Loading...
HomeMy WebLinkAboutC2010-209 - 4/20/2010 - Approved2410-209 . M2010-487 04/20/10 Haas-Anderson Canstructian S P E C I A L P R ~ V 2 S I ~ 5 P E C I F I CATION S A N D FORM S O F' C O N T R A C T S A N D B O N D S F O R YQRI{T4WN BDVLEVARI] -- --STAPLE 5 TD C IMARRnN t BQNQ 2 C C 9~ AND SUCI{=NGHAM ESTATES FURCE MAIN AND DSQ PLANT EFFLUENT LINE PREPARED SY: Freese and Nichols, Inc. 5942 S. Staples Street. Suite 2138 Corpus Chr~.sti., Texas 78411 Phone : 3.6T.15 61--6500 Fax: 3611561-6501 , and Coyfn, Rehrnet & Gutierrez Engn~eacf.ng, L. P. 5.65.6 S. Staples Streets Suite 230 Carpus Christi, Texas 78911 Phane: 3:61.1 991-855Q Fax: 3611 9937569 FdR: DEPARTMENT OF ENGINEERING SERVICES CITY OF C4RPLIS CHRISTI, TEXAS Phone: 3611880--3504 Fax: 3511880-35x1 PRDJECT ND: 6464 and 7426 DRAWING ND: STR 809 and STS 174 ~A~E' ~ ~. rF~gtt ~ ~ as ~ °e l~ ~` ~ * r°a °e j iiPeaaaa:aaseae+s+aeau~aai ~ ~ aEHNfS f,..~Af~LER FREESE AND NICHDI_S, iNC. TExA5 REGESTCRCD ~:NG1N(rERiNC~ F'IFii4i ' F-~t44 Coyrn, Rehm~t ~ Gratierrez Engineering, ~..P. Texas Registered Engineering Firm F 388 {Revised 7~S~OQ} Y4RHTD~N BOQL$VARD- STAPLES TD CIMARRDN {HONG 200$) and HIICRrNGNAM ESTATES FORCE MAIN AND ^SD PLA,N'P EFFLIIE~NT LINE PROTECT ND .6+154 and 7+12 fi Talale of Contents NOTIC$ TO SIbDERS [Revised 7~5~Q0] NOTICE TO CONTRACTORS-A {Revised Nfarch 2UQ9] Insurance Requirements NOTIC$ 7.'O CONTRACTORS-8 {Revised August 2Qp8] Worker's Compensation Insurance Requirements PART A - SP$CIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A--2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items tv be Submitted with Prvpvsai A-fi Time of Completion/Liquidated Damages A-7 Workers Compensation Ynsurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-1Q Wage Rates {Revised 7/5/OQ} A-1J. Cooperation with Public Agencies {Revised 7/5/OU} A-12 Maintenance of Services A-13 Area Access and Traffic Control. A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-15 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Frvject Layout and Control A-2Q Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy {Revised IO/98} A-~-2~3~rsgee~~e~7-~Eeq~}~e~F~e~~i~eel ',T~S^i~'r {NOT t78&D} A-24 Suxety Bonds [NO LINGER APPLICABI,S} (6/I1/9$] A-26 Supplemental Insurance Requirements INaT UBEb} A-28 Considerations far Contract Award and Execution A-29 Contractor's Field Administration Staff A-3O Amended "Considerati.an ^f Contract" Requirements A-31 Amended "Policy vn Extra Work and Change Orders" A-32 Amended "Execution of Contract° Requirements A-33 Cvnditioxxs of Work A=34 Precedence of Contract Documents • {NOT USEb} A-36 other Submittals [Revised 9/18/QQ} ~asz.a of caNrs~rs Paaa i of s A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage Ear Building ar Construction Projects far Government Entities {NOT iTSED} A-40 Amendment to Section 5-8-6: "Partial Estimates" A-41 Ozone Advisory A-42 OSHA Rules ~ Regulations A-43 Amended "Tndemnificatian and Hold Harmless" {9/98] A-44 Change orders {4/25/99} A-45 As-Built Dimensions and Drawings {?/5/OOJ A-46 Disposal of Highly Chlorinated Water {7/5/00] A-47 Pre-Construction Exploratory Excavations {7/5/00} A-48 Overhead Electrical Wises {7/5/00] A-49 Amend "Maintenance Guaranty" {8/24/00} A-50 Amended "Prosecution and Progress" A-51 I]ewatering and Disposal of Ground Water A-52 Storm Water Pollution Prevention Plan A-53 Video Documentation A-54 Electronic Proposal Form Attachment T - Bond 2008 Project Sign for Project 5464 - CIP Project Sign for Project 7426 Attachment II - Sample Cpmputer Print-out PART $ - GENERAL PROVISI4N8 PART C - F$D$RAL WA[i$ RATES AND REQUIR~NTS PART S - STANDARD SPBCIFTCATIONS 020 SYTE ASSESSMk~NTS & CONTROLS 020100 Survey Monuments 843 421 SITE PR$PARATION o21a20 site Clearing and Stripping 55 021040 Site Grading S6 021080 Removing Old Structures 855 022 $ARTTiWORK 022022 Trench Safety for Excavations 022100 Select Material 815 022420 Silt Fence 897 025 ROADWAY 0252 SC]BGRADES AND BASES 025202 Scarifying and Reshaping Base Course 823 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 854 0252].5 Cement stabilized Caliche Base 847 025220 Flexible Base - Caliche 824 0254 ASPHALTS AND SURFACES x25404 Asphalts, Oils and Emulsions 829 025412 Prime Coat [Asphaltic Material Only} 830 , 025414 Aggregate for Surface Treatment and Seal Coats 835 025418 Surface Treatment 832 025424 Hot Mix Asphaltic Concrete Pavement {Class A) 534 TABLE ^F CONTENTS PAGE 2 OF 5 0256 CONCRETE WDRR 025608 Inlets S63 025610 Concrete Curb and Gutter S52 025612 Concrete Sidewalks and Driveways S53 025614 Concrete Curb Ramps 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025805 Abbreviated Pavement Markings 5101 025807 Pavement Markings {Paint and Thermoplastic] 545 025813 Preformed Striping and Emblems ^25816 Raised Pavement Markers and Traffic Buttons 025$].8 Reference-Pavement Markers {Reflectorized} {Txl]DT L]-9-420D} 025828 Reference-Bituminous Adhesive for Pavement Markers {TxDOT D--9-6130] 426 UTILITIES 0262 GENERAL 025201 Waterline Riser Assemblies S79 D26202 Hydrostatic Testing of Pressure Systems S89 02620b Ductile Iron Pipe and Fittings S81 026210 PVC Pipe - AWWA C900 and 0905 Pressure Pipe S83 D26214 Grouting Abandoned vtil.ity Lines S3 0264 WATERLINES 026402 Waterlines S88 026444 Water Service Lines S87 026449 Tapping Sleeves and Tapping Valves S84 026411 Gate Valves for Waterlines 585 D2b416 Fire Hydrants S86 0266 SANITARY FARCE MAINS 026602 Sanitary Sewer Force Main S69 026604 Air Release Valves [Wastewater Application} S96 027 SEWERS & I]RAINAGE D272 GENERAL D272D2 Manholes S62 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 027205 Fiberglass Manholes S58A 0274 STORM SEWERS 027402 Reinforced Concrete Pige Culverts S6^ 027404 Concrete Bvx Culverts S66 0276 SANITARY SEWERS {GRAVTT7C} 027606 Sanitary Service Lixies 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding S14 028040 Sodding S8 028200 Mail Box Relocation 0283x0 Fence Relocation S12 028320 Chain Link Fence S70 rna~.s of ro~ranrrs PALE 3 OF 5 030 CONCRETE, GROUT 030020 Portland Cement Concrete S4fl 032020 Reinforcing Steel. S42 037440 Epoxy Compounds S44 ^38000 Concrete Structures 541 ncn •rr~m~t .. 055420 Frames, Grates, Rings and Covers 857 150 MECHANICAL 1510 MECHANICAL & PROC$SS VALVES 151030 Eccentric Plug Valves & Gear Actuators 5105 PART T - TECHNICAI, SPECI~`ICATIONS 022 EARTHWORK 022020 Excavation and Hackfill far Utilities and Sewers 022021 Control of Ground Water 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 025 ROADWAY 0252 SUBGRADES AND RASES 025223 Crushed Limestone Flexible Base 0256 CONCRETE WORF~ 025520 Paxtland Cement Concrete Pavement ^27 SEWERS & DRAINAGE 0274 STORM SEWERS 027411 Television Inspection ^f Conduits CUT-SH$ET FOR EX~ECTRICAL PULL HOX ~HANDHOLE) Quazite PG1118HA18 Stackable Open Bottom Assembly TECHNICAL SPgCIFICATIONB FOR PR0.T8CT ND.74as ONLY DIVISION 01 - OENBftA,L 0lvvlo General Construction Requirements 410100 Construction Sequence Items 013010 Contractor's Submittals 016510 Testing and Startup DIVISION 02 - SITEWORE{ ^2134 Bank Sand Hackfill and Bedding 028321 Timber Post and Sign DIVISION 03 - CONCRETE 038020 Cement`Stabilized Sand TA$I,H OF CONTENTS PAGE 4 OF 5 G~OTSCHNICA7, R$PORTS Geotechnical Reports far Yorktown Blvd Oeoteahnioal Report £ar 8uckirigham Lift Station LISTS dF DRAWINGS CI3ILD SOPPORT STAT~NT NOTICE A[3R$Sb~BNT PROPOSAL~DISCLOS[IRS BTATEM~TT PSRFORMANCB BOND FAYMSNT BONl7 TAHLB OF CONTS3~TPS PAG$ 5 OF 5 NQTICE TD BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Carpus Christi, Texas far: YORICTOWN BOULEVARD-STAPLES TO CIMMAROH [BOND 2008} and BUCKINGHAM BSTAT&3 80RCE MAIN AHD OSO FLAHT I~FFLL78r1T LING Prv act No. 6464 and 7425, GROUP 1 - YORIZTpWN BOULEVARD--STAPLES TO CIMMARON {BOND 2x08) Pro'ect Nv. 5464 consists of the complete removal of an existing roadway and the construction of approximately 5205 LF of new 4-lane divided arterial street {two 32-f t, back-ty- back of curbs} with concrete sidewalks and associated pavement marking and signage impravements; along with 7426 LF of storm water conduit improvements. 3214 LF of waterline improvements, lighting and signalization impravements, and temporary traffic control; plus Six Additive Alternates, together with all appurtenances. GROtiP 2 - I3UCiCINGHAM ESTATES FORCE MAIN AM] OSO PLANT` EFFLUENT LINE, Prv act No. 7426, consists of: installing 5.114 linear feet of an 18-Inch, C-905 PVC Buckingham Estates Foree Main; installing 1,070 linear feet of 8-inch C-900 PVC waterline and 3 fire hydrants, complete with ductile iron mechanical joint fittings, new near-side water service connections and relocation of existing water meters' plus demolition consisting of removing 1,040 linear feet ^f an existing C-900 PVC waterline, including 3 fire hydrants, water service connections, meters, plus One Additive Alternates and all related appurtenances; All in accordance with the plans. specifications and contract documents. will be received at the office of the City Secretary until Z:00 p.m. on Wednesday, ~Iarph 17, 2010, 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., Wednasda , March 3^ 2010 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Flour. City Hall. 1201 Leopard Street, Corpus Christi, TX. A bid band in the amount of 5~ of the highest amount hid must accompany each proposal. Failure to provide the bid band will consta.tute a non-responsive proposal which will not toe considered. Failure to px'ovide required performance and payment bonds far contracts aver $25,000.00 will result in forfeiture of the 5~ bid bond t^ the City as liquidated damages. Bidder's plan deposit is subject tv mandatory forfeiture to the City if bidding documents are not returned t^ the City within two wee3cs of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Savant Five aad ao 100 Dollars { 75.00} 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 $10.00 which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to he done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer", "workman", ar "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageat~s to the City and in the best interest of the public. CITY OF CORPIIS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7~S/00 NOTICE TO CONTRACTORS - A NOTICE T4 C~NTRACT4RS - A INSURANCE REQUIREMENTS Revised March, 209 A Certificate of Insurance indicating proof of coverage in the following amounts ks required: T'YP8 41* INSVR.ANC$ MINII~d YNSVRANCE COYBRADH 3D-nay Notice of Cancellation required on Bodily Ynjury and Property naraage all certificates PSR OCCURRBNCS'/ AGGR8GAT8 Commercial Genera]. Liability including: $2,OD4,D04 COMBINED SINGLE LIMIT 1. Commercial Roan 2. Premises - Operations 3. Lxplpsion and Collapse hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property barrage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,04D,4D0 COMBINED 52NGLE LIMIT OR RENTED WHICH COMFLIES WITH THE TEXAS WORICBRS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPii TI OF THIS E}CI-IIBIT EMPLOYERS' LIABILITY $500,040 E}CCE$S LIABILITY $1,ODO,D00 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 CQMBTNED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Nat limited t^ sudden & accidental ^ REQUIRED discharge; to include long-term environmental impact for the disposal of NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED ® NOT REQUIRED INSTALLAT2QN FLOATER See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED ® NOT REQUIRED Page 1 o t 2 ^The City of Carpus Christi must be named as an additional insured on ail coverages except worker's compensation liability coverage. ^The name of the project must be listed under "description ^f operations" a°s 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 v€ 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-5-11 ^r 5pecial Provisions section of the contract. A completed "~isclvsura of Interest" must be submitted with your proposal. Should 'you have any questions regarding insurance requirements. please contact the Cvntraat Administrator at 860-35p~. r Page 2 of 2 NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQC~IREMENTS Page i of 11 Texas Administrata~ve fade TITLE 28 PART 2 CHAPTER 110 SLTBCHAP'TER B INSURAiVCE TEAS DEPARTMENT OF IN5[7RANCE, DIVISION OF WQRKERS' COMPENSATION REQUIRED NOTICES OF CO~TERAGE EMPLOYER NOTICES R[TLE §110.110 Reporting Requirements far Building ar Construction Praj ects for Go~ernrnental Entities (a} The following words and terms, when used in this rule, shall have the fallowing meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Cade, 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-$2, TWCC-$3, 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 TWCG$1, form TWCC-82, farm TWCCr83, or form TWCC-$4, 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 Cade, Chapter 406, Subchapters F and G, as one of employerlemployee 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 floe beginning of work on the project until the work on the proj ect has been completed and accepted by the governmental entity. {7}Persons providing services on the project {"subcontractor" in §406.09b of the Act}_-With the exception of persons excluded under subsections (h} and {i} of this section, includes all persons or entities performing ali or part of the services the contractor has undertaken to perform on the project, regardless of whether that persorr contracted directly with the contractor and regardless ^f whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, mater carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform. services an the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment yr materials, ar providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as fovdlbeverage vendors, office supply deliveries, and delivery of portable toilets. {8} Project--Includes the provision of all services related to a building or constniction confxact for a governmental entity, (b) Providing or causing to be provided a certificate of coverage pursuant #v this rule is a representation by the insured that all employees of the insured who are providing services vn 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 tamer or, in the case of aself-insured, with the commission's Division ofSelf-Insurance Regulation. Providing false ar 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 may subject the contractor ar 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 pazagraph (7} of this subsection; {2) as gart of the contract, using the language required by paragraph {7} of this subsection, requixe 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 beginning work on the pmject; (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 co~utractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (H} 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 We duration of the project and for three years thereafter; {5} provide a copy of the certificates of coverage to the cvrnmissivn upon request and to any person entitled to them by law; and {7} use the language contained in the fallowing Figure 1 far 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 G_ raphic Page 3 of 11 (dj A contractor shall: {I}provide coverage for its employees providing services an a project, for the duration o£ 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 govenymental 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 an 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, sa the governmental entity wi11 have on file certificates of coverage showing coverage for all persons providing services an 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 durizxg the duration of the project; (S} retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (5} 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 affec#s the provision of coverage of any person providing services on the project; (7} past a notice on each project site informing all persons providing services an 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 Actor other commission rules. This notice must be printed with a title in at least 3U poin# 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 fallowing text provided by the commission on the sample notice, without any additional wards ar changes: Attached Graphic {$} contractually require each person with wham 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 far all of its employees providing services on the project, for the duration of the project; (S} 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 tbis section; Page 4 of l 1 (D) provide the contractor, prier to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown an the current certificate of coverage ends during the duration of the project; {E} obtain from each other person with wham it contracts, and provide to the contractor: {i) a certificate of coverage, prior to the other person beginning work on the project; and {ii) prier 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 durizag the duration of the project; {F) retain alt 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 ar 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 tv 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 vn 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 vn the project: "Sy signing this contract or providing or causing tv 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 far the duration of the praj ect, 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, crimiural penalties, civil penalties, or other civil actions." {4} provide the person far 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 covexage ends during the duration of the project; {5} obtain fxom each person providing services vn 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 - tS}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 far 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 ^f any person providing services on the prajecE and send the notice within ten days after the person knew ar should have known of the change; and ($) contractually require each other person with whom it contracts to: {A} provide coverage based vn proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services an the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work an the project; {C} include in all contracts to provide services on the project the language in paragraph {3} of this subsection; {J7) provide, prior to the end of the coverage period, a new certificate of coverage showing ex#ension of the coverage geriad, if the coverage period shown an 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 certifcate 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 cer#ificate 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 tv the person for whom they are providing services. (f} If any provision of this rule or its application to any person ar cu~cumstance is held invalid, the invalidity does not affect other provisions ar 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 severabie. (g} This rule is applicable for building or constriction contracts advertised far bid by a governmental entity on or aRer September 1, 1994. This rule is also applicable for those building or construction contracts entered into an ar after September 1, 1994, which are'nvt required by _ , law to be advertised for bid. Page 6 of 11 {h} The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6fi75c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6575c, §4(j). {i) The coverage requirement in this rule does oat 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 Sill 10$9, 74th Legislature, 1995, §1.20}, This suhsection applies only to sole proprietors, partners, a~zd 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, ar renewed an or after January 1, 199b. Source Nofe: The provisions of this § 110.114 adopted to he effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8fi09 Page 7 of l l T28SI 1D.110(d}(7) "RE~UIREI] WORKERS' COMPENSATIQNCUYER4GE" "The law requires that such person working on this site or providing services related to this construction project must be covered by workers' compensation 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 512-4403789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page S of 11 rzgs~ tai is{o~(~) Article .Workers' Compensation Insurance Coverage. A. Definitions.' Certifrcate of coverage ("cert~cate'}- A copy ofa cent f cote of insurance, a cert~cate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-SI, T'YYCC- S2, T13'CC-83, ar TWCC-$4), showing statutory workers' compensation insurance coverage for the person's ar entity's employees providing services on a project, for [he duration of the project. Duration of the project -includes the time from the beginning of the work on the project un[il the contractor'slpersan's work an the project has been cvmpleted and accepted by the governmental entity. Persons providing services on the project {"subcontractor" in ~~~6. ~9b) -includes all persons ar entities performing all ar 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. phis includes, without limitation, independent contractors, subcontractors, leasing companies, manor 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 ar materials, or providing labor, transportation, or other service related tv a project. "Services" does not include activities unrelated to the project, such as faad/fieverage vendors, o~ce supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based an proper reporting oj'classi, fication codes and payroll amounts and f long of any coverage agreements, which meets the statutory requirements of Teams Labor Code, Section 4~1.O,1,l {4~4j for all employees of the contractor providing services an the project, for the duration of the project. C. The Contractor must provide a cert~cate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must prior to the end of the coverage period, file a new cent f care of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services an a project; and provide tv the governmental entity; (I} a cent fcate of coverage, prior to that person beginning work an the project, so the governmental entity will have on file centifrcates of coverage showing coverage for all persons pravidingservices on theproject• and (2) no later than seven days after receipt by the contractor, a crew cert~cate of coverage showing extension of coverage, f the coverage period shown on the current certif cafe of coverage ends during the duration of the project. Page 9 of 11 F, The contractor shall retain al! required cert~ates of coverage far the duration of the project and far one year thereafter. G. The contractor shall notify the governmental entity in writing by cert fed mail or personal delivery, within 1 D days after the contractor knew or should have kyrvwn, of any change that materially a,~ects the provision ojcaverage of any person providing services on the project. H. The contractor shall post an each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts tv provide services on a project ta: (1} provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Cade, Section 401.01 l {44} far aII of its employees providing services on the project, far the duration of the project; {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 the contractor, prior to the end of the coverage period, a new cert~cate of coverage showing extension of coverage, if the coverage period shown an the current cerl~; ficate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide tv the contractor: {a) a certificate of coverage, prior to the other person beginning work an the project; and {I~}anew certif cafe of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown an the current cert~cate of coverage ends during the duration of the project; {5} retain all required cent f cotes of coverage on file for the duration of the project and for one year thereafter,• {6} nat~ the governmental entity in writing by cert~ed mail or personal delivery, within I ~ days after the person knew yr should have known, of any change that materially a,~ects the provision of coverage of any person providing services an the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1} - (7), with [he cert ~cates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing ar causing to be provided a cert fcate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage wit! be based on proper reporting of tclass jication codes and payroll amounts, and that old coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commdssian's Division of Self- Page 14 of 11 Insurance Regulation. Providing false nr misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which enlitles the governmental entity to declare the contract void if the contractor does not remedy the breach wi[hin ten days after receipt of notice of breach from tyre governments! entity, Page 11 of 11 PART A SPECIAL PR~VISICNS YORRTO~PNT BDIIL$VARD~ STAPL$S TO CIMARRQN {BOND 2008} and BUCKINGHAM ESTAT$S FORCE MAIN AND OSO PLANT EFFLIIENT LINE PROJECT NO. 6464 and 742fi PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meatiny Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street. until 2:00 p.ra.,_Wednesday, March 17. 2010. Proposals mailed should be addressed fn the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTNt SID PROPOSAL -- YORR~aI~T BflIIL8VAR1]-STAPLES Tp CIMARRON (BOt~7 2008] and SUCKIHGHAM 88TAT]3$ FARCE MAIN ANO OSO PLANT BFFLVBNT LIN$ PRO~TSCT ND. 84fi4 and 74x6 Anv uroposals not physically in uvsaessivn of the City Secretary's Office at the time and date ^f bid opening will be deemed late and nonresponsive. _Late proposals wil].Ise raturaed_unopened tv_ the prvpaser. The proposer is svlaly reaponsib3.e !vr delivery tv the City Seeretaxy's Qf$iee.~ Delivexy of any proposal, by the proposer, their agent/representative, V.S. Mail, yr other delivery service. tv any City address or office other than the City Secretary's 0f£ice will ba daemed,~~nvn- res vnsive if not in assession~vf the Cit Secrets 's ^ffice ricer tv the date and time of bid opening. A pre-bid meeting will be held vn 54ednesda March 3, 2010, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Rvom, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX, and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 >7afinitivna and Abbreviations Section F3-3. a£ the General Provisions will govern. A-3 Lascrivtivn of Prviect GRaVP 1 - YORICTCWN BaULEVARD-STAPLES TC CIMtdAFtON {BOND 2D08J ProjBCt Nv. G464 consists of the complete removal of an existing roadway and the construction of approximately 5205 LF of new 4-lane divided arterial street {two 32-ft, back-to- back of curbs] with concrete sidewalks and associated pavement marking and signage improvements; along with 7426 LF of storm water conduit improvements, 3214 LF of waterline improvements, lighting and signalization improvements, and temporary traffic control, plus six additive alternates; together with all appurtenances, GRQVP 2 - Bi]CECINGHAM ESTATES FORCE MAIN AND 030 PLANT EFFLLTFsNT LIN$, Project No. 7426, consists of: installing 5,110 linear feet of an 18-inch, C-905 PVC Buckingham Estates Force Main; installing 1,074 linear feet of 8-inch C-g~0 PVC waterline and 3 fire hydrants, complete with ductile iron mechanical joint fittings, new near-side watex service connections and relocation of existing water meters' plus demolition consisting of removing 1,040 linear feat of an existing C-904 PVC waterline, including 3 fire hydrants, water service connections, meters, one additive alternate and all related appurtenances; All in accordance with the plans, specifications and contract documents. Part A - SP {Revised 12~3.5/04~ Page 1 of 24 A-4 Method of Award The bids will be evaluated based on the following order of priority, subject tv the availability ^f funds: ' 1. Total Baae Bid [Group 1 + Group Z, flR 2. Total Sase Sid plus any cambiaation of Additive Alteznates. The City reserves the right tv reject any or all bids, to waive irregularities and tv accept the bid which, in the City's opinion, is mast advantageous to the City and in the best interest o£ the public. lanation of bid items Base Bid consists of all elements of the proposed work not specifically designated as an additive alternate yr work to be performed by others. Additive Alternate No. I [Project No. 6454] consists ^f constructing jointed reinforced concrete pavement [dRCP} in lieu ^f flexible asphalt pavement. Additive Alternate No. 2 [project No. fi4S4} consists of constructing a 15-inch diameter PVC wastewater effluent line to Ring's Crossing Ditch. Additive__ Alternate No. 3 [Project Nv. 6454} consists of installing PVC electrical conduit far future management information system. Additive Alternate No. 4 [Pry~ect No. fi4fiA] consists a€ constructing concrete pavement pads and pedestrian landings far RTA bus stops. Additive Alternate No. 5 [Project No. 6464} consists of constructing a 15-inch diameter PVC wastewater effluent line to Hill Plitt Park. Additive Alternate No. fi [Prv'ect Na. 5464] consists ^f constructing continuously reinforced concrete pavement [CRCP] in lieu of flexible asphalt pavement. Additive Alternate Ho. 1 [Project No. 7425] consists of constructing a 15-inch diameter PVC wastewater effluent line from Cimarron Blvd. tv Loire Blvd. ~Allowance° far unaativipated fmprovementa or relocation of util3tiea era xeserve amounts of funds to he ~,acluded is all bids that may become available far payments to the Coatraatar, at the City's discxetivn. if the extent of street-related improvements or utility relocation wprk exceeds the original estimated scope a# work. Should the use of funds fro~a these allowances become necessary, the Sngit~eer twill provide written suthariaativn at a coat negotiated between the City and the Contractor. There is ao guarantee that any of these funds will be seeded tv be used throughout the course of the wozk. A-5 Items_ty be Submitted with.Prapvaal 'i'he following items are required to be submitted with the propose].: ].. 5~ Bid Bond [Must reference 7tQR&TpWN BflpI,SVARU- STAPLR9 TD CIMARR4N {BONII x008] sad BIICRIN[~F3AM 8$TATSS FORCB MAIN ANg7 OSQ PI.A13T $FFLUffi~iT LTNB PRQ~78CT NOs 64G4 and T426 as identified in the Proposal.) [A Cashier's Check, certified check, money order yr bank draft from any State or National Bank will also be acceptable.} 2. Disclosure of Ynterests Statement. Part A -- SP [Rev,ised zz/isla4] Page 2 of 24 A.. g Time a£ Camp7.etiva~Liauidated namarres To minimize inconvenience to the general public and to.minimize their exposure t^ dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet the construction working time shown below, The project has been divided into nine {9} phases. The Contractor is required to complete each phase before proceeding to any other phase, unless written. authorization is given lay the City Engineer to deviate from the sequence of construction. The working time for completion of the entire Project will be fi58 calendar da s. Ho additional time will he allotted for any Additive Alternate. Detailed descriptions of the phases are shown on the contract drawings and in A-18 of these special provisions. Start of Phase 1 is delineated by the Notice to Proceed. Start of all subsequent phases is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion for each phase shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. Days Allocation for Raixx: 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 a.5a inch or greater. No extension of time will he 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. s7anuary 3 Days May 4 Days September 7 Days February 3 Days sane 4 Days October 4 Days March 2 Days 3uly 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 658 Calendar Days, as detailed elsewhere in the contract documents. Barrages for exceeding the total time allotted shall be independent of damages assessed €ar each stage, as described above. The Contractor shall commence work within ten {10] calendar days after receipt of written notice from the Director of $ngineering Services ar designee {"City Engineer"} to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work for each stage and the total caatract duration, or after such time period as extended pursuant to other provisions of this Contract, $40U.D0 gar calendar daLr will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty taut 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 estimates the amount of liquidated damages due the City. A-7 Workers Com~easativn 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 vn the effective date a€ 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. Part A - SP {Revised 12/15~D4} Page 3 of 24 Furthermore, far each calendar day including and after the effective date ^f terrainatian yr cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract; is in effect far those Contractor empl.vyees, 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 tv the Contractor and the City Engineer. A-$ Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and toe submitted in accordance with Section 8-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt ^f all addenda received in the appropriate space provided an 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 pan-receipt. could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates {Revised 7/500} Labor preference and wage rates far Construction Type{s}: Heavy Highway and heavy. xn case ^f conflict, Contractor shall use higher wage rate. Minimum Prevailin Wage Scales The Carpus 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, far each laborer, workman, or mechanic employed, if such person is paid less than the spec ifa,ed rates far the classification of work performed. The Contractor and each subcantractgr must keep an accurate record showing the names and classifications of all laborers. workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will' make bi-weekly certified payroll submittals tv the City Engineer. The Contractor will also obtain copies of such certified payrglls from all subcontractors and others working vn 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 {li4} 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 vn Sundays or holidays. {See Section B-1-1, ^Definition v£ Terms", and section 8-7-&, "Working Hours".] A-11 Ca erat~.on with public A envies tRevised 75/00} 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 nIG TEES at 1-800-344-8377, the Lone Star Part A - SP {Revised 12/1564} Page 4 ^f 24 Notification Company at 1-$00-669-8344, and Verizon Dig AL$RT at 1-800-483-5279. For the Gontractor~s convenience. the following telephone numbers are listed: City Engineer ..........................826-3500 Project Engineer .......................826-3500 A/E Project Engineer, Dennis L. Miller, P.B. [Project No. 5464] Freese and Nichols, Inc .............561-6SD0 fax: 581-5501 A/E Prajeet Engineer, Victor M. Gutierrez, Jr., P.E. [Project Nv. 7426} Caym, Rehmet & Gutierrez Engr „ I,. P. 561-6500 fax: 561-6501 Streets & Solid Waste 5ervices.........826°1970 Traffic Engineer .......................826-3590 Police Department ......................$82-1911 Water department .......................826-3880 (826-3140 after hours] Wastewater Services Department .........826-1818 (826-3140 after hours} Gas bepartment .........................885-6900 1885-690D after hours] Storm Water Department .................826-1881 [825-314D after hours} Parks & Recreation Department..........826-3461 American Electric Power Co. {AEP] ,.....299-4833 [693-9444 a€ter hours} Southwestern Bell Telephone Co. {SBC} ,.gg~,-2511 {1-800-824-4424 after hvursy Signal/Fiber Qptic Locate ..............826-1946 $26-1960 Cablevision ............................857-5040 {857-SO&0 after hours] AC$1 [Fiber Optic} ,,,,,,,,,,,,,,,,,,,,,887-9200 {Pager 800-724-3624} CenturyTel .............................225/214-1159 [225/229-3202{M}} ChviceCom {Fiber Optic} ,,,,,,,,,,,,,,,,gg1-5767 [Pager 850-2981} CAP12OCK {Fiber optic} ..................512/935-0958 {Mobile] Brooks 'ibex Optic [MAN} ,,,,,,,,,,,,,,,872/753-4355 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard tv the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. Tt 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. rf the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his awn expense. in the event of damage to underground utilities, whether shown or n,ot shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with {i.e, broken, cut, etc.}, flaw must be maintained. Sewage yr 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 $ngineer. Sewage or other liquid must not be pumped, bailed yr flumed over the streets yr ground surface, and the Contractor must pay for all fines and remediation that may result if sewage yr other liquid contacts the streets yr ground surface. It is als^ the Contractor's responsibility tv 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 add 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. All-weather access must be provided t^ all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile of suitable material Part A - SP {Revised 12/15~D4] Page 5 of 24 on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as tv cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not Limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adapted by the City. Copies of this document are available through the City's Traffic Engineering nepartment. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. rff i~ ~ t-.a .-..fie hw /".w~L..~~L ~.. I A-3,4 Construction S i meat 3 ills a and Trackin The Contractor shall keep the adjoining streets £ree ^f tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary tv keep these roadways clear ^f job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb lines must be Gleaned at the end of the work day or more frequently, if necessary, tv prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewers is allowed tv remain on the Project site or adjoining streets. A-15 $xcavatioa and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be tilled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a gaud 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 ar hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise Hated. All necessary removals including but not limited to pipe, driveways, sidewalks, etc.. are to be considered subsidiary to the various hid items; therefore, no direct payment will be made to the Contractor. A-1S Die osa7./8alva a 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 wi11 be made to the Contractor. A-17 Field CfP7ice The Contractor must furnish the City Engineer yr his regresentative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at Least 34" x 6U" and two {2} chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a teleghvne [with 24-hour per day answering service} and FA}C machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and 3equeaee of Construation -- ._ , . ~ To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to fallow tight scheduling for construction and will be required to meet the construction working time shown below. Part A - SP [REVfsed T.Z/15/041 Page 6 of 24 The project has been divided into nice [9] phases. The Contractor is required to complete each phase before proceeding to any other phase. unless written authorization is given by the City Engineer to deviate from the sequence of construction. The working time for completion of the satire Project will be fiS8 calendar days. Ha additional time will ba allotted for say Additive Alternate. The Contractor shall #urnish a Cvastruction Schedule far all phases of the work (detailed descriptions of the phases is as follows and are provided on the contract drawing sheet 3TR 8D9 - 125 of Ifi5}; Phase I will involve a full lane closure of the portion of E. Bar-Le-Doc Dr. directly north of the exit gate of the Domain Subdivision to construct storm water box culvert. All traffic will be detoured via nearby Streets within the subdivision. Phase II will involve a half street closure on the south side of Strasbourg Drive to construct the lower ends ^f the storm water concrete box culvert [base bid} and a portion of the 16-inch effluent line [additive alternate, if awarded}. One-way [westbound] traffic will be maintained on Strasbourg Drive while eastbound traffic will be detoured via nearby streets in the subdivision. Phase III will close the northeast portion of the intersection at Loire Blvd. and Strasbourg Drive t^ construct the bends for the storm water concrete box culvert {base bid] and a portion of the 15-inch effluent line {additive alternate. if awarded}. Northbound traffic approaching this intersection on Loire Blvd. will only be allowed to turn west onto Strasbourg Drive, and eastbound traffic approaching this intersection on Strasbourg Drive will only be allowed to turn south onto Loire Blvd. All other traffic will be detoured via nearby streets in the subdivision. Phase Iv will close the west half of Loire Blvd. to continue construction of the storm water concrete box culvert [base bid] and another part of the lfi-inch effluent line [additive alternate, if awarded]. One-way [northbound} traffic will be maintained vn Loire blvd. while southbound traffic will be detoured via nearby streets in the subdivision. Phase V will involve installation of the remainder of the lfi-inch effluent line (additive alternate, if awarded] as well as all waterline improvements, storm water trunk lines and laterals, gas line adjustments and electrical conduit along Yorktown Blvd. xraffic control during installation of utility crossings [i.e. across Yorktown Blvd.} will be handled by temporary lane closures using flaggers and appropriate traffic control devices and signage. Two-way traffic will be maintained an the existing roadway. Also, all activities associated with the Buckingham Estates Force Main project and the additive alternate for the Oso Plant Effluent Line, if awarded. will be constructed during this phase. Phase VI will involve constructing several hundred feet of temporary detour lane along the south side of Yorktown Blvd from approx. Station D+6D to Station 11+56}. Twa-way traffic will be shifted over tv a portion of the existing roadway and the new detour lane from Station D+6D to Station 11+5D. Two-way traffic will continue an the existing roadway from station 11+50 tv Sta. 52+5D. The proposed westbound lanes will be constructed as part of this phase {up to Type B xMAC pavement], as well as the proposed curb inlets along the north side of the street. No median improvements {including curb and gutter} shall be constructed in this phase Phase vIT will involve moving two-way traffic over onto the newly constructed north lanes and constructing the eastbound lanes {up to Type B HMAC pavement} along with the proposed curb inlets along the south side of the street. The proposed medians will be constructed in this phase with the exception of the median bound between Station 1.8+DD and Station 24+DD Part A - SP [Revised 12~Y5/04y Page 7 of 24 Phase Vi=i will involve constructing the median bound between Station 18+0~ and 5tativn 24+a0. Inside Bast and West travel lane tra€€ic will be shifted to their respective outer lanes. Phase iX will involve the installation of final asphalt pavement section {Type D} along with installation of permanent striping, signage, signalizativn, lighting [by AEP} and landscaping improvements [by separate contract], and all appurtenance identified in the project scope. Start of Phase 1 is delineated by the Notice to Proceed. Start of all subsequent phases is delineated by the setting up ^f traffic control devices and first day of traffic diversion. Campleta.vn for each phase shall be based on satisfactory work, completed in accordance with the plans, spec ificativns, and other contract documents and accepted by the City. The Contractor shall submit to the City Engineer a work plan based on calendar days for COaBtruCtion of the entire project and brokea down into aonstrv.cti.vn for each phase. This plan must detail the schedule of work far each aanstruvtiva phase and must be submitted to the City Engineer at least three [3} working days prier tv the pre-construction meeting. The plan must also indicate the schedule of the fallowing work items: 1. Initial Schedule: Submit to the City Engineer three [33 days prior t^ the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items tv Include: Shaw 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 1]ates: Indicate submittal dates required for all submittals for the entire project. ~. Re-Submission: Revise and resubmit as required by the City Engineer. 5. ~3anthl date: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial schedule. It is the meaning and intent ^~ 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 mast conducive tv economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A-5 "rime of Completiva~LiquidatBd Ixawages' and as noted above. H. 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 ar by City farces, the City Engineer may direct the time and manner of constructing the work done under this Contract sv that cvn€licts will be avoided and the construction of various works being done far the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shaJ.l 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. U. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events Chat will occur during the period of the Contract. A-19 Canstructi.va Pro'ect La out and Control ~ The drawings may depict but not necessary inckude: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required tv construct a project of this nature. Part A - SP (Revised 12~15~04} Page 8 ^f 24 Major controls and two {2} benchmarks, required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb ar destroy a control paint or benchmark, the Contractor shall provide the City or Consultant Project Engineer 98 hours notice so that alternate control points can be established by the City ^r 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 tv properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prier to deviation. If, in the opinion of the City or Consultant Project gngineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City ar Consultant Project Engineer tv revise the drawings, The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. The Contractor shall provide the following certification far documentation and verification o~ compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a _r _____..,. _.,a~___a__~ Registered Professional Land Surveyor {R.P.L.S.} licensed in the State of ^Texas, retained and paid by the Contractor. The _..___ _.._..~ R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third *'---'-" °•••^- ° R.P.L.S. and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets; • All curb returns at point of tangency point of circumference; • Curti and gutter flow line - both sides ^f street vn a 2U0' interval; • Street crowns on a 20a' interval and at all intersections. Wa o}~a ranter. • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations {top of pipe and flow line] {mu^^'^ °-a nn -- --=~-~ Warar• • All top of valve boxes; • Valve vault rims; • Casing elevations [top of pipe and flow line} {TXDf]T and RR permits], Rtnrmwator• • All rim/invert elevations at manholes; • All intersecting lines in manholes; ^ Casing elevations (top Of pipe and flaw line} {TXDQT and RR permits}. A»~D Testing and Certi£ioativn Ail, tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cyst 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 certi€ications to the City Engineer. Part A - SP {Revised 12/15/09] Page 9 of 24 A-al Pro ect si s The City will fuzuiah two {a) Project signs, one for Project #6464 [Attachment No. ~. - 1 of 2) cad oae for Project 742fi {Attac}~ment No. 1 - 2 of 2), which are to be installed toy the Coatractor, All Project signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the City Engineer. A-22 MinoxitY/Minority Busineas_ffi~terprise Fartic~patioa Policy {Revised 10/98} ~.. Policy It is the policy of the City o~ Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises tv participate in the performance of contracts awarded by the City of Corpus Christi in support of 8qua1 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 8nterprise. 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, associative, ar joint venture as herein identified as providing work, labor, services, supplies, equipment. materials ar any combination of the foregoing under contract with a prime cvnt~cactor on a City contract. c. Minority Husiness_Bnterprise; A business enterprise that is owned and controlled by one or~more minority persons}. Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Alatives, 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 tv 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.O~r 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 Fart A - SP {Revised 12/1544} Page 10 of 24 payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Fnte rise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 53.4 of whose assets or partnership interests are awned by one or mare women, or a corporation at least 53_D$ of whose assets or interests in the corporate shares are owned by one or more women. f. ~Toint Venture: A joint venture means an association a£ two or more persons, partnerships, corporations, ar any combination thereof, founded tv carry on a single business activity which is limited in scope and direction. The degree t^ which a joint venture may satisfy the stated MBE goal Cannot exceed the proportionate interest of the MBE as a member ^f the joint venture in the work to be performed $y the joint venture. For example, a joint venture which is to perform 54.4 of the contract work itself and in which a minority joint venture partner has a 54.0 interest, shall be deemed equivalent to having minority participation in 25.D~ of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the wank tv 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 farce vn all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise {Percent} Participation {Percent] 45 ~ 35 $ 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 ar 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 tv the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is tv indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-Z3 Inspection Required {Revised 7/5/40] {ATOT D88I}} Part A - SP {Revised i2~15~Q9] Page 11 of 24 A-24 Sure{. Bands Paragraph two {2y of Section a-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 da business in the state o£ Texas. If performance and payment bonds are in an amount in excess of ten percent {10~y 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 band amount that exceeds ten percent {10~y pf the Surety Company's capital and surplus with reinsurer(sy authorized to do business in the State ^f Texas. The amount of the band reinsured by any reinsurer may not exceed ten percent {1.0'ky of the reinsurer's capital and surplus. Far purposes of this section, the amount of allowed capital and surplus will be verified through the State Soard ^f Insurance as ^f the date of Che 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 ^f Nueces County, Texas. Bach bond must be executed by the Contractor and the Surety. For contracts in excess of $lao,pQ4 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 $1a0, ado from a reinsurer that is certified by the United States Secretary ^f the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued.° A-a5 Sales Tax 8xe tiara {Np LpN~ APpLICABL$y {6111~98y Pt~bl-ie-3~eee~e •6~ ~`eJEa~~ ~~7~9z-~le • ~ .. 7 . ~. F .. ~.. . .. l . Sf~~~~p~~e'~ ~ ~7f•~ ~•~~CliiCi-.RAe _ .-.7 : ~L l .. i _ ~ V t ... n.~_: _ ee~~#€•ie,a~e-fie-his ~pglier." e Part A - SP {Revised 12~15~04J Page 12 of 24 A-2fi Supplemeatal Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event ^f cancellation or material change that reduces ar restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation yr material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contracts Administrator Z. Address: P.a. Hox 9277 Corpus Christi, Texas 78469-9277 3. member pf days advance notice: 3a The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty {3 D} 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 o€ insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the General Provisions, the Contractor shall obtain an endorsement tv 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 General Provisions, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees tv 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, ar any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged tv have arisen out of yr 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-Z7 ResponsihilitY for Damage Claims [HOT IISSD} Part A - SP [Revised 12/15/09] Page 13 ^€ 24 A-a8 Considerations for Contract Award sad S~cecution Ta allow the City Engineer to determine that the bidder is able tv perform its obligations under the proposed contract, then prior t^ award, the City engineer may require a bidder to provide dacumentatian concerning: 1. whether any liens have been filed against bidder for either failure to pay far services ar materials supplied against any of its projects begun within the preceding twa {2y years. The bidder shall specify the name and address of the party holding the lien, the amount ^f 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 ar materials supplied which relate to any of its projects begun within the preceding two (2y years. The bidder shall specify the name and address of the claimant, the amount of the claim. the basis £vr the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety {gp} days prior to the City Engineer's request, signed and dated by the bidder's owner. president ^r other authorized party, specifying all current assets and liabilities. A»29 Contractar~s Field Admiuistxativn Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are care£u1 and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the fallowing: 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 be limited tv, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage race requirements, and City contract close-out procedures. The superintendent shall be present. vu 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 £ram 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 $ngineer in writing prior tv such superintendent assuming responsibilities on the Project. such wxitten approval of field adminiatratf.vn staff is a prerequisite tv the City BngiAeex's obligation to execute a contract fax this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior tv a change in field administration staff during the farm of this Contract. If the Gontractvr fails to obtain prior written approval ^f the City Engineer concerning any substitutions yr replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant tv Section B-7-13 of the [3eneral Provisions. part A ~ SP {Revised 12/15/04} Page 14 of 2+! A-3fl Amended "Conaideraeioa of Contract• Requirements Under neeneral Provisions and Requirements for Municipal Construction Contracts", Section B-3-i "Consideration ^f Contract", add the following text: "Within five {5} working days following the public opening and reading of the proposals, the three {3} apparent lowest bidders {based on the Base Bid only} must submit to the City Engineer the following information: i. A list of the major components of the work; 2. A list of the products tv be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration; S. The names and addresses of MBE firms that will participate in the Contract. along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBg firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that M$E participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a goad 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 an the Project. This list may contain more than one subcontractor for major components ^f 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 prier to beginning work an the Project. Tf 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 far 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 8-7-13 of the General Provisions; 7. A preliminax-y 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 t^ Special Proviaaon A-28 concerning "Considerations for Contract Award and Execution" and Special Provision A-29 concerning "Contractors Field Administration Staff"; 10. Within five {S} 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 an behalf ^f said entity." Part A - SP [Revised 12/15/p4] Page 15 of 24 A-31 Amended "Poiic on ~ctra Work and Chan a Orders° Under "General Previsions and Requirements far Municipal Construction Contracts", Section B-8-5 "Polio on Extra Work and Chan a orders", the present text is deleted and replaced with the following: "Cvntractar 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 ^£ 8ngineering Services or his designee. The Cvntractar also acknowledges that the City Engineer may authorize change orders which dv not exceed $25,004.00_ The Cvntractar acknowledges that any change orders in an amount in excess o£ $25,040.04 must also be approved by the City Council." A-3a Amended "85cecution,vf Contract" Raguiremeats Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-3-5 "Execution of Contract", add the following: °The award a£ the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract tv 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 tv the Contractor." A-33 Conditions of Wark Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Fai~.ure to dv sv wi].1 not excuse a bidder of his obligation tv carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Sid Hestia re~exxed to in ecial Pxovision A-1. A-34 Precedeaae of Cantrnct Documents3 In case o£ 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 Previsions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Spec ificativns, and the General Praviaians will be given last precedence. In the event ^f a conflict between any of the Standard specifications with any other referenced specifications, such as the Texas Aepartment of Tranapartation "Standard Specifications for Construction of Highways, Streets and Bridges", ASTDf specifications. etc., the precedence will be given to addenda, special Provisions and supplemental Special Provisions iif applicable}, construction plans, referenced specifications, Standard specifications, and General Previsions, in that order. A-35 City Water Facilities: Special RegLuirements iWOT U38D] _.T ]~ wi Lwu Illw.wi rrai~~ A.~l _ __ ~ I ~ 1 Part A - $P {Revised 12/15/04} Page 16 of 24 ..~~ ~~ _ - - ~~ _~.. ~...~..1 ..~...a .-aa.v+ C ~L.F~. ~ a ..7......1 C 1 - J ~ 1 . ,t r. ~~RF4T i t_ ~1~.1~ : l.. •~~e~E~Y9C3 • • P~.9 a~B-3"tF3•~ el'6Ti~~•}c3~9 ~E fi.. n.. ..~~__i_.^ _ ~ ...1 ~ ~ F, l ti x ~ i ~ ~n"RGRtf1~ ~1~rZ~~. Fl-.e-F.-.l l.. Part A - SP {revised 12~15~04} Page 17 ^f 24 weed-#~~~rie-~er~~ae~en a~ lea~~~ree~~ ~~ rer~~e~ -ems r it ....L. 1 tie-tia'~~k-h'e ~'he t„~r.iZ..ri ~~ ..~w~i..~~.~. -,vJ rrr I A-36 Other Sssbmittala {Revised 9/18/x0) 1. Sho nrawin Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number ^f copies required by the City to the City Engineer or his designated representative. b. Reprvducibles: In addition to the required copies. the Contractor shall also submit one [1} repraducibie transparency far 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{sy, and specification Section number, as appropriate, on each submittal farm. d. Contractor°a Sta 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 o£ the Project and Contract Documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City 8ngineer for approval, and coordinate the submission of related items. Part A -- SP {Revised 12/25/Q4} Page 18 of 2A 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 the successful performance of the completed work. h. s ace Re irements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resulomittals: Contractor must revise and resubmit submittals as required by the City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers tv promptly report, through Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range o~ manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report: When specified in the Standard or 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 e i ment will not be a roved for use on the Project. A-37 Amended ^Arr ement and Char a for Water Furnished the Cit ^ Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-6-15 "Arran ement and Char a for Water Furnished b the Cit ", add the following: ^The Contractor must comply with the City of Carpus 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 Co ensation Covera a far Buildia or Coastructioa Pro ects for C~overament Entities The requirements of 1'Hotice to Contractors-x^ are incorporated by reference in this special Provision. A-39 Certificate of ^acu anG and Final Acce Canoe [NpT II$Sn} A-40 Amendmeat tv Section 8-8-6: "Partial 8stimates° °General Provisions and Requirements for Municipal Construction Contracts" section E-B-S "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. Part A - SP {Revised 12/15/D4} Page 19 of 24 A-47, Oaane Adviso Priming and hat-mix paving operations must not be conducted on days for which an vxone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the ++n_t price indicated in the proposal. A~42 OSAA Rules & Regulations It is the responsibility of the Contractor{s} to adhere tv all applicable OSHA rules and regulations while performing any and all City-related projects and/or jobs. A-43 Amended "Tndemaificatioa and Hold Haxmiess" [9/98} Under "General Provisions and Requirements for Municipal Construction Contracts", Section 9-6-21 °Indemnification and 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 ^f the Contractor, or any subcontractor, supplier, materialman, or their ^fficials, employees. agents, or consultants, yr any work done under the Contract or in connection therewith by the Contractor, or any subcontractor, supplier, materialman, ar their officials, employees. agents, or consultants. The Contractor shall held the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City. its officials, employees, attorneys. and agents from any and all damages, injury, or liability whatsoever from a negligent act yr omission of the City, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the Contractor, yr any subcontractor, supplier or materialman." A-44 Cbange Orders [4/26/99} Should a change order{s} be required by the Engineer, the Contractor shall furnish the Engineer a complete breakdown as to ail prices charged for work of the change order [unit prices, hourly rates, subcontractor's cysts and breakdowns, cost of materials and equipment, wage rates, etc.}. This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A-45 As-Built nimeasians and Drawin s {7/5/Up} 1. The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location {horizontal and vertical] of all facilities. 2. Upon completion of each facility, the Contractor shall furnish Dwner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations ^f all, work constructed. As a minimum, the final drawings shall include the following: a. Horizontal and vertical dimensions due to substitutions/field changes, b. Changes in equipment and dimensions due to substitutions. c. "Nameplate" data on all installed equipment. ~ d. Deletions, additions, and changes t^ the scope of work. e. Any ether changes made. Part A - SP [Revised la/15/o4] Page 26 of 24 A-4fi Die Deal ^f Hi bl Cbloriaated YPatex {715/40} The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands yr environmentally sensitive areas. These are regulated by numerous agencies such as TCID¢, FPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. The Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Caastruction ioraty Sxcavativas (7/5/QO] Prier to any construction whatsoever on the Project, the Contractor shall excavate and expose all existing pipelines of the Project that cross within twenty feet {2p'} of proposed pipelines of the Project. and the Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. Far existing pipelines which parallel and are within ten feet {10'] of proposed pipelines of the Project, the Contractor shall excavate and expose said existing pipelines at a maximum spacing of 3Da feet O.C., and the Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet D.C. maximum intervals. '1'Yie Contractor shall then prepare a report and submit it to the City for approval indicating the owner of pipelines excavated and surveyed, as well as the approximate station thereo€, distance tv the pavement centerline and elevations o€ the top of existing pipelines. The Contractor shall perform no construction work on the Project until all exploratory excavations have been made in their entirety. the results thereof reported to the Engineer, and Contractor has received Engineer's approval of the report. Exploratory excavations shall not be paid far separately for Project Nv. 64fi4, but shall be considered subsidiary to items that require excavations. Any pavement repairs associated with exploratory excavations shall be paid for according to the established unit price {s] for pavement repair. Contractor shall provide all his own survey work effort {no separate pay} for exploratory excavations, 8xploratory excavations required far Project Na. 7428 shall be included in the lump sum Exploratory Excavations pay items as shown is the Proposal. Contractor shall provide all his own survey work effort {no separate pay] for exploratory excavations. A-48 Overhead Electrical Wirea {7/5/DD] The Contractor shall comply fully with all ~SFiA 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. The Contractor shall use all due diligence, precautions, etc.. to ensure that adequate safety is provided for all of its employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wares or facilities occurs. The Contractor shall coordinate his work with A.E.P. and inform A.E.P. of its construction schedule with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not shown. It shall be the Contractor's $vle responsibility to provide €ar adequate safety with regard t^ overhead lines whether shown on the plans or nat. Part A -- SP {Revised 12/15/04] Page 21 of 29 A-49 Amended "Maintenance Guaranty" X8/24/00} Under "General Provisions and Requirements far Municipal Construction Contractsn, Section B-8-ll °Maintenance Guaranty", add the foliawing: 'The Contractors guarantee is a separate, additional remedy available to benefit the City of Goxpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights ^r remedies available to the City ^f Corpus Christi for any claims ar causes ^f action against the Contractor or any other individual or entity." A-54 Amended "Prosecution and pre tees" Under "General Provisions and Requirements far Municipal Construction Contracts", Section B-7 "Prosecution and Pro Tess", 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. T# the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilixation/remobilization costs. Such costs shall be addressed through a change order tv the contract." A-51 Dewataria and Die veal of Ground Water As part of the Project requirements, the Contractor shall perform dewatering, depressurization, draining, controlling and disposal of ground water in excavations and trenches in accordance with Technical Specification Section 022021 "Control of Ground water°. A-S2 Storm Water Pollution Prevention Plan This Project is required tv have a Notice ^f Intent ~NDT} submitted as per Part TI.D of the TPDSS General Permit No. T]{R150000. The Contractor will be required to submit a NaT along with the appropriate fee, and complete a Construction Site Notice for this Project. The Contractor is required to provide copies of the NOT and Construction Site Notice to the City prior to commencement ^f any construction activities. The Contractor is also required to post a signed copy ^f the NoT and Construction site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, Local, state and federal authorities, prior to commencement of any construction activities. The Contractor will be required to submit a Notice ^f Termination {~10T} upon completion of this Project. The Contractor shall adhere to the requirements of the Storm Water Pollution Prevention Plan as per the drawings and specifications contained in the Contract Documents. A-53 video Dvaumentatian Aa part of the Project requirements, the Contractor shall perform televised inspections of all storm water gravity lines and manholes installed on this Project. All inspections shall be made in accordance with ~d Tec'bnical Specification Section Q27411 ~ "Television Inspection of Conduits". A-54 $lectrpnic Proposal norm "General Provisions and Requirements for Municipal Construction Contracts" Section S-2'7 °Pre oration ^€ Pro osal" f.$ amended as follows: The bidder has the option of submitting a computer-generated print-out, in lieu of the Proposal Borm {pages 3 through 29, inclusive}, x'he print-out shall list all bid Part A - 5P iRevi.sed 12/]5/041 Page 22 4£ 29 items [including any additive or deductive alternates] contained on the Proposal Form (Pages 3 through 29, inclusive}, The print-out shall be substantially in the farm shown on Attachment II. If the bidder chooses to submit a print out, the print-out shall be accompanied by properly completed Proposal Form pages 1, 2, 30, 31 and 32. In addition, the print-out shall contain the following statement and signature, after the last bid item: "{Bidden} herewith certifies that the unit prices shown on thi$ print-out for bid items [including any additive ar deductive alternates} contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. {Bidder} acknowledges anct agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Sid amount will be determined by multiplying the unit bid price [Columrx IV} shown on this print-out by the respective estimated quantities shown on the Proposal Form {Column 22} and then totaling the extended amounts, [Signature} {Title} {Date} ~~ Part A - SP [Re~iSed 12/15/04} Page 23 of 24 SUBMITTAL TRANSMITTAL FARM PROs7ECT: Yorktown Sou],evard - Sta les to Cimarron [bond 2a~8] Pro ect No. 6464 Suckin hAm Estates Force Maio and osa Plant 8f£lueat Line Pro'ect No. 74x6 OWNER: City of Corpus Christi ENCsTNEER; Freese and Nichols, Iac. C~-ia, Rehmet & Gutierrez $n~ineering, L.P. CONTRACTOR: SUBBMITTAT., BATE APPLICABLfs' SPECIFICATIOI~i OR DRAWING SUBMITTAL NUMB$R: SUBMITTAL Section A - 5P Page 24 of 24 (Revised 91181[}0} A G R L E M E N T THE STATE OF TERAS § COUNTY OF NUECES § THI5 AGREEMENT is entered into this 20TH day of APRIL, 2810, 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-And~arson Construc_tio~,_ Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County. Texas: In consideration of the payment of $6.335.425.45 by City and other obligations of City as set out herein. Contractor will construct and complete certain improvements described as follows: YOR~CTOWN BQULEVARD-STAPLES Ta CIMARRON {BOND 200$) AND BUCKINGHAM ESTATES FORGE MAIN AND OSO PLANT EFF'LETENT LINE PROJECTS 6454 AND 742fi [TaTAL HB GRP 1 + AA NG8.2,3.4&5 AND GRP 2 + AA NO.1: $5,335,425.45} according to the attached Plans and Specifications in a good and workmanlike manner far 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 entize 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. The Contractor will commence work within ten Ala} calendar days from date they receive written work order and will complete same within 658 raT•~AR DAYS after construction is begun. Should Contractor default, Contractor may be liable far 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 ^n the date shown above. ATTEST: ~~-~ Cit Sep e • a y CITY vF c s cHR~ TI By • ~~'"~ Juan Perales, r., P.E. Assistant City Manager EngineeringlDevelopment Services APPR AS TO I.E ~'Q By: Asst. City Attorney 'Note: If Person signing fvr coxporatxan is not President, attavh copy of authvrissat~ tv signJ ^ 1 ~~ B y : -~~~~ Pete Anaya, P.E. Director of Engineering Services carTTRACZOR aaas-Aridersvn Cvna~ruetioa. Ltd. By: v ^ ~ °taF Titl~asidenl, Hasa-Anderson Management, C.G Gen p.o.eox 7fi92 {Address} CORPUS CHRISTI . TR 7 $4 fi'~--~'-- tCity7 tState}~~ZP} 361/853-2535 * 3fi~/583-5554 {Phone} Fax] ~ ~ ' r . A~JTl40Rl~F.H ~1' CfiU~fC1~....V .1.~ .. ~~ PRQPQSAL FARM FQR YQRKTQWN BGULEVARD--STAPLES TG CIMARRQN {BAND 2fi08} AND BUCKINGHAM ESTATES FORCE MAIN AN^ QSQ PLANT EFFLUENT LINE PROJECT NQ. fi4fi4 AND 742fi ^EPARTMENT OF ENGINEERING 5>=RVtCES CITY DF CORPUS CHRISTI, TEXAS PRDPOSAt FORM nnr_~ ~ nr ao PROPOSAL Place : Carpus Christi, Texas Date : March '17, ZC70 Proposal of Naas-Anderson Construction, Ltd. a Corporation organized and existing under the laws of the State of CR a Partnership or Individual doing business as Haas-Anderson Construction, Ltd. TD: 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: YORI{TOWN BOULEVARD--STAPLES TO CIMARRQN {BAND 2^^8] AND BUCECINGHAM ESTATES FORCE MAIN AND QSQ PLANT EFFLUENT LINE PRQJSCT ND. 664 & 74~~ at the locations set ^ut by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: PROPOSAL FARM onr_~ n nG ~~ YGRKTGWN BnULEVARD -STAPLES TG CIMARRGN [BGND 2008) t#fi464j BUCIKINGHAM ESTATES FORCE MAIN AND 05G PLANT EFFLUENT LINE (#742fi) BASE BID -Yorktown Boulevard-Sta les to Cimarron Bend 2008 #B4S4] PART A: STREET IMPROVEMENTS Pro ect #8484 I II 111 IV V UNIT PRICE IN [aTY X UNIT PRICE IN B!D ITEM QTY 8~ UNIT DESCRIPTION FIGURES FIGURES Al 15.7 Claar Right-af-Way, complete in place, $ 2~6gp,p0 ~ 41,752.00 AC per Acre A2 59,484 Street Excavation, complete in place, per $ 2.p0 $ 118,968.00 SY S uac~ re Yard A3 45,487 12° Compacted Subgrada, complete in ~ 0.95 $ 43,222.15 5Y place, per Square Yard A4 45,49T Geogrid {Type 1 }, complete in place, $ 2.64 $ 118,292.20 SY per Square Yard 14" Crushed Limestone Flexible Base A5 45,Qg7 {TYpe A, Grade 1 }, complete in place, $ 14.30 $ 650,BD7.1 D SY per S ua_g re Yard A6 595D Prime Coat [0.15 GaIISY}, complete in $ 3.10 $ 18,445.00 GAL place, per Gallon A7 39,662 5" HMAC Pavement iType B} Base Course, $ 16.30 $ 846,490.60 SY complete in place, per Square Yard 2°HMAC Pavement tType ^} Surtace A8 39,662 Course, complete in place, $ 8.10 $ 321,262.20 SY per Square Yard A9 39,862 Qne Course Surtace Treatment, complete $ 1.30 $ 51,560.60 5Y in place, per Square Yard Concrete Sidewalk Retaining Curb (18" A10 254 Maximum Height}, complete in place, $ 15.00 $ 3,750.00 LF per Linear Foot A11 9632 6" Concrete Driveway, complete in plane, $ 4.9p $ 47,196.80 SF per 5 uaa re Foot A12 250 Unanticipated Concrete Driveway Removal, $ 0 80 $ 200.OD SF complete in Place, per Square Foot Adjust Existing TelephonelElectrical A13 4 Manhole to Finish Grade, complete in place, $ 1,100.00 $ 4,400.00 EA per Each A14 5 Adjust Existing Gas Vaive to Finish Grade, $ 415.00 $ 2,075.D0 EA complete in place, par Each PRDPDSALFORM PAC~F 3 C7F 3? I II ill !V V UNIT PRICE !N IjQTY X UNlT PRICE IN BID ITEM RTY 8 UNIT DESCRIPTION FIGURES FIGURES A15 2 Survey Monument, complete in place, $ 532,pp $ 1,064A0 EA per Each A1fi 4 pzQne Day, complete per ~ $ 0.4'1 $ D.D4 DAY Reflective Pavement Marking Typs t {W} A17 2 ["BIKE LANE ENDS"}, complete in place, $ 480.D0 $ 960.00 EA per Each A18 26 Reflective Pavement Marking Type 1 {W} $ 101.00 $ 2,626.00 EA {ARRDW}, complete in place, per Each A19 23 Reflective Pavement Marking Type I {W} $ 117 00 $ 2,891 AD EA {"DNLY"}, complete in place, per Each Reflective Pavement Marking Type l {W} A20 17 {BIKE LANE SYMBOL}, complete in place, $ 176.00 $ 2,992.00 EA per Each Reflec#ive Pavement Marking Type l {IIV} A21 253T {4"} {Broken], complete in place, $ 0.37 $ 938.fi9 LF per Linear Foat Reflective Pavement Marking Type I {W} A22 _ 12,238 {8'~} {Sa1id}, complete in place, $ 0.67 $ 8,199.4fi LF per Linear Foot Reflective Pavement Marking Type I {W} A23 110 {24"} {Solid}, complete in place, $ 5.6D $ 616.00 LF par Linear Foot Reflective Pavement Marking Type I {W] A24 76 {24"} {Solid} {GORE}, complete in place, per $ 5.60 $ 425.60 LF Linear 1=pot Ty li-C-R Raised Pavement Marker A25 452 {Reflectorized}, complete in place, $ 2.95 $ 1,333.40 EA per Each Street Sign Assembly w19" Blades [Green} A25 5 and STOP Sign, complete in place, per $ 304.00 $ 1,520.00 EA Each A27 18 NO PARKING BIKE LANE Sign, $ 287.00 $ 4,806.00 EA complete in place, per Each A28 4 SPEED ZONE Sign, complete in place, $ 267.00 $ 1,D68.00 EA per Each pig 22 Other Regulatory Sign, complete in place, $ 282 DO $ 6,204.D0 EA per Each A30 1465 Temporary Detour Road Widening, ~ 14 00 $ 20,510.00 SY complete in place, per 5ouare Yard PRQPQSALFORM PACE 4 OF 32 I kl Ilk kV V UNIT PRICE IN QTY X UNIT PRICE IN BID ITEM QTY 8~ UNIT DESCRiPTIGN l=1GURE3 FIGURES A31 2 Traffic Message Beard, complete in place, $ 18,744.4Q $ 37,44D.DD EA per Each A32 2 Mailbox Relocation, complete in place, $ 107.D0 $ 214.DD EA per Esch A33 1 Traffic Control, complete in place, $ 71,DDDAD $ 71,DDD.DO LS per LUmp Sum Allowance for Unanticipated A34 1 Street-Related Improvements $ 25,D4D•OD $ 25,400.DD L5 , complete in place, per Lum~um TDTAL BASE BID PART A ~ltems Al thrflugh A34]: $ 2,257,799.84 PRQPQSALFORM onr_~ ~ nr a~ YDRKTQWN BOULEVARD -STAPLES TD CIMARRDN {BOND ~Q08} ~#64fi4] BUCKINGHAM ESTATES FORCE MAIN AND DSD PLANT EFFLUENT LINE {#T42Sj PART 6: STORM WATER DRAINAGE IMPROVEMENTS Pre ect ~84G4 I II Ii1 IV V UNIT PRICE 1N ~Q1Y X UN1T PRICE IN 8110 ITEM OTY 8 UNIT i3E5CRiPTION F[GURES FIGURES B1 9173 Block Sodding, complete in place, $ 3,g0 $ 33,022.80 SY per 5auare Yard B2 7920 Seeding for Erasion Gontral, complete in $ 0 70 $ 5,544 00 SY place, per Square Yard B3 20 15" Dia. RCP {Class ill}, complete in place, ~ 63.00 $ 1,260.00 LF per Linear Foot B4 10fi1 18" Dia. RCP Class illy, complete in place, $ ~ 00 $ B7,g~ 00 LF per Linear Faot B5 235 24" Dia. RCP tClass III}, complete in place, $ ~.OQ $ 12,690.00 LF per Linear Foot B6 988 30" Dia. RCP [Class lit}, complete in place, $ $7,pg $ 85,95fiA0 LF per Linear Foot B7 398 38" Dia. RCP Class Ili}, complete in place, $ 109.00 $ 43,382.00 LF per Linear Foot BS 434 42" Dia. RCP Class Illy, complete in place, $ 134A0 $ 58,158A0 LF per Linear Faot B9 420 48" Dia. RCP Class Ili}, complete in place, $ 144.00 $ fi0,480.00 LF per Linear Font B10 202 54" ^ia. RCP (Class III}, complete in place, ~ 163.00 $ 32,92fi.00 LF per Linear Foot 811 328 g' x 2' Precast Concrete Box Culvert, $ 219 00 $ ?1,832 00 LF complete in place, per Linear Foot B12 243 6' x 3' Precast Concrete Bax Culvert, ~ 223.00 $ 54,189A0 LF complete in place, per Linear Foot B13 400 fi' x 4' Precast Concrete Box Culvert, $ 241.00 $ 96,400.OD LF complete in place, per Linear Foot B14 1319 6' x 5' Precas# Concrete Box Culvert, $ 2g2 0Q $ 345,578.x0 LF complete in place, per Linear Foot B15 895 9' x 3' Precast Concrete Bax Culvert, ~ 398.00 $ 356,210.00 LF complete in place, per Linear Foat PR~P~SALFQRM anr.G ~ nF ~a I I1 III IV V UNIT PRICE IN {qTY X UNlT PRICE IN BID ITEM qTY 8 UNIT DESCRIPTION FIGURES FIGURES B16 353 10' x 4' Precast Concrete Sox Culvert, $ SpD.DO $ 176,500.00 LI= complete in place, per Linear Faat 617 130 10' x 5' Precast Concrete Box Culvert, $ 442.00 $ 57,4fi0.DD LF complete in place, per Linear l=oot B18 1 Concrete Wingwall with Parallel Wings $ 2p,5D0.D0 $ 20,500.00 £A {Type PWj, complete in place, per Each B19 2 Remove Existing Safety End Treatment, $ 0.01 $ 4.D2 EA complete in place, per Each B20 1 Remove Existing Storm Water Manhole, $ D 01 $ D D1 EA complete in place, per £ach 621 14 Remove Existing 15" Diameter RCP, ~ D,Q1 $ 0.14 LF complete in place, per Linear Foot B22 188 Remove Existing 24" Diameter RCP, $ 0.01 $ 1.88 LF complete in place, per Linear Foot B23 27 Remove Existing 42" Diameter RCP, $ 25,00 $ 675A0 LF complete in place, per Linear Foot 624 42 Remove Existing 4' x 3' Concrete Box ~ 0.01 $ 0.42 LF Culvert, complete in place, per Linear Faot Remove Existing Concrete Pavement and 625 ~ Multi-Pipe Culvert {£. Bar-Le-Doc ^r.y, $ fi,5fi3.DD $ fi,5fi3.DD LS complete in place, per Lump Sum B2fi 1 Tie-in Existing 12" Diameter PVC, complete $ 160.00 $ 1 fiQAO EA in place, per Each 627 2 Tie-in Existing 18" Diameter RCP, complete ~ 213.00 $ 42$.DO EA in place, per Each B28 1 Tie-in Existing 24" Diameter RCP, complete $ 2gB 00 $ 2gfi DO EA in place, per Each 829 1 Tie-in Existing 30° Diameter RCP, complete $ 293.00 $ 293.D0 f"A in place, per Each B3D 1 Tie-in Existing 4' x 3' RCB, complete im $ 575.00 $ 575.00 EA place, per Each B31 2 Cut and Plug Existing 18" Diameter RCP, ~ 213 OD $ 426.00 EA complete in place, per Each B32 1 Cut and Plug Existing 30" ^iameter RCP, $ 383.00 $ 383.40 EA complete in place, per Each PRDPDSALFDRM I II III tV V BID ITEM GTY & UN1T DESCRIPTION UNIt PRICE IN FIGURES t4TY X UNIT PRICE IN FIGURES B33 1 Cut and Plug Exis#ing 4' x 3' RCB, complete $ 586.D0 $ 586.DD EA in place, per Each B34 3 Sidewalk Drain, complete in place, ~ 895.0D ~ 2,fi85.D0 EA per Each B35 11 5' Standard Curb Inlet, complete in place, $ 2,165.0D $ 23,815A0 EA per Each B36 12 5' Special Curb Inlet, complete in place, $ 2,175.00 $ 26,1 DD.DO EA per Each B37 9 5' Curb Inlet Modified}, complete in place, $ 2,OD5.00 $ 18,045.DD EA per irach B38 1 4' Diameter Concrete Storm Water Manhole $ 3,100.00 $ 3,1D0.DD EA {Type A}, complete in place, per Each B39 3 Concrete Storm Water Manhole [Type D], ~ 4,000A0 $ 12,000.00 EA complete in place, per Each 1340 8 Concrete Storm Water Manhole {Type E}, $ 4,315.D0 $ 34,520.OD EA complete in place, per Each B41 2 Concrete Storm Water Junction Box, $ 8,770 0D $ 19,540 OD EA complete in place, per Each B42 7 Manhole Riser, complete in place, per Each ~ 1,955.DD $ 13,885.D0 EA B43 1 Adjust Existing Storm Water Manhole to ~ 698.0D $ 898.00 EA Finish Grade, complete in place, per Each B44 8D4 Channel Excavacation, complete in place, $ 48.D0 $ 38,592AD LF per Linear Foot B45 2355 V-Shaped Swale, complete in place, $ 2 8D $ fi,594 00 LF per Linear Foot B46 889D 5" Concrete Riprap for Drainage Channel, $ 5 g0 $ 38,471.00 SF complete in place, par Square Foot B47 2 Concrete Safety End Treatment with Flared Wings far 10' x 5' RCB, complete in place, $ 14,20DAD ~ 28,40D.oD EA per Each B48 10,220 6" Concrete Curb and Gutter [Catch Curb}, $ g 85 $ 100,857.00 LF complete in place, per Linear Foot Bog 9825 8" Concrete Gurb and Gutter Reverse $ g 85 $ 96,776.25 LF Curb}, complete in place, per Linear Foot PROPOSAL FORM onr_r rx nr oa l II III IV V UNIT PRICE IN tgTY X UNlT PRICE IN BID ITEM GTY 8 UNIT DESCRIPTION FIGURES FIGURES B50 80 8" Concrete Curb with Drain Qpenings, $ 7 15 $ 429.D0 LF camplete in place, per Linear Foat 651 100 Unanticipated Curb and Gutter Removal, $ 2.50 $ 25D.DD LF complete in place, per Linear Foot Silt Fence far 5tom7 Water Pollution B52 ggDD Prevention, camplete in place, $ 2.15 $ 19,135.00 LF per Linear Foot B53 5DD 12" Erosion Control Log, camplete in place, $ 5,35 $ 2,675.DD LF per Linear Foot Rock Filter Dam for Storm Water Pollution g54 13D Prevention, complete in place, $ 27.00 $ 3,51 DAO LF per Linear Foot 655 1 Allowance for Relocation of Storm Water $ 15,QOO.DD $ 15,ODO.DD LS Utilities, complete in place, per Lump Sum B56 1470 Remove an[! Replace Concrete Sidewalk, $ 4 8D $ B Tfi2.Op Sl= complete in place, per Square Foot B57 179 Remove and Replace Concrete Curb 8~ $ i T.DO $ 3,D43.00 LF Gutter, complete in place, per Linear Faot B58 80 Concrete Pavement Repair, complete in $ 80 DO $ B,4pO.DD SY place, per 5ouare Yard 859 5381 2" HMACP Removal and Overlay {Type D}, ~ 24.00 $ 129,'144.00 SY comple#e in place, per 5ouare Yard fi" Diameter PVC {Sch 4D} Sleeve with End 680 8$8 Cap far Future Irrigation Line, complete in $ 8.50 $ 7,531.00 LF place, per Linear Foot B81 7428 Trench Safety for Storm Water Conduits, $ 1.00 $ 7,426.00 LF complete in place, per Linear Foot B6Z 14 Trench Safety far Storm Water Manhole ar $ 35D.DD $ 4,9DD.00 EA Junction Box, complete in place, per Each B63 1 Traffic Control, complete in place, $ 56,DUD.pD $ SB,OD0.00 LS per Lump Sum TOTAL BASE 91D PART B [Items B1 through BB3}: S 2,317,238.52 PROPDSALFDRM PA{;~ U C]F 37 YORKTOWN BOULEVARD -STAPLES TO CIMARRON BOND 20D8y {#fi4fi4} BUCKINGHAM ESTATES FORCE MAIN AND OSO PLANT EFFLUENT L1NE (#T42fi) PART C: WATER DISTRIBUTION IMPROVEMENTS Pro ect #S4G4 III N V UNIT PRICE IN QTY X UNIT PRICE IN 81~ ITEM QTY 8 UNIT DESCRIPTION FIGURES FIGURES C1 10 6" Dia. 90° D.I. bend, complete in place, $ 452.40 $ 4,520.00 EA per Each C2 95 8" Dia. Ductile Iran Waterline, complete in $ 47.00 $ 4,465.D0 LF place, per Linear Foot Remove Existing 6" Dia. Cast Iran C3 5185 Wateriine, complete in place, $ 13.00 $ 67,405.00 LF per Linear Fovt C4 T 8" Dia. Tie-inlConnection, complete in $ 2,750.00 $ 19,250.00 EA place, per Each C5 2p $" Dia. 45° D.i. Bend, complete in place, $ 368.00 $ 7,380.00 EA per Each C6 1 8" x 6" D.L. Tee, complete in place, $ 458.D0 ~ 458.00 EA per Each C7 2 8" x 8" ^.i. Tee, complete in place, ~ 539A0 $ 1,078.00 EA per Each Cg fi 8" Gate Valve with Box and Cover, $ 1,140.00 $ 6,840.00 EA complete in place, per Each C9 2110 8" Dia. C900 PVC Wateriine {DR 18}, $ 25.50 $ 53,805.00 LF complete in place, per Linear Fvat C10 94 8" Dia. Ductile Iron Waterline, complete in ~ 51.00 $ 4,794.D0 LF place, per Linear Fyot C11 4 12" Dia. Tie-inlCvnnection, complete in $ 2,g~.0p $ 11,736.OD i=A place, per Each C12 6 12" Dia. 45° D.I. Bend, complete in place, $ 564.00 $ 3,384.00 !=A per Each C13 1 12" x 8" D.I. Tee, complete in place, $ 714.x0 $ 714.D0 EA per Each C14 2 12" Gate Valve with Box and Cover, $ 2,079.00 $ 4,158.00 1=A complete in place, per Each C15 9D 12" Dia. Ductile !ron Waterline, complete in $ 68 OD $ fi,120.00 LF place, per Linear Foot PRDPOSAI~FDRM PAC~F ~ [} C]F 32 I II 111 N V UNIT PRICE IN (QTY X tlNlT PRICE IN BIO ITEM QTY 8 l1NIT DESCRIPTi~N FIGURES FIGURES C16 825 12" Dia. CSD4 PVC Waterline [DR 1$}, $ 44.4D $ 33,04D.40 LF complete in place, per Linear Foot C17 1 Cut and Plug Existing fi" C.I. Waterline, $ 1,T58.4D $ 1,758.D4 EA complete in place, per Each Abandon-in-Place Existing 12" Dia. C18 g40 Asbestos Cement Waterline [Fill wl Grout}, $ 14.04 $ 12,600.D0 LF complete in place, per Linear Foot C19 2 1"Automatic Air-Release Valve wt Box and $ 3,540.00 $ 7,4D0.4D EA Cover, complete in place, per Each C24 1 Fire Hydrant Assembly Type 1 }, $ 4,3D4.04 $ 4,34D.DD EA complete in place, per Each C21 14 Fire Hydrant Assembly [Type 2}, $ e},404.44 $ 44,4D4.44 EA complete in place, per Each C22 14 Relocate Existing Fire Hydrant Assembly, $ 1 555.00 $ 21,774.00 EA comp[ets in place, per Each Replace Existing Water Service wt New C23 14 Service Connection, complete in place, $ 1,310.00 $ 13,100.00 EA per Each Adjust Existing Water Valves and Meter C24 1 Boxes to Finish Grade, complete in place, $ 5,35.00 $ 5,325.00 L5 per Lumo Sum C25 1 Allowance for Relocation of Water Utilities, ~ 10 000 00 $ 10,400 44 L5 complete in place, per Lumo Sum C2B 3214 Trench Safety for Waterlines, $ 0 30 $ 9ti4 24 LF complete in place, per Linear Foot C27 1 Traffic Control, complete in place, $ 5,{00.00 $ 5,004.40 LS per Lu...~+~m TCTAU BASE 610 PART C (Items C1 through C2T}: 5 351,904.24 PR~POSALFORM YDRKTQWN BQULEVARD -STAPLES TO CIMARRQN {BAND 2008} {#64fi4} BUCKINGHAM ESTATES FORCE MAIN AND QSD PLANT EFFLUENT LINE {#74ZB} PORT ~: STREET LIGHTING IMPROVEMENTS [Praiect #64541 ------ - - ------ - --------- ----- --- - ill IV V UNIT PRICE IN {qTY X UNIT PRICE IN 610 ITEM DTY 8~ UNIT IJESCRIPTIDN FIGURES FIGURES ^1 4575 3° Diameter PVC [Sch. 4U) Electrical complete in place Conduit (Street Lighting} ~ 9.15 $ 41,861.25 LF , , per Linear Font D2 340 6" Diameter PVC [Sch. 4D) Electrical Conduit {street Lighting} with End Caps, $ S.Ot3 $ 2,72D.DD LF complete in place, per Linear fnot pg 6 11" x 18" x 113" Puilbax [Handhole}, $ 75D.DD $ 4,50DAU Eq complete in plane, per Each TOTAL BASE 61D PART O [Items 131 through D3): $ x9,081.25 PROPOSAL.F~RM nnr+~ an r~r nn YORKTOWN BOULEVARD -STAPLES TD CtMARRON {6OND 2~~8] {#fi4fi4y SUGKINGHAM ESTATES FORGE MAIN AND O5O PLANT EFFLUENT L1NE {#7428} ae~Y F• e.n a PFn~STR1eN tMPR~VEMENT3 IPralect #64641 - - --- - -- -------- --~ III-- --- - IV V BID ITEM QTY 8~ UNIT 1DESCRIPTtDN UNIT PRICE IN FIGURE5 tL>!TY X UNIT PRICE IN FIGURES E1 48,297 4" Concrete Sidewalk, complete in place, $ 4.20 $ 202,847.40 5F per 5 ua~re F,^oot E2 1166 Concrete Curb Ramp, complete in place, $ 11.00 $ 12,826.00 SF per Square Foot E3 250 Unanticipated Concrete Sidewalk Removal, $ 0 50 $ 125•p0 5F complete in place, per 5 ua are.Foot !=4 2p0 Reflective Pavement Marring Type I {W} complete in {CRCSSWALI(} (10' Wide} $ 10.50 $ 2,100.U0 LF , place, per Linear Foot E5 57.6 Pedestrian Rail Type PR-1, complete in $ 110.00 $ 8,336.00 LF place, per Linear Foot TOTAL BASE B1D PART E [hems E1 through E5): 5 224,234.4D PRQPQSAt_FORM onr_~ as nG ~~ YDRI[TDWN BOULEVARD -STAPLES TG CIMARRON IjB~ND 2iD08) {#64fi4j BUCf(INGHAM ESTATES FARCE MAIN AND G5G PLANT EFFLUENT LINE ~#T428j ADDITIVE Ai.TERNATES -Yorktown Baute~ard- to les to Cimarron Bvnd ZDDB #8484] ADDITIVE ALTERNATE ND. 1 - Prviect.Na_6464 PART F• JOINTED CONCRETE PAVEMENT Pro ect #6464 ! tt III IV V BID ITEM QTY & UNIT DESCRIPTION UNiT PRICE IN FIGURES {QTY X UNIT PRICE tN FIGURES F1 45,497 6" Cement Stabilized Caiiche Base, $ 8,2p $ 373,075.4D SY complete in place, per Square Yard. F2 875 Prime Coat {D.15 GaI1SY}, complete in $ 3.10 $ 2,712.50 GAL place, per Gallon F3 (45,497y Geogrid {Type 1 }, complete in place, $ 2,6D $ 118,292.20 SY per SS uc F4 {45,497} 14" Crushed limestone Flexible Base complete in place, Grade 1 ] {Type A $ 14.30 $ fi50,fi07.10 SY , , per Square Yard F5 {45,497} 12" Compacted Subgrade, complete in ~ O,gS $ [43,222.1.5} SY place, per Square Yard F6 45,497 fi" Compacted Subgrade, complete in place, $ 0.60 $ 27,298.20 SY per S ua_g re Yard F7 5834 One Course Surface Treatment, complete ~ 1.30 ~ 7,584.20 SY in place, per Square Yard F8 {39,662} 5" HMAC Pavement {Type B} Base Course, complete in place ~ 18.30 $ 646,490.60 SY , per S ua~re Yard F9 {39,662} 2" HMAC Pavement (Type 0} Surface complete in place, Course $ 8.10 $ 321,262.2D SY , per Square Yard F10 45,497 1 °HMAC Pavement {Type 0} Bond complete in place, Breaker $ 5.05 $ 229,759.85 SY , per Square Yard F11 3g~286 9-inch Jointed Reinforced Concrete complete in place, Pavement $ 43.95 $ 1,72fi,fi19.70 SY , per SS ua~re`Ya-d F12 171 Asphalt Pavement Repair, campfete in ~ 82 00 $ 14,022.40 SY place, per Square Yard TOTAL ADDITIVE ALTERNATE HD. 1 PART F {Items F1 through F12y: S 601,197.60 PR~P05AL FORM vary is nF ~~ YDRKTaWN BOULEVARD -STAPLES TD CIMARRrON {BOND 2DD8~ {#fi464~ BUCKINGHAM ESTATES FORCE MAIN AND DSO PLANT EFFLUENT LINE {#T42fij ADDITIVE ALTERNATE N0.2, - Pralect Na. BAB4 r .~.. rrr~ ~~ra~r ~ ~~~E TR VI\If-!~L- nonQ~~ur_ n~Yr~u in..,isw+ ~lRdRd- ]il III N V UNIT PRICE IN [QTY ][UNIT PRICE 1N BID ITEM QTY 8~ UNIT DESCRIPTION FIGURES FIGURES G1 1 16" Diameter Tie-inl Connection, comple#e $ 2,6DD.DD $ 2,60D.OD EA in place, per Each G2 16 16" 45° D. I. Bend, complete in place, per $ 1,17DAD $ 18,720.D0 EA Each G3 2 16" 22'x° D. I. Bend, complete in place, per $ 1,155.00 $ 2,310.OD EA Bch 16" Diameter C905 PVC {DR 18) G4 1365 Wastewater Effluent Line, complete in $ 69.DD $ 94,185.OD LF place, per Linear Foot 2" Automatic Air-Release Valve with 5' G5 2 ^iameter Fiberglass Manhole, complete in $ 7,35D.00 $ 14,7DO.OD EA place, per Each G6 1 16" Diameter Plug, complete in place, $ 675,Dd $ g75.D0 EA per Each G7 1 16" Plug Valve with 5' Diameter Fiberglass $ 1D,500.00 $ 1D,5DO.OD EA Manhole, complete in place, per Each G$ 1 ~8 Remove and Replace Concrete Sidewalk, $ 4.60 $ 5t38.8D SF complete in pace, per ~auare root G9 34 Remove and Replace Concre#e Curb & $ 17,00 $ 578.00 LF Gutter, complete in place, per Linear Foot G10 1 Allowance far Relocation of Wastewater $ 1D,DODAD $ 10,OOO.t7D LS Utilities, complete in place, per LumA Sum G11 13fi5 Trench Safety far Wastewater Line. $ 5 DD $ g,$25.DD LF complete in place, per Linear Foot G12 3 Trench Safety for Wastewater Manhole, $ 840.DD $ 2,4DDA0 EA complete in place, per Each G13 1 Traffic Control, complete in place, ~ 1.00 $ 1.OD LS per Lumg Sum TOTAL ADDITIVE ALTERNATE NO. 2 PART G (Items G1 through G13y: ~- 184,482.80 PRDPDSALFQRM oer_c ~~ n~ z~ YDRKTDWN BOULEVARD -STAPLES TO CIMARRDN {BOND 2~~8} {#6464} BUCKINGHAM ESTATES FORCE MAIN AND OSD PLANT EFFLUENT LINE {#7426] ADDITIVE ALTERNATE ND. 3 - Praliect Na. 6484 ae17T H• fl fC:TRIC:eI CON~tIIT FAR FL1TliRE M.1.5_ IPraiact #64841 I II 111 N V UNIT PRICE IN QTY X UNIT PRICE IN 81D ITEM TY 8~ UNIT DESCRIPTION FIGURES FIGURES 2" Diameter PVC r;SCH 4D) Electrical H 1 51 ~$ complete in Conduit for Future M.I.5. $ 8.90 $ 45,908.20 LF , place, per Linear Foot 11" x 18" x 18" Pullbox ~Handholey for H2 $ complete in plane S Conduit Future M.I $ 740.00 $ 4,44D.D0 EA , . . , per Each H3 2 2" Diameter PVC Cap, complete in place, $ 6,30 $ 12.8D EA par Each H4 1 Traffic Control, complete in place, $ 1.00 $ 1.DD L5 per Lumn Sum TQTAL ADDITIVE ALTERNATE NO. 3 PART H [t#ems H1 through H4J: S 5Q,359.t3t] PROP~SA[.F~RM PAGE 1 fi OF 32 YDRKT~WN 6DULEVARD - STAPLE5 TD CIMARRON ~B~ND 2008] [#fi4fi4} BUCKINGHAM ESTATE5 FORCE MAIN AND GSG PLANT EFFLUENT LINE ~#T4~B} ADDITIVE ALTERNATE NO. 4 -Pro ect Na. fi4Bd weRT _f• R 7 O. Ht1S STOP PADS [4 EACHI iProiaci #.64641 ...I. _ -- II - ----- - -- - -- III -- - N V UNIT PRICE IN (qTY ][ UNIT PRICE IN B!D fTEM QTY 8 UNIT DESCRIPTION FIGURES FIGURES J1 {320y 14" Crushed Limestone Flexible Base complete in place {Type A Grade 1 } $ 14.30 $ {4,578.00} 5Y , , , per Square Yard 11" Crushed Limestone Flexible Base J2 320 complete in place Grade 1) (Type A $ 13.85 $ 4,432.00 SY , , , per Square Yard 5" HMAC Pavement [Type t3} Base Course, J3 {320] complete in place ~ 16.30 $ {5,216.00} SY , per Square Yard 2"HMAC Pavement [Type ^} Surface J4 {320} complete in place Course $ 8.10 $ 2,592.00 SY , , per S[~uare Yard 1" HMAC Pavement (Type D) Bond J5 320 carnplete in place Breaker $ 13.10 $ 4,182.00 SY , , per S uaa re Yard S-inch Jointed Reinforced Concrete Jfi 320 complete in place Pavement $ fi9.90 $ 22,388.00 5Y , , per S uaa re_Yard J7 {fi00} 4" Concrete Sidewalk, complete in place, $ 4.20 $ {2,520A~ SF per 5auare Faot J8 1200 5" Concrete Pedestrian Landing, complete $ 7.30 $ 8,760.00 SF in place, per Square Foot TOTAL. ADDITIVE ALTERNATE NO. 4 PART J (items J1 through JBj: $ 24,84$.OD PROPOSAL FORM YQRI{TQWN BOULEVARD -STAPLES TD CIMARRDN [BAND 208] (#6464] BUCKINGHAM ESTATES FORCE MAIN AND DSQ PLANT EFFLUENT LINE ~#7426) ADDITIVE ALTERNATE ND. 5 - Praiect No. 64G4 PART IC: EFFLUENT LINE TD BILL WITT PARK Pra'ect #8464 I 11 1!I N V UNIT PRICE IN tgTY X UN[T PRICE IN BID ITEM qTY 8 UNIT i]ESCRiPTION FIGURES FIGURES K1 2 15" Tie-inl Connection, complete in place, $ 3,510.40 $ 7,220.DD EA per Each K2 1 15" Dia. ^.I. Wye, complete in place, $ 4,452.OD $ 4,452.DD EA per Each K3 7 1fi" Dia. 45° t].I. Bend, cvrnplete in place, $ 1,1fi8.D0 $ 8,175.D0 EA per Each K4 2 18" ^ia. 22 %z D.I. bend, complete in $ 1,155.UD $ 2,310.00 EA place, par Each K5 1 15" Dia. Plug, complete in place, per Each $ 573A0 $ 673.00 EA 18" Dia. C905 PVC {DR 18y Wastewater Kfi 937 Effluent Line, complete in place, $ 57.DD $ 53,449.00 LF per Linear Foot 2" Automatic Air-Releass Valve w15' Dia. K7 1 Fiberglass Manhole, complete in place, ~ 7,793.00 $ T,793.00 EA per Each K$ 1 1 fi" P1ug Valve w! 5' Dia. Fiberglass $ 1 D,410.DD $ 10,410.0D EA Manhole, complete in place, per Each K9 100 Remove and Replace Concrete Sidewalk, $ 4 50 $ 45D.00 5F complete in place, per Square Fnot K10 190 Remove and Replace Concrete Driveway, $ 6,70 $ 1,273.00 SF complete in place, per Square Feat K11 20 Remove and Replace Concrete Curti $~ $ 18,8D $ 338.00 LF Gutter, complete in place, per Linear Foot Asphalt Pavement Repair far Wastewater K12 4fi Trench, complete in place, $ 75A0 $ 3,45D.DD SY per Square Yard K13 937 Trench Safety for Wastewater Line, $ 5_DD $ 4,fi85.0D LF complete in place, per Linear Foot PROPOSAL FORM onnc a o nt ~~ i II 111 IV V UNIT PRICE fN QTY X IJHIT PRICE IN Bit] ITEM QTY 8 tJNIT DE5CRIPTIGH FIGl1RES [=1G11RE5 K14 2 Trench Safety for Wastewater Manhole, $ ggD,pp $ 1,BSUAQ EA complete in {Mace, per leach K15 1 Traffic Contraf, complete in place, $ 24p,Dp $ 2DDAD LS per Lump Surn Keg 2D 34" Dia. Steel Pipe Casing {Schedule 4D], $ 16l}.DD $ 3,2DD.DD LP complete in place, per Linear Foot TOTAL ADDITIVE ALTERNATE NO. 5 PART K Items K9 through IS1B): $ 1DS,T2T.DD PRDRDSALFORM nnnc ,n rtic ~~ YpRKTpWN BpULEVARO -STAPLES TQ CIMARRpN (BpNO ZQQ8} ~#S4fi4} BUCKINGHAM ESTATES FARCE MAIN AND ~5p PLANT EFFLUENT LINE [#T42Sj AO>aITiVE ALTERNATE NO. 6 - Protect No. 8454 PART L: CONTINUOUSLY REINFORCED CONCRETi: PAVEMENT Pro ect #5484 ! II III N V UNIT PRICE tN {pTY X UNIT PRICE IN BID 1TEM GtTY 8~ UNIT DESCRIPTION FIGURES FIGURES L1 45,497 B" Cement Stabilized Caliche Base, Np BlD NO BID SY complete in place, per Square Yard L2 875 Prime Cvat {0.15 GaI1SY}, complete in Np BI^ NO BID GAL place, per Gallon L3 (45,497} Geogrid [Type 1 }, complete in place, Np BID ND 81D SY per Square Yard 14" Crushed Limestone Flexible Base L4 (45,497} {Type A, Grade 1}, complete in place, NO BI^ ND BID 5Y per Square Yard L5 {45,497} 12" Compacted Subgrade, complete in NO BID ND BI^ 5Y place, per 5auare Yard L5 45,497 6" Compacted Subgrade, complete in place, ND BI^ ND 6lD SY per 5auare Yard L7 5834 One Course Surface Treatment, complete NO SID ND BID 5Y in place, per Square Yard 5" HMAC Pavement [Type B} Base Course, L8 {39,562} complete in place, ND B!D ND Sl^ 5Y per Square Yard ~" HMAC lavement (Type D} Surface L8 {39,fi62} Course, comple#e in place, ND B!D NO 61^ 5Y per S ua_,g re Yard 1" HMAC Pavement [Type D} Bond LID 45,497 Breaker, complete in place, ND BID ND 13l^ SY per uare Ya ~-inch Continuously Reinforced Concrete L11 33,043 Pavement, complete in place, NO SlD ND BiD SY per S ua~ re Yard 9-inch Jointed Reinforced Concrete L12 fi243 pavement, complete in place, ND B1D ND Sl^ 5Y per 5auare Yard L13 171 Asphalt Pavement Repair, complete in NO Bl^ NO BID 5Y place, per S uaure,RYard TOTAL AI]DITIVE ALTERNATE NO. B PART L [Items L1 through L13): ~ PROPOSAL FORM YDRKTDWN BOULEVARD -STAPLES TD GIMARRDN t80ND 2O~8y ~#fi4fi4) BUCKINGHAM ESTATES FARCE MAIN AND ~5D PLANT EFFLUENT LINE ~#742fi~ BASE BI©-Buskin ham Estates Fvrce Main and Dso Piant E uent Line #7426y SCHEDULE A: BUCKINGHAM ESTATES 18" DIA. PVC FORCE MAIN [Protect #T42B] I Il III IV V UNIT PRICE IN QTY X UNIT PRICE IN BID ITEM QTY S UNIT DESCRIPTION FIGURES FIGURES Al 1 Mobilization, complete in place, $ 1p~g40,fl0 $ 10,440.00 LS per Lum~_ Sum A2 1 SWPPP Related to Base Bid Schedule A Force Main Improvements, complete in $ 1,350.00 $ 1,350.00 LS place, per Lump Sum A3 511 Q 18" C91}5 PVC Force Main {All Depths}, $ 52-oa $ 255,72D.DD LF complete in place, per Linear Foot A4 5110 Trench Safety Related to 18" C905 PVC Force Main Improvements {All Depths}, $ 5.00 $ 25,550.00 LF complete in place, per Linear Foot A5 1 Traffic Control far installs#ion of 18" C905 PVC Force Main Improvements, complete $ 2,000.00 $ 2,040.00 LS in place, psr Lump Sum A5 1 Remove Existing 18" Plug {D1MJ}, Install L5 1-18" 90° Bend {DIMJ} and Make Connection to Existing Farce Main Segment $ 3,558.00 $ 3,558.00 {Sta. 3+20}, complete in place, per L-um~- 5um A7 5 Trench Safety for Air Release Valve and Fiberglass Manhole Structure, complete in ~ s0a.oo $ 4,000.00 EA place, per Each A8 13 18-inch 45° Bend (DIMJ}, complete in $ 1,321.00 $ 17,173.00 EA place, per Each A9 5 Air Release Valve and Fiberglass Manhole, Single Assembly with 3" "S" Riser, complete $ 6,556A0 $ 32,7$0.00 EA in place, per Each A10 300 Reinforced Concrete Driveway Repair {30' x SF 10'} Complete with Saw-Cut Joints, Disposal of Demolition Debris, Dowels and $ 5.64 $ 1,692.00 Expansion Joints Near Sta. 5+10, complete in place, per Scuara Foot A11 70 Pavement Repairs {42' x 15'} to Gingerberry SY Drive after open Cut Force Main Installation, Complete with Bituminous Surface Saw-Cut Edgar, Cement Stabilized $ 0.01 $ 0.70 Backfill, Flexible Base and Hot-Mixed Asphaltic Concrete Surface, complete in place, per Square Yard PROPaSALFORM I t1 111 IV V UNIT PRICE !N (GTY ][ UNIT PRICE IN BID ITEM QTY 8 UNIT DESCRIPTIQN FIGURES FIGURES A92 70 Pavement Repairs [41' x 15'} to Loire SY Boulevard after Open Cut Farce Main Installation, Complete with Bituminous Surface Saw-Cut Edges, Cement Stabilized ~ 0.01 $ 0.70 Baclcfill, Flexible Base and Hat-Mixed Asphaltic Concrete Surface, complete in place, per Sauare Yard A13 g00 Asphalt Driveway Repair X30' x 20'} SF Complete with Bituminous Surface Saw-Cut Edges, Cement Stabilized Baclcfill, Flexible ~ 0.01 $ B.OQ Base and Hot-Mixed `Asphaltic Concrete Surface Near Sta. 31 +00, complete in place, per Sauare Foot A14 83 Pavement Repairs (37' x 20'} to Annemasse SY Street after Open Cut Force Main Installation, Complete with Bituminous Surface Saw-Cut Edges, Cement Stabilized ~ 0.09 $ 0.83 Backfill, Flexible Base and Hot-Mixed Asphaltic Concrete Surface, complete in place, per Sauare Yard A15 4 Remove Existing Trees, complete in place, ~ O.D1 $ 0.04 EA per Each A16 54p Reinforced Concrete Driveway Repair [3B' x SF 15'} Complete with Saw-Cut Joints, Disposal of Demolition Debris, Dowels and $ 5.64 $ 3,045.B0 Expansion Joints Near Sta. 52+00, complete in place, per Sauare Foot A17 540 Reinforced Concrete Driveway Repair [3B' x SF 15'} Complete with Saw-Cut Joints, Disposal of Demolition Debris, Dowels and ~ 5.64 $ 3,045.80 Expansion Joints Near Sta. 53+00, complete in place, per Sauare Foot 3 Trench Safety for 18" Plug Valve and A1$ Fiberglass Manhole Structure, complete in $ BDD.DO $ 2,400.00 EA place, per Each 3 18-inch Plug Valve ~MJ}, Complete with 5' A19 Fiberglass Manhole, far 18" Force Main, $ 90,388.00 $ 31,104.OD EA complete in place, per Each 1 18-inch 45° Bend I;DIMJ}and Tie-in to A20 Existing C805 18" PVC Force Main, $ 3,424.00 $ 3,424.00 L5 complete in pkace, per Lump Sum Remove Approximately 50 LF of Existing A21 1 C905 18" PVC Farce Main and 18" Plug, $ 5,422.D0 $ 5,422.00 LS complete in place, per Luma Sum A~2 ~ 1 Restore 1980 SF ^f 5" Reinforced Concrete LS Pavement, Landscaping and Irrigation $ 13,688.00 $ 13,fi68.00 System Near Sta. 4+00, complete in place, per Lum~,Sum PFtQPOSAL FORM PA~F 77 f1C 17 I II Iki IV V UNIT PRICE IN ijgTY X UNIT PRICE IN BiD ITEM G1TY 8 UNIT t7ESCRIPT10N FIGURES FIGURES A23 220 Asphalt Driveway Repair [11' x 20'y Near OD $ $ S 1 100.OD Sta. 35+3D, complete in place, . , 5F per Spuare Foot Asphalt Driveway Repair (16' x 20'y Near A24 32p Sta. 3T+OD, complete in place, $ S.OD $ 1,600.DD SF par Souare Fact A~5 1 Restore 2215 Si= of Existing Reinforced L5 Concrete Pavement, Curb, Striping, Landscaping and Irrigation System Naar $ 14,993.00 $ 14,993.DD Sta. 47+DD, complete in place, per Lump Sum A2fi 1 ~ Restore 830 SF of Existing Reinforced LS Concrete Pavement, Curh, Striping, Landscaping and irrigation System Near ~ 7,182.00 $ 7,182.00 Sta. 48+50, complete in place, per Lumn Sum Trench Dewatering for 18" ^ia. Farce Main A27 20 Connection at Sta. 3+20, 77.5' Left, $ 5D.00 $ 1,OOD.00 LF complete in place, per Linear Foot ~$ 1 Allowance far t.tnanticipated Adjustments L5 Related to 18° Dia. Farce Main, complete in $ 20,DD0.00 $ 2D,D00.00 place, per Lumv Sum ~~ 1 Exploratory Excavations for l3ase t3id Schedule A Farce Main improvements, $ 1,700.DD $ 1,7D0.00 LS complete in place, per Lumg Sum TGTAL BASE BID SCHEDL]LE A {Items A7 through -4Z9j: $ 473,955.4T PR~PDSALF~RM onr_r ~~ nr ~~ YDRKT~WN gOULEVARO -STAPLES TD CIMARRON (6aND 2a~8~ {#8464 BL]CKtNGHAM ESTATES FORCE MAIN ANO G50 PLANT EFFLUENT LINE ~#7426} SCHEI]ULE B: WATER UISTRIBUTIDN SYSTEM IMPRGVEMENTS tPraject #7+426 I 11 III IV V UNIT PR[CE IN QTY X UNIT PRICE IN 910 ITEM qTY 8 UNIT DESCRIPTiGN FIGURES FIGURES B1 1 Mo>,ilizatian, complete in place, ~ 2,140.00 $ 2,140.DD L5 per Lumo 5urn SWPPP Related to Base Bid Schedule B B2 1 Waterline Improvements, complete in place, ~ 1,350.00 $ 1,350.00 L5 per Lump Sum 133 107D 8-inch C900 PVC Waterline {AI1 Depths}, ~ 22•pD ~ 23,540.00 LF complete in place, per Linear Foot Trench Safety Related to 8-inch C900 PVC 84 1070 Waterline (All Depths}, complete in place, ~ 0.25 ~ 267.50 LF per Linear Foot Traffic Central for Installation of 8-inch B5 1 C900 PVC Waterline Improvements, $ 1,790.OD $ 1,790.00 L5 corrEplate in place, per Lump Sum SB 3 Fire Hydrant Assembly with Bend, Adapter $ 3,234.00 $ 9,702.00 EA & Valve, complete in place, per Each B7 6 S-inch Gate Valve with Valve Box, complete ~ 1,028.00 $ fi,168.00 EA in place, per Each B8 8 $-inch 45° Bend {D1MJ}, complete in place, ~ 425.00 ~ 3,400.D0 EA per Each B9 1 8" x 8" x 8" Tee {DIMJ}, complete in place, ~ 475.00 $ 475.00 EA per Each B10 1 8-inch Piug {DIM,]), complete in place, ~ 210.OD $ 210.00 EA par Each B11 2 8-inch Waterline Tie-in to Existing 8" ~ 2,585 00 $ 5,170.00 EA Waterline, complete in place, per Each B12 4 New Water Service Connection, complete ~ 1,068.DD $ 4,272.OD EA in place, per Each B13 6T Reinforced Concrete Pavement Repair, ~ 0 01 $ 0.67 SY complete in place, per Square Yard B14 1040 Remove Existing Waterline and Related Fittings, complete in place, $ 12,OD $ 12,480.00 LF per Linear Faot Remove Existing Fire Hydrant inGuding 615 3 Bends, Adapter and Valve, complete in $ 1,193.00 $ 3,579.00 EA place, per Each PROP05ALF~RM pnr,F ~e nF ~~ I II 111 IV V 8!D ITEM QTY 8 UNIT ~(=SCRIPTI~N UNiT PRICE IN FIGURES fiQTY X UNIT PRICE IN FIGURES 81ti 4 Remove Existing Gate Valve with Valve $ 3i70A0 $ 1,2QQ.Ufl EA Bvx, complete in place, per Each B17 4 Remove Segment of Existing Water Service $ 3fl0.B0 $ 1,200.p0 EA Line, complete in place, per Each B18 1 Expforatary Excavations for Base Bid Schedule B Waterline Improvements, $ 1,700.Ot3 $ 1,700.8Q LS complete in place, per Lump Sum TOTAL EASE BID SCHEDULE B Items 81 through 1318j: S 78,644.77 PRQP~SAl.F~RM onn~ ~~ nr ~~ YDRKTDWN BOULEVARD -STAPLES TD CIMARRDN IjBDND 20QSy [#S4fi4} BUCKINGHAM ESTATES FORCE MAIN AND D5D PLANT EFFLUENT LINE (#742fi] ADDfTIVE ALTERNATE - Buckin ham Estates Fvrce Main and Dsv Plant Effluent Line #T42B~ ADDITIVE ALTERNATE ND. 1 -Pro ect No. 7426 sCHEDl1LE C~ 1B" DIA. PVC EFFLUENT LINE [ProieCt #74ZB1 I II III IV V UNIT PRICE IN ~qTY ][ UNIT PRICE IN BID ITEM QTY 8~ UNIT DESCRIPTION FIGURES FIGURES C1 1 Mobilization, complete in place, $ B,gBO_DD $ B,5BD.DD LS per sumo Sum C2 1 SWPPP Related to Additive Alternate Schedule C Effluent Line Improvements, $ 1,35D.0D $ 1,350A0 LS complete in place, per Lum~Sum C3 2890 1 B" C9D5 Effluent Line SAN Depths}, $ 50.0D $ 144,50D.DQ LF complete in place, par Linear Foat C4 28gg Trench Safety Related to 18" C905 PVC Effluent Line Improvements, complete in $ 5.00 $ 14,450A0 LF place, per Linear Faot Traffic Control for Installation of 1 B" C945 C5 1 PVC Effluent Line Improvements, complete $ 1,605.00 $ 1,605A0 LS in place, per Lumc Sum Remove Approximately 45 LF of Existing C6 1 C905 16" PVC Effluent Line and 1S" Plug, $ 5,827.00 $ 5,827.0D LS complete in place, per Lum~Sum 1 16-inch 45° Bend (DIMJ}and Tie-in to C7 Existing C9D5 16" PVC Effluent Line, $ 2,447.0D $ 2,447.00 LS complete in placer per Lumn Sum Air Release Valve and Fiberglass Manhole, C8 3 Single Assembly with 3" "S" Riser, complete $ 7,276.DD $ 21,$28.x0 EA in place, per Each C9 1 16-inch Plug ~DIMJ} {Sta. 2B+DD, 73' Left}, $ B31.D0 $ 631.DD EA complete in puce, per Each Trench Safety for Air Release Fiberglass C1D 3 Manhafe Structure, complete in place, $ 80D.0D $ 2,4DD.00 EA per £ach 16-inch Plug Valve IiMJ}, Complete with 5' C11 2 Fiberglass Manhole, for 16" Effluent Line, $ 9,425.DD $ 18,852.OD EA complete in place, per Each Trench Safety for 16° Plug Valve and C12 2 Fiberglass Manhafe Structure, complete in $ 800.00 $ 1,6DD.00 EA place, per Each PROPOSAL l=o~M I II ill IV V UNIT PRICE 1N tgTY X UNIT PRICE IN 81D ITEM qTY 8 UNIT DESCRIPTION FIGURES FIGURES Allowance far Unanticipated Adjustments C13 1 complete Effluent Line Related to 1 fi" Dia ~ 14,QDD.DD $ 1 D,4DDAQ LS , . in place, per Luma Sum C14 1 Explaratary Excavations for Additive LS Alternate Bid Schedule C Dsa Plant 16" ~ 1 ~hDD,pQ ~ 1,5DD.DD Dia. Effluent Line Improvements, complete in place, per Lu,~m ,Sum TOTAi_ ADDITIVE ALTERNATE ND. 1 SCHEDULE C {Items C1 through C14i: $ 233,550.Q4 PROPOSAL FORM PAC~F 77 f~F '~7 YDRItTDWN Bt7ULEVARI] -STAPLES TD CIMARRON {BOND 21x08] {#6464} BUCKINGHAM ESTATES FORCE MAIN AND QSD PLANT EFFLUENT LINE {#7428} BID SUMMARY TOTAL -BASE BID {Project No. fi4fi4}: PART DESCRIPTION TOTALS Total Sid Par# A Items Al through A34 ~ 2,257,799.84 Total Bid Part B Items B1 through BB3 $ 2_,317,238.52 Tnta1 Bid Part C Items C7 through C27 $ 351,904.29 Total Bid Part D items D1 through D3 $ 49,081.25 Total Bid Part E Items E1 through E5 $ 224,234.49 TOTAL BASE BID (Project Na. B4B4] Parts A, B, C, D and Ej: TOTAL -BASE BID {project No. 742By: $ 5,ZU0 258.2'1 PART DESCRIPTION TOTALS Total Bid Schedule A items Al through A29 $ 473,955.47 Total Bid Schedule B Items B1 through B1t3 $ 78,644.77 TOTAL BASE BiD IPraject No. 74ZB) {Schedules A and B]: TOTAL BASE BID {Parts A, B, C, D, E and 5chedulas A and B): $ 552,599.54 $ 5,752,857.85 PR~POSALFORM nnr.r nn nr -.n TDTAL -ADDITIVE AtTERNAT~ ND~Ibjec# 11~- j: ~ PART _ I N l~'/"'~1~ 11 Total Bid TOTAL -ADDITIVE ALTERNATE ND. 2 {Project Na. fi484]: S 641,197.84 PART DESCRIPTION TOTAL Total Bid Pairt G Items G1 through G13 ~ 'IF4z~fi2•t;4 TDTAL -ADDITIVE ALTERNATE ND. 3 ~Praject Na. 8464]: PART DESCRIPTION TDTAL Total Bid Part H Items H7 through H4 ~ 54,359.84 TDTAL -ADDITIVE ALTERNATE NO.4 Project No. fi4fi4y: PART DESCRIPTION TDTAL Total Bid Part J items J1 through J8 ~ 7.4,848.44 TOTAL -ADDITIVE ALTERNATE NO. 5 tProject No. 6464j: PART DESCRIPTION TDTAL Total Bid Part K items iC1 through K16 ~ $ 149,727.40 TDTAL -ADDITIVE ALTERNATE ND. 8 (Project No. fi464): PART DESCRIPTION TOTAL Total Bid Part L (tams L1 through L13 ND B!D TDTAL -ADDITIVE ALTERNATE ND. 1 tProject No. 7428j: PART DESCRIPTION TDTAL Total Bid Schedule C items C1 th~augh C14 ~ 233,554.44 "HAAa-AI~iDIRSDH CDHS'rRiJCTION LTD. Herewith certifies that the unit prices shown on this print-out far b1d items { lncludlnp any additive or deductlne aibrnatss ] cvntalnsd [n this proposal are the unit prices inbnded and that its bid will be tabutabd using these unit prices and no other l~Horrnation from this print-out. HAAS^ANDER80N CONSTRUCTipN LTD. Aclu~owlsdpes and sprees that the Total Bid Amount shown will be resd as its Total RId and further sprees that the afficlal Totl Rid amount will 6e determined by multiplying the unit bid price {Cviurnn IV) shown In this print ou# by the respacti~e estimated quantities shown in the Proposal {Column lij and then totaling the sxtsnded amounts. J~ {Signatursj ~7a r ~ ~ ~ . ~ o.6ti1' { Title I P-esident. Heea-Anderson Mali~enlent~ L,G s {Dab] ~~T// o tT+DR1vi= nnrr nn nr 7n PROP05A~F~RM The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten [10} calendar days execute the formal contract and will deliver a Performance Bond {as required} far the faithful performance ^f this contract and a Payment Band [as required} to insure payment for all labor and materials. The bid band attached tv this proposal, in the amount ^f 5~ of the highest amount bid, is to become the property of the City of Carpus Christi in the event the contract and bands are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. MinoritylD~inarity Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit tv City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the wprk 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 leas than four counterpart [original signed} sets. Times of Completion: 'The undersigned agrees to complete the work within 65g calendar ~y~, from the date designated by a Work Drder. No additioaal time will be allotted for any Additive Alternate. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all the 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, far the sum or sums above set forth. Receipt ^f the following addenda is acknowledged {addenda number}; 1 tone} Respectfully submitted: {Seal - If Bidder is a Corporation} Name : Haas-Anderson Ca ctivn, Ltd. By: {SICiNAT[TR8} ~]~ rrr I 0, Res ~ Address: Telephone: NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. P.a. Box 7fi92 142 Holly Rd __ [P.D. Box} [Street} Corpus Christi, TX 78467_ [City} (State} {~~.p} 3fi1-$53-2535 President, Haas-Anderson Management, t,Ca General Parsiner [Revised August 2~~0} Pf{OPQSAL FARM nnn~ ryt nc ~~ P E A F^ R M A N C E H D N D STATE QF TEXAS § CD[7NTY ^F NVECES § Bond ND.: 1 D54D568$ IQRDW A3,L SY THEEE PRESENTS THAT Hams-Andex$Qn C~nstruatiy~ Ltd. of Nt3ECE8 County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company of America a corporation organized under the laws of the State of ~~nneCtiCUt ,~. and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Carpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of SIA LdILLION. THREE H^NDRE>Q THIRTY-FIVE T9^T]SAN1n FDVR HUNDRED TWENTY-SINS AND 45 100($5 335 425.45 ] DQLLARS, lawful money of the United States, to be paid in Nueces County, .Texas, for the payment of which sum well and truly to be made we bind ourselves. our heirs, executors, administrators and successors, jointly and sevezally, firmly by these presents: THE CflNDITI^N ^F THIS DBL7GATTC?N I5 3VC8 THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 20TH of APRIL , 20 10 , a copy of which is hereto attached and made a part hereof, far the construction af: Y^RiCT^WH HDULSVARD-BTAPLE$ TD CI>lDLRRON tSDND 2408) AND HVCF~ING>EIAM ESTATES 8'tiRCE MAIN AHD OSC PLANT EFFLUENT LxHE PROJECTS 6464 AHD 7426 tTCTAL BB l~Rp 1 + AA NOS.2.3,465 AND GRP 2 t AA HG.1: $6,335,425.45) NGW, 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 andlor replace all defects due t^ faulty materials andlor workmanship that appear within a period of one ~l} year Exam the date of completion and acceptance of improvements by the City. then this obligation shall be void; otherwise to remain in foil force and effect. PROVIDED FURTHER, that if any legal action be filed an this band. venue shall lie in Nueces County, Texas. And that said surety far 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 native 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 Band Page 1 of 2 Thzs bond is given to meet the requirements of Article 516fl, 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 wham any requisite notices may be delivezed and on wham service of process may be had in matters arising out of such suretyship, as provided by Art. 7.I9-Z. Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each ane of which shall Sae deemed an original, this the ~~ day of Aril za ~ Q PRINCxPAL Haas-Anderson Constructiv ,Ltd. ay: ~. D, ~~A. x President, Haas•Artde-san Mane~emen~ ~- { print Name a~':~`tt~e}~c7rtnBr ATTES F G ~~~ aka ~~ {print Name & Title] ~~~J~~~ Travekers Casualty and Surety Company of America By: J Attorney-in-fact ErrV J. 1IVa ds ~, _ [Print t3ame] The ResaLder~t Agent cf the Surety ~,a Hueces Coyn~y_~ T~ucaa^ daZivelry o~ notice and service of process ~s ~ ~ ~_ ~ Agency: Keetch & Associates Caatact Persoa: Kevin Keetch Address : F. D. gvx 328D Cvr us Christi TX 78463-3~8~ Phone Numbear : - (NOTE: Date of Performance Bond must not be prior to date of contract){Revised 3/OB} Perfflrmance Hand Page 2 of 2 P A Y M E N T B O N D STATE ~F TEXAS § G~UNTY QF NUECES § Band Na.: ~ 05405588 KNOW ALL BY TSESE PRESENTS: THAT Hass-_Anderson Canstructi.an, Ltd, of NDBCES County. Texas, hereinafter called "Princ~.pal", and Tra~elers~Casuafty and Surety Company of America , a corporation organised under the laws of the State of Connecticut and duly authorized to do business in the State of Texas, hereinafter called "S~rety", are held and firmly bound unt^ 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 t^ in the attached contract, in the penal sum of 9IR L~LLION, _THREE HUNDRED THIRTY-FIVE THOt73AND~ FOUR HVNaRED TWENTY- FIVLr AND 45/1a4($6,335,425.45y DaLLARS, lawful money ofrthe ^nited States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OS THIS QHLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City ^f Corpus Christi, dated the ZQTH day APRIL 2fl 1D a copy of which is hereto attached and made a part hereof, for the construction of: YORRTDWN HQULEVARn-STAPLES TD CIMARROI+1 =BOND 240$y AND BUCKINGHAM ESTATES FQRCB MiD1IN AND OSD PLANT EFFLUENT LINE FROJECTS 64fi4 AND 742fi TOTAL HH GRP 1 + AA NOS.Z,3,4&5 AND GRP 2 + AA NQ.1: $6,335,425.45y NOoW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment t^ all persons, firms, subcontractozs, 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 farce and effect. PROVIDED ~'[7RTHER, that if any legal action bs 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 vn this bond, and it does hereby waive notice of any such change, extension of time, alteration ar addition to the terms of the contract. yr to the work to be performed thereunder. Payment Bond Page 1 of 2 This bend is gi~ren to meet the requirements of Article 5],50, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Materia].", as used herein are in accordance with and as defined in said ArticJ.e. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. ?.lg-1, Wernon's Texas Insurance Code. IN WITNESS WAERECF, this instrument is executed in 4 copies, each one of which shall be deemed an original. this the 22 day of Aprll ~D ~^ PRINCIPAL Haas-Anderson Construr~ion, Ltd. $y: {~~~~ D , ~~~ r Pfasid~r~l. Haas•Andersa~ ~Aanagemant, L,C, {print N me i e} ~I~~L~ Print Name & Title} SURETY Travelers Casualty and Surety Company of America ~._ . ~'~s Resident Ageat of the 3nrety is Naeaes Couat Texaa. de1~'ISesy of nat3 GB and Sel V'3 C~ of pxaaeaa ~.9 : ,~ ~ ~ ~ _ Ageacp: Keetch & Associates Contact Peraan : Kevin Keetch ' Address : P. D. Box 328D Corpus Christi, T7C T84fi3-3_x84 __ _ ,- , _..,_,_, Phone Number: 361-883-383 ;ND'PE: Gate of Payment Bond must not be prior to date of ~antract} {Revised 3148} Payment Bond Page Z o f 2 A~erry~.~ I~V'ao~`s ~ {Print Namef ~c~R~ CE~TIF~ICATE DF LIABILITY INSURANCE dATE{MFSUDDIYYI'Y] oP #D EIDI HAAANCI 04 23 10 PRDDUCEa TH#S CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIDIV ONLY AND CONFERS No RIGHTS tJPDN THE CERTIFICATE Swantner & Gordan Ins Agcy-CC HOLDER. THIS CERTIFICATE DOES i~iOT AMEND, EXTEND OR PO Hox 870 ALTER THE COVERAGE AFFORDED 8Y THE POLICIES BELOW. Corpus Christi TX 78403-087Q Phone: 361-883-1711 Sax: 3G1-844--D101 INSURERS AFFORDING COVERAGE NAIL # INSURED INSURER A: Traveler$ Llv ds Ina Ca 41262 INSURERS Charter Oak Sire Ins Co 25615 Haas-Ander$an Construction Ltd wsuRERC: Phoenix Insurance C 25623 P . O . Box 7 692 Ch i ti TX 78457-7492 C FNSLFRER D: Commerce & Indus Ins Cv 19410 orpus r s INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW WANE BEEN FSSUE^ TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREM£HT, TERM OR CONbr11pN pF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED pR A1AY PERTAIN, THE tN5URANCE AFFORDED 8Y THE POLICIES DESCRIBED HEREIN 13 SUBJECT TO ALL THE TERiNS, Fa(CLUSIONS AHO CONDIT1pN3 OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE 6EEH REDUCEb BY PAID CLAIMS. LTR NSR TYPE OF INSU HCE POLICY HUMBER ppTE M11WD AAlO LDdITS GENERAL LIA8ILITY EACH OCCURRENCE s l , DQD , 0 O D A X COMMERCIAL GENERAL LIABILITY DTC054 5 9H94 9TI,CD 9 0 9101 X 0 9 0 910111 D PREA113ES Ea oowrence i 30 D, D D O CLAIMS MAdE X^ ocrruR M~v ~xP {Any one peraony s 5 , 0 DD ~ X XCU Included SEL ATTACHED PERSONAL 8 ADN INJURr s 1, 0 D D , D 00 X Emlplayee Senef i t$ GENERAL AGGREGATE 5 2 ,ODD D DD GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPlOP AGG S 2 DQ D DO D POLICY X J~C7 LOC AUT OMOBILE LIABILITY COMBINED SINGLE LIMIF DDO DOD 1 (EsaocldenF) , ~ B X ANY AUTO BA5459B95009CN8 D9/O1/09 09/0110 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS {~ Pe«1 s X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS tPer ecadeniJ : X MCS- 9 D PROPERTY DAMAGE [Pereccidenq s GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN EA ACC 3 AUFp ONLY: AGG S EXCESS 1 UMBRELLA LIABILITY EACH OCCURRENCE S ;~ , D D D , D0 0 D X OCCUR ~ CLAIMSMADE BE4891192 D91alIDS 091~11D AGGREGATE s 2, OD0,0DD ,/ S DEDUCTIBLE i X RETENTION S ~ D UD i WOR ANW KER EMP S COMPENSATION LOYERS' LIABILITY X TpRY LIMrr3 ER C ANY PROPRIEFORIPAFT}-NERlFJ[ECUTNE ~ DTNUHD470C1S2D9 Q9,D1'U~ O91D111O E.L. EACHACCII]ENT S1,D00,DDO (OIAF ndat~ In NHR ExCLUDED? ~ dI?F'ICI~RS INCLUDED ~ E.L. DISEASE - EA EMPLOYE S ~ , D D D , D 00 IF yes desc+We under SPECIAL PROVISI~DHS below E.L. DISEASE -POLICY LIMIT S 1 O O D DO D OTHER dESCRIPTIDH OF OPERATION$1 LOCATIONS 1 VEHICLES 1 E%CLUSIDMS A46ED BY ElbpRSEMENT 1 SPECIAL PROVISIONS Project: Yorktown Boulevard-Staples to Cimarron [Bond 20D8] and Buckingham Estat®s Force Main and 030 Plant Effluent Line-Project Hos. 64fi4 and 7426 mho City v£ Corpus Christi is nam+ad as additional insured on all General Liability [GL] and all Auto Liability [ALy policies. CERTIFICATE HOLDER CANCELLATION SHOULD AHY OF THE ABOVE DESCRIBED POLICIES BE CANCELLEp 9EFQRE~THE EXPIRATFO CICC_CQ DATE THEREOF, THE ISSI.FIHG INSURER WILL ENDEAVOR TO MAIL 3Q DAYS WRITTEN • NOTICE TO THE CERTIFICATE HOLDER NAMED 7O THE LEFT, SUT FAILURE TO DD SO SHALL City ^f Carpus Christi IMPOSE NO OBLIGATION OR iFABILITY OF AHY IUHO UPON THE INSURER, ITSAGEHTS OR Engineering Services ~ ntra t Administrator Att C REPRESENTATIVES. n: o c P.O. Hox 9277 A sENFAnvE a us Christi 1'X 78469-9277 ACORO 25 [2al#91111y ~ 19$8-~9 -4CORDZ'bI~ORATION. All rights reser~+ed. The ACORD name and Pogo are registered marks of ACORD IMPORTANT if the certificate holder is an ADDITIDNAL 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 endarsement~s}. DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative ar producer, and the certificate holder, nor dues it affirmatively yr negatively amend, extend ^r alter the coverage afforded ~y the policies listed thereon. AcQRa zs tzaasra~ y NOTEPAD: ~~~ INSURfD'3 NAME Haas-Anderson Construetian Ltd CPID MIDI City of Carpus Christi - Certificate of Insurance Attachment General Liabilitly includes premises-aperatian, explosion & collapse hazard, underground hazard, products completed operations hazard, contractual insurance, broad form property damage coverage, independent contractors and personal injury Automoba.le Liability includes owned, hired and nan-awned autos Workers Corapensativn includes owners, partners, executive officers. PAGE 3 DATE C4~23~10 Haas-Anderson Construction, Ltd. Travelers Lloyds Insurance Company Policy #DTC~5A598949TLC09 Term: 0910112009 to 09!0112014 City of Corpus Christi p.n. Box 9277 Corpus Christ, TX 78 THIS ENOGRSEMENT CHANGES THE PGLICY. PLEASE READ 1T CAREiFt}LLY BLANKET ADDITIONAL INSURED (CONTRACTORS) .~ ~~ ;arm na o~ ~_ _~ r~ m~ a .-~e v~ o~ _~ ~_ V~ .~ This endorsement modifies insurance provided under the following: COMMERCIAL G1=NERAL LIABILITY COVERAGE PART 1. Wti^ 15 AN iNSl1RE0 - {Section II} is amended to include any person or organization that you agree in a "written contract requiring insurance" tv include as an additional insured an this Cover- age Part, bui: ay ^nly with respect to liability fflr "bodily injury", "property damage" or "personal injury"; and fay If, and only to the extent that, the injury ar damage is caused by ac#s ar omissions of you or your subeoniractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does nai qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limned to the limns of liability re- quired by that "written cantraci requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section Ill -Limits ^f Insurance. b} The insurance provided to the additional in- sured does not apply to "bodily injury" "prop- erty damage" or "personal injury" arising out of the rendering af, ^r failure to render, any professional architectural, engineering ^r sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders ar change orders, or the preparing, approving, ar failing t^ prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. COMMERCIAL GENERAL LIABILITY 4fi9.13277 c! The insurance provided to the additional in- sured rifles not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed ^p- erations hazard" uMess the "written contract requiring insurance" specifically requires you l^ provide such coverage For that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" ar "properly damage" that oc- curs before the end ^f the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage ar the end of the policy period, whichever is earlier. The insurance provided to the additiana! insured by this endorsement is excess over any valid and collectible "other insurance", whether primary. excess, contingent or on any other basis, chat is available to the additional insured for a loss we cover under this endorsement. However, if the "written cantraci requiring insurance" specifically requires that this insurance apply on a primary basis ^r a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured Which covers that person ar organization as a named insured for such Eoss, and we wit! not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a cpndition 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 passible, such notice should include: Attachment 2 CG {32 4fi Q8 05 ©2005 The St. Pout Travelers Companies, Inc. 02847 Paget ^f 2 COMMERCIAL GENERAL LIA61LlTY i. >ipw. when and where the "occurrence" or pffense took place; ii. The names and addresses pf any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. bj If a claim is made ar "suit" is brought against the additional insured, the additional insured muss: i. Immediately record the specifics of the claim pr "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see tp it that we receive written notice pf tha claim or "suit" as soon as practicable. cy The additional insured must immediataiy send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. dy The additional insured must tender the de- fense and indemnity pf any claim or "suit" tp any provider pf "other insurance" which would cover the additional insured far a loss we saver under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement i5 primary to "other insur- ance" available tp 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 SECTI~IV V. - ^EFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured pn this Coverage Part, provided that the "bodily 'injury" and "property damage" oc- curs and the "personal injury" is caused by an ^ffense committed: a. After tha signing and execufian of the contract or agreemeni by you; b. While that part pf the contract or agreement i5 in effect; and ~. 8efare the end of the policy period. Named Insured: Haas-Andersen Censtructivn, Ltd. Policy #DTC05458B9497LC09 Policy Term: 081i31i*2009 to 09/81/2014 Aut?~J~ed Representa#ige: R. M. Lee, Managing Partner Swantner & G3orden Insurance Agency P. O. Bax 870, Carpus Christi, TX 7t3403~Ot37f} Page 2 of 2 ~ 20Q5 The St. Pouf Travelers Companies, Inc. CG D2 4[i Oti Q5 Haas-Anderson Construction, Ltd. POLICY NUMBER: BA5459B95009CNS GaMMERCIAL AUTO ISSUE GATE; t}gi+0112009 THIS ENi]~RSEMENT CHANGES THE P~i.lCY. PE.EA5E READ IT CAREFULLY. DESlGNATE^ INSURE^ ~•~ •eQ _~ ~~ 8~ .~ ~~ .~ o~ n~ _~ This endorsement modifies insurance provided under the fallowing: ' t3USINE65 AUTQ COVERAGE FORM I GARAGE COVERAGE FdRM d MOTOR CARRIER CaVER,4GE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Farm apply unless madi- fied by this endorsement. This endorsement identifies person{s] ar arganixation[s] who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Farm. This endorsement does not alter coverage provided it the Coverage Form. SCHEDULE iVame of Persanlisy or Organization~sy: ANY PERSON OR gRGANIZATION THAT YOU ARE REQUIRED Tf} INCLUpE AS AN ADDITIONAL. INSURED ON THIS COVERAGE FORtN IN A WRITTEN CQNTRACT OR AGREEt+IENT THAT IS SIGNED AND E?(ECUTl=D SY YOU BEFORE THE °Bt7DItY INJURY" 0R "PROPERTY DAt+tAGE ° OCCURS AND THAT IS IN EFFECT DURING THE PL7LICY PERIDl7 City of Corpus Christi P.Q. Bux 9277 Corpus Christi, TX T8469-9277 (If no entry appears agave, information required to complete this endorsement will de shown in the Dedaratians as applicable to the endorsement.] Each person or organization showrq in the Schedule is an "insured" for Liat311ity Coverage, but only to the extent that person ar organization qualities as an "insured" under the Who Is An Ensured Pravlsion contained in Section II of the Coverage Form. Charter Cak Fire Insurance Company Aut xed Represents e R. M. Les, Managing Partner 5wantner ~ Gordon Insurance Agency P.O. Box 8T0, Carpus Christi, TX 78403 GA ZO 48 U2 99 Copyright, Insurance Services Otfrce, !nc„ 199$ Attachment 2 2 of 2 Page 1 of 1 Haas-Anderson Construction, Ltd, ~( POLICY NUMBER: pTC05459139a9TLC89 ISSUE f]ATE; pgJpi J~g4g Policy Term: a8lO1J20D9 to t]gl811ZgiQ TH15 ENDORSEMENT CHANGES THE PdLICY. PEASE READ lT CAREI'ULLY. DESl~NATED ENTITY EARLIER N~TlCE ~F ~ CANCELLATl~NIN~NRENEVYAL PR~VlDED BY US - TEXAS This endorsement modifies Insurance provided under the fnflowing; BOILER AND MACHINERY COVERAGE PART BI.l5fNES50WNER5 POLICY COMMERCIAL EXCESS LIABILITY [UM9RELLA} INSURANCE COMMERCIAL GENERAL LIABILITY COVERAGE PARt COMMERCIAL GENERAL L1AI3lLITY COVERAGE PART -CONTRACTORS COMMERCIAL INLAN^ MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CREME COVERAGE PART DELUXE PROPERTY COVERAGE FORM EMPLOYEE 6ENl;FITS L1ABILITY COVERAGE PART E7CCESS FOLLOW#NG FORM] LIABILITY INSURANCE FARM COVERAGE PART LiQIJOR LIABILITY COVERAGE PART PRODLfCT51COMPLET1wD OPERATfONS LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIAR#LITY COVERAGE PART .~ .~ ~~ n~ 9~ a _~ a ~~ ,~ ~~ ~~ _~ s~ CANCELLATIQN: WNE# WE DO NO7 RENEW (Honrenewal} NAME: City of Corpus Christi Nurt-ber of Days Notice: 3p Number of Days Noticc: 30 V ADDiiESS: P. O. Box 927T, Corpus Christi, Tx T84B9-9277 A. For any statutorily permitted reason other than nonpayment of premium, the numbe- of days e- qulred for notice of cancellation, as provided in the COfJD1TIONS Section of this Insurance, or as amended by any applfcab#e state cancellation endorsemern applicable to this insurance, is ft- creased to the number of days shown in the SCHEiaULE above. e. For any statutorily permitted reason ether than nonpayment of premium, the number of days s- quired for notice of When We Do Not Renew ~Nonrenewal}, as provided In the CONDITIONS Section of this insurance, ^r as amended by any applicable state When We Do Nat Renew t'Nonrenewaf) endorsement applicable to this i+- surance, is Increased to the number of days shown in the SCHEpC1Ll= shave. C. We will mail notice of cancellation or nvnrenewa# or malarial IlmRation of those coverage forms to the person or organlxatinn shown in the schedule above. We wllE mail the notice a# least the Nu tu- ber of IJays indicated above before the effective date to our action. lLl~a~sassa Copyright, The Travelers fndem SCHEIaI#LE 5 ~ Gordan !n once Agency R. ee, Managing artner P.Q. Box 87D, Corpus Christi, TX 78443 Wily Company, ] 998 Page t of 1 gorse. Attachment 3 1 of 3 Haas-Andarsnn Ganstructian, Ltd. COMMERCIAL AU70 PCLICY NUMBER: 13A5459B95008CNS ~ ISSUE DATE; Policy Term: 09/0112009 tv 0911/2010 09/01/2009 THIS ENDORSEMENT CHANGES THE PQLfCY. PLEASE READ IT CAREFULLY. ~TE~AS CANCELLATION PR~VISIGN GR CQVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the faNawing~ BUSINESS AUTD COVERAGE FORM J GARAGE COVERAGE FARM MOTOR CARRIER COVERAGE FORM TRUCKl;R5 COVERAGE FORM With respec# to coverage pra~ided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement, SCHEQlJLE Number of Qays' Notice 34 Name O# Person Or Organixatson .City of Carpus Christi Address P. O. Bax 9277, Corpus Christi, Tx T84B9-S27T If this policy is canceled or materially changed b reduce or restrict ca~erage, we will mai! notice of cancellation ^r change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. Charter Oak Fire Insurance Co. Auttlorixed Represantati ,~~ J R. M. Lee, Managing Partner Swantner 8 Gordon Insurance Agency P. O. box STO, Corpus Christi, TX 78403 Attachment 3 ~af2 CA 42 44 0& 44 ©ISO Aroperties, inc., 2043 Page f of f Haas-Anderson Construct}an, Ltd. Policy Term: DS1D112DDg to 091D112D1 D TRAVFLI£RS~ r WORI(ERS COMPENSATION Y ANO EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 46 4# (44] - 416 POLICY NUMBER: pTNUBD47DC162D9 TE}(AS NaTICE 4F MATERIAL CHANGE ENDORSEMENT This endorsement appfles only to the Insurance provided by the policy because 7exes is shown in item 3.A. of the Intarmation Page. fn the event of canceiatlon or cther material change of the policy, we will mall advance notice to the person or organisation named in the 5chedufe. The number of days advance notice is shown In the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone oat named In the Schedule. SCHEOIJLE 1. NUMBER QF DAYS ADVANCE NOTICE: 3a {or **) 2. NOTICE WELL BE MA1LEp TD: City Of Corpus Christi P.O. Bax 92T7 Carpus Christi, TX T8469-g2TT .~ ~~ "'~ ** Number of days Notice specified in the Certificate of Insurance to all holders of such certfflcates. ~~ Phoenix Insurance Company ~ Authorized Representat e ~ ~ f o~ ~~ R. M. Lee, Managing artner 5wantner 8 Gordon insurance Agency P. Q. Box 878, Corpus Christi, TX T84D3 C n~ 9~ ~_ . A#tacfitment 3 3of3 GATE QF ISSUE: pglDT12DDg 5T ASSIGN: 015552