Loading...
HomeMy WebLinkAboutC2009-434 - 9/22/2009 - Approved2009-434 M2009-277 09/22/09 S P E C I F~ L P R O ~,I I S Maas-Anderson Construction -BOND 2Q08 STREET OVERLAYS GROUPS 1 & 2 '1` F C s. ~~ . RvE IN ~ ' ~ ago B~~FF_yLo sT. ~ * w T TEXAS 7 S 4 01 CORPUS CHRiST_, rwwaMw•w•••Nr , D S~~iTJi Phone : 361-887-8851 ...»......,,...««.«, Fax: x.01-887-8855 ~'+~9 019$6 TBPE Firm Reg. No. F-203' ~s?r'~.•`ST,.•~ GRO'v`F 2 COYM, REHMET s GUTiERREZ EDTGINEErtING, L.F. 5656 S. STAPLES, SUITE 230 CORPUS CHRISTI, TEXAS 78411 S P E O I F I C A T I O i'1 S N D ~' 0 R M S O F C O N T R~ C T S A I~1 D B O N D S F 0 R ~„~®.~...~ta Fhonc--: ~ 51 i 991-u550 %P,t~ OF TFk~o~ Fax: 361/ 993-7569 ® ~~~,•• , ~ . o, .. '~ • .,~+i Email:_ =:LL,;~r!?,::r:;~=i. ,~.. •. *+1 TBPE Firm' Reg. Nc. F-388 ~* i JEFFREY C. GOYM f.........•.....••••.,:., l+ 101983 ~'twt~i ~~1 ''c~'•~~ Et~S~;~' ~` ~ t~ C ~ ~9 ~ ,/ ~- o ~: ~.~`~` 7/3 09 FOR STREET DEPT~RTP~?EDTT CITY OF COF~PUS CHRISTI, TEXAS Phcne: 361/826-1881 Fax: 361;826-1889 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Fhone: 361`880-3500 Fax: 361/880-3501 PROJECT N^,: 6475 Group 1 6480 Group 2 DRAt~TING N0. Group 1 : STR 810 Group 2:STR 811 (Revised 7/5/00} BOND 2008 STREET OVERLAYS - GROUPS 1 & 2 GROUP 1 PROJECT NO. 6475 GROUP 2 PROJECT NO. 6480 Table of Contents NOTICE TO BIDDERS (Revised x/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-il Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A l~ ~:.., a nFF:.-... NOT USED A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) ni3 r,.,.-.,...,..~-:.. n,.,..,,. ,...-,.a rr~,...:..,,,~ ~ /r /nn~ NOT USED A-24 Surety Bonds ~.~.5 ~a' __ '*'^_= L'°^^•~ ~i~~ NO LONGER APPLICABLE (6/I1/98) A-26 Supplemental Insurance Requirements A-z-7 ResFe~tsihili~y-~e~~~xage-mss 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 i A-34 Precedence of Contract Documents A 35 Eit~Water~a~===~~~ ° ~, °° „~~ 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 Government Entities A 3T-Herti€}ease ~~ ^~ ..a ~_z ,, """""''"""""' NOT USED r A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) ~ 46 n' .,, .,~ v~.,.t.,., nro.,,. -.+-...a nr.,a-., r-,tctnn~ NOT USED ~ [ 4 7 Pre n ~ n- c+. ,.., .. -, ~ .. t.+.l ~ +- ~ [ -zT ,_i ,-~~ t[ o ~^, ~ NOT USED n A-48 Overhead Electrical Wires (7/5/00) A-49 Amended "Maintenance Guaranty" {8/24/00) A-50 Geotechnical Report r A-51 Mobilization and Demobilization Bid Items A-52 Amended "Prosecution and Progress" A-53 Electronic Submittal of Bids PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS for DIVISION 2 - SITEWORK SECTION 022100 Select Material SECTION 022420 Silt Fence SECTION 025404 Asphalts, Oils and Emulsions SECTION 025414 Aggregate For Surface Treatment & Seal Coats SECTION 025424 Hot Mix Asphaltic Concrete Pavement(Class A) SECTION 025610 Concrete Curb & Gutter SECTION 025612 Concrete Sidewalks and Driveways SECTION 025802 Temporary Traffic Controls During Construction SECTION 025805 Abbreviated Pavement Markings SECTION 028020 Erosion Control By Seeding SECTION 028200 Mail Box Relocation 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 DIVISION 9 - FINISHES SECTION 09310 Composite Shell Cast-In-Place Tactile Warning Surface Unit ii PART T - TECHNICAL SPECIFICATIONS DIVISION 2 - SITEWORK SECTION 022410 SECTION 025203 SECTION 025220 SECTION 025402 SECTION 025410 SECTION 025412 SECTION 025416 SECTION 025426 SECTION 025809 SECTION 025813 SECTION 025816 SECTION 025818 SECTION 025820 SECTION 025828 SECTION 027680 Storm Water Pollution Prevention Geogrid Reinforcement Flexible Base - Caliche Planing Asphalt Surfaces Asphalt Crack Sealing Prime Coat Seal Coat Full Depth Pavement Reclamation With Cement Treatment Thermoplastic Striping Preformed Striping & Emblems Raised Pavement Markers and Traffic Buttons Pavement Markers (Reflectorized) (TxDOT D-9-4200) Traffic Buttons {TxDOT D-9-4300) Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130} Stamped Concrete Sidewalk APPENDIX: Geotechnical Report-"Subsurface Exploration and Pavement Recommendations for the Proposed 2008 Bond Issue Street Overlays (Group 1) Corpus Christi, Texas, April 8, 2009." Geotechnical Report-"Subsurface Exploration and Pavement Recommendations for the Proposed 2008 Bond Issue Street Overlays {Group 2j Corpus Christi, Texas, April 8, 2009." iii LIST OF DRAWINGS SHEET# DESCRIPTION I Title Sheet 2 General Notes 3 Estimated Quantities Group 1 4 Estimated Quantities Group 2 5 Legend, Abbreviations and Testing Schedule GROUP 1 6 Group 1 Agnes Street Existing/Proposed Typical Sections 7 Group 1 Laredo Street Existing/Proposed Typical Sections 8 Group 1 Wood River Drive (FM 624 To Guadalupe) Existing/Proposed Typical Sections 9 Group 1 Wood River Drive (Guadalupe To S. of Teal}Existing/Proposed Typical Sections 10 Group 1 Horne Road Existing/Proposed Typical Sections 11 Group 1 Tarlton Street Existing/Proposed Typical Sections 12 Group 1 Kostoryz Road Existing/Proposed Typical Sections 13 Group 1_ Agnes Street Advance Warning Traffic Control Devices 14-17 Group 1 Agnes Street Traffic Control Plan (4 Sheets) 18 Group 1 Laredo Street Advance Warning Traffic Control Devices 19-22 Group 1 Laredo Street Traffic Control Plan (4 Sheets) 23 Group 1 Wood River Drive (Fm 624 To Guadalupe) Advanced Warning Traffic Control Devices 24-27 Group 1 Wood River Drive (FM 624 To Guadalupe) Traffic Control Plan (4 Sheets} 28 Group 1 Wood River Drive (Guadalupe To S. of Teal} Advanced Warning Traffic Control Devices 29-30 Group i Wood River Drive (Guadalupe To S. of Teal) Traffic Control Plan (2 Sheets) 31 Group 1 Horne Road Advance Warning Traffic Control Devices 32-37 Group 1 Horne Road Traffic Control Plan (6 Sheets) 38 Group 1 Tarlton Street Advance Warning Traffic Control Devices 39-42 Group 1 Tarlton Street Traffic Control Plan (4 Sheets) 43 Group 1 Kostoryz Road Advance Warning Traffic Control Devices 44-47 Group 1 Kostoryz Road Traffic Control Plan (4 Sheets) 48 Group 1 Agnes Street Overlay Plan STA. 0+00 To STA. 20+00 49 Group 1 Agnes Street Overlay Plan STA. 20+00 To STA. 33+10 50 Group 1 Laredo Street Overlay Plan STA. 0+00 To STA. 15+00 51 Group 1 Laredo Street Overlay Plan STA. 15+00 To STA. 23+05 52 Group 1 Wood River Drive (FM 624 To Guadalupe) Overlay Plan STA. 0+00 To STA. 20+00 53 Group 1 Wood River Drive (FM 624 To Guadalupe) Overlay Plan STA.. 20+00 TO STA. 32+00 54 Group 1 Wood River Drive (Guadalupe To S. of Teal) Overlay Plan 0+00 To STA. 5+57 55 Group 1 Horne Road Overlay Plan STA. 0+00 To STA. 20+00 56 Group 1 Horne Road Overlay Plan STA. 20+00 To STA. 40+00 57 Group 1 Horne Road Overlay Plan STA. 40+00 To STA. 42+52 58 Group 1 Tarlton Street Overlay Plan STA. 0+00 To STA. 20+00 59 Group 1 Tarlton Street Overlay Plan STA. 20+00 To STA. 26+00 60 Group 1 Kostoryz Road Overlay Plan STA. 0+00 To STA. 20+00 61 Group 1 Kostoryz Road Overlay Plan STA. 20+00 To STA. 37+00 62 Group 1 Agnes Street Striping Plan STA. 0+00 To STA. 20+00 63 Group 1 Agnes Street Striping Plan STA. 20+00 To STA. 33+10 64 Group 1 Laredo Street Striping Plan STA. 0+00 To STA. 15+00 65 Group 1 Laredo Street Striping Plan STA. 15+00 To STA. 23+05 IV SHEET# DESCRIPTION 66 Group Z Wood River Drive (FM 624 To Guadalupe) Striping Plan STA. 0+00 To STA. 20+00 67 Group 1 Wood River Drive (FM 624 To Guadalupe) Striping Plan STA. 20+00 To STA. 32+00 68 Group 1 Wood River Drive (Guadalupe To S. of Teal) Striping Plan STA. 0+00 To STA. 5+57 69 Group 1 Horne Road Striping Plan STA. 0+00 To STA. 20+00 70 Group 1 Horne Road Striping Plan STA. 20+00 To STA. 40+00 71 Group 1 Horne Road Striping Plan STA. 40+00 To STA. 42+52 72 Group 1 Tarlton Street Striping Plan STA. 0+00 To STA. 20+00 73 Group 1 Tarlton Street Striping Plan STA. 20+00 To STA. 26+00 74 Group 1 Kostoryz Road Striping Plan STA. 0+00 To STA. 20+00 75 Group 1 Kostoryz Road Striping Plan STA. 20+00 To STA. 37+00 76 Group 1 Special Striping Details 77 Group 1 Agnes Street at 19th Street Curb Ramp Plan 78 Group 1 Laredo Street at 19th Street Curb Ramp Plan 79 Group 1 Wood River Drive at Rapids Drive Curb Ramp Plan 80 Group 1 Wood River Drive Red River Drive Curb Ramp Plan 81 Group 1 Horne Road at Greenwood Drive Curb Ramp Plan 82 Group 1 Horne Road at Mac Arthur Street Curb Ramp Plan 83 Group 1 Horne Road at Prescott Street Curb Ramp Plan 84 Group 1 Horne Road at S. Port Avenue Curb Ramp Plan 85 Group 1 Tarlton Street at Churchill Drive Curb Ramp Plan 86 Group 1 Tarlton Street at Robb Place Curb Ramp Plan 87 Group 1 Tarlton Street. at Ayers Street Curb Ramp Plan 88 Group 1 Kostoryz Road at Holly Road Curb Ramp Plan 89 Group 1 Kostoryz Road at Tiger Lane Curb Ramp Plan GROUP 2 90 Group 2 Glen Oak Drive Existing and Proposed Sections 91 Group 2 Hustlin' Hornet Drive Existing and Proposed Sections 92 Group 2 Whitecap Boulevard Existing and Proposed Sections 93 Group 2 Flato Road Existing and Proposed Sections 94 Group 2 Wooldridge Road Existing and Proposed Sections 95 Group 2 Yorktown Boulevard Existing and Proposed Sections 96 Group 2 Glen Oak Dr. Advanced Warning Traffic Control Devices 97-102 Group 2 Glen Oak Dr. Traffic Control Plans (6 Sheets) 103 Group 2 Hustlin' Hornet Dr.Advanced Warning Traffic Control Devices 104 Group 2 Hustlin' Hornet Dr. Traffic Control Plans 105 Group 2 Whitecap Blvd. Advanced Warning Traffic Control Devices 106-109 Group 2 Whitecap Blvd. Traffic Control Plans (4 Sheets) 110 Group 2 Flato Road Advanced Warning Traffic Control Devices 111-114 Group 2 Flato Road Traffic Control Plans (4 Sheets) 115 Group 2 Wooldridge Road Advanced Warning Traffic Control Devices 116-121 Group 2 Wooldridge Road Traffic Control Plans (6 Sheets) 122 Group 2 Yorktown Boulevard Advanced Warning Traffic Control Devices 123 Group 2 Yorktown Boulevard Traffic Control Plans 124 Group 2 Glen Oak Drive Overlay Plan STA. 1+13 To STA. 20+00 125 Group 2 Glen Oak Drive Overlay Plan STA. 20+00 To STA. 40+00 126 Group 2 Glen Oak Drive Overlay Plan STA. 40+00 To STA. 53+28 127 Group 2 Hustlin' Hornet Dr. Overlay Plan STA. 0+73 To STA. 11+22 128 Group 2 Hustlin' Hornet Dr. Overlay P&P STA. 11+22 To STA. 11+98 129 Group 2 Hustlin` Hornet Dr. Cross Sections STA. 11+22 To STA. 11+98 130 Group 2 Whitecap Overlay & Sidewalk Plan STA. 0+55 To STA. 20+00 131 Group 2 Whitecap Overlay & Sidewalk Plan STA. 20+00 To STA. 35+91 132 Group 2 Whitecap Boulevard Curb Ramp Plans v SHEET# 133 134 135 136 137 138 139 140 141-146 147 148 149 150 151 I52 153 154 155 156 157 158 159 160 161-163 164 165 166-167 168-171 172-173 174 175 176 177-189 NOTICE AGREEMENT DESCRIPTION Group 2 Flato Road Overlay Plan STA. 2+79 To STA. 20+00 Group 2 Flato Road Overlay Plan STA. 20+00 To STA. 27+35 Group 2 Wooldridge Road Overlay Plan STA. 0+60 To STA. 20+00 Group 2-Wooldridge Road Overlay Plan STA. 20+00 To STA. 40+00 Group 2 Wooldridge Road Overlay Plan STA. 40+00 To STA. 51+88 Group 2 Yorktown Blvd. Overlay Plan STA. 1+10 To STA. 20+00 Group 2 Yorktown Blvd. Overlay Plan STA. 20+00 To STA. 40+00 Group 2 Yorktown Blvd. Overlay Plan STA. 40+00 To STA. 47+28 Group 2 Yorktown Boulevard Cross Sections E6 Sheets) Group 2 Glen Oak Drive Striping Plan STA. 1+13 To STA. 20+00 Group 2 Glen Oak Drive Striping Plan STA. 20+00 to STA. 40+00 Group 2 Glen Oak Drive Striping Plan STA. 40+00 To STA. 53+28 Group 2 Hustlin' Hornet Dr. Striping Plan STA. 0+73 To STA. 11+98 Group 2 Whitecap Boulevard Striping Plan STA. 0+55 To STA. 20+00 Group 2 Whitecap Boulevard Striping Plan STA. 20+00 To STA. 34+00 Group 2 Flato Road Striping Plan STA. 2+79 To STA. 20+00 Group 2 Flato Road Striping STA. 20+00 To STA. 27+35 Group 2 Wooldridge Road Striping Plan 0+60 To STA. 20+00 Group 2 Wooldridge Road Striping Plan 20+00 To STA. 40+00 Group 2 Wooldridge Road Striping Plan 40+00 To STA. 51+88 Group 2 Yorktown Blvd. Striping Plans STA. 1+10 To STA. 20+00 Group 2 Yorktown Blvd. Striping Plans STA. 20+00 To STA. 40+00 Group 2 Yorktown Blvd. Striping Plans STA. 40+00 To STA. 47+28 DETAIL SHEETS (ALL CLUSTERS) Overlay and Utility Adjustment Details (3 Sheets) Pavement Marking Details Reflective Raised Pavement Marking Details Bicycle Lane Pavement Marking Details (2 Sheets) TXDOT Standard Curb Ramp Details (4 Sheets} City of Corpus Christi Standard Driveway Details (2 Sheets} Sidewalk and Curb & Gutter Details TCP General Notes & Typical 4-Lane Roadway Lane(s) Closure-Daytime Typical 5-Lane Roadway Lane(s) Closure-Daytime Standard Traffic Control Detail Sheets (I3 Sheets) PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: BOND 2008 STREET OVERLAYS-GROUPS 1 & 2; Project Nos. 6475 and 6480 consists of asphalt overlays on portions of thirteen City streets. The streets will be in two groups. Group 1 includes portions of Agnes Street, Laredo Street, Wood River Drive (two sections), Horne Road, Tarlton Street and Kostoryz Road. The project base bid for Group 1 will include 62,960 s.y. pavement milling, 5,290 s.y_ of full depth pavement repair, 25,640 s.y. geogrid reinforcement, 25,640 s.y. high strength base, 78,285 s.y.seal coat, 78,285 s.y. hot-mix asphalt concrete pavement, 126 each valve adjustments, 94 each manhole adjustments, 6,080 l.f. of curb replacement, 6,975 s.f. ADA compliant curb ramps, 77,640 l.f. of pavement striping and all associated traffic control measures in accordance with the plans, specifications and contract documents. Group 2 includes portions of Glen Oak Drive, Hustlin' Hornet Drive, Whitecap Boulevard, Plato Road, Wooldridge Road and Yorktown Boulevard. The project base bid for Group 2 will include 68,715 s.y. of pavement milling, 2,900 s.y. of full depth pavement repair, 15,650 s.y. of pavement reclamation with cement treatment, 73,865 s.y. seal coat, 73,865 s.y. hot-mix asphalt concrete pavement, 17 each valve adjustments, 11 each manhole adjustments, 29,000 s.f. of removal of existing brick walkway, 29,000 s.f. of stamped concrete sidewalk, 2,050 l.f. of TxDOT-style metal beam guard fence, 450 s.y. high strength base, 850 s.f. ADA compliant curb ramps, 76,010 l.f of pavement striping 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 19, 2009, 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., Wednesday, August 12, 2009 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 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00} as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-term 0 NOT RE UIRED environmental impact for the disposal of Q contaminants BUILDERS` RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements - ^ REQUIRED D NOT REQUIRED Page 1 of 2 ^The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensatkon 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 insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WOF:KER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF I1~TSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms. when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance. a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies,-motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have -- been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage ma_y subject the contractor or other person providing - - services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1}include in the bid specifications, all the provisions of paragraph (7} of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3}obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person begimling work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the. coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d} A contractor shall: (1}provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2} provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5} retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6} notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7} post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population.. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B} provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project: (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A}-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as , required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person «~ith whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B} provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all. required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H} contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of I 1 (h} The coverage requirement in this rule does not apply to motor carriers. who are required pursuant to Texas Civil Statutes, Article 667~c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a} (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110(d)(7} "REQUIRED WORKERS` COMPENSATION COVERAGE" "The laltir requires that each person working on this site or providing services related to this construction project must be covered by workers' con7pensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their- employer- or status as an employee. " "Call the Texas Workers` Compensation Commission at 512-440-3789 to receive infor-rnation on the legal requir°ement for coverage, to verify 7tihetlzer- your employer has provided the required coverage, or to report an employer`s failure to provide coverage. " Page 8 of 11 T28S 1 l o. l I o(~)(~) ,Article . 6~'or-Icers' Compensation Insurance Coverage. A. -efinitiorrs: Certificate of coverage ("certificate')- Acopy of a cer°tif Cate of insurance, a cer~tifrcate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, T'WCC- 82, TWCC=83, or TWCC-84), shaving statutory> warkers' compensation insurance coverage for the person's or entity's employees providing sen~ices on a project, for the duration of the project. Duration of the project -includes the time fYOrn the beginning of the work on the project until the contractor`s!person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in X406.096) -includes all persor7s or entities performing all ar part of the services the contractor has undertaken to perform on the _ _ prroject, regardless of whether that person contracted directly with the contractor- and regardless of whether that person has employees. This includes, without limitation, independent cantractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a pr ojeet. "Services" does not include activities unrelated to the project, such as foodlbeverage vendors, office supply deliveries, acrd delivery of portable toilets. B. The contractor shall provide coverage, based ors pr°oper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certiftcate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (I) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage shotiving coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all requir-ed certificates of coverage for the duration of the project and for orze year thereafter. G. The contractor shall notify the governmental entity in writing by certif ed mail or personal deliver~•, within 10 days after the contractor krzetiv or should have known, of anv change that materially affects the provision of coverage of any person providing services on the project. H. The contractor sliaZl post on each project site a notice, irz the text, form and manner prescribed by the Texas Workers` Compensation Commission, informing aZl persons providing services on the project that they are required to be covered, arzd stating how a person may verify coverage and report Zack of coverage. I. Tlie contractor shall contractually require each person with whom it contracts to pr°ovide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agf°eernents, which rrzeets the statutory requirements of Texas Gabor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the proeject; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide tTze contractor°, prior to the end of the coverage period, a new eertif cafe of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain front each other person with tivhonz it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage shotiving extension of coverage, prior to the end of the coverage per°iod, if the coverage period shown on the current certificate of coverage ends during the dur•atiorz of the pr°oject; (S) retain all required certificates of coverage on file for the duration of the project arzd for one year thereafter; (6) notify the governmental entity in writing by certifted mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they ar°e providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the corztr°actor tivho will provide services on the project will be covered by tivorkers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Page 10 of I 1 Insurance Regulation. Providing false or misleading information may subject the contractor- to administrative penalties, criminal penalties, civil penalties, or other civil actiarzs. K. The contractor's failure to comply with anl~ of these provisions is a breach of contract by the contractor tivliich entitles the governmental entity to declare the contract void if the coon-actor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of I 1 PART A SPECIAL PROVISIONS BOND 2008 STREET OVERLAYS - GROUPS 1 & 2 PROJECT NO. 6475 (1) & 6480 (2) SECTION A - SPSCIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 pm, August 19, 2009. Proposals mailed should be addressed in the following manner: ' City Secretary's Office _ ... ~'~ ~~_ ~}^ •~., Cffi~~ City of Corpus Christi --~ --------1 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - BOND 2008 STREET OVERLAYS - GROUPS 1 & 2 PROJECT NOS. 6475 & 6480 Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent/representats.ve, U.S. Mail, or other delivery service, to any City address or office other thaw the City Secretary`s Office will be deemed non-responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Wednesday, August 12, 2009, 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 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project BOND 2008 STREET OVERLAYS-GROUPS 1 & 2; Project Nos. 6475 and 6480 consists of asphalt overlays on portions of thirteen City streets. The streets will be in two groups. Group 1 includes portions of Agnes Street, Laredo Street, Wood River Drive (two sections), Horne Road, Tarlton Street and Kostoryz Road. The project base bid for Group 1 will include 62,960 s.y. pavement milling, 5,290 s.y. of full depth pavement repair, 25,640 s.y.geogrid reinforcement, 25,640 s.y. high strength base, 78,285 seal coat, 78,285 s.y. hot-mix asphalt concrete pavement, 126 each valve adjustments, 94 each manhole. adjustments, 6,080 l.f. of curb replacement, 6,975 s.f. ADA compliant curb ramps, 77,640 l.f. of pavement striping and all associated traffic control measures in accordance with the plans, specifications and contract documents. Groug 2 includes portions of Glen Oak Drive, Hustlin' Hornet Drive, Whitecap Boulevard, Flato Road, Wooldridge Road and Yorktown Boulevard. The project base bid for Group 2 will include 68,715 s.y. of pavement milling, 2,900 s.y. of full depth pavement repair, 15,650 s.y. of pavement reclamation with cement treatment, 73,865 s.y. seal coat, 73,865 s.y. hot-mix asphalt Section A - SP (Revised 12/15/04) Page 1 of 27 concrete pavement, 17 each valve adjustments, 11 each manhole adjustments, 29,000 s.f. of removal of existing brick walkway, 29,000 s.f. of stamped concrete sidewalk, 2,050 l.f. of TxDOT-style metal beam guard fence, 450 s.y. high strength base, 850 s.f. ADA compliant curb ramps, 76,010 l.f of pavement striping and all associated traffic control measures in accordance with the plans, specifications and contract documents. A-4 Method of Award The bids will be evaluated based on the Total Base Bid for each Group. Separate eontracts may be awarded for each Group or combination of the two Groups depending upon bid amounts for each Group, in the greatest advantage for the City and subject to the availability of funds. Bidders may choose to "No Bid" any Group by inserting that language on the Proposal Form for the particular Group. The bids will be evaluated in the following order for each Group: Total Base Bid Group 1, and/or Total Base Bid Group 2 The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Explanation of Proposal A description of the Base Bid Bid Items for the two Groups follow. Group 1 Base Bid (Parts A, B, C, D, E, F and G ): Consists of pavement repair, milling,. seal coat and HMAC overlays, new flexible pavement sections on two streets, curb replacement, ADA-compliant curb ramps, valve and manhole adjustments, marking and striping on Agnes Street, Laredo Street, Wood River Drive (FM 624 to Guadalupe River Drive), Wood River Drive (Guadalupe River Drive to Beal Drive}, Horne Road, Tarlton Street and Kostoryz Road. Group 2 Base Bid (Parts A, B, C, D, E and F): Consists of pavement repair, milling, full depth pavement reclamation with cement treatment, seal coat and HMAC overlays, ADA-compliant curb ramps, removal of brick walkways, stamped concrete sidewalk, TxDOT guardrails, valve and manhole adjustments, marking and striping on Glen Oak Drive, Hustlin' Hornet Drive, Whitecap Boulevard, Flato Road, Wooldridge Road and Yorktown Boulevard. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5`k Bid Bond (Must reference Bond 2008 Street Overlays - Groups 1 & 2, Proiect Nos. 6475 & 6480 as identified in the Proposal) (A Cashier's Check, certified check, money order or bask draft from any State or National Bank will also be acceptable.) Section A - SP (Revised 12/15/04) Page 2 of 27 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: Streets Days From Start of Each Group Group 1 Group 2 300 Calendar Days 180 Calendar Days In the event that both contracts are awarded to the same Contractor, the start date for both contracts shall be the same. From that start date, the Contractor will only be allotted 300 Calendar Days to complete Group 1 and _ 180 Calendar Days to complete Group 2. The Contract time shall not be additive or interchangeable. Days Allocation for Rain: 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. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days 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. Section A - SF (Revised 12/25/04) Page 3 of 28 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 fo-r its employees working on the Project until tfie date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Revised 12/15/04) Page 4 of 28 A-10 Silage Rates (Revised 7/5/00) Labor preference and wage rates for HEAVY AND HIGHWAY CONSTRUCTION. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00} per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Corpus Christi City Council has determined the general prevailing mulimiun hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for earn laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them iri connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will. also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1%} times the specified hourly wage must be paid for all hours worked. in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terns, and Section B-7-6, Working Hours.) A-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess 1-800-344-8377, the Lone Star Notification Ca[pany at 1-800-669- 8344, and the Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone rnm~bers are listed. City Engineer 826-3500 Project Engineer -Group 1 Scott Jones, P.E. 887-8851 RVE, Inc. 820 Buffalo Street Corpus Christi, Texas 78401 Phone: (361) 887-8851 Fax: (361) 887-8855 IInail: sjonesC~rve-inc.can Section A - SP (Revised 12/15/04) Page 5 0£ 28 Project Engineer - Group 2 991-8550 Jeff Coym, P.E. Coym, Rehmet & Gutierrez Engineering, L.P. 5656 S. Staples, Ste 230 Corpus Christi, Texas 78411 Phone: (361} 991-8550 Fax: (361) 993-7569 IInail: jcoymCcn3ei.can Traffic Engineering 826-3540 R~lice Department 882-1911 Water Department 826-1880 Wastewater Department 826-1818 Gas Department 885-6900 Stone Water Department 826-1881 Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1970 A E P 299-4833 Nueces Electrical Cooperative 387-2581 AT&T/CP&L 881-2511 City Street Div. for Traffic Signal/Fiber Optic Locate 826-1946 Cablevision 857-5000 ACSI (Fiber Optic) 887-9200 RMC (Fiber Optic) 813-1124 ChoiceCom (Fiber Optic} 881-5767 CAPROCK (Fiber Optic) 512/935-0958 Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority 289-2712 Corpus Christi ISD 886-9005 U.S. Postal Service 886-2216 Ts~Of Area Office 808-2384 A-12 Maintenance of Services (826-1888 after hours) (826-1818 after hours) (885-6900 after hours} (880-1888 after hours) (693-9444 after hours} (1-800-632-9288, after hours? (1-800-824-4424, after hours} 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (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. 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. Section A - SP (Revised 12/15/04) Page 6 of 28 Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for alI 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. 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. ~..~ },. r...,~r,,.,-,.r ~YS'~ccavac~6~3", the~'~~6~'e, }36 ~~~'ee~~a'~1e~3~-'yJ~~~ --AC.~"r~cc^ "~cvr=ctuccvi Section A - SP (Revised 12/15/04) Page 7 of 28 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 rrrust 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. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. 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. Section A - SF (Revised 12/15/04) Page 8 of 28 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 Project 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 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or 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 ail 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. Section A - SP (Revised 12/15/04) Page 9 of 26 - rTSii iiiaTi33-vet'-~ e~eya~~e~3s a~ ma~3he~es; • Al~int-ersee-t}erg l~r~es ~~, ...~ :::ol°c; . A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must install a Project sign furnished by the City at each street location as construction on each group progresses. Signs shall be as indicated on the following drawings. (Attachment I) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (revised to/9s) 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. Section A - SP (Revised 12/15/04) Page 10 of 28 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b_ Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business,..enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person (s} must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b} For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments 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 51.0s 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. Section A - SP (Revised 12/15/04) Page 11 of 28 f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0°s interest, shall be deemed equivalent to having minority participation in 25.0°s 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 g 4 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. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. Section A - SP (Revised 12/15/04) Page 12 0£ 28 A-23 Inspection Required (Revised 7/5/00) (NOT USED) A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (l00) 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°s) 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 (l00) 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 $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NOT USED) Cv r~ciuczv tvz im~~atvv'cciicP3~S ~6 ~ea~-~~e~e~'~~--awa~~e~ ~-~~3e ~'~~~6~S r i ~Pe~iax~3-~~3-~€-~'hapter 3, 'fax i~}stratien of ~'itle 34, Pttblie~ina-~ee~f g~e~lgated-~~t~e-Cemptreller e€ Dr~blie~ieeeants of '~eaeas. Section A - SP (Revised 12/15/04) Page 13 of 28 A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30} calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for alI employees of the Contractor employed on the Project described in the Contract. Section A - SP (Revised 12/15/04) Page 14 of 28 For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims (NOT i3SED} $ }Id zd ~°i L- ,~ e er Centraete~mast-F~ev t f th C h ~ ~ t-a ,~ ..,,,,~, ~~,,, ,~.,~~ ~,,.. r en ra e term o e poo~~age €er t B t h ll ~ ~ e P- r-k ~} y Ider' s-°is# ~ T ~'-~, , -'-' ~- err reTee ~aeeegts t e a Cit~i "All ° b ' o , ^,." ~^ ~ ....r}r "~.. ^,. ,,, ~ ' e an leater eeverage mast ~ h $ ~~~e ~' 3-i r r ~-~i~gt-a~~t3z~0t3 F'leater ~3~t-- tt P its ~teeessar~--te~reet~re st~e i v 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. Section A - SP (Revised 12/15/04) Page 15 0€ 2B 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. 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 for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. Section A - SP (Revised 12/15/04) Page 16 of 28 A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only} must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work .and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the .event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement. of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 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. Section A - SP (Revised 12/15/04) Page 17 of 28 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 of 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" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" 8-3-5 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 Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications., such as the Texas Department of Public 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. Section A - SP (Revised 12/15/04} Page 18 of 28 A-35 City Water Facilities: Special Requirements (NOT USED} l~ ~ "' t t a t te ~~ Contraeter s a a ne S , eper r , , ~ . t } , }li t r t- t- }~ i ", , ~'~ ~ ~~ ~} `"' er tY--wa ~e~ate~ to E ae ~a a ~~ _ h }t th } t ~ attther~se~ e s}te ~ ~t ~ erns ar ~~~ ~Qe ~~ ~ ~ en e nsPee e En ine i~ ti ~ er dait~ ee ies-a~ y - -a ~~tt~~~o~ s g Fres e e g ee~l~ ee,~,~i~rt~-ee~ae ~ w-it~~~ta~l - A-ll tr~s~i-generated ~~-t~e Centraeter er ~}s emgleyees, agents e-r s{t~ee~r~e-tars, x~-s-t ~e-eeine~-a-t a~3.1 times at tie wester €~eilt~t~- site. $le6aing tr-as~ will net ~e allevae~. ~'~e ,-•,.~'-~~~~~° sell 3~eep-v~rerlc areas elean at all t}mes and remeve all~n ~a i~~ Section A - SP (Revised 12/15/04) Page 19 of 28 ~.. ,.,...-~..,,-,,,,-„a ,.,i<. i... ,..,,-,i~--T~~~-.~-rkairai~:~1 ~nr7 ,3}ter r-~ri c~r~, xiaa-^,-..~^.--r,-.~ crS~'a-cccc^iznriica Marc^czirig^ ~~3e ~F3a~~~~ea~~6335 ~ ~~3~'l~ ~-~e~64v-~irr r r r r r r r r r r r 3. ~Fe--rs ~-eg~~.a~i~e~ga~e~--tom ~~e--ee a}?~ ee~t~~e~ s s~ecn ~t~s}~ess ~ €e~ ~ ~e~ ~se~ m rrv~~ ~ -a ~i ~ ~ ~~ ~ ~ ~ e a a~}i e i~~-~aa-~e ~ a~~a-s-~ e~vva-fie ~ -„~' ~~ ~ ~., -- ~ s a~g e e e . l tc~ ~ ~€ - i ~ i ~~€ / / E ~ ~ ~ s ~ a~ eeFng e~ ~ as ~e~tt ~e ~t s ~~~ee-~~i~~ ~--=~==~=- 3 ~Fe has ~ee~ ae€ive~ -e~ a e~ i~ ~~e € ~ae e~ e~ a eas- € ~ ~ i€r ~ . ~ g g ~~-e i~ €e ~~€ ~ ea s~-~-~ea~~- 4 ~e- ~ ~ ~ } ~ ~ ~ € i ~ ae~ e s~ee e i ~ ~ ~ . er ~ e~s a eQ s e~e ~e es~ e~a s~e~s~ S }~ee~-ems a~ ~~ € } t ~ ~ee~, a e ~e € € } ~ ~ ee ~ ea ~g t L, .-. y~...lr .7 L. F.1, t~E~ F.~ - -- ~ee~ e st~pe~a seer F . ~ . .., r ~ ee~t ~e~e~-a~a~ttr€ae~tt~e~~-s €~a}~t}er ~ } €i i ~ g ~ente~~i~t a~ irr~ ~~ i €i ee~ se ~ ee~- gtt~ ~g ~ ' ~'~H81 ~ g g e s~ee - e ceiCi pF~ e~ 9, -s, a~ Section A - SP (Revised 12/15/04) Page 20 of 28 A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. Section A - SP (Revised 12/15/04) Page 21 of 28 f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project . g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", 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 Pro~ects for Government Entities The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acce tance (NOT USED) Section A - SP (Revised 12/15/04) Page 22 of 26 A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project 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 & Rectulations 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 and agents harmless employees, attorneys, liability whatsoever officials, employees, causes injury to an supplier or material A-44 Change Orders hold the City, its officials, employees, attorneys, and shall indemnify the City, its officials, and agents from any and all damages, injury, or from a negligent act or omission of the city, its attorneys, and agents that directly or indirectly employee of the contractor, or any subcontractor, man. Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to alI 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 28 A-45 As-Built Dimensions and Drawings (7/5/00? Ea) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical} of aII facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1} Horizontal and vertical dimensions due to substitutions/ field changes. (2) ~ Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5} Any other changes made. A-46 Disposal of Highly Chlorinated water (7/5/00) (NOT USED) 'the Eentraeter shall be resp•ens~b~e €e--the d}spesal e~wat-er ~xsed €er --- ---r-_--- -- ---------------_ .._--- - A-47 Pre-Construction Exploratory Excavations (7/5/00} (NOT USED) -xldi,•-•};,"cr t-ktP-n•.••~,^ aF r-~a].iraac P~ccafTa~e~ an~ S-l3~'yeye~, as 5ae~~ as ~~3e ~~~i~a~a-m-~t^ G-kT-a-k3-ax~ ~IaPr-Pra.€~ dict-lnco cv the~aveme~t eente~line a~t~ el~e-vatfens-s€ the-tep--ef ,..1.~st; ~ ^, ; Section A - SP (Revised 12/15/04) Page 24 of 28 Go c acc r shall~er€erm ne eenstrt~et}en wer# en the--p~e~eet rent}1--a~1 A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his ' construction schedule with regard to said overhead lines. Some overhead Lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Geotechnical Report Two geotechnical reports were prepared for the project. They are: Geotechnical Report-"Subsurface Exploration and Pavement Recommendations for the Proposed 2008 Bond Issue Street Overlays - (Group 1}, Corpus Christi, Texas, April 8, 2009." Geotechnical Report-"Subsurface Exploration and Pavement Recommendations for the Proposed 2008 Bond Issue Street Overlays - (Group 2), Corpus Christi, Texas, April 8, 2009." 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). 60°s of the bid item will be paid upon mobilization and 40°s will be paid upon completion of the street section. Section A - SP (Revised 12/15/04) Page 25 of 28 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". A-53 Electronic Submittal of Bids The following paragraph modifies Paragraph B-2-7 Preparation of Proposal, of the General Provisions The bidder has the option of submitting a computer-generated print-out, in lieu of the Proposal (Sheets 1 thru 27, Group 1, 1 thru 18, Group 2 and the Total Bid Summary Sheet}, INCLUSIVE. The print-out will list all bid items contained on the Proposal Sheets (3 - 24 Group 1, 3 - 15 Group 2}. The print-out will be substantially in the form attached on the following page to these Special Provisions. If the Contractor chooses to submit a print-out, the print-out shall be accompanied by properly completed proposal pages (1, 2, 25 and 26; Group 1, 1, 2, 16, 17, and 18 Group 2}. In addition, the print-out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies that the unit prices shown on this print-out for bid items (including any additive or deductive alternates) contained in the proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. (Contractor) acknowledges and agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in these print-out by the respective estimated quantities shown in the Proposal (Column II) and then totaling. Signature Title Date Section A - SP (Revised 12/15/04) Page 26 of 28 PROJECT: OWNER: ENGINEER CONTRACTOR: SUBMITTAL TRANSMITTAL FORM BOND 2008 STREET OVERLAYS - GROUP 1 PROJECT NO. 6475 CITY OF CORPUS CHRISTI RVE, Inc. SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL SUBMITTAL NUMBER: Section A - SP (Revised 12/15/04) Page 27 of 28 SUBMITTAL TRANSMITTAL FORM PROJECT: BOND 2008 STREET OVERLAYS - GROUP 2 PROJECT NO. 6480 OWNER: CITY OF CORPUS CHRISTI ENGINEER: Coym, Rehmet & Gutierrez Engineering, L.P. CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 12/15/04y Paqe 28 of 28 SAMPi,E COiv[PUTER PRRd"I'-OtIT [ f7 ~ ID N' V B:d Itctn tZfy. ftc>s Dcsaiption llo}t Pricy in Bid 2tcn Ezl Units. F" Ott. X Unit Prig A 1 37,475 5Y Strctt I:xwYrxticn 00.00 00"QO _ ~ 5,013 5Y b' Ctmrzrt STBL Salved Bove Od_00 ~ ~ Etc. Etc. Etc. D2J 33 GA Mar3iof~ [nscrts _ p0A0 OO.t)0 Sub-TncPl Hssc $ir# p" fterrss (Trans D l -DZ !) " Sub-Taa! Ebu $ [d 'A" V any: S Sub-TcrEa2 Bast Bid B" Ittms: ~" 8uh-Tote! Eiasc73id "C" Itcrbs: $ Svb•Tatat 8s~c Bid "d" [tuns: ~ olal Base i3id Iicrns: ~ Coytn, Rehmet ~ Gutierrez C ~ Engineering, L. P. 1BPf f6mRep. tro. f388 t;~s sours, . sua~ x~ Pt~(~991~D Fax99f'-7569 ocp~agei.coa, EXHIBIT SPECIAL PROVISION ITEM'A-53 ATTACHMENT I (CITY INSERT BOND 2008 SIGN EXHIBIT) a a s~ ~ F•~. -- v~l W I'/l ~~ Qc ~ ~:; e~ ~ m S ~''• ~--. ,~ `` U ~~ j ~ ~ ~~: v~i LG. E >~; Q - ; !t ~; ~ U ~ t ~'~ O ~,. f%= p '~s W ~ I I ~~\ cQ ~ X ~ ~ Q ~ /}. ~ ~ ~~~ (~ }~~ ~ V ~' ~ f~ f, ~ ~~ O ,~' ' ,~ V 4'-0~~ A G R E E M E N T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 22ND day of SEPTEMBER, 2009, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Haas- Anderson Construction, Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,586,683.75 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: BOND 2008 STREET OVERLAYS GROUP 2 PROJECT NO. 6480 (TOTAL BASE BID: $1,586,683.75) 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 0 R BOND 2008 STREET OVERLAYS - GROUP 2 PROJECT NO. 6480 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of 18 P R O P O S A L Date : ,~y jkiy'"j~ ~~~ Proposal of ~`~ ~~ " `.~s ~~~ ~r~~~ ~~~~C~.~t~ii7~'t ~ ~'~C~.. , 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: BOND 2008 STREET OVERLAYS - GROUP 2 PROJECT NO. 6480 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: Proposal Form Page 2 of 18 II III IV BiD ITEM QTY. 8~ UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES PART A GLEN OAK DRIVE (FLOUR BLUFF DR. TO WALDRON ROAD) STREET I MPROVEMENT S A-1 1 LS Mobilization, complete and in place per lump sum. $ 14,350.00 $ 14,350.00 A-2 1 LS Storm Water Pollution Prevention Plan, r lum sum l t d i l $ 1.,300.00 $ 1,300.00 . ace e e an n e com A-3 1 LS Traffic Control, complete and in place per $ 4,400.00 $ 4,400.00 l um sum. A-4 12700 SY Milling 1 "-2", complete and in place per d $ 1.45 $ 18,415.00 . s uare ar A-5 12700 SY Seal Coat, complete and in place per square d $ 1.40 $ 17,780.00 ar . A-6 1800 SY Full Depth Pavement Repair, complete and ard l i $ 50.00 $ 90,000.00 . ace er s uare n A-7 12700 SY HMAC Overlay (2"), complete and in place d $ 8.00 $ 101,600.00 er s uare ar . A-8 5800 SY Grading Adjacent to Roadway, complete and rd i l $ 1.25 $ 7,250.00 . ace er s uare a n A-9 9700 LF Reflective Pavement Markings TYI (4" White Solid), complete and in place per linear foot. $ 0.30 $ 2,910.00 A-10 4635 LF Reflective Pavement Markings TYI (4" Yellow Broken), complete and in place per f t li $ 0.30 $ 1,390.50 oo . near A-11 950 LF Reflective Pavement Markings TYI (4" Yellow Solid), complete and in place per t f li $ 0.30 $ 285.00 . near oo A-12 100 LF Reflective Pavement Markings TYI (8" White Solid), complete and in place per linear foot. $ 0.60 $ 60.00 A-13 20 LF Reflective Pavement Markings TYI (24" White Solid), complete and in place per t f li $ 5.80 $ 116.00 . near oo A-14 100 LF Reflective Pavement Markings TYI (24" Yellow Solid), complete and in place per f ot li $ 5.80 $ 580.00 . near o A-15 2 EA Reflective Pavement Markings TYI ("Left Turn Arrow") (W), complete and in place per h $ 90.00 $ 180.00 . eac A-16 2 EA Reflective Pavement Markings TYI ("Straight & Right Arrow") (W), complete and in place ch $ 151.00 $ 302.00 . er ea A-17 1 EA Reflective Pavement Markings TYI ("ONLY") (W), complete and in place per each. $ 111.00 $ 111.00 A-18 100 EA Raised Reflective Pavement Markings (TYII- A-A) Yellow, complete and in place per h $ 6.30 $ 630.00 . eac I II III IV V BID ITEM QTY. 8~ UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES A-19 10 EA Raised Reflective Pavement Markings (TYI- ch l $ 6.30 63.00 $ . ace er ea C White, com lete and in A-20 9 EA Raised Reflective Pavement Markings (TYII- B-B) Blue, complete and in place per each. $ 6.30 $ 56.70 STORM WATER IMPROVEMENTS A-21 1 EA Adjust Existing Storm Sewer Manhole, h $ 1,375.00 $ 1,375.00 . com lete and in lace er eac WATER I MPROVEMENTS A-22 1 EA Adjust Existing Water Valve, complete and $ 665.00 $ 665.00 in lace er each. SUB-TOTAL, PART A -GLEN OAK DRIVE (FLOUR BLUFF DRIVE TO WALDRON ROAD ITEMS Al - A22 S 263,819.20 PART B HUSTLIN' HORNET DRIVE (DEBRA LANE TO LAGUNA SHORES ROAD) STREET IMPROVEMENTS B-1 1 LS Mobilization, complete and in place per lump $ 6,300.00 $ 6,300.00 sum. B-2 1 LS Storm Water Pollution Prevention Plan, $ 500.00 $ 500.00 com lete and in lace er lum sum. B-3 1 LS Traffic Control, complete and in place per $ 3,425.00 $ 3,425.00 lum sum. B-4 4920 SY Milling 0"-2", complete and in place per $ 1.45 $ 7,134.00 s uare ard. B-5 450 SY 10" Compacted Flexible High Strength Base, complete and in place per square yard. $ 15.60 $ 7,020.00 B-6 4920 SY Seal Coat, complete and in place per square $ 1.40 $ 6,888.00 ard. B-7 100 SY Full Depth Pavement Repair, complete and d $ 50.00 $ 5,000.00 . in lace er s uare ar B-8 4470 SY HMAC Overlay (2"), complete and in place $ 8.00 $ 35,760.00 er s uare ard. B-9 450 SY HMAC Overlay (3"), complete and in place $ 11.70 $ 5,265.00 er s uare ard. B-10 1250 SY Grading Adjacent to Roadway, complete and d $ 1 25 $ 1,562.50 . in lace er s uare ar B-11 2160 LF Reflective Pavement Markings TYI (4" White Solid), complete and in place per linear foot. $ 0.45 $ 972.00 B-12 470 LF Reflective Pavement Markings TYI (4" Yellow Broken), complete and in place per $ 0.45 $ 211.50 linear foot. B-13 1290 LF Reflective Pavement Markings TYI (4" Yellow Solid), complete and in place per $ 0.45 $ 580.50 linear foot. B-14 100 LF Reflective Pavement Markings TYI (8" White Solid), complete and in place per linear foot. $ 0.90 $ 90.00 I II III IV V BID ITEM QTY. 8 UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES B-15 30 LF Reflective Pavement Markings TYI (24" White Solid), complete and in place per $ 5.80 $ 174.00 linear foot. B-16 2 EA Reflective Pavement Markings TYI ("Left Turn Arrow") (W), complete. and in place per $ 86.00 $ 172.00 each. B-17 2 EA Reflective Pavement Markings TYI ("Right Turn Arrow") (W), complete and in place per $ 86.00 $ 172.00 each. B-18 2 EA Reflective Pavement Markings TYI ("ONLY") (W), complete and in place per each. $ 111.00 $ 222.00 B-19 30 EA Raised Reflective Pavement Markings (TYII- A-A) Yellow, complete and in place per $ 6.30 $ 189.00 each. B-20 10 EA Raised Reflective Pavement Markings (TYI- ce er each l d i l t $ 6.30 $ 63.00 . n a e an e C White, com SANITAR Y SEWER IMP ROVEMENTS B-21 1 EA Adjust Existing Sanitary Sewer Manhole, ch l d i $ 1,620.00 $ 1,620.00 . ace er ea n com lete an STORM WATER IMPROVEMENTS B-22 1 EA Adjust Existing Storm Sewer Manhole, each l d i $ 1,375.00 $ 1,375.00 . ace er n com lete an SUB-TOTAL, PART B - HUSTLIN' HORNET DRIVE (DEBRA LAND TO LAGUNA SHORES ROAD) (ITEMS 61 - B22) $ 84,695.50 I u m Iv v BID TOTAL PRICE IN ITEM QTY. 8~ UNIT DESCRIPTION UNIT PRICE FIGURES PART C -WHITECAP BOULEVARD (PARK ROAD 22 TO GULF OF MEXICO) STREET I MPROVEMENT S Mobilization, complete and in place per lump C-1 1 LS m $ 25,250.00 $ 25,250.00 . su Storm Water Pollution Prevention Plan, C-2 1 LS com lete and in lace er lum sum. $ 2,225.00 $ 2,225.00 Traffic Control, complete and in place per C-3 1 LS l um $ 10,625.00 $ 10,625.00 . um s Special Construction Prep. To Remove C-4 1 LS Sand From Road, complete and in place per um l $ 2,500.00 $ 2,500.00 . um s Milling (2"), complete and in place per C-5 22050 SY s uare ard. $ 1.45 $ 31,972.50. Seal Coat, complete and in place per square C-6 22050 SY rd $ 1.40 $ 30,870.00 . a Full Depth Pavement Repair, complete and C-7 700 SY in lace er s uare ard. $ 50.00 $ 35,000.00 HMAC Overlay (2"), complete and in place C-8 22050 SY er s uare ard. $ 8.30 $ 183,015.00 Removal & Reinstallation of Existing Metal C-9 1 LS Gate, complete and in place per lump sum. $ 1,515.00 $ 1,515.00 Remove and Replace Curb and Gutter, C-10 45 LF com lete and in lace er linear foot. $ 50.00 $ 2,250.00 Reflective Pavement Markings TYI (4" White C-11 4170 LF Broken), complete and in place per linear foot. $ 0.30 $ 1,251.00 Reflective Pavement Markings TYI (4" C-12 3810 LF Yellow Broken), complete and in place per linear foot. $ 0.30 $ 1,143.00 Reflective Pavement Markings TYI (4" C-13 6260 LF Yellow Solid), complete and in place per linear foot. $ 0.30 $ 1,878.00 Reflective Pavement Markings TYI (8" White C-14 460 LF Solid), complete and in place per linear foot. $ 0.55 $ 253.00 Reflective Pavement Markings TYI ("Left C-15 2 EA Turn Arrow") (W), complete and in place per each. $ 86.00 $ 172.00 Reflective Pavement Markings TYI ("Straight C-16 2 EA Arrow") (W), complete and in place per each. $ 86.00 $ 172.00 Reflective Pavement Markings TYI ("Right C-17 2 EA Turn Arrow") (W), complete and in place per each. $ 86.00 $ 172.00 Reflective Pavement Markings TYI ("ONLY") C-18 3 EA (W), complete and in place per each. $ 111.00 $ 333.00 I u ul Iv v BID ITEM QTY. & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES C-19 100 EA Raised Reflective Pavement Markings (TYII- A-A) Yellow, complete and in place per h $ 3.25 $ 325.00 . eac C-20 90 EA Raised Reflective Pavement Markings (TYI- and in lace er each t l C Whit $ 3.25 $ 292.50 . e, com e e C-21 9 EA Raised Reflective Pavement Markings (TYII- B-B) Blue, complete and in place per each. $ 3.25 $ 29.25 ADA IMP ROVEMENTS C-22 29000 SF Demo & Remove Existing 5' Brick Sidewalk, complete and in place per square foot. $ 0.50 $ 14,500.00 C-23 29050 SF 4" Dyed Stamped Concrete Sidewalk (5' Wide), complete and in place per square t f $ 6.15 $ 178,657.50 . oo C-24 850 SF Concrete Curb Ramp, complete and in place re foot $ 7.85 $ 6,672.50 . er s ua C-25 562 SF Removal and Reinstallation of Existing 6" Concrete Driveways, complete and in place re foot $ 7:90 $ 4,439.80 . er s ua C-26 3200 SY Grading Adjacent To Sidewalk, complete er s uare ard l d i $ 1.25 $ 4,000.00 . n ace an STORM WATER IMPROVEMENTS C-27 2 EA Repair Damaged Storm Inlet Tops, complete e er each l d i $ 1,010.00 $ 2,020.00 . an n ac WATER IMPROVEMENTS C-28 1 EA Adjust Existing Water Valve, complete and er each l i $ 665.00 $ 665.00 . ace n SUB-TOTAL, PART C -WHITECAP BOULEVARD (PARK ROAD 22 TO GULF OF MEXICO) (ITEMS C1 - C28) $ 542,198.05 PART D - FLATO ROAD (BEAR LANE TO BATES STREET) STREET I MPROVEMENT S Mobilization, complete and in place per lump D-1 1 LS $ 7,325.00 $ 7,325.00 sum. Storm Water Pollution Prevention Plan, D-2 1 LS com lete and in lace er lum sum. $ 605.00 $ 605.00 Traffic Control, complete and in place per D-3 1 LS lum sum. $ 3,300.00 $ 3,300.00 Milling 0"-2", complete and in place per D-4 5985 SY $ 1.45 $ 8,678.25 s uare ard. Seal Coat, complete and in place per square D-5 5985 SY ard $ 1.40 $ 8,379.00 . Full Depth Pavement Repair, complete and D-6 200 SY in lace er s uare ard. $ 50.00 $ 10,000.00 HMAC Overlay (2"), complete and in place D-7 5985 SY er s uare ard. $ 8.00 $ 47,880.00 Grading Adjacent to Roadway, complete and D-8 2730 SY in lace er s uare ard $ 1.25 $ 3,412.50 . I n ul Iv v BID DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES ITEM QTY. ~ UNIT Reflective Pavement Markings TYI (4" White D-9 4830 LF Solid), complete and in place per linear foot. $ 0.35 $ 1,690.50 Reflective Pavement Markings TYI (4" D-10 2380 LF Yellow Broken), complete and in place per $ 0.35 $ 833.00 linear foot. Reflective Pavement Markings TYI (4" D-11 120 LF Yellow Solid), complete and in place per $ D.35 $ 42.00 linear foot. Raised Reflective Pavement Markings (TYII- D-12 34 EA A-A) Yellow, complete and in place per $ 6.60 $ 224.40 each. SANITAR Y SEWER IMP ROVEMENTS Adjust Existing Sanitary Sewer Manhole, D-13 3 EA h l $ 1,620.00 $ 4,860.00 . ace er eac com lete and in SUB-TOTAL, PART D - FLATO ROAD (BEAR LANE TO BATES STREET) (ITEMS D1 - D13) $ 97,229.65 PART E WOOLDRIDGE ROAD (QUEBEC DRIVE TO OSO PARKWAY) STREET IMPROVEMENT S E-1 1 LS Mobilization, complete and in place per lump $ 14,650.00 $ 14,650.00 sum. E-2 1 LS Storm Water Pollution Prevention Plan, tum sum l d i $ 1,270.00 $ 1,270.00 . ace er n com lete an E-3 1 LS Traffic Control, complete and in place per $ 4,300.00 $ 4,300.00 lum sum. E-4 12560 SY Milling 0"-2", complete and in place per d $ 1.45 $ 18,212.00 s uare ar . E-5 12560 SY Seal Coat, complete and in place per square $ 1.40 $ 17,584.00 ard. E-6 100 SY Full Depth Pavement Repair, complete and rd $ 50.00 $ 5,000.00 . in lace er s uare a E-7 12560 SY HMAC Overlay (2"), complete and in place d $ 8.00 $ 100,480.00 . er s uare ar E-8 5700 SY Grading Adjacent to Roadway, complete and ard $ 1.25 $ 7,125.00 . in lace er s uare E-9 10240 LF Reflective Pavement Markings TYI (4" White Solid), complete and in place per linear foot. $ 0.30 $ 3,072.00 E-10 5120 LF Reflective Pavement Markings TYI (4" Yellow Broken), complete and in place per t f $ 0.30 $ 1,536.00 . linear oo E-11 66 EA Raised Reflective Pavement Markings (TYII- A-A) Yellow, complete and in place per h $ 4.55 $ 300.30 eac . E-12 7 EA Raised Reflective Pavement Markings (TYII- B-B) Blue, complete and in place per each. $ 4.55 $ 31.85 WATER IMPROVEMENT S I II pl IV V BID UNIT PRICE TOTAL PRICE IN DESCRIPTION FIGURES TEM QTY. 8~ UNIT E-13 1 EA Adjust Existing Water Valve, complete and $ 665.00 $ 665.00 in place per each. _ _ _ _ _ _ _ _ _ _ _. E1 - 1 11 Ip IV V BID DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES ITEM QTY. 8~ UNIT PART F YORKTOWN BOULEVARD (WALDRON ROAD TO LAGUNA SHORES ROAD) STREET IMPROVEMENT S F-1 1 LS Mobilization, complete and in place per lump $ 22,725.00 $ 22,725.00 sum. F-2 1 LS Storm Water Pollution Prevention Plan, lace er lum sum d i l t $ 1,580.00 $ 1,580.00 . n s an e com F-3 1 LS Traffic Control, complete and in place per $ 6,100.00 $ 6,100.00 l um sum. F-4 10500 SY Milling 2", complete and in place per square d $ 1.45 $ 15,225.00 ar .. F-5 15650 SY Seal Coat, complete and in place per square ard. $ 1.40 $ 21,910.00 F-6 15650 SY FDR (Full Depth Reclamation), complete d $ 8.10 $ 126,765.00 . and in lace er s uare ar F-7 15650 SY HMAC Overlay (2.5"), complete and in place $ 9.80 $ 153,370.00 er s uare ard. F-8 5150 SY Grading Adjacent to Roadway, complete and d $ 1.25 $ 6,437.50 . in lace er s uare ar F-9 1860 LF Metal Beam Guard Fence w/Timber Post (TxDOT Item 540), complete and in place $ 15.45 $ 28,737.00 er linear foot. F-10 10 EA Guard Fence End Treatments (TxDOT Item 544), complete and in place per each. $ 1,810.00 $ 18,100.00 F-11 1 EA Relocate Existing Mailbox, complete and in $ 151.00 $ 151.00 lace er each. F-12 8500 LF Reflective Pavement Markings TYI (4" White Solid), complete and in place per linear foot. $ 0.30 $ 2,550.00 F-13 4550 LF Reflective Pavement Markings TYI (4" Yellow Broken), complete and in place per $ .0.30 $ 1,365.00 linear foot. F-14 12 LF Reflective Pavement Markings TYI (24" White Solid), complete and in place per $ 12.60 $ 151.20 linear foot. F-15 60 EA Raised Reflective Pavement Markings (TYII- A-A) Yellow, complete and in place per $ 4.55 $ 273.00 each. F-16 10 EA Raised Reflective Pavement Markings (TYII- B-B) Blue, complete and in place per each. $ 4.55 $ 45.50 SANITA RY SEWER IMPROVEMENTS F-17 6 EA Adjust Existing Sanitary Sewer Manhole, ce er each l d i t l $ 1,620.00 $ 9,720.00 . n a s an e com WATER IMPROVEMENTS F-18 13 EA Adjust Existing Water Valve, complete and h $ 665.00 $ 8,645.00 . in lace er eac ~GASIMPROVEMENTS II III IV BID ITEM QTY. 8, UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES F-19 1 EA Adjust Existing Gas Valve, complete and in h l $ 665.00 $ 665.00 . ace er eac SUB-TOTAL, PART F - YORKTOWN BOULEVARD (WALDRON ROAD TO LAGUNA SHORES ROAD ITEMS F1 - F19 $ 424,515.20 TOTAL BASE BID PARTS A, B, C, D, E & F $ 1,5ss,sss.~s BID SUMMARY for Group 2 BASE BID (GROUP 2) ,~ 1,586,683.75 BID SUMMARY oT" A~r~-21~~ T - , TOTAL BASE BID GROUP 2 $ 1,586,683.75 TOTAL BASE BID GROUP (1 & 2) $ 4,480,860.70 "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 other information from this print-out. HAAS-ANDERSON CONSTRUCTION LTD. Acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official 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.r--., -'` (Signature~j;~~-`>t:•~•~t.~rq '~' . ;Presitlerrt, hlae~e- dent. ~• ( Title ) ( Date) .`2.~ ~~ . 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 a.re 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 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 following addenda is acknowledged (addenda number) : ~ ~1~ ~,J~7 : `tT~P"~.' `~~~*'' `T"~Y~ Vice President, hi~~ - I..C. Ger~'al Pr~rlr~sr (SEAL - IF BIDDER IS a Corporation) NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Respectfully submitted: Name : ~~`^'~f-',S Ta rTtrl~l~d"~i7~ By : _ ;. /~ ( SIGNATURE) LL~~,, ~~ Address : ~~ 4u~ ~ 'T(.~b~ ~ ~ (P.O. B x) (Street} T- (City) (Sta e~) (Zip) ~ s Telephone :.~t~i" ~J~ " ~ (Re~aised August 2000) Proposal Form Page 16 of 18 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 180 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTE City Secretary APPROVED AS TO LE FORM: By: Asst. C ty Attorney ATTEST: (If Corporation) CITY OF CORPUS CHRISTI By: m Oscar Martinez, A t. City Mgr. of Public Works and Utilities „~y'~'~ By: ~ Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Hass-Anderson Cons#~uction, Ltd. (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) ...~- , - ~--o`-....-- Y ~g r r f .p , U c. ~' Title: President, Haas-Andersen Manageme~, 4C. Genera a ner P.O. BOX 7692 (Address) CORPUS CHRISTI, TX 78467 (City) (State}(ZIP) 361/853-2535 * 361/853-5564 (Phone) (Fax) /!~.~~~7.~ AUTHURiLt~ 8Y C-BtlKCIL Q~ o`~ D A reement M«~i~~ g ~"ARY Page 2 of 2 P A Y M E N T B O N D Bond No.: 105301219 STATE OF TEXAS ~ COUNTY OF NUECES ~ RNOW ALL BY THESE PRESENTS: THAT Haas-Anderson Construction, Ltd. of NUECES County, Texas, hereinafter Called "Principal", and Travelers Casualty and Surety Company of America ~ a corporation organized under the laws of the State of Connecticut , 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 ONE MILLION, FIVE HUNDRED EIGHTY-SIX THOUSAND, SIX HUNDRED EIGHTY-THREE AND 75/100($1,586,683.75) 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 TEAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND day SEPTEMBER 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: BOND 2008 STREET OVERLAYS GROUP 2 PROJECT NO. 6480 (TOTAL BASE BID: $1,586,683.75) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 P A Y M E N T B O N D STATE OF TERAS ~ IQ~TOW ALL BY THESE PRESENTS COUNTY OF NUECES ~ THAT Haas-Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and , a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety.", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE MILLION, FIVE HUNDRED EIGHTY-SIR THOUSAND, SIR HUNDRED_EIGHTY-THREE AND 75/100($1,586,683.75) 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 22ND day SEPTEMBER 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: BOND 2008 STREET OVERLAYS GROUP 2 PROJECT NO. 6480 (TOTAL SASE BID: $1,586,683.75) 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 S-Late 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 28 day of S~tember 20 09 PRINCIPAL Haas-Anderson Construction, Ltd. By: ~/~/" y~1,,y ~ Q ~~a ~ President, Haas•Anderson Management, L.C. (Print ame & Title) a°nP.~3 , artner ATTEST PJ.~i./Y ~GJ~iiTFiEzO~ .off>./~ (Print Name & Title) SURETY Travelers Casualty and Surety Company of America~A" .. By : /5~5tlW~~ ~~ f Attorney-in-fact Kerry J. Woods (Print Name) The Resident Agent of the Surety in Nueces CountyL 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 Phon~r Number: 361-883-3803 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 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 WSEREOF, 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) ;~:~~tesident 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 P E R F O R M A N C E B O N D Bond No.: 105301219 STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Haas-Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company ofAmeric~a a corporation organized under the laws of the State of Connecticut , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ONE MILLION, FIVE HUNDRED EIGHTY-SIX THOUSAND, SIX HUNDRED EIGHTY-THREE AND 75/100($1,586,683.75) 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 22ND of SEPTEMBER 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: BOND 2008 STREET OVERLAYS GROUP 2 PROJECT NO. 6480 (TOTAL BASE BID: $1,586,683.75) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; .otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 P E R F O R M A N C E B O N D STATE OF TEXAS. § COUNTY OF NUECES ~ I~TOW 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 ONE MILLION, FIVE HUNDRED EIGHTY-SIX THOUSAND, SIX HUNDRED EIGHTY-THREE AND 75/100($1,586,683.75) 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 22ND of SEPTEMBER 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: BOND 2008 STREET OVERLAYS GROUP 2 PROJECT NO. 6480 (TOTAL BASE BID: $1,586,683.75) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 28 day of September 20 09 i PRINCIPAL Haas-Anderson Construct, Ltd. ~, ~r~ ~ ~ ~ cz u c President, Haas-Anderson Management, l.C.. (Print ame & Title) -,,~~1 P~lftner ATTEST (Print Name & Title) a~ SURETY Travelers Casualty and Surety Company of America By: Attorney-ii''(-fact Kerry J. Woods (Print Name) 2'~~E`t` 'Agent of the Surety 1II 111u®cl33 Couaty~ Texas, for dsliverp of notice and service of process iss Agancp: Keetch & Associates Contact Person: Kevin Keetch Address : P. O. Box 3280 Corpus Christi, TX 78463-3280 Phone Number: 361-883-3803 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 ~. ~ ~ WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ' ,~, POWER OF ATTORNEY TRAVELERS ~ Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 219438 Certificate No. 0 0 2 8 3 4 9 6 6 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America aze corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under 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 State of Wisconsin (herein collectively called the "Companies"), and that the 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 of the City of (; prnnc C'hricti ,State of Texac ,their true and lawful Attorney(s)-in-Fact; each in their sepazate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the 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 permitted in any actions or proceedings allowed by law. IN WTTNESS WHEREOF, the Companies have caused this instrument to he signed and their corporate seals to be hereto affixed; this 17th day ofFebruary 2009 Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Iusurancc Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company GFSU,~ ~yp'y.n,~~y SINETy ~IPE 6 ~TN..INSG P+ `'Y NSVR 'Y. ,p~1Y ANp ` ~,p ym._ ~~~'1t,~. O2 <fI. V ~~y~~,,,~,~ 7F ~' i p 7r. QOr q' ~+''J.........:9,y,,i P s .".,,Y~ A F. ~b^ ~ -"^'^~MWTEp ` Z ~iEpRP~R~Te m oei pORPORATt. ~'t- ~ 9S ~'a ~ r 9 s x aD ~ 1977 ~ 1927 ~ 1 ~ i ~ f : ~ ° ~ NawrwRO, ~ easrasrto, ~ O :e~~~.; ~ 1951 m m ,:SEAL o: '~ SBAL a°, ~ cw+N. c ~~rAero. e N 7896 ~y ~ ti~ ! ~~ ~OFryfti~ °'~~F~NCE°~ °,1S ;.iN~a't'I °< ' aa° >sd asr t State of Connecticut By: City of Hartford ss. Georg Thompson, nior ice President On this the 17th day of February 2009 ,before me personally appeazed George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaanty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. G•~ My Commission expires the 30th day of June, 2011. ~ p~`~d r- Marie C. Tetreault, Notary Public 58440-5-07 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Ina, Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions aze now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboazd Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety° Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and afhced the seals of said Companies this 2$ day of Sep telribeT , 20 C~_/~r~yG' ' Kori M. Johans Assistant Secretary ~~'~~,~~~y// ~~ S(1 "•. ATV AN ~wY 2 GASU,~~r` S~Y~E7f% e V Fl0.E 6 ~' eQ~~N.!MSOs C9P+• ~M... ::992 } PJP A,P` ,~IMC wAny~ ~~Y~'D ~ ,(),'gppgl~r 4 9 ~,Gp FPOR.IT' f ? ~' n- u 9 ~' S ~ fl y RittED r/~ ~j PG y m ~! M FAO ,.~6p0.PORATf::'p ~ ~ ~ ~y~y~.,,~ i „19aZ_ ~ ~ 19n~ x•72/ K ~ ~~ 1n x~ _._ _oi W N ~FNRD~ ~ ~ ~~ $ N 1896 i ~Sa 1951 mr ~.SEAL;oJ ~~,SBRL~a ;, o O OF NEW '~ampu~~~ Is....n..~ ty,'.. .. rep bl FN r Attu To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. STPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company ~f 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) 67.5-3102 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 149].04 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 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) T3""~'~~Et Agent of the Surety isi Nueces County, Texas, for delivery of notice and service of process is Agency: Contact Person: Address: Phoae Number: (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following informa/Jt~~'~on Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME ~~i~ °"' d`tt~~' ~.c ^~ ~J^,~Uf:~! D t~ ~, ~~ ~ ~ e STREET: '~~F;~ ~(~ ° CITY: C~ t"~~r ~~ e"'IJ~s ZIP: ~LS C if ~ •~; FIRM is: 1. Corporation 2. Partnership 1 ~ 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 ~~// 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". Name Title {v~ 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 ~A 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 Consultant ~~~ CERTIFICATE 1 certify that all information provided is true and correct as of the date of this statement, that 1 have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, T'exa~s as changes occ/u]'r. ~~ ~ ~~~ ~~, LC Certifying Person: / `~1~~5 ' ~/+~~~'-~'~~~~ ~~ Type or Print) // ~ ~ l~ ^ Signature of Certifying Person: r Date: ~_ Proposal Form Page 17 of 18 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 entities 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 City of Corpus Christi, 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. Proposal Form Page 18 of 18 s~COR~ CERTIFICATE OF LIABILITY INSURANCE OP ID EIDI DnTE(MMIDDm^rn ~ HAAANCl 09 29 09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner & Gordon Ina Agcy-CC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 87 0 ALTER THE COVERAGE AFFORDED 8Y THE POLICIES BELOW. Corpus Christi TX 78403-0870 Phone:361-883-1711 Fax:361-844-0101 INSURERS AFFORDING COVERAGE NAIC1t INSURED INSURERA TzaVelera L10 ds Ina CO 41262 INSURER e: Charter Oak Fire Ina Co 25615 Haas-Anderson Construction Ltd / INSURER C: PhOeriiX Insurance Co an 25623 P. O. Box 7692 INSURER D: COmmerCe ~ Indust Ina Co 19410 Corpus Christi TX 78467-7692 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NS TYPE OF INSU E POLICY NUMBER DATE M DATE LIMITS GENERAL I.YIBILITY EACH OCCURRENCE S 1, 0 0 0, 0 0 0 A X COMMERCIAL GENERAL LIABILITY DTC05459B949TLC09 09/01/09 09/01/10 PREMISES Eaxcurence $ 300, 000 CLAIMS MADE ®OCCUR ~ MED EXP (Any one person) $ 5 , 0 0 0 X XCU Included SEE ATTACHED PERSONALBADVINJURY 1, 000, 000 X Employee Benefits GENERAL AGGREGATE S 2, 000, 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2 , O O O , O O O POLICY X jE~ LOC AUT ONWBILE LIABILITY ~ COMBINED SINGLE LIMIT / 000, 000 $ 1 B X ANY AUTO BA5459B95009CN3 09/01/09 10 09/ (Eaacadent) 0 , ALL OWNED AUTOS 0 BODILY INJURY $ SCHEDULED AUTOS (Per ~~) X HIRED AUTOS BODILY INJURY $ X NON-0WNEDAUTOS (Per accident) X MCS - 9 0 PROPERTY DAMAGE $ (Per accidenQ GARAGE LIABILITY .AUTOONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: ACG $ EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE 2, 0 0 0, O O O D X OCCUR ~ CLAIMSMADE BE4691192 09/01/09 09/01/10 AGGREGATE $ 2, 000, 000 ~/ a DEDUCTIBLE $ X RETENTION S S O, O O $ WOR KERS COMP TION ' X TORY LIMITS ER (,' LUIBIUTY AND EMPLOYERS ANYP~PRIETORIPARTNER/EXECUTIV~ DTNUB0470C16209 09/01/09 O9/0~10 E.L. EACH ACCIDENT 1,000,000 OFFICER/MEMBER EXCLUDED? LJ (Mandatory in NH) OFFICERS INCLUDED 1// E.L. DISEASE-EA EMPLOYE $ 1, OOO, OOO Ifyas,descri0eunder SPECIAL PROVISIONS below E.L. DISEASE-POLICY LIMIT $1 000 000 OTHER DESCRIPTION OF OPERATIONS ItOCATION3 /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS RE: Bond 2008 Street Overlays Group 2; Project #6480 / The City of Corpus Christi is named as additional insured on all general liability (GL) and all automobile liability (AL) policies. reterterreTC urv nee CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOR THE EXPIRATION CI CC - CO DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFlCATE MOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City of Corpus Chrf s t i ~ IMPOSE NO OBLIGATION OR LIABILITr OF ANY KIND UPON THE INSURER ITS AGENTS OR 8ngineering ServlCeB ~ REPRESENTATIVES. Attn: Contract Administrator Au ED SENTATIVE P.O. Box 9277 ~~~ o us Christi TX 78469-9277 /// ACORD 25 (2009101) ~r iyao-LVUa AGVRV \,VRrVRAI1VIY, wl r19r1[i rerS6rvea. The ACORD name and logo are registered marks of ACORD NOTEPAD:. HAAANCl PAGE 3 INSUREDS NAME Haas-Andarson Construction Ltd OP ID EIDI DATE 09/29/09 City of Corpus Christi - Certificate of Insurance Attachment General Liabilitly includes premises-operation, explosion & collapse hazard, underground hazard, products/completed operations hazard, contractual insurance, broad form property damage coverage, independent contractors and personal injury Automobile Liability includes owned, hired and non-owned autos Workers Compensation includes owners, partners, executive officers. IMPORTANT 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 This Certificate of Insurance 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. is r2oo9ro~- Haas-Anderson Constructiorti Ltd. •~ City of Corpus Christi p~ Travelers Lloyds Insurance Company P. O. Box 9277 GOMMERCInL GENERAL LlAt3ILITY Policy #DTC05459B949TLC09 Corpus Christi, TX 78469-9277 Term: 09/01 /2009 to 09/01 /2010 #1S ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) J . =- ~~ ~~ ~i ~s nr' ~i o.~ ~~ i ~~. '- _+ ...._ _.~~ _.."~ m~ ..~. ~°~ ....: r~ ~S ~~ __ ~~ _.~. This ,;ndorsenrent mu~tifies insurance provided under the following. COMMERCIAL GENERAL LIA131LITY COVERAGE PART 1. WHO IS AN INSURED - (Section II) is amended to include any person or organization that you agree in a "wriUen cattract requiring insurance" to include as an addition~il insured on this Cover- age Parl, bt.rt: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or ornissiorts of you or your subcortiracior in the performance of "your work" to which the "written contract requiring insirrartce" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insw'ed by this endorsement is limited as follows: a) In the event that the Limits of htsurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "wr'iltert contract requiring insurance", the irt- surartce provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract reyuirirtg ht- surance". This endorsement shall not in- crease the limits of insurance described irr Section III -Limits Of Insurance. b) The insw~ance provided to the additional in- sured does riot apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including; "the preparing, approving, or failing to prepare or approve, reaps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and irtrlrrcted in the "prodrtcts-completed op- orations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for That additional insw'ed, and then the insurance providr;d to the additional insured applies only to such "bodily injury" or; "properly damage" that 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 ertd of the policy period, whichever is earlier. The insurance provided to the additional insured by this endorsement is excess over arty valid artd 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 ertdorsernertt. However, if the "written contract requiring htsurance" specifically requires that this insurance apply ort a primary basis or a primary and non-contributory basis, this i,tsur'ance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insur'eci for such loss, and we will nut share with that "other insurance". But the insurance provided to ttte additional insured by this endorserttenl still is excess over arty valid and collectible "outer irt- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- artce". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: ii. Supervisory, inspection, architectural or engineering activities. CG D2 46 08 05 c~) 2005 The St. Paul Travelers Companies, Inc. ou2en~ ATTACHMENT 2 1 OF 2 Page 1 M 2 COMMERCIAL GENERAL LIA131LITY i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injrtred persons and witnesses; and iii. The nature and location of any injury or damage arising orrf of the "r~c~trrrence" nr offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or' "suit" and lire date received; artd ii. Notify us as soon as practicable. The additional insured must see to ii that we receive written notice of the claim or "suit" as soon as practicable. c) The additiona! insured roust irnrnediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with crs in the investigation or settlement of the claim or defense against the "suit", artd otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of 'bther insurance" which would cover the additional insr.tred for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. - DEFINITIONS: "Written contract requiring insurance" means chat part of arty written contract or agreement under which you are required to include a person or organiza-ion as an additional in- sured on This Coverage Part, provided that the "bodily injury" artd "properly damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing artd execution of the contract or agreement by you; b. While that part of the contract or agreernenl is in effect; and c. Before ttte ertd of the policy period Named Insured: Haas-Anderson Construction, Ltd. Policy Number: DTC05459B949TLC09 Policy Term: 09/01/20 9 to 09/01/2010 e'rzed Represe~tive: R:'IV~Lee, Managirfg Partner Swantner & Gordon Insurance Agency P. O. Box 870, Corpus Christi, TX 78403-0870 Attachment 2 1 of 2 Page 2 of 2 <i) 2005 The SI Paul Travelers Companies, Inc. CG D2 46 08 05 Haas-Anderson Construction, Ltd "o! Charter Oak Fire Ins Co Term: 09101!2009 to 0910112010 COMMERCIAL AUTO POLICY NUMBER: SA-54598950-09-CN3 V/ ISSUE DATE: 09-21-09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ~ DESIGNATED INSURED This endorsement modifies insurance provided under the following: / BUSINESS AUTO COVERAGE FORM ~/ GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name of Person(s) or Organlzatlon(s): ANY PSRSON OR ORf3ANIZATION TfI71T YOII AR8 RBQUIRBD TO INCLtTDi AS AN ADDITIONAL INSI7RBD ON T8I8 COVSRAQE FORM IN A , VtAITTSN CONTRACT OR AOR88MSNT TH71T I3 ~/ gI(iNSD AND SXSCtTPBD BY YOII BBPORS THS "BODILY INJIIRY• OR "PROPSRTT DAMAQB• OCCURS AND TWIT IS IN SFFSCT DIIRINO TliB POLICY PSRIOD City of Corpus Christi Engineering Services -Contract Admistrator P.O. Box 9277 Corpus Christi, TX 78469-9277 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section It of the Coverage Form. or z i tive_ , R. M. Lee, Partner Swantner 8 Gordon Ins Agency P.O. Box 870 Corpus Christi, Texas 78403-0870 Attachment 2 2 of 2 CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 Haas-Anderson Construction, Ltd. Travelers Lloyds Ins Co. POLICY NUMBER: DT-c0-54598949-TLC-o9 ~ ISSUE GATE: 09-24-09 Term: 09/0112009 to 09/0112010 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY EARLIER NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US - TEXAS This endorsement modifies insurance provided under the following: BOILER AND MACHINERY COVERAGE PART BUSINESSOWNERS POLICY /COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE ~1 COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART -CONTRACTORS COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CRIME COVERAGE PART DELUXE PROPERTY COVERAGE FORM EMPLOYEE BENEFITS LIABILITY COVERAGE PART EXCESS (FOLLOWING FORM) LIABILITY INSURANCE FARM COVERAGE PART LIOUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART CANCELLATION: WHEN WE DO NOT RENEW (Nonrenewal): NAME: CITY OB CORPIIS CHRISTI Engineering Services ADDRESS: Contract Administrator P.O. SOX 9277 SCHEDULE Number of Days Notice: 30 / Number of Days Notice: 30 CORPUS CHRISTI TX 78469 A. For any statutorily permitted reason other than nonpayment of premium, the number of days s- quired for notice of cancellation, as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this insurance, is h- creased to the number of days shown in the SCHEDULE above. B. For any statutorily permitted reason other than nonpayment of premium, the number of days e- quired for notice of When We Do Not Renew (Nonrenewal), as provided in the CONDITIONS Section of this insurance, or as amended by any C J applicable state When We Do Not Renew (Nonrenewal) endorsement applicable to this n- surance, is increased to the number of days shown in the SCHEDULE above. We will mail notice of cancellation or nonrenewal or material limitation of those coverage forms to the person or organization shown in the schedule above. We will mail the notice at least the Nu tu- ber of Days indicated above before the effective da_ts.iaour action. p R. M. Lee, Partner, Swantner 8~ Gordon Ins Agcy IL FO 26 09 98 Copyright, The TGavelers Indemnity Company, 1998 Page 1 of 1 Attachment 3 1 of 3 Haas-Anderson Construction, Ltd. Charter Oak Fire Ins Co Vim: 0910112009 to 09/01!2010 COMMERCIAL. AUTO POLICY NUMBER: B71-5459B950-09-CN3 ISSUE DATE: 09-21-09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTQ COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. SCHEDULE Number of Days' Notlcs 30 Name Of Person Or Organsration City of Corpus Christi Engineering Services -Contract Administrator Address ~ P. O.Box 9277 Corpus Christi, TX 78469-9277 If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. Authorized Represent ve: R.M. Lee, Partner Swantner 8z Gordon Ins Agency P.O. Box 870, Corpus Christi, TX 78403-0870 Attachment 3 2 of 3 CA 02 44 06 04 •~ ISO Properties. Inc.. 2003 Page 1 of 1 TRAVELERS Haas-Anderson Construction, Ltd. / Phoenix Insurance Company 0/ Term: 09/01/2009 to 09101/2010 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) - 004 POLICY NUMBER: (DTNtJH-047006-2-09) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of 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. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ~, NUMBER OF DAYS ADVANCE NOTICE: 30 (or ") j 2. NOTICE WILL 8E MAILED TO: ~V/ CITY OF CORPIIS CHRI9TI En sneering Services-Contract Administrator P,t~ HOX 9777 CORPIIB CHRISTI, TX 78469 '• Number of days Notice specified in the Certifrcate of Insurance to alt holders of such certificates. ed Repre tive: .Lee, Partner Swantner ~ Gordon Insurance Agency P.O. Box 870 Corpus Christi, TX 78403-0870 Attachment 3 3 of 3 DATE OF ISSUE: 09-16-09 ST ASSIGN: