; 'i - `~- A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office NOT USED A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based on Calendar Days. The Plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 9. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A-6 "Time of Completion/Liquidated Damages" and as noted above. SeC lion A - SP (Revised 12/15/04) Page 9 0£ 29 B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the Contract. A-19 Construction Pro iect Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major controls will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 98 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 benchmarks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. :.i .. •1..~ Fi. 1 t .. F:.. Fl.r lle~iv..........~ ~T. ..G .. /~..~ : .. ..P ... F.~........... ' ~~i1~vvV~,g-e ~l -J Section A - SP (Revised 12/15/09) Page 10 of 29 ~,:~1~~; -- ----- --- - A-20 Testing and Certification A11 tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. NOT USED A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/9H~ 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Section A - SP (Revised 12/15/04) Page 11 0£ 29 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 Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0$ or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0$ of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0$ of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0$ of the contract work itself and in which Section A - SP (Revised 12/15/09) Page 12 of 29 a minority joint venture partner has a 50.0°s interest, shall be deemed equivalent to having minority participation in 25.0 of the work. Minority members of the joint venture must have financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 ~ 15 ~ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 9. 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 beenutilized 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. (NOT USED) r'ate '~..:' th a;..g `'. "." T.y~ nha a e appreg ssure , F...... ..._I ~ F / -. -... .....1 F~~.t ~.J L.. A-24 Surety Honds Paragraph two (2) of Section B-3-9 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 Section A - SP (Revised 12/15/09) Page 13 0£ 29 approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10°s) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10$) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of 5100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NOT USED) .. L... + ...J l ; . . F .. a,._ __ ,.,..F _a .... 3 T "~'T ,.~ m : «, _ o ~ .. ,,, . eet3-e e€ 6 h pEer ~aec .. a.._ ,. ,i.~~,.. . _ ,.,.,, , . F.. _ ~.. . ~.l 1 .. } h E - } +~ 2 d~a-tom€y- i-f e apgrep t a e ~ ~ _~ ~f .. A.~ - -.S~ d_ a 1... ' 3 € }by ''" ^+ ' '` e qtr., trt~a Eea:s a~ e - q e ~asal2- ~€€eate to the «,... .ti.. ,...+.-.. e+,,,. Section A - SP (Revised 12/15/04) Page 19 of 29 A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78969-9277 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 insv rance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: . Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly ~by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. Section A - SP (Revised 12/15/04) Page 15 of 29 A-27 Responsibility for Damage Claims NOT USED 3' 3t~ ~E E~r3~~-IfFi-sue-~E do ~~ ~ Pc' S'E € ~ ~ ..,. n. ' , A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years 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. Section A - SP (Revised 12/15/04) Page 16 of 29 The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract £or this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract"_.Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: I. 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; 9. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. TheContractor shall obtain written approval by the City Engineer of all of its subcontractors prior to - Section A - SP (Revised 12/15/09) Page 17 of 29 beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf o£ said entity. A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders, which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requir~nents Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meetinc referred to in Special Provision A-1. Section A - SP (Revised 12/15/04) Page 18 of 29 A-39 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 o£ Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) P-t' see-r€s-rrri' n~-ire rle at an ~Eny-wa-t~~ €--i, : t~ `L^ E kris su eent~'a e8ets -- "'' ^` «`'^' ..a L.. «.... F T}}--L~__i E rttra~a~-shall net start ^p^ ° }^ - - - , , _+m t D ~,.~ ar epa~ ~., ,~.. ~ . and ega~men4 us ed ' n the=gyp,: . , . ,. «w ,.N _ Fl t' ' ~ da~'ds St ^ /"',` '' ena a can an atm to Ismer an c, a^..,.r;~. ^a ...,. Section A - SP (Revised 12/15/04) Page 19 of 29 ' ned a€ a€€ E~mes a€ " sa'seen E~ae taf s, mast: Sae eenl=a - .., ..,.. ill ..a -., , ~ j+- L~ F ..l ..l .. ^ ...] F^ «L... ^ ' ~~ ' h}€ ^^ '~"' l~ 6d de, Bt t=han e~ ange, e Y -. F F - l~l l ..6 :.. l .. •,..~ ^+ l L :.. ~ ^ t n L... l mL.:.. d 7 ''t t`€'eat;~ens ..aa: + ^^-s- wsr e s, se me e :e --P^-~~'~• ' l'"' " l 1 € ~ ~''° ness ep s~s =em 3ds a-d~- eR~~e ..F _~Ml.. . ~ F...- l ~ S Section A - SP (Revised 12/15/04) Page 20 of 29 9. _ _,,. ____~,~ ___ a,. ~..; ,. ~, n.;,. .;___ ._~~ F4 .,.a s., .. «,. ,, r,~„ ~~~~ ~~ , , 6 8 l ' nE u•"•• ,"~•' ~a Ed ^ ma nEa e S~ ns :,: a-Permane «'':- ^ee mr're5 Bf the PtB}EEt~ p rcc-cv ~ -- ~h~at e and ~am « : - se s stems .,,m~~ _a ,. sega ..__: F-r ~ .. , ~ ~ g y _ «.._ _ - raet~ea' e xtent °"- ~ -'- ' «` r . .n, , ~~ ~, P # at'n ' ~ah'eh 6entfae te~~~ z n ee g a a ^ Th 6 t t -`~„ "--'^^' . '„ e en ra b3 '' e e~ €- h -th ~ -a ~,, ..,a .~, s~eg ,.,, - -' u _ e,: ~~s aa e ~t_y th n -CO requ , ,..~ ~ e ~ ..~..., y Y .., _ ..,. «,._ to be fi lled-z-a _ .. ~ 7 g ~ - k •• -' ~ a~~'ed sheet ~'e s '£he s ,. - s e ~„~ g . A-36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in Section A - SP (Revised 12/15/09) Page 21 of 29 accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engi~n eer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies -of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors,-textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended "Arrangement and Charge for Water Et3rnished by the City" Under "General Provisions and Requirements for MunicipalConstruction Contracts", B- 6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B"' are incorporated by reference in this Special Provision. Section A - SP (Revised 12/15/04) Page 22 of 29 A-39 Certificate of Occupancy and Final Acceptance NOT QSED A-90 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimate s~ from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor' provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: . The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, 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, material man, 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 material man. A-49 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. Section A - SP (Revised 12/15/04) Page 23 of 29 A-45 As-HUilt Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical)~of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/ field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (9) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of HichlV Chlorinated water (7/5/00) NOT USED ~a-ads, ->=-~rr ~ ate fl~-a33~ Sens}tae areas '' '' ' i~te~ used in the-p~e~eet ~` '':- ,, ^'"„ l'^_ „l""__ ^`'~° A-47 Pre-Construction Exploratory Excavations (7/5/00) NOT USED ~~1~~ r~Y~T*~ ..l l.. ..F :.J ..l l..l (.l i ,4 nn L.~F • ..l : , ... 1 .. fl ..l l tL, f. .. G .. < ~. ,1 1 .. 4...a n4~ Section A - SP (Revised 12/15/04) Page 24 0£ 29 A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-99 Amended "Maintenance Guaranty" (8/29/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Geotechnical Report A geotechnica 1. report entitled "Letter Report - Field Investigation for the CITY WIDE 2008 STREET OVERLAY PROJECT, Corpus Christi, Texas, June 12, 2008.", is included as an Appendix to the Technical Specifications. The report is for contractor's information only. A-51 Mobilization and Demobilization Bid Items Mobilization and Demobilization Bid Items shall not be greater than 8~- of the total bid cost for each PART (Street). 60a of the bid item will be paid upon mobilization and 90o will be paid upon completion of the street section. A-52 Amended "Prosecution and Progress" Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract". Section A - SP (Revised 12/15/09) Page 25 0£ 29 SUBMITTAL TRANSMITTAL FORM PROJECT: STREET OVERLAYS - CITY WIDE; CLUSTER I PROJECT NO. 6996 OWNER: CITY OF CORPUS CHRISTI ENGINEER: COYM, REHMET & GUTIERREZ ENGINEERING, L.P. CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECK. OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 12/15/04) Page 26 of 29 ' SUBMITTAL TRANSMITTAL FORM PROJECT: STREET OVERLAYS - CITY WIDE; CLUSTER 2 PROJECT NO. 6447 OWNER: CITY OF CORPUS CHRISTI ENGINEER: LNV ENGINEERING CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECI OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 12/15/04) Page 27 0£ 29 SUBMITTAL TRANSMITTAL FORM PROJECT: STREET OVERLAYS - CITY WIDE; CLUSTER 3 PROJECT NO. 6448 OWNER: CITY OF CORPUS CHRISTI ENGINEER: CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/09) Page 28 0£ 29 SUBMITTAL TRANSMITTAL FORM PROJECT: STREET OVERLAYS - CITY WIDE; CLUSTER 4 PROJECT NO. 6497 OWNER: CITY OF CORPUS CHRISTI ENGINEER: LNV ENGINEERING CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/09) Page 29 of 29 PART C FEDERAL WAGE RATES AND REQUIREMENTS Yage 1 of 3 General Decision Number: TX080118. 02/08/2008 TX118 Superseded General Decision Number: TX20070122 State: Texas Construction Types: Heavy and Highway Counties: Nueces, San Patricio and Victoria Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension S spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 02/08/2008 SUTX2005-007 11/09/2009 Rates Fringes Asphalt Distributor Operator.. .$ 12.92 0.00 Asphalt paving machine operato r$ 11.57 0.00 Asphalt Raker ................. .$ 9.36 0.00 Bulldozer operator .......... .$ 10.90 0.00 Carpenter ..................... .$ 10.71 0.00 Concrete Finisher, Paving..... .$ 12.18 0.00 Concrete Finisher, Structures. .S 11.16 0.00 concrete Rubber ............... .$ 10.50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel -Operator ...................... .$ 12.55 0.00 Flagger ....................... .5 7.17 0.00 Form Builder/Setter, Structure sS 11.97 0.00 Form Setter, Paving & Curb.... .$ 9.65 0.00 Foundation Drill Operator, Truck Mounted ................. .5 15.32 0.00 Front End Loader Operator..... .$ 10.05 0.00 Laborer, common ............... .$ 8.35 0.00 Laborer, Utility .............. .5 9.09 0.00 Mechanic ...................... .$ 13.17 0.00 Motor Grader Operator, Fine Grade ......................... .$ 13.78 0.00 Motor Grader Operator, Rough.. .S 15.00 0.00 Pipelayer ..................... .$ ,9.00 0.00 Roller Operator, Pneumatic, Self-Propelled ................ .5 8.57 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping ............ .$ 8.57 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement ............ .$ 9.99 - 0.00 Scraper Operator. ............. .5 9.67 0.00 Servicer ................ ....... .$ 10.75 0.00 Structural Steel Worker....... .5 19.00 0.00 Truck driver, lowboy-Float.... .5 19.15 0.00 Truck driver, Single Axle, http://www.wdol.govlwdol/scafiles/davisbacon/TX118.dvb 6/25/2008 Yage 2 of 3 Heavy ......................... .5 11.39 0. 00 Truck driver, Single Axle, Light ......................... .$ 9. 00 0. 00 Truck Driver, Tandem Axle, Semi-Trailer .................. .5 9. 39 - 0. 00 Welder . ....................... .$ 18. 00 0. 00 Work Zone Barricade Servicer.. .S 8. 97 0. 00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. -------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined _ to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process http://www.wdol.gov/wdol/scafilesldavisbacon/TX118.dvb 6/25/2008 Yage 3 of 3 described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 9.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon/TX118.dvb 6/25/2008 A G R E E M E N T T$E STATE OF TEXAS § COUNTY OF NUECES § T$IS AGREEMENT is entered into this 26T$ day of AUGUST, 2008, by and between the CITY OF CORPUS C$RISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and $aas-Anderson Construction, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County,n Texas: µ ~cJ~~/~ ,l/ 1~ Y7 7j /~ ; ~/,2 S ,2 0 C att---(LL In consideration of the payment of °','^',^^° ^^ by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: STREET OVERLAYS - CLUSTERS 1, ~ 3 6 4 PROJECT NOS. 6446, 6447 6 6448 (CLUSTER 1- TOTAL BASE BID: $2,088,546.00; / yy3 ~g9.~~ ~~ CLUSTER 3- TOTAL BASE BID '^^ "'" "^ '-°^ +n+ ~~^,~ • r i CLUSTER 4- TOTAL BASE BID + ADD.ALTS.NOS.1 T$RU ~:gg',_:_,....__ ~~_/,~ 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 P R O P O S A L F O R M F O R STREET OVERLAYS - CLUSTER 1 PROJECT NO. 6446 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Addendum No. 3 Attachment No. 3 Revised Proposal Porm Paana 1 ..s ~n P R O P O S A L Place: aLDr' us L t'~5~.~ Date: 0 p ~ Proposal of 1"993 -ft~~-Sam LDhs`rfu~i o h ~ L'~d • , a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: STREET OVERLAYS - CLUSTER 1 PROJECT NO. 6446 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. 3 xe..sa®a rzopoeal Fora Attachment No. 3 I II III IV V QTY UNIT ITEM DESCRIPTION TOTAL & UNIT PRICE I~PART A. RIVER HILL DRIVE 1 Mobilization, complete and in place II A 1 S l $ 15.750.00 $ 15.750.00 L . per ump sum. II 1 Storm Water Poll. Prevention Plan, A 2 L S l t d i l l $ 800.00 $ 800.00 . comp e e an n p ace per ump sum. 1 Traffic Control, complete and in A-3 S l l $ 10.380.00 $ 10,380.00 II L. . ace per ump sum. p 7355 Milling 0"-3" , complete and in place II A 4 $ 1.65 $ 12.135.75 S.Y per square yard. II 7355 Seal Coat, complete and in place per A-5 d $ 2,60. $ 19.123.00 S.Y square yar . 6 1200 Full Depth Pavement Repair, complete A- S Y d i l d $ 75.60 $ 90,720.00 . an n p ace per square yar . 7355 HMAC Overlay (2"), complete and in A-7 Y S lace s a d a $ 11.75 $ 86.421.25 II . p qu re y r . Adjust Existing Sanitary Sewer II A-8 EA Manhole, complete and in place per $ 2.125.00 $ 2,125.00 each. 1 Adjust Existing Water Valve, complete A 9 EA and in lac h $ 740.00 $ 740.00 . p e per eac . Remove and Replace Curb and Gutter, A-10 10 L F complete and in place per linear $ 89.00 $ 890.00 . . foot. Refl. Pvmt. Mrk. TYI (6" White A-11 2440 L F Solid), com lete and in lace p P per $ 0.75 $ 1.830.00 . . linear foot. PROPOSAL PORM PAGE 3 OP 21 I II III IV V ITEM 4TY & UNIT DESCRIPTION UbT T PRICE TOTAL PART A. RIVER HILL DRIVE (CONT'D) A-12 20 L F Refl. Pvmt. Mrk. TYI (24" White Solid) , complete and in place per $ 10.00 $ 200.00 . . linear foot. A-13 3030 L F Refl. Pvmt. Mrk. TYI (4" Yellow Solid) , complete and in place per $ 0.50 $ 1,515.00 . . linear foot. A-14 EA Raised Refl. Pvmt. Mrk. (TYII-A-A) Yellow, complete and in place per $ 6.70 $ 268.00 each. A-15 5 EA Raised Refl. Pvmt. Mrk. (TYII-B-B) Bl e c l t d i l h $ 8.00 $ 40.00 . u , omp e e an n p ace per eac . SUBTOTAL PART "A" - RIVER HILL DRIVE ( ITEMS Al -A15 ) $ 242,938.00 PART B.WANDERING CREEK DRIVE B 1 1 L S Mobilization, complete and in place er lum m s $ 23.600.00 $ 23,600.00 . . p . p u B-2 1 L S Storm Water Poll. Prevention Plan, com lete and in l l $ 1.200.00 $ 1,200.00 . p p ace per ump sum. B 3 1 L S Traffic Control, complete and in lace er l m s $ 15.600.00 $ 15.600.00 . p p u p um. B-4 11180 S Y Milling 0"-3", complete and in place er s uare ard $ 1.65 $ 18.447.00 . . q p y . B-5 11180 S Y Seal Coat, complete and in place per s uare ard $ 2.60 $ 29.068.00 . . q y . B 6 2200 S Y Full Depth Pavement Repair, complete and in lace er s uare ard $ 75.60 $ 166.320.00 . . p p q y . PROPOSAL FORM PAGE 4 OF 21 I II III IV V 4TY UAT T ITEM DESCRIPTION TOTAL & UNIT PRICE PART B. WANDERING CREEK DRIVE (CONT'D) B_7 11180 HMAC Overlay (2"), complete and in S Y lac d $ 11.75 $ 131.365.00 . p e per square yar . 1 Adjust Existing Gas Valve, complete B 8 EA and in lace e h $ 740.00 $ 740.00 . p p r eac . B 9 1 Adjust Existing Water Valve, complete - EA and in lace er e h $ 740.00 $ 740.00 . p p ac . Refl. Pvmt. Mrk. TYI (6" White B-10 4980 L F Solid) , complete and in place per $ 0.75 $ 3.735.00 . . linear foot. Refl. Pvmt. Mrk. TYI (4" Yellow B-11 4980 L F Solid) , complete and in place per $ 0.50 $ 2.490.00 . . linear foot. Refl. Pvmt. Mrk. TYI (24" White B-12 140 L F Solid) , complete and in place per $ 10.00 $ 1,400.00 . . linear foot. Refl. Pvmt. Mrk. TYI (12" White B-13 100 L F Solid) , complete and in place per $ 5.00 $ 500.00 . . linear foot. Raised Refl. Pvmt. Mrk. (TYII-A-A) B-14 EA. Yellow, complete and in place per $ 6.70 $ 428.80 each. Raised Refl. Pvmt. Mrk. (TYI-C) B-15 EAO White, complete and in place per $ 6.70 $ 3.551.00 each. Raised Pvmt. Marking (8" Dia.) B-16 EA Yellow, complete and in place per $ 39.00 $ 234.00 each. PROPOSAL FORM PAGE 5 OF 21 I II III IV V ITEM- QTY & UNIT DESCRIPTION UN T PRICE TOTAL B-17 3 EA. Raised Refl. Pvmt. Mrk. (TYII-B-B) Blue complete and in lace e h $ 8.00 $ 24.00 I , p p r eac . SUBTOTAL PART "B" - WANDERING CREEK DRIVE (ITEMS BI-B17) $ 399.44280 ( PART C. WILDCAT DRIVE C-1 1 L.S. Mobilization, complete and in place per lump sum $ 11.800.00 $ 11.800.00 . C-2 1 L.S. Storm Water Poll. Prevention Plan, complete and in lace er l m $ 60000 $ 600.00 p p u p sum. C-3 1 L.S. Traffic Control, complete and in place per lump sum $ 7.800.00 $ 7.800.00 . C-4 5650 S . Y . Milling 0"-3", complete and in place per square yard $ 1.65 $ 9.322.50 . C-5 5650 S . Y . Seal Coat, complete and in place per square yard. $ 2.60 $ 14.690.00 C-6 570 S.Y. Full Depth Pavement Repair, complete and in place per square ard $ 75.60 $ 43.092.00 y . C-7 5650 S.Y. HMAC Overlay (2"), complete and in place per square yard $ 11.75 $ 66.387.50 . C-8 EA Adjust Existing Sanitary Sewer Manhole, complete and in place per $ 2.12500 $ 2.125.00 each. C 9 4 EA. Adjust Existing Storm Sewer Manhole, complete and in place per each $ 1.810.00 $ 7.240.00 . PROPOSAL FORM PAGE 6 OP 21 I II III IV V QTY UN T ITEM DESCRIPTION TOTAL & UNIT PRICE (PART C. WILDCAT DRIVE (CONT'D) Refl. Pvmt. Mrk. TYI (6" White C-10 2330 Solid) , complete and in place per $ 0.75 $ 1 747.50 L F linear foot. Refl. Pvmt. Mrk. TYI (24" White C-11 2F Solid) , complete and in place per $ 10.00 $ 200.00 L linear foot. Refl. Pvmt. Mrk. TYI (4" Yellow C-12 2860 Solid) , complete and in place per $ 0.50 $ 1.430.00 L F linear foot. Raised Refl. Pvmt. Mrk. (TYII-A-A) C-13 EA Yellow, complete and in place per $ 6.70 $ 268.00 each. 5 Raised Refl. Pvmt. Mrk. (TYII-B-B) C-14 Bl l t d i l h $ g,00 $ 40.00 EA. ue, comp e e an n p ace per eac . SUBTOTAL PART "C" - WILDCAT DRIVE (ITEMS C1-C14J $ 166.742.50 PART D. CARANCAHVA (THIRD STREET) 1 Mobilization, complete and in place D-1 l $ 13.100.00 $ 13,100.00 L.S. per ump sum. 1 Storm Water Poll. Prevention Plan, D 2 S l t d i l l $ 700.00 $ 700.00 L. . comp e e an n p ace per ump sum. 1 Traffic Control, complete and in D-3 L S l l $ 8.600.00 $ 8,600.00 . . ace per ump sum. p 5900 Milling 0"-3", complete and in place D - 4 e d $ 1.65 $ 9.735.00 S.Y per squar yar . PROPOSAL FORM PAGE 7 OP 21 I II III IV V 4TY UN T ITEt+i DESCRIPTION TOTAL & UNIT PRICE PART D. CARANCAHUA (THIRD STREET) (CONT'D) 5900 Seal Coat (AC-15P © 0.28 Gal/SY), D-5 S Y complete and in place per square $ 2.40 $ 14,160.00 yard. D 6 5900 HMAC Overlay (2"), complete and in - S Y l d $ 11.75 $ 69.325.00 . . ace per square yar p . Adjust Existing Sanitary Sewer D-7 EA Manhole, complete and in place per $ 2.125.00 $ 10.625.00 each. 4 Adjust Existing Storm Sewer Manhole, D 8 EA com lete a d i l h $ 1.810.00 $ 7.240.00 . p n n p ace per eac . 15 Adjust Existing Water Valve, complete D-9 EA and in lace er h $ 740.00. $ 11.100.00 . p p eac . Remove and Replace Curb and Gutter, D-10 1110 L F complete and in place per linear $ 37.50 $ 41.625.00 . . foot. Refl. Pvmt. Mrk. TYI (4" White D-11 1330 L F Broken) , complete and in place per $ 0.50 $ 665.00 . . linear foot. Refl. Pvmt. Mrk. TYI (6" White D-12 2430 L F Solid) , complete and in place per $ 0.75 $ 1.822.50 . . linear foot. 20 Raised Refl. Pvmt. Mrk. (TYI-C) D-13 EA White com lete and i l h $ 6.70 $ 134.00 . , p n p ace per eac ~ Raised Refl. Pvmt. Mrk. (TYII-B-B) D-14 EA Blue com lete and in l h $ 8.00 $ 56.00 . , p p ace per eac . SUBTOTAL PART "D" CARANCAHUA (THIRD STREET)(ITEMS Dl-D14) $ 188.887.50 PROPOSAL PORM PAGE 8 OF 21 I II III IV V 4TY UN T ITEM DESCRIPTION TOTAL & UNIT PRICE PART E. LOUISIANA PARKWAY (NORTH)(SANTA FE STREET TO ALAMEDA STREET) 1 Mobilization, complete and in place E-1 L S l $ 11,800.00 $ 11.800.00 . . per ump sum. 1 Storm Water Poll. Prevention Plan, E 2 l t d i l l $ 600.00 $ 600.00 L.S. comp e e an n p ace per ump sum. E 3 1 Traffic Control, complete and in - L S l l $ 7,800.00 $ 7.800.00 . . p ace per ump sum. 5220 Milling 0"-3", complete and in place E-4 $ 1.65 $ 8.613.00 S . Y . per square yard . 5220 Seal Coat, complete and in place per E-5 S Y s d $ 2,60 $ 13.572.00 . quare yar . E 6 1300 Full Depth Pavement Repair, complete - Y S and i l d $ 75.60 $ 98.280.00 . . n p ace per square yar . 5220 HMAC Overlay (2"), complete and in E_7 S Y la d $ 11.75 $ 61,335.00 . . p ce per square yar . Adjust Existing Sanitary Sewer E-8 EA Manhole, complete and in place per $ 2.125.00 $ 2.125.00 each. 1 Adjust Existing Water Valve, complete E 9 EA and in lace er h $ 740.00 $ 740.00 . p p eac . ' Refl. Pvmt. Mrk. TYI (4" White ' E-10 1530 L F Broken) , complete and in place per $ 0.50 $ 765.00 . . linear foot. Refl. Pvmt. Mrk. TYI (6" White E-11 1350 L F Solid) , complete and in place per $ 0.75 $ 1.012.50 . . linear foot. PROPOSAL FORM PAGE 9 OF 21 I II III IV V 4TY UN T ITEM DESCRIPTION TOTAL & UNIT PRICE (PART E. LOUISIANA PARKWAY (NORTH)(SANTA FE TREET TO ALAMEDA TREET (CONT'D) Refl. Pvmt. Mrk. TYI (24" White E-12 120 L F Solid) , complete and in place per $ 10.00 $ 1.200.00 . . linear foot. Refl. Pvmt. Mrk. TYI (12" White E-13 70 L F Solid) , complete and in place per $ 5.00 $ 350.00 . . linear foot. Raised Refl. Pvmt. Mrk. (TYI-C) E-14 EA White, complete and in place per $ 6.70 $ 134.00 each. E-15 2 Raised Refl. Pvmt. Mrk. (TYII-B-B) EA Blue com lete and in l h $ 8.00 $ 16.00 . , p p ace per eac . SUBTOTAL PART "E" - LOUISIANA PARKWAY (NORTH)( SANTA FE STREET TO ALAMEDA ST $ 208.342.50 REET ) ( ITEMS EI -E15 ) PART F. LOUISIANA PARKWAY (SOUTH)(SANTA FE STREET TO STAPLES STREET) F-1 1 Mobilization, complete and in place L S per lump sum $ 26.000.00 $ 26.000.00 . . . F 2 1 Storm Water Poll. Prevention Plan, L.S. complete and in place er lum s $ 1.300.00 $ 1.300.00 p p um. F-3 1 Traffic Control, complete and in L.S place per lump sum $ 16.300.00 $ 16.300.00 . . F-4 12080 Milling 0"-3", complete and in place S.Y. per square yard $ 1.65 $ 19.932.00 . F-5 12080 Seal Coat, complete and in place per Y S square yard $ 2.60 $ 31.408.00 . . . PROPOSAL FORM PAGE 10 OP 21 I II -III IV V 4TY UNIT ITEM DESCRIPTION TOTAL & UNIT PRICE PART F. LOUISIANA PARKWAY OUTH SANTA FE STREET TO STAPLES TREET (CONT' D) 6 2440 Full Depth Pavement Repair, complete F- S Y and in l d $ 75.60 $ 184.464.00 . . p ace per square yar . B-~ 12080 HMAC Overlay (2"), complete and in S Y lace er d $ 11.75 $ 141.940.00 . . p p square yar . F 8 6 Adjust Existing Storm Sewer Manhole, EA com lete and i l h $ 1.810.00 $ 10.860.00 . p n p ace per eac . F-9 1 Adjust Existing Gas Valve, complete EA and in lace er each $ 740.00 $ 740.00 . p p . F-10 18 Adjust Existing Water Valve, complete EA and in lac h $ 740.00 $ 13.320.00 . p e per eac . Remove and Replace Curb and Gutter, F-11 40 L F complete and in place per linear $ 55.50 $ 2.220.00 . . foot. Refl. Pvmt. Mrk. TY1 (4" White F-12 3910 L F Broken) , complete and in place per $ 0.50 $ 1.955.00 . . linear foot. Refl. Pvmt. Mrk. TYI (6" White F-13 3420 L F Solid) , complete and in place per ~ 0.75 $ 2.565.00 . . linear foot. Refl. Pvmt. Mrk. TYI (24" White F-14 240 L F Solid) , complete and in place per $ 10.00 $ 2.400.00 . . linear foot. Refl. Pvmt. Mrk. TYI (12" White F-15 124 L F Solid) , complete and in place per $ 5.00 $ 620.00 . . linear foot. Raised Refl. Pvmt. Mrk. (TYI-C) F-16 EA White, complete and in place per $ 6.70 $ 335.00 each. PROPOSAL FORM PAGE 11 OF 21 I II III IV V ITEM 4TY & UNIT DESCRIPTION UN T PRICE TOTAL (PART (CONT' F. LOUISIANA PARKWAY SOUTH SANTA FE TREET T STAPLES TREET D) F 17 4 EA Raised Refl. Pvmt. Mrk(TYII-B-B) Bl e l t d i l h $ 8.00 $ 32.00 . u , comp e e an n p ace per eac . SUBTOTAL PART "F" - LOUISIANA PARKWAY (SOUTH)(SANTA FE TO $ 456.391.00 STAPLES STREET) (ITEMS Fl-F17) PART G. LOUISIANA PARKWAY (SOUTH)(OCEAN DRIVE TO SANTA FE STREET) ( G-1 1 L S Mobilization, complete and in place er l m $ 7,500.00 $ 7.500.00 . . p sum. u p G-2 1 L S Storm Water Poll. Prevention Plan, com lete d i l l $ 400.00 $ 400.00 . . p an n p ace per ump sum. G 3 1 L S Traffic Control, complete and in lac l $ 5.200.00 $ 5.200.00 . . p e per ump sum. G-4 3600 Y S Milling 0"-3", complete and in place er s uare ard $ 1.65 $ 5.940.00 . . p q y . G-5 3600 S Y Seal Coat, complete and in place per s uare ard $ 2.60 $ 9.360.00 . . q y . G-6 360 Y S Full Depth Pavement Repair, complete and in lace er d $ 75.60 $ 27.216.00 . . p p square yar . G_~ 3600 Y S HMAC Overlay (2"), complete and in lace er s uare ard $ 11.75 $ 42.300.00 . . p p q y . G-8 EA Adjust Existing Sanitary Sewer Manhole, complete and in place per $ 2.125.00 $ 4.250.00 each. G 9 3 EA Adjust Existing Water Valve, complete and in lace er each $ 740.00 $ 2.220.00 . p p . PROPOSAL FORM PAGE 12 OP 21 I II III IV V QTY UNIT ITEM DESCRIPTION TOTAL & UNIT PRICE PART G. LOUISIANA PARKWAY (SOUTH)(OCEAN DRIVE TO SANTA FE STREET) (CONT'D) Remove and Replace Curb and Gutter, G-10 1F complete and in place per linear ~ 89.00 $ 890.00 L foot. Refl. Pvmt. Mrk. TYI (4" White G-11 1000 Broken) , complete and in place per $ 0.50 $ 500.00 L F linear foot. Refl. Pvmt. Mrk. TYI (6" White G-12 1430 Solid) , complete and in place per $ 0.75 $ 1.072.50 L.F. linear foot. Raised Refl. Pvmt. Mrk. (TYI-C) G-13 EA White, complete and in place per $ 6.70 $ 93.80 each. Video Det. Cameras (4) & CPU (1), G-14 li (Materials Only) , complete and in $ 14.700.00 $ 14.700.00 S place per lump sum. 2 Raised Refl. Pvmt. Mrk. (TYII-B-B) G-15 l l d i $ g,00 $ 16.00 EA. B ue, comp ete an n place per each. SUBTOTAL PART "G" - LOUISIANA PARKWAY (SOUTH)(OCEAN DRIVE TO $ 121,658.30 SANTA FE STREET ) ( ITEMS G1-G15 ) PART H. ROBERT DRIVE 1 Mobilization, complete and in place H-1 l $ 10.000.00 $ 10.000.00 L.S. per ump sum. 1 Storm Water Poll. Prevention Plan, H 2 l d i t l l $ 530.00 $ 530.00 L.S. comp e an n p e ace per ump sum. 1 Traffic Control, complete and in H-3 l l $ 6,900.00 $ 6.900.00 L.S. ace per ump sum. p 4860 Milling 0"-3", complete and in place H-4 $ 1.65 $ 8.019.00 S.Y. per square yard. PROPOSAL FORM PAGE 13 OF 21 I II III IV V QTY UNIT ITEM DESCRIPTION TOTAL & UNIT PRICE PART H. ROBERT DRIVE (CONT'D) Full Depth Pavement Reclamation H-5 4860 S Y (FDR) , complete and in place per $ 4.55 $ 22.113.00 square yard. 6 4860 Seal Coat, complete and in place per H- S Y uare s d $ 2.60 $ 12.636.00 . . q yar . H-7 4860 HMAC Overlay (2"), complete and in Y S lac d $ 10.70 $ 52.002.00 . . p e per square yar . Adjust Existing Sanitary Sewer H-8 EA Manhole, complete and in place per $ 2.125.00 $ 19.125.00 each. H 9 2 Adjust Existing Storm Sewer Manhole, EA com l t d i l h $ 1.810.00 $ 3.620.00 . p e e an n p ace per eac . H-10 4 Adjust Existing Water Valve, complete EA and in lac h $ 740.00 $ 2.960.00 . p e per eac . Remove and Replace Curb and Gutter, H-11 60 L F complete and in place per linear $ 44.00 $ 2.640.00 . . foot. Refl. Pvmt. Mrk. TYI (24" White H-12 115 L F Solid) , complete and in place per $ 10.00 $ 1.150.00 . . linear foot. Refl. Pvmt. Mrk. TYI (12" White H-13 70 L F Solid) , complete and in place per $ 5.00 $ 350.00 . . linear foot. H-14 2460 Refl. Pvmt. Mrk. (4" Yellow Solid), L F com lete and in lace er h $ 0.50 $ 1.230.00 . . p p p eac . Raised Refl. Pvmt. Mrk. (TYII-A-A) H-15 EA Yellow, complete and in place per $ 6.70 $ 214.40 each. PROPOSAL FORM PAGE 19 OP 21 I II III IV V ITEM 4TY & UNIT DESCRIPTION UN T PRICE TOTAL PART H. ROBERT DRIVE (CONT'D) H-16 2 EA Raised Refl. Pvmt. Mrk. (TYII-B-B) Bl l t d i l h $ 8.00 $ 16.00 . ue, comp e e an n p ace per eac . SUBTOTAL PART H" - ROBERT DRIVE (ITEMS Hl-H16) $ 143.505.40 PART I. FLYNN PARKWAY I-1 1 L S Mobilization, complete and in place er l m s $ 10.000.00 $ 10.000.00 . . u p p um. I 2 1 L S Storm Water Poll. Prevention Plan, com lete and in la l $ 530.00 $ 530.00 . . p p ce per ump sum. I 3 1 L S Traffic Control, complete and in lace er lum m s $ 6.900.00 ~ 6,900.00 . . p p p . u I-4 5160 S Y Milling 0"-3", complete and in place er s uare ard $ 1.65 $ 8,514.00 . p q y . I-5 5160 S Y Seal Coat, complete and in place per s uare ard $ 2,60 $ 13.416.00 . . q y . I-6 516 Y S Full Depth Pavement Repair, complete and in lace er s uare ard $ 75.60 $ 39.009.60 . . p p q y . I_~ 5160 Y S HMAC Overlay (2"), complete and in place er s uare ard $ 12.00 $ 61.920.00 . . p q y . 1.8 1 EA Adjust Existing Gas Valve, complete in place per each $ 740.00 $ 740.00 . . PROPOSAL FORM PAGE 15 OF 21 I II III IV V QTY UNIT ITEM DESCRIPTION TOTAL & DNIT PRICE PART I. FLYNN PARKWAY (CONT'D1 1 Adjust Existing Water Valve, complete I 9 EA d i l h $ 740.00 $ 740.00 . an n p ace per eac . Refl. Pvmt. Mrk. TYI (6" White I-10 2080 L F Solid) , complete and in place per $ 0.75 $ 1.560.00 linear foot. Refl. Pvmt. Mrk. TYI (8" White I-11 100 L F Solid) , complete and in place per $ 1.40 $ 140.00 . . linear foot. Refl. Pvmt. Mrk. TYI (24" White I-12 290 L F Solid) , complete and in place per $ 10.00 $ 2,900.00 . . linear foot. Refl. Pvmt. Mrk. TYI (4" Yellow I-13 2000 L F Solid) , complete and in place per $ 5.00 $ 10.000.00 . . linear foot. I-14 1 Prefab. Pavement Mrk. (Word) "Only", EA com lete and in l h $ 222,00 $ 222.00 . p p ace per eac . 2 Prefab. Pavement Mrk. (Arrow) Left I-15 EA Turn com lete and i l h $ 166.00 $ 332.00 . , p n p ace per eac . 2 Prefab. Pavement Mrk. (Arrow) Rt. And I-16 EA Str com lete and i l h $ 250.00 $ 500.00 . . , p n p ace per eac . Refl. Pvmt. Mrk. TYI (12" White I-17 li F Solid) , complete and in place per $ 5.00 $ 1.020.00 linear foot. Raised Refl. Pvmt. Mrk. (TYII-A-A) I-18 EA Yellow, complete and in place per $ 6.70 $ 201.00 i each. PROPOSAL FORM PAGE 16 OP 21 I II III IV V QTY UNIT ITEM DESCRIPTION TOTAL & UNIT PRICE PART I. FLYNN PARKWAY (CONT'D) 4 Prefab. Pavement Mrk. (Bicyclist) , I-19 EA com lete and in l h $ 140.00 $ 560.00 . p p ace per eac . Prefab. Pavement Mrk. (Bike Lane i-20 EA Arrow) , complete and in place per $ 140.00 $ 560.00 each. Prefab. Pavement Mrk. (Bike Lane I-21 EA Diamond) , complete and in place per $ 140.00 $ 560.00 each. Raised Refl. Pvmt. Mrk. (TYII-B- I-22 EA B)Blue, complete and in place per $ 6.70 $ 13.40 each. Refl. Pvmt. Mrk. TYI (8" White I-23 200 L F Broken) , complete and in place per $ 1.50 $ 300.00 . . linear foot. SUBTOTAL PART "I" - FLYNN PARKWAY ( ITEMS I1-I23 ) $ 160.638.00 TOTAL BASE BID (PARTS A, B, C, D, E, F, G, H & I $ 2,088.546.00 IN LIEU OF DELIVERY TO THE ELLIOT J-1 L 3 LANDFILL. ALL MILLINGS SHALL BECOME $ (37,000.00) 37000.00 PROPERTY OF THE CONTRACTOR. 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 Engineer are in any sense a warranty but are mere estimates for the guidance of the Contractor. BID SIII~fARY r TOTAL BASE BID ` (CLUSTER 1) ADDITIVE/DEDUCTIVE ALTERNATE NO (CLUSTER 1) "HAAS-ANDERSON CONSTRUCTION LTD. Herewith certifies that the unit prices shown on this print-out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no - othar information from this print-out. HAAS-ANDERSON CONSTRUCTION LTD. Acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Toll Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print out by the respective estimated quantifies shown in the Proposal (Column 11) and then totaling the extended amounts. - ' (Signature) ~~~~~ `- ~~` (Title) President, Haas-Anderson PAanagement, L.C. ( Date) ~/ ~ ~ $ 2,088,546.00 The undersigned hereby declares that he has visited the site aild 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 City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 120 calendar days from the date designated by a work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt~ of the,\ followingg addend is acknowledged (addenda number) : # OnC CI) , #-1-WO (oV, ~-'~'~ree C3~, #-~~~4) RespectfullyX s~ubmitted: Name : 4 s ' siv(~,~ers 5}~ By: (SEAL - IF BIDDER IS a Corporation) Address: ISnX '/~`T;t_ President, Haas-Anderson Management, 4C. (P.O. Box) General Partner ~arous~rit~. (City) (State) (Zip) Telephone : 3~/ - g5~3 - ~335~ NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) AtltlentlUm NO. 3 Attachment No. 3 Pages 19 of 64 Revised Proposal Form CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persona or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME ~II II - .1 pp ~o ~ '~c~. STREET: I~~o1 tto~ y ICc~. CITY:~r s ~,rif~. ZIP: lo-T~ FIRM is: 1. Corporation 2. Partnerehip 3. Sole Owner 4. Association _ 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest' constituting 3% or more of the ownership in the above named "firm". Name ~~ xx Job Title and Clty Department (if known) ~J`~ 2. State the names of each "official" of the Ciry of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title ~~ 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Namef~ Board, Commission or Committee /•~ 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Namsff// Consultant /V~ CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any Information requested; and that supplemental statements will be promptly submitted to the City of Corp~~u//s Christi, Texas as changpllSlQtMf.Haas•Anderson Management, L.C. Certifying Person: ~~rry~ d- l74s5 GenTitle artner (Type or Print) /~ Signature of Certifying Person: ~ ~---_ Date:. ~/8/Og Revised Proposal Form AOtlena4m NO. S ,a,,,, ,,, „f „ Attachment NoA3 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b: "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an Independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not Iimked to, entities operated in the form of sole propHetorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profk organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownerehip Interest". Legal or equitable interest, whether actually or constructive)y held, in a firm, including when such interest fs held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any pereon or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Revised Proposal roam Addendum No. 3 Page zi of zi Attachment No. 3 Pages 21 of 64 P R O P O S A L F O R M F O R STREET OVERLAYS - CLUSTER 3 PROJECT NO. 6448 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Addendum No. 3 xevi..a rropoeal corm Attachment No. 3 Page i of ie Pages 35 of 64 P R O P O S A L Place • I- os ~.l~ll'~5'~~~ Date : ~ a Ug Proposal of a-tS - a Corporation organized and existing under the laws of the State of OR a P('~a/1~r,~t'ner{shnip or Indi/vid~ual doing business as ll"YU `/rN/~iQ~$81 ~D NS'T/7JGllovl ~ ~~~r TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: STRSST OVSRLAY3 - CLIISTIBR 3 PROJBCT NO. 6448 at the locations set out by the plans and specifications and in strict -- accordance with the contract documents for the following prices, to- wit: Adtlendum No. 3 Attachment No. 3 Revised Proposal 8orm Pages 36 of 64 Page 2 of 16 _ _ ITEM QTY & UNIT Description Unit Price Total APART A. TROJAN DRIVE A-1 1 L.S. Mobilization, complete and in $ 26,000.00 $ 26.000.00 place per lump sum. A-2 1 L.S. Storm Water Pollution Prevention Plan, complete and in place per $ 1,125.00 _$ 1,125.00 ' II lump sum. I~ A-3 1 L.S. Traffic Control, complete and in $ 8 500.00 $ 8,500.00 place per lump sum. A 4 18164 Milling 0"-3", complete and in $ 1.55 $ 28,154.20 II S.Y. place per square yard. A-5 18164 Seal Coat, complete and in place $ 2.00 $ 36,328.00 S.Y. per square yard. A-6 4541 Full-Depth Pavement Repair, complete and in place per square $ 62.50 $ 283,812.50 II S.Y. yard. II A-~ 18164 HMAC Overlay(2"), complete and $ 11.50 $ 208,886.00 S.Y. in place per square yard. II A-8 9 Each Adjust Existing Storm Sewer Manhole with New Ring and Cover, $ 1,400.00 $ 12,600.00 complete and in place per each. A-9 11 L.F. Remove and Replace Curb and Gutter, complete and in place $ 40.00 $ 440.00 per linear foot. Proposal Form Page 3 of 16 QTY & I ITEM UNIT Description Uait Price Total APART A. TROJAN DRIVE (Cont'd) II A-10 10 L.F. Curb Repair, complete and in $ 40.00 $ 400.00 II place per linear foot. II Remove Pipe and Concrete from A-11 18 L.F. Gutter, complete and in place $ 40.00 $ 720.00 II per linear foot. II Reflective Pavement Markings 165 TY.1(W)(24")(SLD)(100 mil), A-12 $ 10.00 $ 1,650.00 L.F. complete and in place per linear II foot . II Reflective Pavement Markings 176 TY.1(W)(12")(SLD)(100 mil), A-13 $ 5.00 $ 880.00 L.F. complete and in place per linear II foot . Reflective Pavement Markings II 100 TY.1(W)(8")(SLD)(100 mil), A-14 $ 1.40 $ 140.00 L.F. complete and in place per linear II foot . Reflective Pavement Markings II 7064 TY.l(W)(4")(SLD)(100 mil), A-15 $ 0.50 $ 3,532.00 L.F. complete and in place per linear I foot. Reflective Pavement Markings II 7673 TY.1(Y)(4")(SLD)(100 mil), A-16 $ 0.50 $ 3,836.50 L.F. complete and in place per linear foot. Proposal Form Page 9 of 16 ITEM QTY & UNIT Description Unit Price Total APART A. TROJAN DRIVE (Cont'd) II A-17 3 Each Prefabricated Pavement Markings TY.1(W)(Word)"ONLY"(100 mil), $ 222.00 $ 666.00 II complete and in place per each. IIA-18 2 Each Prefabricated Pavement Markings TY.1(W)(Left Arrow)(100 mil), $ 166.00 $ 332.00 I complete and in place per each. IIA-19 2 Each Prefabricated Pavement Markings TY.1(W)(Right & Straight $ 250.00 $ 500.00 Arrow)(100 mil), complete and in place per each. A-20 2 Each Prefabricated Pavement Markings TY.1(W)(Right Arrow)(100 mil), $ 166.00 $ 332.00 II complete and in place per each. II A-21 Raised Reflective Pavement Markings (TYII-A-A) Yellow, $ 6.70 $ 1,279.70 ~ II Each complete and in place per each. II A-22 20 Each Raised Reflective Pavement Markings (TYI-C) White, complete $ 6.70 $ 134.00 II and in place per each. IIA-23 4 Each Raised Reflective Pavement Markings (TYII-B-B) Blue, $ 8.00 $ 32.00 ( complete and in place per each. SUBTOTAL PART A. TROJAN DRIVE (ITEMS AI-A23) $' 620,279.90 Proposal Form Page 5 of 16 ITEM QTY & UNIT Description Unit Price Total IIdART B. AIRLINE ROAD II B -1 1 L.S. Mobilization, complete and in $ 26,000.00 $ 26, 000.00 place per lump sum. B 2 1 L.S. Storm Water Pollution Prevention Plan, complete and in place per $ 1,125.00 $ 1, 125.00. II lump sum. II B -3 1 L.S. Traffic Control, complete and in $ 8 500.00 _$ 8, 500.00 place per lump sum. B 4 18008 Milling 0"-3", complete and in $ 1.55 $ 27, 912.40 II S.Y. place per square yard. II B -5 18008 Seal Coat, complete and in place $ 2.00 S 36, 016.00 S.Y. per square yard. B 6 4502 Full-Depth Pavement Repair, complete and in place per square $ 62.50 $ 281. 375.00 II S Y yard. B -7 18008 AMAC Overlay (2"), complete and $ 11.75 $ 211, 594.00 S.Y. in place square yard. B 8 3 Each Adjust Existing Sanitary Sewer Manhole with New Ring and Cover, $ 1,900.00 $ 5, 700.00 complete and in place per each. B -9 12 Each Adjust Existing Storm Sewer Manhole with New Ring and Cover, $ 1,400.00 $ 16, 800.00 complete and in place per each. Proposal Form Page 6 of 16 I II III IV V QTY & I ITEM UNIT Description Unit Price Total IIdART B. AIRLINE ROAD (Cont'd) IIB-10 3 Each Adjust Existing Water Valve, $ 770.00 $ 2,310.00 I complete and in place per each. Remove and Replace Curb and IIB 11 1053 Gutter, complete and in place $ 40.00 $ 42,120.00 L F per linear foot. B-12 10 L.F. Curb Repair, complete and in $ 40.00 $ 400.00 II place per linear foot. Reflective Pavement Markings II TY.1(W)(24")(SLD)(100 mil), B-13 71 L.F. $ 10.00 $ 710.00 complete and in place per linear I foot. Reflective Pavement Markings 190 TY.1(W)(12")(SLD)(100 mil), IIB-14 $ 5.00 $ 950.00 L.F. complete and in place per linear foot. I Reflective Pavement Markings TY.1(Y)(12")(SLD)(100 mil), B 15 48 L.F. $ 5.00 $ 240.00 II complete and in place per linear foot. II Reflective Pavement Markings 833 TY.1(W)(8")(SLD)(100 mil), B-16 $ 1.40 $ 1,166.20 L.F. complete and in place per linear II foot . Reflective Pavement Markings II 6093 TY.1(Y)(4")(SLD)(100 mil), B-17 $ 0.50 $ 3,046.50 L.F. complete and in place per linear foot. Proposal Fonn Page 7 of 16 QTY & ITEM UNIT Description Unit Price Total APART B. AIRLINE ROAD (Cont'd) Reflective Pavement Markings II 1460 TY.l (W) (4") (BRK) (100 mil) , B 18 $ 0.50 $ 730.00 L.F. complete and in place per linear I foot. Reflective Pavement Markings IIB 19 520 TY.1(Y)(4")(BRK)(100 mil), - $ 0.50 $ 260.00 L.F. complete and in place per linear foot. II Prefabricated Pavement Markings B-20 4 Each TY.1(W)(Word)"Only"(100 mil), $ 222.00 $ 888.00 II complete and in place per each. I Prefabricated Pavement Markings B-21 2 Each TY.1(W)(Left Arrow)(100 mil), $ 166.00 $ 332.00 I complete and in place per each. Prefabricated Pavement Markings IIB 22 2 Each TY.1(W)(Right & Straight A 100 il $ 250.00 $ 500.00 rrow)( m ), complete and in place per each. I Prefabricated Pavement Markings B 23 2 Each TY.1(W)(Straight Arrow)(100 $ 140 00 $ 280 00 il) l d i . . II m , comp ete an n place per each. Raised Reflective Pavement B 24 Each Markings (TYII-A-A) Yellow, $ 6.70 _$ 1,675.00 I complete and in place per each. Raised Reflective Pavement IIB 25 h E Markings (TYI-C) White, complete $ 6.70 $ 850.90 ac and in place per each. Proposal Form Page 8 of 16 = __ =II IV V ITEM QTY & UNIT Description Unit Price Total APART B. AIRLINE ROAD (Cont'd) IIB-26 1 Each Raised Reflective Pavement Markings (TYII-B-B) Blue, $ 8.00 $ 8.00 complete and in place per each. SUBTOTAL PART B. AIRLINE ROAD (ITEMS B1-B261 $ 671,489.00. APART C. COMMODORES DRIVE II C -1 1 L.S. Mobilization, complete and in $ 39,000.00 $ 39 .000.00 place per lump sum. C- 2 1 L.S. Storm Water Pollution Prevention Plan, complete and in place per $ 1,600.00 $ 1, 600.00 lump sum. II C- 3 1 L.S. Traffic Control, complete and in l $ 12,350.00 $ 12, 350.00 p ace per lump sum. II C 4 26113 S Y Milling 0"-3", complete and in l $ 1.55 $ 40, 475.15 . . p ace per square yard. C 5 26113 S Y Seal Coat, complete and in place $ 2.00 $ 52, 226.00 II . . per square yard. II C- 6 2611 S Y Full-Depth Pavement Repair, complete and in place per square $ 62.50 $ 163. 187.50 yard. C 7 26113 Y S HMAC Overlay (2"), complete and i l $ 11.45 $ 298, 993.85 . . n p ace per square yard. Proposal Form Page 9 of 16 ITEM QTY & UNIT Description Unit Price Total APART C. COMMODORES DRIVE (Cont'd) II C-8 7 Each Adjust Existing Water Valve, $ 765.00 $ 5,355.00 I complete and in place per each. Remove and Replace Curb and II C 9 Gutter, complete and in place $ 40.00 $ 4,960.00 L F. per linear foot. C-10 10 L.F. Curb Repair, complete and in $ 40.00 $ 400.00 II place per linear foot. Reflective Pavement Markings IIC-11 2022 TY.1(W)(24")(SLD)(100 mil), $ 10.00 $ 20,220.00 L.F. complete and in place per linear I foot. Reflective Pavement Markings IIC-12 69 L.F. TY.1(Y)(12")(SLD)(100 mil), $ 5.00 $ 345.00 complete and in place per linear foot. I Reflective Pavement Markings C-13 855 TY.1(W)(8")(SLD)(100 mil), $ 1.40 $ 1,197.00 II L.F. complete and in place per linear foot. II Reflective Pavement Markings -C-14 11568 TY.1(W)(4")(SLD)(100 mil), $ 0.50 $ 5,784.00 L.F. complete and in place per linear II foot . Reflective Pavement Markings IIC-15 1108 TY.1(Y)(4")(SLD)(100 mil), $ 0.50 $ 554.00 L.F. complete and in place per linear foot. Proposal Form Page 10 of 16 ITEM QTY & UNIT Description Unit Price Total II2ART C. COMMODORES DRIVE (Cont'd) Reflective Pavement Markings IIC-16 140 TY.1(W)(4")(BRK)(100 mil), $ 0.50 $ 70.00 L.F. complete and in place per linear I foot. Prefabricated Pavement Markings IIC-17 2 Each TY.1(W)(Word)"Only)(100 mil), $ 222.00 $ 444.00 complete and in place per each. I Prefabricated Pavement Markings C-18 3 Each TY.1(W)(Left Arrow)(100 mil), $ 166.00 $ 498.00 II complete and in place per each. II Prefabricated Pavement Markings C-19 2 Each TY.1(W)(Right Arrow)(100 mil), $ 166.00 $ 332.00 I complete and in place per each. Prefabricated Pavement Markings IIC-20 1 Each TY.1(W)(Straight Arrow)(100 $ 140.00 $ 140.00 mil), complete and in place per I each. Prefabricated Pavement Markings TY.1(W)(Bike Lane Symbols) IIC-21 6 Each (Diamond, Bicycle, & Arrow) (100 $ 415.00 $ 2,490.00 mil), complete and in place per II each. II Prefabricated Pavement Markings TY.1(W) (Bike Lane Symbols) C-22 2 Each (Diamond, "Bike", "Lane" & $ 415.00 $ 830.00 II "Ends") (100 mil), complete and in place per each. Proposal Form Page 11 of 16 ITEM QTY & UNIT Description Unit Price Total APART C. COMMODORES DRIVE (Cont'dl IIC-23 79 Each Raised Reflective Pavement Markings (TYI-C) White, complete $ 6.70 $ 529.30 and in place per each. IIC-24 5 Each Raised Reflective Pavement Markings (TYII-B-B) Blue, $ 8.00 $ 40.00 i complete and in place per each. SUBTOTAL PART C. COMMODORES DRIVE (ITEMS CI-C241 $ 652.020.80 TOTAL BASE BID (PARTS A, B & q $ 1,943,789.70 APART D. ADDITIVE ALTERNATE #1 I D-1 3 Each 12' x 60' Bus Stop Concrete Slab (Trojan Street), complete and in $ 16,150.00 $ 48.450.00 ' place per each. II D-2 8 Each 12' x 60' Bus Stop Concrete Slab (Airline Road), complete and in $ 16,150.00 $ 129.200.00 place per each. SUBTOTAL PART D. ADDITIVE ALTERNATE #1 (ITEMS DI-D2) $ 177.650.00 TOTAL ADDITIVE ALTERNATE IL BID (PART Iy $ 177,650.00 Proposal Form Page 12 of 16 PART E. ADDITIVE/DEDUCTIVE ALTERNATE #2 I IN LIEU OF DELIVERY TO THE ELLIOT LANDFILL. ALL MILLINGS E-1 1 L.S. $ (39,000.00) ~ (39,000.00) SHALL BECOME PROPERTY OF THE CONTRACTOR. TOTAL ADDITIVE/DEDUCTIVE ALTERNATE NO. 2 (PART ~ $ (39,000.00) BID SUMMARY (CLUSTER 3) 789.70 , BASE BID PLUS '' // ~ ~ ~ ADDITIVE ALTERNATE NO. 1 ~VOT '~ A2O /~ ( CLUSTER 3 ) $ 2, "7~'6 ADDITIVE/DEDUCTIVE ALTERNAT ~/~ T ~W/9~Q~ (CLUSTER 3) $ 70 PLUS ADDITIVE/DEDUCTIVE ALTERNATE NO. 2 70 "HAAS-ANDERSON CONSTRUCTION LTD. Herewith certifies that the unit prices shown on this trim-out for bid items (including any additive or deductive alternates) contained in this toposal are the unit prices intended and that its bid will ba tabulated using these unit prices and no other information from this print-out. HAAS-ANDERSON CONSTRUCTION LTD. Acknowledges end agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that he official Totl Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature)~~~/~~~ (Title ) President, Naas•Anderson Management, l.C. (Date) ~~~'/D~ Proposal Form Page 13 of 16 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 8nterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value, for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 180 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the fol number) : #oa,(1) .#-I~woCa). #"{E+~xf Respec Name: By: _ (SEAL - IF BIDDER IS a Corporation) Address: President, Haas-Anderson Management, LC. y General Partner ( Telephone: ROTE: Do not detach bid from other papers. Fill in with ink and-aubmit~complete with attached papers. is acknowledged (addenda t (State) Revised Proposal Fozm e...... ~n s ie O. (Revised August 2000) Addendum No. 3 Attachment No. 3 Pages 48 of 64 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. H the question is not applicable, answer with "NA". FIRM NAME LL'-' G o 0 .Si7uG~''o L~'d STREET: ~~ 01 I7J CITY: ~~' u r + ZIP: /~ 1 ~ [ FIRM is: 1. Corporation 2. Partnership ~_ 3. Sole Owner 4. Association _ 5. Other DISCLOSURE QUESTIONS If addRionai space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name /I,, Job Title and City Department (if known) /V~ 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Namets'' Title /Vj¢ 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest' constituting 3% or more of the ownership in the above named "firm". Namel!,, Board, Commission or Committee /V~ 4. State the names of each employee or officer of a "consultant' for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest' constituting 3% or more of the ownership in the above named "firm". Name!!// Consukant /V~ CERTIFICATE I certify that all Information provided is true and correct as of the date of this statement, that I have not knowingty withheld disclosure of any informaton requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. {~ // JJ President, Haas-Anderson Management, l.C. Certifying Person: D9rry ~ ~• ffgss r,a~hl Partner (Type or Print) J Signature of Cerdtying Pereon: l / Date: U o 0$ ddendum No. 3 Revised Proposal norm Attachment No. 3 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the Cky of Corpus Christi, Texas, either on a full or part Ume basis, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether establhthed to produce or deal with a product or service, including but not Iimltsd to, entities operated in the form of sole proprietorehip, as seH-employed entities wh ch, foripucorporetion, joint stock company, joint venture, receiverehip or trust and p rposes of taxation, are treated as non-profit organ(zatlons. d. "Official". The Mayor, membere of the City Council, City Manager, Depputy City Manager, Assistant City Managere, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownerehip Interest". Legal or equitable interest, whether actually or constructive)y held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" relent to holding or control established through voting trusts, proxies or special terms of venture or partnerehip agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Addendum No. 3 Attachment No. 3 xe~i.aa Proposal Porm pages 50 of 64 Page 16 of 16 P R O P O S A L F O R M F O R STREET OVERLAYS CLUSTER 4 BOND 2008 PROJSCT NO. 6447 DEPARTNll3NT OF ENGINEERING SERVICES- CITY OF CORPUS CHRISTI, TEXAS Addendum No. 3 Rsvxaso PROP09AL roax Attachment No. 3 PAGE i or is Pages 51 of 64 P R O P O S A L Place: ~orpus C~r%S+: ~ Date: ~/g~oB Proposal of /'rSws '- a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: STREET OVERLAYS CLOSTER 4 BOND 2008 PROJECT NO. 6447 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: den um No. 3 RBVSSSD PROPOSAL POPM Attachment No. 3 PAOE 2 OP 14 Pages 52 of 64 STREET OVERLAYS CLUSTER 9 BOND aooe ROADWAY IbbIPROVEMENTB BASE BID- POWER STREET TO ELIZABETH STREET (MINUS NORTHBOUND LANE9 HY SEAWALL) I II III 1V V HID ITEM 4TY & UNIT DESCRIPTION UNIT PRICE IN PIOUR88 BID ITEM EXTENSION PART A. SHORELINE BOULEVARD- POWER STREET TO ELIZABETH STREET fMINU9 NH LANES 8Y SEAWALLI Al 1 LS Mobilization, complete in place per 1~~ aum. 63 00 00 S 63,000.00 A2 1 LS Storm Water Pollution Prevention Plan, 2 0.00 S 2,500.00 complete in place per lump aum. A3 1 LS Traffic Control, complete in place per lumo 5 0.00 S 17,500.00 aum. A9 59850 SY Milling 0" to 3" Depth, complete in place per 3 77,805.00 aware yard. AS 59050 SY Seal Coat (AC-15P @ 0.28 GAL/SY), complete in 0 $ 119,700.00 place per aware yard. A6 1010 SY Full-Depth Pavement Repair, complete in place 6 S 63,125.00 per etc uare yard. A7 6720 SY HMACP Overlay (2")(Type D), complete in place $ 78,629.00 per aware yard. AB 53130 SY HMACP Overlay (3")(Type D), complete in place 17 20 S 913,836.00 per aware yard. A9 6 EA Adj uat Existing Sanitary Sewer Manhole, 0 0 S 11,900.00 complete in place per e c A10 3 EA Adjust Existing Storm Sewer Manhole, complete g00.0o S 9,200.00 in place per each. All 19 EA Adj uet Existing Water Valve, complete in 765.00 S 19,535.00 place per each. A12 1605 LP Remove and Replace Curb and Gutter, complete S 66,373.00 in place per linear foot. A13 5205 LP Reflective Pavement Marking TY1 (9" White 0 S 2,602.50 Broken), complete in place per linear foot. A19 10032 LF Reflective Pavement Marking TY1 (4" White 0 $ 5,016.00 . Solid), co late in lace mp p per linear foot. A15 1100 LP Reflective Pavement Marking TYI (e" White S 1,590.00 Solid), complete in place per linear foot. A16 1190 LF Prefab. Pavement Marking (12" White Solid), .00 S 5,950.00 complete in place per linear foot. I II III iv v HID ITEM QTY & UNIT DESCRIPTION DNIT PRICB IN FIGURES BID ITEM EXTENSION - CO 'D A17 2074 LP Prefab. Pavement Marking (24" White Solid), 10.0 S 20,740.00 comp late in place per linear foot. A18 9942 LF Reflective Pavement Marking TY1 (9" Yellow Solid), 0 S 4,971.00 complete in place per linear foot. A19 175 LF Prefab. Pavement Marking (24" Yellow Solid), $ 1,750.00 complete in place per linear foot. A20 94 EA Rained Refl. Pavement Marker (TYlI-A-A) Yellow, 6.70 $ 299.80 coaq~lete in place per each. A21 392 EA Raised Refl. Pavement Marker (TYI-C) White, •7 $ 2,626.90 complete in place per e c A22 40 EA Rained Refl. Pavement Marker (TYII-B-H) Blue, B 00 $ 320.00 complete in place per each. A23 83 EA Prefab Pavement Marking (Type C)(White)(WOrd), $ 18,926.00 complete in place per each. A29 116 EA Prefab Pavement Mazkiag (Type C)(White)(Arrow), 0 $ 19,256.00 complete in place per each. A26 6 DAY Portable changeable Meaeage Sign, complete is 1 5 00 $ 1,170.00 place per may. A26 1 LS Video Detection Camera & CPU (Materials only), 1 g $ 19,800.00 without iae tallatioa per loam num. SUBTOTAL PART °A° - SHORELINE BOULEVARD- POWER STREET TO BLIZAHETH STREET $ 1,539,060.70 (MLNUe NB LANES HY 9EAWALL)(ITEMS Al-A16) PART AA. BHORELINB BOULEVARD- POWER STREET TO ELIZABETH STREET (NORTHBOUND LANES BY SEAWALL ONLY AA1 1 LS Mobilizaticn, conq~lete is place per lung, sum. 33 $ 33,000.00 AA2 1 LS Storm Water Pollution Prevention Plan, complete in $ 1,300.00 place per loam avm. AA3 1 LS Traffic Control, complete in place per y~ evm. 8 95 0 $ 8,950.00 AA4 31080 SY Milling 0" to 3" Depth, co~lete in place per d S 90,909.00 square yar . AAS 31000 SY Seal Coat (AC-15P ® 0.28 OAL/SY), complete in S 62,160.00 place per acuare yard. AA6 31080 SY BMACP overlay (3")(Type D), complete in place per $ 539,576.00 square yard. I II III IV V HID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIOURE9 HID ITEM BXTEN9ION PART AA. SHORELINE BOULEVARD- POWER STREET TO ELIZABETH STREET (NORTHBOUND LANE9 HY 98AWALL ONL CONT' AA7 500 TON Cp Level Up (Type D), complete is place per H M A 104.00 S 52,000.00 t O n AAB 1 EA ch t Existing Wa[er Valve, complete in place per Ad S 765.00 es AA9 170 LF Remove and Replace Curb and Outter, cou~lete in 4 .60 S 7,292.00 place per linear foot. AA10 3770 LP Reflective Pavement Marking TY1 (9" White Brokenl, S 1,885.00 co lets is lace mp p per linear foot. AAll 7860 LF Reflective Pavement Marking TY1 (9" White Solid), 0.50 $ 3,930.00 complete in place per linear foot. AA12 760 LF Reflective Pavement Marking TY1 (8" White Solid), S 1,069.00 co~lete in place par linear foot. AA13 1160 LF Prefab. Pavement Marking (12" Nhite Solid), 5. 0 S 5,800.00 complete in place per linear foot. AA14 2256 LF Prefab. Pavement Marking (24" White Solid), 10.00 $ 22,560.00 complete in place per linear foot. AA15 7390 LF Reflective Pavement Marking TY1 (9" Yellow Solid), 0 0 S 3,695.00 complete in place per linear foot. AA16 100 LF Prefab. Pavement Mazkiag (24" Yellow Solid), S 1,000.00 complete in place per linear foot. AA17 253 EA Raised Refl. Pavement Merker (TYI-C) White, 6 0 S 1,695.10 complete is place per e c AA18 12 EA Prefab Pavement Marking (Type C)(White)(WOrd), .00 $ 2,664.00 complete is place per each. AA19 16 EA Prefab Pavement Marking (Type C)(White)(Arrow), 6.00 S 2,656.00 complete in place per each• SUBTOTAL PART ^AA° - SHORELINE BOULEVARD- POWER eTREET TO ELIZABETH 9TREET. $ 787,396.10 (NORTHBOUND LANE9 HY SEAWALL ONLY)(ITEM3 AA1-AA19) CLUSTER 4 TOTAL HA68 HID (PART A & PART AA) S 2,321,406.00 PART AAA. ADDITIVE/DEDUCTIVE ALTERNATE NO 5 LI O TO L A~A1 1 LS NOS N D S CO TY OP S (57.000.00) $ (57,000.00) CONTRACTOR. I II III IV V BID ITEM QTY & UNIT DHBCRIPTION UNIT PRICB IN FIOURE8 HID ITEM HXTENBION PART A. ATDTTT ./AT.TERNATTVF. NO 7- ANDAP.i.TNR ADlN.F.VARn- .T.T .AARTN aTRF.RT TO .l71TTATANA AVRNLTa H1 1 LS Mobilization, complete is place per lump eum. 5 0 00 S 20,500.00 H2 1 LS Storm Water Pollution Prevention Plan, complete in 0 0 S 1,100.00 place per lump eum. B3 1 LS Traffic Control, complete is place per lu~Op sum. 5 0 .00 S 5,100.00 B4 22320 SY Milling 0" to 3" Depth, com pleta in place per $ 30,132.00 eauare yard. BS 22320 SY Seal Coat, complete in place per eauare yard. $ 41,292.00 B6 2240 SY Full-Depth Pavement Repair, complete in place per $ 139,776.00 square yard. B7 22320 SY HMACP Overlay (2")(Type D), complete in place per $ 261,199.00 eouare yard. SB 1 EA Adj uet 8xie ring Sanitary Sewer Manhole, complete $ 1,900.00 in place per e c H9 1 EA Adjust Bxia Ling Stotm Sewer Manhole, complete in 1 4 0.00 S 1,900.00 place per g~ch. B10 2 EA Adjust Existing Water Valve, complete in place per $ 1,530.00 each. B11 50 LP Remove and Replace Curb and Outtar, complete in 0 $ 1,900.00 place per linear foot. H12 2540 LF Reflective Pavement Marking TY1 (4" White Hroken), 0.50 S 1,270.00 con~lete is place per linear foot. B13 5170 LF Reflective Pavement Marking TY1 (4" White Solid), S 2,585.00 complete in place per linear foot. B14 1750 LF Reflective Pavement Marking TYl (B" White Solid), .40 $ 2,450.00 complete in place per linear foot. H15 432 LF Pzefab. Pavement Marking (iT" White Solid), 5.00 S 2,160.00 complete is place per linear foot. B16 992 LP Prefab. Pavement Marking (24" White Solid), 0 0 $ 9,920.00 complete is place par linear foot. B17 5530 LF Reflective Pavement Marking TYl (4" Yellow Solid), 0 S 2,765.00 complete in place per linear foot. B1B 259 EA Raised Refl. Pavement Marker (TYI-C) White, 6.7 $ 1,735.30 cong7lete is place per each. H19 12 EA Raised Refl. Pavement Marker (TYII-e-H) Hlue, 00 $ 96.00 complete in place per each. H2O 3 EA Prefab Pavement Marking (Type C)(White)(WOrd), S 666.00 complete in place per e c B21 3 EA Prefab Pavement Marking (Type C)(White)(Arrow), .00 S 998.00 complete is place per each. I II III IV V BID ITEM QTY & UNIT D88CRIPTION UNIT PRICE IN FIOUREB HID ITEM EXTENSION PART B. ADDITIVE/ALTERNATIVE NO 1- SHORELINE BOULEVARD- ELIZABETH STREET TO LOUISIANA AVENUE O B22 6 DAY Portable Changeable Meaeage Sign, complete is $ 1,170.00 place per dav. H23 1 LS Video Detection Camera & CPU (Materials Only), 9 700 $ 14,700.00 without installation per lump aum. SUBTOTAL PART "B^ - SNORELINE BOULEVARD- ELIZABETH STREET TO LOUISIANA AVENUE $ 595,789.30 (ITEMS B1-H23) CLUeTER 4 TOTAL ADDITIVE/ALTERNATIVE NO 1 BID (PART B) $ 595,789.30 PART BB. ADDITIVE/DEDUCTIVE ALTERNATE NO 6 ~~ 1 L5 MILLINOB IN ADD/ALT NO 1 SHALL HHCOMB PROPHRTY OF S (16.000.00) $ (16,000.00) THB CONTRACTOR. PART C. ADDITIVE /ALTERNATIVE NO 2- SHORELINE BOULEVARD- LOUISIANA AVENUE TO LSM1'NO AVEMNUE C1 '1 LS Mobilization, coaq>lete is place per lump aum. S 9,600.00 C2 1 LS Storm Water Pollution Prevention Plan, complete in 75. S 275.00 place per lump sum. C3 1 LS Traffic Control, complete in place per l~u (p sum. 00.00 $ 1,200.00 C4 6370 SY Milling 0" to 3° Depth, complete is place per 3 S 8,599.50 square yard. CS 6370 SY Seal Coat, complete in place per srpiare yard. $ 11,784.50 C6 640 SY Full-Depth pavement Repair, complete is place per $ 90,000.00 square yard. C7 6370 SY HMACP Overlay (2")(Type D), complete in place per $ 7q, 529.00 square yard. Ce 2 EA Adjust Existing Water Valve, comple [e in place per $ 1,530.00 each. C9 964 LF Reflective Pavement Marking TY1 14" White Broken), •5 S 232.00 complete in place par linear foot. C10 1710 LF Reflective Pavement Marking TY1 (4^ White Solid), 0 $ 855.00 complete is place per linear foot. C11 1700 LP Reflective Pavement Marking TY1 (4" Yellow Solid), $ 850.00 co~lete is place per linear foot. C12 25 EA Rained Refl. Pavement Marker (TYI-C) White, 70 $ 167.50 complete is place per each. C13 2 EA Raised Refl. Pavement Marker (TYII-e-B) Blue, 0 $ 16.00 complete is place per e c . I II III V v BID ITEM QTY & UNIT D83CRIPTION UNIT PRICB IN FICRDUiB BID.ITEM EXTENSION PART C ADDTTT nc /AT.TFRNATTin: NO 2- eHORF.T.TNR H[]SN.F~iARD- T.OTIT STANA AVENLTR TA T.RMTND AVEMNI Cl4 6 DAY Portable Changeable Message Sign, complete in 9 .00 S 1,170.00 place per dom. SUBTOTAL PART ^Ca - SHORELINE BOULEVARD- LOUISIANA AVENUB TO LEMINO $ 195,808.50 VENUS (ITEMS C1-C14) PART C ADDITIVE/ALTERNATIVE NO 2- 9HORELINB BOULEVARD- LOUIHIANA AVENUE TO LEDffNO AVEMNUS CONT'D CLUSTER 4 TOTAL ADDITIVE/ALTERNATIVE NO 2 BID (PART C) S 195,808.50 PART CC. ADDITIVE/DEDUCTIVE ALTERNATE NO 7 O A CC1 }~T 4. MILLIN63 IN ADD/ALT NO 2 SHALL HECOt~ffi PROPHRTY OP S 13.700.00) $ (3,700.00) s THS CONTRACTOR. PART D ADDITIVE/ALTERNATIVE NO 3 SHORELINE BOULEVARD LEbD:NO AVE6II7UE TO OLEANDER AVENUE D1 1 LS Mobilizatio¢, complete in place per lump sum. 4 0 $ 9,900.00 D2 1 LS Storm Water Pollution Prevention Plan, complete in 5 S 275.00 place per lump sum. D3 1 LS Traffic Control, complete in place per lump eum. 1 00 $ 1,000.00 _ D4 5920 SY Milling 0" to 3" Depth, coagTlete in place per $ 7,992.00 eauare yard. DS 5920 SY Seal Coat, complete in place per square yard. $ 10,952.00 D6 600 SY Pull-Depth Pavement Repair, complete in place par 50 S 37,500.00 souare yard. D7 5920 SY HMACP Overlay (2")(Type D), congilete is place per 1 $ 69,269.00 square yard. DS 2 EA Adjust Existing Water Valve, complete in place per 76 0 S 1,530.00 each D9 304 LF Reflective PavemenC Marking TY1 (9" White Broken), 0 S 192.00 complete is place par linear foot. D10 1460 LF Reflective Pavement Marking TY1 (4^ White Solid), 0.50 S 730.00 coATlete in place par linear foot. D11 g0 l,p Reflective Pavement Marking TY1 (s" White Solid), 1 $ 126.00 caaTlete in place per linear foot. D12 1380 LF Reflective Pavement Markinq TY1 14" Yellow Solid), ~ 0 $ 690.00 complete in place per linear foot. D13 - 37 EA Aaieed Refl. Pavement Marker (TYI-C) White, 6.7 $ 247.90 complete in place par each. D19 2 EA Raised Rafl. Pavement Marker (TYII-e-B) Blue, 0 $ 16.00 conQrlete is place per each. D15 6 DAY Portable Changeable Meaeage Siga, complete in 00 S 1,170.00 place per da . SUBTOTAL PART ^D" - SHORELINE BOULEVARD- LEMINO AVENUE TO OLEANDER AVENUE $ 136, OB4.90 (ITSMB D1-D15) CLUSTER 4 TOTAL ADDITIVE/ALTERNATIVE NO 3 HID (PART D) S 136,084.90 BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIOUREB HID ITEM EXTENSION ai mF NamF Nn a Paum nr ~ Fnnrrr,~, _ IN LIEU OF -ELIVSRY TO THH BLLIOT LANDFILL ALL DDS 1 LS MTi S IN ADD/ALT NO 3 SHALL BECOME PROPERTY OP s (3.500.00) S (3,500.00) THB CONTRACTOR. PART E ADDITIVE/ALTERNATIVE NO 4- CONCRETE BUS PADS EI 3 EA 12' X 60' Hue Stop Concrete Slab (Shoreline 5 00.00 3 95,000.00 Boulevard), co~lete in place per e c . PART E ADDITIVE/ALTERNATIVE NO 4- CONCRETE HU9 PADS CONT'D SUBTOTAL PART ^E^ - CLUSTER 4 CONCRETE HUS PADS S 95,000.00 CLUSTER 4 TOTAL ADDITIVE/ALTERNATIVE NO 4 BID (PART E) S 95,000.00 BID SDMDfARY TOTAL BASE BID - /'~ `r ~ ti (CLUSTER 4) _ - $ 11 2,321,406.80 DEDUCTIVE ALTERNATE NO. 5 - -""`~ t/ (CLUSTER 4) $ .80 ADDITIVE ALTERNATIVE NO. 1 BID (CLUSTER 4) _ _ _ _ _ $ 545,789.30 NO. 1 PLUS ~/O r ADDITIVE/DEDUCTIVE ALTERNATE N . T w~~~EO (CLUSTER 4) $ .9.30 ADDITIVE ALTERNATIVE N0.2 !'Y.r'1. (CLUSTER 4)_ _ _ _ _ _ _ _ _ $ 145.808.50 ADDITIVE/DEDUCTIVE (CLUSTER 4) PLUS ADDITIVE/ALTERNATIVE N0.3 (CLUSTER 4)_ _ _ ADDITIVE/DEDUCTIVE (CLUSTER 4) 3 PLUS ADDITIVE/ALTERNATIVE N0.4 (CLUSTER 4) _ _ _ PLUS ADDITIVE/DEDUCTIVE (CLUSTER 4) "'WS-ANDERSON CONSTRUCTION LTD. Herewith cergfies that the unit pdcas shown on this clout for bid Items (including any additive or deductive altematas) contained in this rtdposal are the unit prices Intended and that Its bid will be tabulated using these unit prices and no rther information from this printout. HAAS-ANDERSON CONSTRUCTION LTD. Acknowledges I agrees that the Total Bid Amount shown will be read as Ifs Total Bid and further agrees that ,., official Totl Bid amount will be determined by multlplying the unit bid price (Column IV) shown r this print out by the respectlve es8mated quantltles shown in the Proposal (Column II) and then ding the extended amour Date) ~'/~/o (ntte ) President. Haas•Anderson Manapamerlt, ii:, 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 aN+ard 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 S+k 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 8atarprise Participation: The apparent low bidder shall, within five days of receipt of bide, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sats of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 120 calendar Bays from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. ~~ceTipt ~ ,t1}e fol pwi~gn a~c~nda is acknowledged (addenda number): Respectful''//ly submitted: Name : 1"baf - ac e^3o ~~H ~i+n L+Q, By: ~r_ (SIO27ATQR8) r+`y '/• }~+SJ (SEAL - IF BIDDER IS Bq~- 7D ra ~~'~'~' Ala llY a Corporation) Address: (P.O. Box] (Street) ry~Asident, Haas-Anderson PAanagement, L.C: ~ ,~ ,~ ~8,9~~ ,:ial Partner s ~'r' ,• (City`\) ~7 ( tats) (Zip) Telephone:~~~~) S3"3` ~~~ NOTE: Do not detach bid from~ther papers. Fill in with ink and submit complete with attached papers. (Revises August 2000) Addendum No. 3 Rsvxssn PROPOSAL PORx Attachment No. 3 PACE is or i4 Pages 62 of 64 The Contractor will commence work within ten (10) calendar days from date they receive written -work order a d it#~~lete same withi 120 CALENDAR DAYS CLUSTER 1; ]~80 CAT~~ DA S LU TER yon ~ ,(~V ~'~ / O d 3; S LUS ER 4 after construction is begun. ould oza Contrac or efault, on rector may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST• City Secretary CITY OF CORPUS CHRISTI Ange R. Escobar, Interim Asst. City Mgr. of Public Works and Utilities APPROD~ ~A~S~ ~TO~ LEGAL dRM: Asst. City Attorney Services ATTEST: (If Corporation) (Seal Below) (Note:. If Person signing for corporation is not President, attach copy of authorization to sign) By: ~ ~~i1J~ Kevin St rs, Interim Director of Engineering CONTRACTOR Haas-Anderson Cons~Cruction, Ltd. By: - Jr-~V~ -~ Tit7P9deldent. Haaa•Anderson ManapemeM, L.C, General Partner 1402 HOLLY ROAD (Address) CORPUS CHRISTI, TX 78415_._ . (City) (State)(ZIP) 361/853-2535 * 361/853-5564 (Phone) (Fax) AUTHOR11tN er cauncu_ Agreement Page 2 of 2 P E R F O R M A N C E B O N D Bond No.: 104901019 STATE OF TEXAS § COUNTY OF NUECES § RNOW ALL BY THESE PRESENT3: THAT Haas-Aadaraon Construction, Ltd. of NVECES County, Texas, hereinafter called "Principal", and Travelers CasualtyantlSuretyCompanyofAm~rica 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 Nu ~ Texas, here/}' ~tr~ "Ci t e~~,~1,"/sum 6s '/~n~J/ MILLION. P7E~8~~~~~-~1~~~" 6Rf~lTFY S~i~~ ~ANDU "`~ 20/100($a-#8~A~5-49~ 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, jointl/y and ever lly, firmly by these presents: ~ ~j7/p~/ yes 20 ~~• q/6z~Og ,(~0~ THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 26TH of AUGUST , 20 08 , a copy of which is hereto attached and made a part hereof, for the construction of: STREET OVERISaYS - CLUSTERS 1, 2-; 3 t 4 PROJECT NOS. 6446, 6447 6 6448 (CLUSTER 1- TOTAL BASE BID: $2,088,546.00;, ~/ yf/,? 7~7~Dg~ ~ CLUSTER 3- TOTAL SASE BID wnr w+~ v~ + . w^ +.++ ~..~. ~ CLUSTER 4- TOTAL BASE BID + ADD.ALTS.NO3.1 THRU °,'^~rrrw^~~~vL~ / dg' NOW, THBREFORB, if the principal shall faithfully perform said 4Y(~jj~ work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Haas-Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of SEVEN MILLION, FOUR HUNDRED FOUR THOUSAND, SEVENTY-FIVE AND 20/100($7,404,075.20) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 26TH of AUGUST 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: STREET OVERLAYS - CLUSTERS 1, ~ 3 & 4 PROJECT NOS. 6446, 6447 & 6448 (CLUSTER 1- TOTAL BASE BID: $2,088,546.00; CLUSTER 3- TOTAL BASE BID + ADD.ALT.NO.1:$2,121,439.70; CLUSTER 4- TOTAL BASE BID + ADD.ALTS.NOS.1 THRU 4:$3,194,089.50) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given Vernon's Civil Statutes the State of Texas. to meet the requirements of Article 5160, of Texas, and other applicable statutes of 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 WITNES3 WHEREOF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 2Zib day of ~~ct 20 p PRINCIPAL Haas-Anderson Constru By : .(fUCi 174~~,/ 4.,t~a,s (Print Name 6 Title) SURETY Travelers Casualty By: ~Qill.( Attorney-in-fact of Amerioa v':%~ ^~a . ~ -=-~,~''r - , ~, .~ " -Vim. -. ..,. - Tha Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: agency: Keetch & Associates Contact Person: Kevin Keetch Address: P. O. Box 3280 Corpus Christi. TX 78463-3280 Phone Number: 361-883-3803 Vice Pr6si0etrt, Haas-gnoa~n rv~a~rayv~~im~~. ~.G General ParEner (NOTE: Oa to of Performance aond must not be prior to date of contra ct)(Re wised 3/08) Performance Bond Page 2 of 2 President. Haas•Anderson Management, Lt:. 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 _ day of 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney-in-fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, far delivery of notice and service of process is: Agency: Contact Peraoa: Address: Phone Number: (NOTE: Oate of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D STATE of TExAS § Bond No.: 104901019 COUNTY OF NUECES § KNOW ALL BY THESE PRESENT3: THAT Haas-Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company of America a corporation organized under the laws of the State of CnnnPr_tic~~t 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 'n t ed co t a din e s of SEVEN MILLION, ANp~ 20/100($a-~9+HA~5-~8~ DOLLARS, lawful money of the Onited 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 a ~ successors,_~o~t~~ nd„ se~ally, firmly by these presents: ~ 'J/Q~ ~/,ZS ,20 4///V// THE CONDITION OF TH23 OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 26TH day AUGUST 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: STREET OVERLAYS - CLIISTERS 1, 2; 3 b 4 PROJECT N03. 6446, 6447 S 6448 ~!,, p~(CLUST/E/~R'T1-p ~T~OTAL SASE BID: $2,088,546.00; ~~9q3 ~g9 ~o`~ CLUSTER ~- TV1AL BASE BID 1 TT1T fT T 1Tf~ '1 . Q/f • Al I.f CLUSTER 4- TOTAL BASE SID + ADD.ALTS.NOS.1 THRU ~: ~ ~y9.0 , SO q ~~~ i i~~ ~~o NOW, THEREFORE, if the principal shall faithfully perform its AD~ duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 P A Y M E N T B O N D STATE OF TE7CPaS ~ COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Haas-Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and , a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", 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 SEVEN MILLION, FOUR HUNDRED FOUR THOUSAND, SEVENTY-FIVE AND 20/100($7,404,075.20) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 26TH day AUGUST 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: STREET OVERLAYS - CLUSTERS 1, ~ 3 6 4 PROJECT NOS. 6446, 6447 6 6448 (CLUSTER 1- TOTAL BASE BID: $2,086,546.00; CLUSTER 3- TOTAL BASE BID + ADD.ALT.N0.1:$2,121,439.70; CLUSTER 4- TOTAL BASE BID + ADD.ALTS.N0S.1 THRU 4:$3,194,089.50) 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 27th day of August 20 08 Haas-Anderson By: ~. ~Q.4 President, Haas•Anderson Management, LC, ~~'~S~~.r~r.J (Print Name & Tit1V~P ~LG. SURETY ~ ~~ TYevelerc Cacualtt/ and Cr~rPiv (:mm~anv of Amnrirta .~ ~.,u ., . 0_ i n ~. d'lrt~L By: ~ `~ c= Attorney-in-fact Ker_y J Woods ,,y;.°'~~~ ~~ ~% (Print Name) ~ °~~y ""nn~ ~~. Tha Resident Agent of the Surety in Nneces County, Texas, for delivery of notice sad service of process is: Agency: Keetch & Associates Contact Person: Kevin Keetch Address: ~_O.Box 3280 orpus Christi,lX 78463-3280 Phone Number: 361-883-3803 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/OB) Payment Bond Page 2 of 2 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDEFI ' ~tA POWER OF ATTORNEY TRAVELERS J Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company S[. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casually and Surety Company Seaboard Surely Company Travelers Casualty and Surety Company of America SI. Paul Fire and Marine Insurance Company United Stales Fidelity and Guaranty Company Attorney-In Fact No. 2,19438 Certificate No. O O ~ 12 ~ ~ 6 9 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under [he laws of the Slate of New York, that SL Paul Fire and Marine Inwranee Company, SL Paul Guardian Insurance Company and SL Paul Mercury htsurance Company are corporations duly organized under the laws of the Slate of Minnesota, that Pennington Casualty Company, Travelers Casualy and Surety Company, and Travelers Casualty and Surely Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under [he laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organizeU ender the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the Stale of Wisconsin (herein collectively called the "Companies"), and [hat [he Companies do hereby make, constitute and appoint Betty J. Baxter, Lee Anna Biesenbach, Kevin G. Keetch, Donna Kauf, J. Michael Rhyne, Kerry J. Woods, Tracie Henderson, and Lonna Pokrant --gyp , Smte of_ Texas of [he Ciry of C'n ec ('hri ti ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge airy and all bonds, reeognizanees, conditional undertakings and other writings obligatory in [he nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pennitted~in agy~addons of prgceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument [o be signed and [heir corporate seals to be hereto affixed, this aay of _ January 2008 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company 2nd St. Paul Guardian Insurance Company S[. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company y"~a4~• (T Wrom.~ O PO ~M"'~~. Ly }/~f~~,P 9ry 9p41Y ghOe WOxxf ~~ x,vy U, 5 G (, -'^'^.nMIFD F' ~.CORPORR,F.7i ~P'J"~PPOFq.?Oy 9n ~S z~~+r'acr ` `$ 1977 8 195 1927 " - ,. - s x~` 'F ~.~~ "~xuorono. t 9O5 ~ rmmw~P ~d ~e E 1 m ~'..SEA,L~''c" ~~`t~ Caxx.'P qo Nat Y ~Ald^` . ~ orxEW ti;..:` ~'tsgYxxn- e° ' f ~ r~ State of Connecticut City of Hartford ss. By: Gcarg V Thompson, enior ice President On this tlw 2nd day of JanBery 2008 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Compatry, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Pire and Marine Insurance Company, St Paul Guardian Insurance Company, SL Paul Mercwy Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United Slates Fidelity and Guaranty Company, and tlmt he, as such, being authorized so to do, execwed [he foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ~p,TE7~ In Witness Whereof, I hereunto set my hand and official seal. TAq My Commission expires [he 30th day of June, 2011. ~ Ai/BL~~ ,~ ~s Made C. Tclreauh, Notary Public 58440-5-07 Printed in U.S.A. OF STPAIIL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT• You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267)675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney-in-fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or fines seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answerwith "NA". FIRM NAI STREET: FIRM is: 1. Corporation 2. Partnership ~ 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership Interest" constituting 3°k or more of the ownership in the above named "firm". Name _ _~ Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership Interest" constituting 3°k or more of the ownership in the above named "firm". Name~~ Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name~~ Board, Commission or Committee 4. State the names of each employes or officer of a "consultant" for the Cfty of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" consttutng 3°~ or more of the ownerehip in the above named "firm". Name ~~ Consultant CERTIFICATEI certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. ~~// President, Haas•Andsrson Management. L.C. Certifying Person: ~r~v ~ ~, 174ts r,,,,~,~parr„P. (Type or Print) J Signature of Certifying Person: / [~ Date: ~~/fig -.r - Addendum No. 3 asvxssu PROPOSAL now. Attachment No. 3 YA08 13 OP 14 Pages 63 of 64 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, Joint venture, receivership or trust and entitles which, for purposes of taxation, are treated as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the Cdy of Corpus Chnsti, Texas. e. "Ownership Interest'. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Addendum No. 3 Rsvxsso PROPOSAL PORM Attachment No. 3 PROS is or is Pages 64 of 64 MW Ys ®/lid ~O~H~~A~~~~ 9 ~ ®~ IL~d"0®~L~~ L ~IY~VIQMir \I~ OP ID EIDI DATE IMM/DD/YYl'Y) HAAANCl 08 20 08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner & Gordon Ins Agcy-CC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 870 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# '°°°"`° INSURER A: Trevelare Lloyds of rezee Zve 41$64 ~ INSURER B: Charter Dak Fire InB CO Haas-Anderson Construction Ltd INSURER C: Trsvelsre c..uucy a ser.ey co 19038 P. O. BOX 7692 Corpus Christi TX 78467-7692 INSURER D: Illlvois Ra[SOasl Ivsurmca Co 23817 INSURER E: 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAV BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BV THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAV HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSU NCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD LIMBS GENERAL LIABILITY EACH OCCURRENCE E 1, 000, 000 A X COMMERCIAL GENERALLIARILITV DTCO5459B 949TLC07 09/01/07 09/01/08 pREMISES(Eaoccurencel E300,000 CLAIMS MADE ~ OCCUR / V / MED EXP (Any one person) E $, 000 v PERBONALBADV INJURY 51,000,000 GENERAL AGGREGATE E 2, 000, 000 GEN'L AGGREGATE LIMITAPPLIES PER: PRODUCTS-COMP/OP AGG E2, 000,000 POLICY X PRO- JECT LOC B AUT X OMOBILE LIABILITY ANV AUTO BA545989$007CNS 09/01/07 09/01/08 COMBINED SINGLE LIMIT - (Ea acddenl) S 1, 000, 000 ALL OWNED AUTOS SCHEDULED AUTOS Y BODILY INJURY (Per Person) S X X HIRED AUTOS NON-OWNED AUTOS BODILY INJURY (Per attitlenl) E % MCS-90 PROPERTY DAMAGE (Per aCdtlenl) S GARAGE LIABILITY AUTO ONLY-EA ACCIDENT E ANV AUTO EA ACC OTHER THAN E AUTO ONLY: pGG E EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE 52,000,000 D X OCCUR ~ CLAIMS MADE BE4891082 09/01/07 09/01/08 AGGREGATE / 5 2, 000, 000 E DEDUCTIBLE g X RETENTION E1O, 000 5 WORKERS COMPENSATION AND ' X TORY LIMITS ER ~, UABILITY EMPLOYERS ANY PROPRIETORIPARTNER/E%ECUTIVE DTACRDB0470C16207 09/01/07 09/01/08 E.L. EACH ACCIDENT s1, 000 000 r OFFICER/MEMBER EXCLUDED? I / E.L. DISEASE-EA EMPLOYE 51,000,000 I yes, Describe antler SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT 51,000,000 OTHEfl )ESC RIPTION OF OPERATIONS /LOCATIONS /VEHIC LES / EXCLUSIONS ADDED BY ENDORSE MENT I SPECIAL PRO VISIONS Project Name: Street Overlays Clusters 1, 3 & 4 Project Nos: 6446, 6447, 6448 The City of Corpus Christi is named as additional insured on all General Liability and all Auto Liability policies. :ERTIFICATE HOLDER CICC-CO ' City of Corpus Christi Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi TX 78469-9277 \CORD 26 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO4E THE E%PIRATIC GATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO 7NE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ©ACORD .. _ o _; x~~ _~ ~_. ,~., _. r . .. _., City of Corpus Christi - Certificate of Insurance Attachment General Liabilitly includes premises-operation, contractual, broad form property damage, independent contractor and XCII Automobile Liability includes owned, hired and non-owned autos Workers Compensation includes owners, partners, executive officers. g;, H 6flAP®RTAP9T If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 25 naaa-r.nuciau~i ~..unsuuuuun uv. Lny oY GOrpuS GhnSYi ' J Travelers Lloyds Insurance Company p. O. Box 9277 COMMERCIAL GENERAL LIABILITY Policy #DTC05459B949TLC07 Corpus Christi, TX 78469-9277 Term: 09/01/2007 to 09/01/2008 TIiIS END012SEMENT CHANGES THE POLICY. PLEASE TREAD iT CAF2EFULLY 9~®~VTRACT®RJ) V~~ This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILII-Y COVERAGF_ PART 1. WFIO IS AN INSURED - (Section II) is amended to include any person or organization that you agree in a "written conlracl requiring insurance" to include as an additional insured on This Cover- age Parl, but a) Only with respect to liability for "bodily injury", "propeny damage" or "personal injury"; and b) If. and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontracror in the performance of "your work" to which the "wriUen conlracl requiring insurance" applies. The person or organization does not qualify as an 2tlditiaial insured with respect to the independent acts or omissions of such person or organization. 2. Tlie insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Pari shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- sw'ance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section III -Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- edy damage" or "personal injury" arising out of the rendering of, yr failure to render, any professional architectural, engineering or sur- veying services, including: i. l'he preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, repods, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury' or "properly damage" caused by "your work" and included in the "products-completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for Thal additional insured, and then Ilre insurance providr;d to the additional insured applios only to such "bodily injury" or "property damage" Thal oc- curs before the end of the period of lime for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier'. 3. The. insurance provided lu the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written conlracl requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contrilwtory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a Warned insured for such loss, and we will not share with that "other insurance". But Itie insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available tv the addi- tional insured when that person or or'ganizalion is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement a) The additional insured must give us written notice as soon as practicable of 2n "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: ATTACHMENT2 1 OF 2 CG D2 46 OS 05 (c) 2oD5 The St. Paul Travelers Companies, Inc. Page 1 of 2 OUY9~l COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took 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 mush i. Immediately record Ilse specifics of the claim or "suit" and the date received; and ii. Notify 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 "suit" to any provider of "other insurance" whirh would cover the additivnal insured fora loss we cover under this endorsement. However, Ihis condition does not a(fed 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 Warned insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required In include a person or vrganizalion as an additional in- sured on Ihis Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury' is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part 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: DTC054598949TLC07 Policy Term: 09/01/2007 to 0 01/2008 Author' resentative: _.~~- t/ R. M. Le'e, Managing Partner Swantner & Gordon Insurance Agency P. O. Box 870, Corpus Christi, TX 78403-0870 Page 2 of 2 ©2005 The St Paul Travelers Companies, Inc. CG D2 4G OS 05 Haas-Anderson Construction, Ltd. POLICY NUMBER. gg5459695007CNS COMMERCIAL AUTO ISSUE DATE. 09/01/07 T8•pIS EPJ17062SEMENT C9iAPJGES THE POLICY. PLEASE REAb IT CAREEEJLLY. ~ ®ESBC~9V~T~® ANSURE~ ei v o o o, o o o= o= This endorsement mortifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Willi respect to coverage provided by Ihis endorsement, the provisions of the Cuverage Form apply unless rnndi- fied by Ihis endorsement. This endorsement identities person(s) or organization(s) who are "insureds" render the Who Is An Insurod Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE. Name of Person(s) or Organization(s): ANY PERSON OR ORGANIZATION WITI~ WHOM YOU HAVE AGREED TN A WRITTEN CDNTRACT, EXECUTED PRIOR TO LOSS, TO NAME AS AN ADDI I'I ONAL INSURED. City of Corpus Christi / P.O. Box 9277 V Corpus Christi, TX 78469-9277 (II no entry appears above, intonnation required to complete this endorsement will he shown in the Declarations as applicable to the endorserent ) 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 "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Fonn. Named Insured: Haas-Anderson Construction, Ltd. Policy Number: BA54596 007CNS Polic T, rm: 09/01/2007 ` 09/01/2008 A orize V R.M. Lee, Managing Partner Swantner & Gordon Insurance Agency P.O. Box 870, Corpus Christi, TX 78403-0870 ATTACHMENT2 20F2 CA 20 48 02 99 Copyright, Insurance Sr-.rvices Oftice, Inc , 1998 Page 1 of ~ on,a~i COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CARF,FULLY 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 restricL-s the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: Schedule 1. Name: SP•.R BELOW ?.. Address: SEE BELOW 3. Number of days advance notice: 'PHIRTY (30)~ City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 Named Insured: Haas-Anderson Construction, Ltd. Policy Number: DTC05459B949TLC07 `7 Effective Date of This Endorsement: 09/01/2007 to 09/01/2008 Authorized Represent°r'•s~P: b Name (Printed) : R. M. Lee Title- (Printed) : Managing Partner Swantner & Gordon Insurance Agency, P. O. Box 870, Corpus Christi, TX 78403-0870 cco2o5 (Il-es) A~'TACiEN~' 3 1 OF 3 ~~ oz oz~ ~~ CAPoI~)EILI[,.~'Il'II®1~ 1~&>;®@/l(S][®N ®1(t• CQ-~71E1RA~1C CII~AN~~ )EN&-®&85~1!'4)E,N'Il' This endorsement modifies insurance provided under the following: / SIISINESS AUTO~COVERAGE FORM ~J GARAGE COVERAGE FORM TRIICRERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is inA; rarnA tisi,..... Endorsement Effective Policy Numbez 09/01/2007 / BA5459B.~5007CNS d .~^~ tKK' Named Insured / _ M Haas-Anderson Construction, Ltd. ,` countersigned by R. M. Lee, Mana in Partn tAUtnorized Representative) THIRTY 1301 ~ days before this policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: ___~___ SEE BELOW _ (Enter Name and Address) City of Corpua Christi Dept, of Engineering Se rvicea Attn: COritraCt Administrator P.O. Box 9271 Corpus Christi, 'PX '76469-9277 Title (Printed) : ManaplnQl?artner Swantner 8 Gordon Insurance Agency, P.O. Box 870, Corpus Christi, TX 78403-0870 FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE GRANGE Texas Standard Automobile Endorsement Prescribed November 1, 1987 ~r A'6'TACd~10IEN'd' 3 2 OF 3 Name (Printed): R. M_Lee WORKF,"RS COMPENSA~'ION ANU EMPLOYERS LIAH2LITX INSURANCE POLICY WC 92 06 01 ~a rvvi'i CE UP' MATERIAL CHANGE ENDORSEMEN'P 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 cancelati.on or other material change of the 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 J 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 09/01/2007 Policy No. ~ Endorsement DTACRUB0470C16207~,. . Insured Haas-Anderson Construction, Ltd. ~ r ~}e n Insurance Company ~ Countersigned By: Y Travelers Casualty & Surety Company WC 92 06 O1 Name (Printed) : R. M_Lee ___ (Ed. 7-D4) Title (Printed): Manaing Partner Swantner & Gordon Insurance Agency P.O. Box 870 Corpus Christi, TX 78403-0870 ATT.BiCifIMENT 3 30F3