Loading...
HomeMy WebLinkAboutC2010-477 - 12/14/2010 - Approved2010 -477 M2010 -305 12/14/10 Haas - Anderson Construction S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F CONTRACTS & BONDS F O R FLOUR BLUFF DRIVE PHASE 1 FROM SPID TO GRAHAM PHASE 2 FROM GRAHAM TO DON PATRICIO (BOND 2008) September, 2010 aligki arrar caws a n STORM al WATER FOR STORM WATER DEPARTMENT CITY OF CORPUS CHRISTI; TEXAS Phone: 361/857 -1880 Fax: 361/857 -1889 /;:" 4 * MURRAY F. HUDSON �o , 78198 0 ; �4 •- Firm No. 145 2725 Swantner • CORPUS CHRISTI, TX 78404 (361) 854 -3101 FAX (361) 854 -6001 U.E.JOB NO. 41920.00.00 PROJECT NOS: 6498 & 6499 'DRAWING NO: STR -831 & 834 (Revised 7/5/00) FLOUR BLUFF DRIVE PHASE 1 FROM SPID TO GRAHAM PHASE 2 FROM GRAHAM TO DON PATRICIO (BOND 2008) Project Nos. 6498 & 6499 Revised Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 8/2008) Worker's Compensation Coverage For Building or Construction Projects For Government Entities SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A-16 Disposal /Salvage of Materials A 17 Field Offico (NOT USED) A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A 23 Inspccti n Required (Revised 7/5/00) (NOT USED) A -24 Surety Bonds X 25 Sales Tax Exomptie. p, NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements (NOT USED) A -29 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A 35 City Water Facilities Special Roquircmcnts (NOT USED) A -36 Other Submittals (Revised 9/18/00) A -37 Amended "Arrangement and Charge for Water Furnished by the City" ADDENDUM NO. 3 ATTACHMENT NO. 1 Pag 1 of 3 A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -40 Amendment to Section B-8-6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A-45 As- -Built Dimensions and Drawings (7/5/00) A -46 Disposal of Highly Chlorinated Water (7/5/00) (NOT USED) (NOT USED) A--48 Overhead Electrical Wires (7/5/00) A -49 Amended "Maintenance Guaranty" (8/24/00) A -50 Technical Special Provisions A -51 Contaminated Soils A -52 Fences A -53 Protection of Public and Private Property A-54 Security A -55 Access Roads A -56 Parking A -57 Amended "Prosecution and Progress" A -58 Noise Control A -59 Dust Control A-60 Temporary Drainage Provisions A-61 Dewatering A -62 Additional Time of Completion /Liquidated Damages Information Related to Completion of Project - TECHNICAL SPECIAL PROVISIONS SECTION B - GENERAL PROVISIONS SECTION C - FEDERAL WAGE RATES AND REQUIREMENTS SECTION T - TECHNICAL SPECIFICATIONS GENERAL REQUIREMENTS 1E12 - Construction Requirements Within TxDOT ROW 1E19 - Existing Obstructions 1E20 - Storm Water Pollution Prevention 1E23 - Water Facilities - Special Requirements SITEWORK 2A3 [1] 2A4 [1] 2B1[1] 2B2[1] 2B3[1] 2B4[1] 2B5[3] 2B6[1] 2B10 [1] 2E18 [1] 2F1[1] 2F3 [1] 2F4 [1] 2F5 [3] 2F6[1] 2F6[3] 2F7 [1] - Clearing, Grubbing and Stripping - Removing Existing Concrete and Structures - Site Grading - Structural Excavation and Backfill - Pipe Trench Excavation and Backfill - Drainage Ditch Excavation - Street Excavation and Backfill - Roadway Excavation and Backfill - Compacted Embankment Ditch Cleaning and Shoulder Restoration - Reinforced Concrete Pipe - Installation of Reinforced Concrete Pipe - Storm Sewer Manholes - Concrete Inlets - Concrete Box Storm Sewer - Precast Concrete Box Culvert - Concrete Headwalls ADDENDUM NO. 3 ATTACHMENT NO. 1 Page 2 of 3 2F10[2] - High Density Corrugated Polyethylene Pipe 2G1[7] - Polyvinyl Chloride Pipe and Fittings for Water Lines and Force Mains (0-900 & 0 -905) 2G2[1] - Ductile Iron' Pipe and Fittings (Water Lines) 2G2[5] - Ductile Iron Pipe and Fittings (Force Mains) 2G8[1] - Gate Valves for Potable Water Lines 2G9[1] - Fire Hydrants 2G11[2] - Installation of Water Pipe 2G12[1] - Hydrostatic Testing of Pressure System 2G21[2] - Water Service Material 2G31[1] - Butterfly Valves for Water Lines 21-11J61 - Flexible Base (Limestone) 2H6[2] - Prime and Tack Coat 2H10[5] - One Course Asphalt Wearing Surface 2H11[1] - Hot Mix -Hot Laid Asphaltic Concrete Pavement 2H14[1] - Concrete Curb & Gutter and Concrete Valley Gutter 2H14[3] - Concrete Block Curb 2H16[1] - Concrete Sidewalk and Concrete Driveways 2H18[1] - Portland Cement Concrete Pavement 2H22[1] - Pavement Marking 2H27[1] -Ccogrid Reinforcement 2J4[3] - Hydromulch Seeding CONCRETE 3A1[1] - Concrete Formwork 3B[1] - Concrete Reinforcement 3C1[1] Normal Weight Aggregate Concrete 3C4[1] - Concrete Structures CARPENTRY 6A3[2] Carpentry for Boardwalk LIST OF DRAWINGS APPENDIX - GEOTECHNICAL REPORT NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND ADDENDUM NO. 3 ATTACHMENT NO. 1 Page 3 of 3 NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: Flour Buff Drive, Phase 1 from SPID to Graham, Phase 2 from Graham to Don Patricio (Bond 2008) / PROJECT NO. 6498 & 6499 consists of sitework and demolition, utility adjustment, approximately 70,000 CY excavation and, backfilling, dewatering, concrete structures, grating, inlets, approximately 6,000 LF of storm sewer pipe, 2,167 LF of box culverts, 16" and 8" water lines, 43,995 SY of subgrade preparation, 38,028 SY base and hot mix asphaltic pavement, concrete curb and gutter, 70,477 SF sidewalk, manholes, pavement repair, traffic control and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents. will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, September 29, 2010, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Tuesday, September 21, 2010, beginning at 10:00 a.m. The pre -bid meeting will convene at Department of Engineering Services, Main Conference Room, Vd.Floor, City Hall, 1201 Leopard St., Corpus Christi, Texas and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope, followed by a question and answer session. A site visit will follow after the meeting, if requested. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. ,Failure to provide the bid bond will constitute a non- responsive proposal which .. will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5o bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of One Hundred and no /100 Dollars ($100.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS _. /s/ Pete Anaya, P.E. Director of Engrg. Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF 'INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY -- -OWNED NON -OWNED OR RENTED $1.000,000 COMBINED SINGLE LIMIT . WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY / ENVIRONMENTAL IMPAIRMENT COVERAGE,. Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental .Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 DThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. DTbe name of the project must be listed under "description of operations" on each certificate of insurance. [For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B 'mar' NOTICE TO CONTRACTORS — B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction --Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act) - -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, Ieasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, withoutany additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (13) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population_ The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period, shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, . the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self- insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S1 1 0.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512- 440 -3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate, of coverage ("certificate")- A copy of a cert f cote of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC -81, TWCC- 82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall 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 Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certifcate 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 certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall not fy the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on 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. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (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 Code, Section 401.011(44) for all of its employees providing services on the project, for 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 certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) not/ the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self- Page 10 of 11 • Insurance Regulation_ Providing false or 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 entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breachfrom the governmental entity. Page 11 of 11 SECTION A SPECIAL PROVISIONS SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2 :00 p.m., Wednesday, September 29, 2010. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office City Eccrcta_, _ __ City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL -- FLOUR BLUFF DRIVE PHASE 1 FROM SPID TO GRAHAM PHASE 2 FROM GRAHAM TO DON E'ATRICIO (Bond 2008) PROJECT NOS. 6498 & 6499 Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non- responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Tuesday,September 21, 2010, beginning at 10:00 A.M. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. if requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project This project consists of sitework and demolition, utility adjustment, approximately 70,000 CY excavation and backfilling, dewatering, concrete structures, grating, inlets, approximately 6,000 LF of storm sewer pipe, 2,167 LF of box culverts, 16" and 8" water lines, 43,995 SY of subgrade preparation, 38,028 SY base and hot mix asphaltic pavement, concrete curb and gutter, 70,477 SF sidewalk, manholes, pavement repair, traffic control and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents. A -4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Total Base Bid or Alternative Base Bid; or 2. Total Base Bid or Alternative Base Bid Plus any or all Alternatives. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best. interest of the public. Section A - SF (Revised 9/18/00) Page 1 of 32 Primary breakdown of the main bid categories Base Bid includes all work as described in project description above Additive Alternate No. 1 is for Reinforced Concrete pavement in lieu of hot mix asphaltic pavement in the base bid Additive Additive Dr. from Additive Additive Alternate No. 2 is the addition of turn lanes Alternate No. 3 adds the overlay and street rehabilitation of Flour Don Patricio to Yorktown Road Alternate No. Alternate No. 4 is the use of HDPE pipe in lieu of RCP. 5 is the addition of electrical conduit for MIS Alternate Base Bid is the street improvement for Phase 1, only, from SPID to Graham Rd. - Asphaltic pavement Additive Alternate No. 6 is reinforced concrete pavement in lieu of Asphalt for the alternate base bid. Additive Alternate No. 7 - Includes all bid for the Additional cost required portion of the project before starting Explanation of Measurement and Payment 1. work in Phase 1 and 2 but requests a to construct an& complete Phase 1 Phase 2. Clear and Grub: This item will be measured by each acre cleared. not limited to, the following work: a. Excavation of roots, stumps and other items far enough below not effect construction of proposed improvements b. Backfill of excavations c. Removal and disposal of 2. Concrete Rip Rap: This item shall be measured by the square foot of concrete rip rap surface installed and accepted by the City. 3. Concrete Headwall /Wing walls: This item shall be measured by each City. 4. Grate, Post and Curb Inlets: Grate, post and curb inlets will be measured as individual items of the size and type listed on the proposal form. The work includes but is not limited to the following: a. Labor and materials b. Excavation and backfill 5. Signs: This item will be measured by each sign required. 6. Demolish and Remove Miscellaneous Items: This item will be measured as noted on the bid form. This item includes, but is not limited to, the following work: a. Excavation and backfill b. Permits for handling, hauling & disposing c. All costs associated with handling, hauling & disposing 7. Street Excavation: Street excavation shall be measured by the cubic yard in its undisturbed position. Backfill will not be measured and will be considered as a subsidiary item to street excavation. Topsoil when required will be measured separately. Excavation for sidewalk will not be measured and will be considered as a subsidiary item to sidewalk. This item includes, but is cleared material the surface to headwall installed and accepted by the Section A - SP (Revised 9/18/00) Page 2 of 32 S. Co pacted Subgrade: This item will be measured by each square yard of subgrade. This item includes, but is not limited to, the following work: a. Watering / dewatering . b. Compaction c. Maintaining compaction prior to placement of base course 9. Geogrid: This item will be measured by each square yard properly installed and accepted by the inspector. 10. Flexible Base: Flexible Base shall be measured by the square yard of finished base course of the thickness indicated on the drawings or specified herein. 11. Prime Coat: Prime coat will be measured by the square yard of prime coat applied; however, maintenance or repair applications will not be measured. 12. Asphaltic Concrete Pavement: Hot mix asphaltic concrete pavement shall be measured by the square yard of finished pavement of the required thickness. 13. One Course Surface Treatment: This item will be measured by each square yard of surface treatment however, maintenance or repair applications will not be measured. This item includes, but is not limited to, the following work: a. prime coat and rock b. maintenance of the surface prior to placement of the HMAC .14. Sidewalk & Driveway: Concrete sidewalk and concrete driveways shall be measured by the square foot of completed sidewalk and concrete driveways. Gutter transitions at driveway entrances shall be measured as standard curb and gutter. 15. .Pavement Markings: This item will be measured as noted on the bid form. This item includes, but is not limited to, the following work: a. Labor and materials b. Surface preparation c. Paint and thermoplastic markings d. Equipment necessary for proper installation 16. Temporary Road Widening: This item will be measured by each square yard. This item includes, but is not limited to, the following work: a. Installation of base material b. Prime coat c. Asphalt wearing surface 17. Traffic Control: This item will be measured by lump sum. This item includes, but is not limited to, the following work: a. All equipment needed for proper traffic control including barrels, cones and signage b. Applications to city traffic department for road closure permits c. Permitting and coordination with TXDOT where traffic control effects their ROW 18. Seed and Fertilize: This item shall be measured by the acre of horizontal surface area seeded, fertilized, watered and maintained through specified establishment of grass cover. Section A - SP (Revised 9/18/00) Page 3 of 32 19. Curb and Gutter: Concrete curb and- gutter shall be curb and gutter. Curb and gutter Gutter transitions at inlets shall Laydown curb for driveways will be measured by the linear feet of completed shall be measured along the centerline. be measured as standard curb and gutter. measured as curb and gutter_ 20. Silt Fence: This item shall be measured by the linear foot. 21. Rock Filter Dam: This item shall be measured by the linear foot. 22. Curb Ramps: This item will be measured by the surface square feet of individual ramps. This item includes, but is not limited to, the following work: a. Forming and pouring curb ramps b. Providing qualified personnel to ensure that variations in the field installation remains with in ADA regulations. c. Provide detectable warning 23. Aluminum Picket Fence: This item will be measured by linear foot of fencing. 24. Move In and Move Out (Mobilization): This item will be measured as a lump sum. Fifty percent of this item may be requested on the first approved monthly pay estimate and the remainder will be due on the final estimate when all work has been completed. 25. Bonds & Insurance: This item will be measured as a lump sum and shall include the bonds and insurance required by the Contract Documents. One hundred percent of this item may be due on the first approved monthly pay estimate. Contractor shall provide document to show cost incurred. 26. Concrete Bus Stop: This item will be measured by each bus stop required. 27. Reinforced Concrete Pipe / HDPE Storm Pipe: Pipe will be measured by the linear foot. Measurement will be made between the ends of the pipe barrel along the central axis. Where spurs, branches, or connections to the existing pipe are involved, measurement will be made along central axis of spur, branch or connection to centerline of existing pipe. Where inlets, manholes, or junction boxes, existing or new, are in line of pipe, measurement shall be to the ends of the pipe as completed. (The interior of manholes and inlets will not be measured)_ Storm pipe shall include, but not be limited to the following: a. Labor and Materials b. Excavation c. Bedding and backfill 28. Reinforced Concrete Box and Miter Joints: Reinforced concrete box and miter joints will be measured by the linear foot. Measurement will be made between the ends of the box along the central axis. Where spurs, branches, or connections to the existing box are involved, measurement will be made along central axis of spur, branch or connection to centerline of existing box. Where inlets, manholes, or junction boxes, existing or new, are in line of box, measurement shall be to the ends of the box as completed. (The interior of manholes and inlets will not be measured). Storm pipe shall include, but not be limited to the following: a. Labor and Materials b. Excavation c. Bedding and backfill Section A - SP (Revised 9/18/00) Page 4 of 32 29. Storm Water Manholes: Storm water manholes will be measured as individual units of the type, size and depth listed on the proposal form. Manholes shall include, but not be limited to the following: a. Labor and materials b. Excavation and backfill c. Bollards 30. Dewatering: This item will be measured by linear feet of trench or channel where dewatering is needed to keep the excavation dry. This item includes, but is not limited to, well points, pumps, hoses and other items necessary to provide stable trench bottoms and safe working conditions. 31. Trench Safety: This item will be measured by each linear foot of trenching. This item includes, but is not limited to, the following work: a. Any OSHA required items related to trench safety b. Shoring 32. Turf Reinforcement Mat: This item will be measured by each square yard of mat. This item includes, but is not limited to, the following work: a. Installation of the turf reinforcement mat as per plans and specifications b. Top soil placed over mat and straw mat secured in place c. Seed, fertilize, water and maintained through specified establishment of grass cover. 33. Gate Valves and Boxes: This item will be measured by each individual gate valve of the size and type installed. This item includes but is not limited to the following work: a. Furnishing and installing gate valves as called for on the Drawings and specified herein b. Furnishing and installing valve boxes with covers. Top of the valve boxes shall match the finished grade c. Furnishing and installing a concrete pad under each valve 34_ Ductile Iron Pipe Fittings (including plugs): This item will be measured by each individual fitting for each size and type listed on the Proposal. This item includes but is not limited to the following . work: a. Furnishing and installing the fitting b. Polyethylene wrap c. Thrust blocks d. Include the cost of furnishing and installing any adapter, tap, flow off valve or special fitting required to complete the installation ready for use in the appropriate bid item 35. PVC Water Pipe: Water pipe will be measured by the linear foot of pipe for each size and type installed, regardless of the depth. Measurement will be made horizontally along the'centerline of pipe from center to center of fitting.. This item includes but is not limited to the following work: a. Dewatering b. Trench excavation, including removing and disposing of existing pavement or debris c. Furnishing and installing pipe (PVC pipe to have a #12 copper coated W.P. detector wire), concrete thrust blocking and any other items required to complete the water system improvements in accordance with the contract Section A - SP (Revised 9/18/00) Page 5 of 32 documents that are not measured and paid for under another bid item d. Any measures necessary to ensure water service interruptions to current users is minimized, including coordination with city water department, after hours work to minimize inconveniences and communications with effected parties warning of interruptions e. Placing and compacting backfill (including furnishing any select bedding material) f. Grading and cleaning up of pipe trench and affected area g. Hydrostatic testing, sterilizing and flushing of completed line 36. Tie -in to Existing Line: This item will be measured by each individual tie -in. This item includes, but is not limited to, the following work: a. Excavation and backfill b. Coordination with city water department c. Any fittings or equipment not called for elsewhere in the plans or specs 37. Connection to Existing Meter: This item will be measured by each individual connection. This item includes, but is not limited to, the following work: a. Coordination with effected user b. Labor and materials c. Any measures necessary to ensure water service interruptions to current users is minimized, including coordination with city water department, after hours work to minimize inconveniences and communications with effected parties warning of interruptions 38. Water Service Saddle Tap: This item will be measured by each individual tap. 39. Copper Water Service Line: This item will be measured by each linear foot of line. This item includes, but is not limited to, the following work: a. Labor and materials b. Trenching, embedment, backfill and compaction c. Temporary pavement repair where necessary d. Hydrostatic and bacteriological testing 40. Fire Hydrants: Fire hydrants will be measured by each fire hydrant installed. Fire hydrants shall include, but not be limited to: a. Fire hydrant b. Associated piping and fittings c. One gate valve with valve box d. Fitting on main 41. Utility Allowance: Contractor shall insert the figure noted in his bid proposal. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance and must be approved by the Engineer. 42. Reinforced Concrete Pavement: This item will be measured by each square yard of pavement. This item includes, but is not limited to, the following work: a. Forming, pouring and finishing the pavement as per plans and ' specifications. b. Expansion joints and load transfer devices c. Saw cutting d. Curing compound 43. Hot Mix Asphaltic Concrete Level Up: This item will be measured by each square yard. Section A - SP (Revised 9/18/00) Page 6 of 32 44. HMAC Overlay: This item will be measured by each square yard of overlay. 45. Salvage Base: This item will be measured by each square yard of base. 46. Shoulder up. New Pavement: This item will be measured by each 100' station and includes both sides of the street where applicable. 47. Adjust Manhole Rims and Valve Covers: This item will be measured by each rim and cover. This item includes, but is not limited to, the following work: a. Installation of risers / rings to bring the cover to grade b. Pour & finish concrete collar 48. Pollution Prevention Items: This item will be measured as noted on the bid form. These items include, but are not limited to, the following work: a. Proper installation b. Cleaning and repair after rain events c. Reporting as required by state and federal law 49. MIS Manhole /Pullbox: This item will be measured by each individual manhole /pullbox. 50. PVC Conduit: This item will be measured by each linear foot of conduit. 51. Drainage Ditch Excavation: Drainage ditch excavation shall be measured by the cubic yard in place as computed using the "double end area method ". Ditch excavation shall include, but is not limited to excavation, hauling, compaction and grading to achieve finished grades. 52. Items Not Listed on the Proposal: Items of work not listed on the Proposal Form necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their cost should be included in the appropriate bid item. Any item required on the plans and contract documents shall be paid under the appropriate bid which covers the item. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference Flour Bluff Drive, Phase 1 SPID to Graham Road (Project No 6498) Flour .Bluff Drive, Phase 2, Graham Road to Don Patricia Road (Project No. 6499) as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion of each item shown below. The project has been divided into phases. The contractor is required to complete each item before proceeding to any other. item. At any one time, except as noted above, the contractor will not be allowed to start or work concurrently in more than two items. Time duration for construction is allocated for each item and if the work in that item is not complete as shown below, liquidated damages will be Section A - SP (Revised 9/18/00) Page 7 of 32 assessed for each day the work is delayed. A penalty in the amount of $ 800.00 per calendar day will be assessed against the contractor as liquidated damages. Time duration for each item is not transferable. Completion shall be based on satisfactory work, completed, in accordance with the plant, specifications, and contract documents and accepted by the City. Start of charge time'is initiated by the setting up of Traffic Control and first day of traffic diversion. The working time for completion of the Project will be as follows: Base Bid Only 525 Calendar Days Alternative No. 1 ADD 100 Calendar Days Alternative No. 2 ADD 30 Calendar Days Alternative No. 3 ADD 30 Calendar Days Alternative No. 4 ADD 0 Calendar Days Alternative No. 5 ADD 0 Calendar Days Alternative Base Bid 300 Calendar Days Alternative No. 6 ADD 60 Calendar Days Alternative No. 7 ADD 60 Calendar Days _Days. Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April. 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of 525 Calendar Days plus time allowed for additive alternates if awarded, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. After Contract Award and pre - construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $800 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as-an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the monthly pay estimate. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement 't(orkers'. compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the Section A - SP (Revised 9/18/00) Page 8 of 32 required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will .be considered non- responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for highway and heavy construction shall apply. When conflict in wage rates, the higher of the rates shall prevail. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Section C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record.showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1 1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours . ) Section A - SP (Revised 9/18/00) Page 9 of 32 A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess System at 1- 800 - 344 -8377, the Lone Star Notification Company at 1- 800 -669 -8344, and the Verizon Dig Alert at 1- 800- 483 - 6279_ For the Contractor's convenience, the following telephone numbers are listed City Engineer Project Engineer, Urban Engineering- Murray Hudson Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services AEP SBC / A T & T Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) CenturyTel ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 826 -3500 826 -3500 854 -3101 826 -3540 886 -2600 826 -1881 826 -1800 885 -6900 826 -1875 826 -3461 826 -1940 1- 877/373 -4858 (826 -1888 after hours) (826 -1888 after hours) (885 -6913 after hours) (826 -1888 after hours) 881 -2511 826 -1946 857 -5000 887 -9200 225/214 -1169 881 -5767 512/935 -0958 972/753 -4355 (1 -800- 824 -4424, after hours) 857 -1960 (857 -5060 after hours) (Pager 800 - 724 -3624 (225/229 -3202 (M) (Pager 850 -2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets.or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. Section A - SP (Revised 9/18/00) Page 10 of 32 A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material during wet weather_ The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt top soil. "Clean" dirt Top soil is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation "; therefore, no direct payment will be made to Contractor. A -].6 Disposal /Salvage of Materials Excess excavated material (clean dirt) shall be stockpiled and spread in the designated area shown in the plans. Broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Water line valves and manhole ring and covers will become the property of the City, and the Contractor shall deliver these items to the City utility yards per the Engineer's instructions. Section A - SP (Revised 9/18/00) Page 11 of 32 A -17 Field Office (MOT USED) office at the construction site. The field office must contain at least 120 square A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on working days.' This plan must detail the schedule of work and 'Must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must also indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to - include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Once a Month Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: a. The schedule of construction shall be structured to meet all requirements of Section A -6 "Time of Completion" and as noted above. The schedule of construction shall not conflict with any provision of the Contract Documents and also that when the Owner is having other work done, either by contract or by their own force, the Engineer may direct the time and manner of constructing the work done under this Contract so that conflict will be avoided and the construction of various works being done for the Owner will be harmonized. A -I9 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout will be provided by the City or Consultant Project Engineer. The Contractor will furnish all lines, slopes and measurements for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or. Consultant Project Engineer as necessary, at no cost to the Contractor. Control Section A - SP (Revised 9/18/05) Page 12 of 32 points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, Plans and Specifications. Said compliance certification shall be provided and prepared by a third party Ifidepeaden Registered Professional Land Surveyor (R.P.L.S.) licensed in the State of Texas retained and paid by the Contractor. The . third party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the third party surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and.gutter flow line - both sides of street on a 200' interval • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes • All intersecting lines in manholes • Casing elevations (top of pipe and flow line) (TxDOT and RR permits) Water: • All top of valve boxes • Valve vaults rim • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Storm Water: • All rim /invert elevations at manholes • All intersecting lines in manholes • Casing elevations (top of pipe and flow line) (TxDOT and RR permits). A -20 Testing and Certification All tests required under -this item must be done by a recognized testing laboratory selected by the Engineer Consultant. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. SCHEDULE OF TESTING BY THE CITY: - 1. Embedment, Fill and Sackfill Laboratory Testing: (1) Gradation 4 Ea. (2) Moisture- Density Relationship 5 Ea. (3) In -Place Density Tests 300 Ea. 2. Concrete Section A - SP (Revised 9/18/00) Page 13 of 32 Laboratory Testing: (1) Mix Design: One for each class of concrete. (2) Concrete Cylinders: (1 set is 3 cylinders) a) Cast -In -Place Box Culvert 12 Sets b) Grated Box Culvert 8 Sets d) Junction Box 4 Sets e) Grate Inlets 4 Sets f) Concrete Pavement 4 Sets g) Balustrade 6 Sets 3. Flexible Base Course (See Subsection 025220) Laboratory Testing: (1) Moisture - Density Relationship Proctor Curve) 5 Ea. (2) In -Place Density Tests 15 Ea. 6. Hot Mix Asphaltic Concrete Pavement (See Subsection 025424) Laboratory Testing: (1) Extraction Test 1 Ea. (2) Stability and Laboratory Density 1 Ea. (3)" Field Density 20 Ea. SCHEDULE OF TESTING BY CONTRACTOR: Testing, including sampling, will be performed by Engineer or the testing firm's laboratory personnel, in the general manner indicated in the Specifications. Engineer shall determine the exact time, location, and number of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including sampling, to be performed. Contractor shall have no claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by Engineer or the testing firm's laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. When the specifications require inspection of materials or equipment during the production, manufacturing, or fabricating process, or before shipment, such services will be performed by Engineer or an independent testing firm or inspection organization acceptable to Engineer. Contractor shall give appropriate written notice to Engineer not less than 10 days before offsite inspection services are required, and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel in the performance of their duties. The inspection organization will submit a written report to Engineer, with a copy to Contractor, at least once each week. The Contractor must provide all applicable certifications to the Engineer Consultant. A -21 Project Signs - The Contractor must install 2 Project signs as furnished by the City and as indicated on Attachment No. 1. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The Section A - SP (Revised 9/I8/00) Page 14 of 32 .�1 location of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy 1. Policy (Revised 10/98) It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the'City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing,work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. - Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities_ Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0°% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation Section A - SP (Revised 9/18/00) Page 15 of 32 at least 51.O% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0°% of the contract work itself and in which a minority joint venture partner has a 50.00 interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. - 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45% 1.5% b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has beeli "util "ized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which .have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) (MOT USED) occupancy. Contractor muat obtain the Ccrtifi ate, of Occupancy, when appli able. required by City. A -24 Surety Bonds Paragraph two (2) of Section B-3 -4 of the General Provisions is changed to read as follows: Section A - SP (Revised 9 /18/00) Page 16 of 32. "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in..any litigation against the City. All bonds, must be issued by an approved Surety Company authorized to do business in the State of Texas_ If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25. Sales Tax Exemption {NOT 3SED) Section B 6 22, -Tax Exemption Provision, is deleted in its entirety and the Contracts for improvements to real property awarded by thc City of Corpus Christi do not qualify for exemptions of Sales, Excise, and Usc Taxes unless thc Contractor 3, Tax Administration of Title 31, Public Finance of the Texas Administrative Code, or such other rules or regulations as may be promulgated by thc Comptroller of Public Accounts of Texas. If thc Contractor elects to operate under a scparatcd contract, he shall: into the Project. 3. t' evidc resale certificates to Suppliers. 1. Provide thc City with copies of material invoices to Substantiate the proposal value of materials. atc under a separated contract, he must pay Subcontractors are clighIc fer sales tax exemptions if thc .subcontractor also certificate to thc subcontractor and thc Subcontractor, in turn, issues a resale certificate to his supplier_ A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: Section A - SP (Revised 9/18/00) Page 17 of 32 In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1_ Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) amcndcd to includc: Contractor must prewelde Professional Pollut -ion Liability /Environmental A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Section A - SP (Revised 9/18/00) Page 18 of 32 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in the day - to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not necessarily limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foreman, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foreman cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Section A - SP (Revised 9/18/00) Page 19 of 32 Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, --been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B- 7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre- construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-32 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8 -5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Section A - SP (Revised 9/18/00) Page 20 of 32 Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00_ The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the. Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements (NOT USED) A. Visitor /Contractor Orientation Prior to performing work at any City ater facility, the Contractor, hio oubcontractoro, and each of their cmploycco muat have ox their person a valid card eortifying their prior attendance at a Viaitor /Contractor £9afcty Orientation Program conducted by the City Water Dcpartmcnt Personnel. A Viaitor /Contractor Cafcty Orientation Program will be offered by authorized City Watcr Dcpartmcnt peraonncl for those persona who do not have ouch a card, and who dccirc to perform any work within any City water facilty_ Per add4tioBal i-frfenDati-en refer to Attachment 1. Section A - SP (Revised 9/18/00} Page 21 of 32 water facility at any time. 2.11 ouch itemo muot operator or othcr authorised maintenance c Dcpartmcnt. C. Protection of Watcr Quality Thc City must dclivcr watcr - of drinking quality be eperatcd by an to itc cuotomcro at all protcct thc quality of thc water. D. Conformity with ANSI /NCP Standard 61 thread, compoundo, coatings, or hydraulic equipment. Thcoc itcmn muot not item° arc inapccted on the oitc by authorized City perconncl immediately t Thc Contractor oha11 providc the Engineer with coped of writtcn proof of contact with potable water. oubcontractoro, muot be contained at all timed at thc watcr facility J- - dread clean at all timed and remove all traoh daily. CONTRACTOR'S ON SITE PREPARATION ,J and individual employee identification. C. Contractor shall providc tcicphoncs for Contractor personnel. Plant providc own sanitary facilitico. 3� 1 Contractor vchicico must be parked at dcoignatcd oitc, ao dcoignated by City Water Department staff. All Contractor vchicicc moot be clearly labeled with company name. No private cmploycc vchicico arc allowed at O. designated construction ar a nor wandcr through any buildings othcr than during cmcrgcncy evacuation. Section A - SP (Revised 9/18/00) Page 22 of 32 Contr-aetor Qualification SCADA (SUPERVICORY CONTROL AND DATA ACQUISITION) Any work to the computcr based monitoring and control system must be 1. He in rcgularly engaged in the computcr based monitoring and control ,oyatcm business, preferably an applied to thc municipal water and - waotcwatcr industry. �. Hc has performed work on systcros of comparablc nisc, type, and projcct3. 3. for at 1 ant years. 1. Hc employs a Registered rrofconional Enginccr, a Control systems Engineer, or an Electrical Enginccr to supervise or perform the work rcquircd by this specifications. completed a manufacturcr'3 training course in configuring and implementing thc specific computers, RTUC's, and 3oftwarc proposed for the Contract. calibrate, and program thc systcma spccificd herein. P. He Shall furnish equipmcnt which is thc product of ono manufacturer to the maximum practical cxtcnt. Where thin in not practical, all equipment of a given type will bc thc product of one manufacturer. thc now work for thin Project. 9. Thc Contractor shall product all filled out programming blocks rcquircd to show thc programming as Heeded and required, to add these—two systems to thc cxioting City SCADA nystcm.AAttachcd io an example of the required programming blocks which the City rcquirc3 to bc filled in and given to thc City Enginccr with all Thc Contractor will provide all programming blocks uscd. L. Trenching Requirements All trenching for this projcct at the 0. N. Ctevens Watcr Tr atmcnt Plant existing underground obstructions. No trenching machines shall be allowed on thc projcct. A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. The Engineer will retain six sets (seven if electrical) for distribution to City staff, inspector Section A - SP (Revised 9/18/00) Page 23 of 32 and Engineer's file. Contractor shall submit the additional number required for return for his files, manufacturers, sub - contractors, etc. b. Reproducibles: In addition to the requireed copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. 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. variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. g• j- Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report: When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 6 -15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended- (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at Section A - SP (Revised 9/18/00) Page 24 of 32 the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Comyensatiou Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors this Special Provision. -BI are incorporated by reference in A -39 Certificate of Occupancy and Final Acceptance (Not Used) _ A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the_material supplier has_been paid for the materials delivered to the project worksite. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and thc Contractor will be compensated at thc unit A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" 8- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the, contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change Orders. Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order Section A - SP (Revised 9/18/00) Page 25 of 32 (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: Horizontal changes. and vertical dimensions due to substitutions /field "Nameplate" data en all installed equipment. Deletions, additions, and changes to scope of work. Any other changes made. Horizontal and vertical dimensions of existing utilities affected, crossed or found during the construction. A -46 Disposal of Highly Chlorinated water (7 /5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractors 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. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) (NOT USED) z'rior to any construction whatever on the project, Contractor shall "pot hole" or horizontal and verti al lo ations of paid - parallel pipelines at 300 feet maximum 0.C. existing utilities. Gentractor shall perform no conotructien work until all been mado in the area of the Phaoc being started, the exploratory excavations have results thereof reported to form. Contractor Shall provide all his own survey work exploratory excavations. cffort (no separate pay) for Section A - SP (Revised 9/18/00) Page 26 of 32 A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP /CP &L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8 /24/00) Under "General Provisions and Requirements for Municipal Construction. Contracts ", 5- 8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Technical Special Provisions The requirements of "Technical Special Provisions" are incorporated by reference in these Special Provisions. A -51 Contaminated Soils If, during the construction, an area is suspected of a high level of contamination, then the City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow thp„ following procedures: 1. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench. All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the construction drawings. 2. On-Site Stockpiles: Excess material from excavation, whether non- contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run -on, runoff„ and infiltration of contamination from precipitation. .Contaminated stockpiles shall be underlain by plastic, with a clean -soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. 3. Disposal of Excess Non - Contaminated Soil: The balance of any non- contaminated soil not used in backfill, shall become-the property of the. Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. Section A - SP (Revised 9 /18 /00) Page 27 of 32 4. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector. Excess'contaminated soil will be transported by the Contractor to a safe disposal area to be designated by the City. 5. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. A-52 Fences All existing fences affected by the work shall be maintained by Contractor until completion of the work.. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of.the fence by the Contractor, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. There shall be no separate payment for removal, replacement or repairs to existing fences. A -53 Protection of Public and Private Property Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. No trees shall be removed outside the permanent easement, except where authorized by Engineer. Whenever practicable, Contractor shall tunnel beneath trees in yards and parkings when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage from construction operations. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the Work or any part or site thereof, whether by him or his Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. All fire hydrants and water control valves shall be kept free from obstruction and . available for use at all times. A -54 Security Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. No claim shall be made against Owner by reason of any act of an employee or trespasser, and Contractor shall make good all damage to Owner's property resulting from his failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by Owner to protect his existing facilities during normal operation, but shall also include such Section A - SP (Revised 9/18/00) Page 28 of 32 additional security fencing, barricades, lighting, and other measures as required to protect the site. A -55 Access Roads Contractor shall establish and maintain temporary access roads to various parts of the site as required to complete the Project. Such roads shall be available for the use of all others performing work or furnishing services in connection with the Project. A -56 Parking Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. A -57 Amended "Prosecution and Progress ". Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 7 Prosecution and Progress, add the following: `Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. A -58 Noise Control Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound - muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work, according to Federal Highway Administration and OSHA regulations. During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. A -59 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. Monthly payment will be withheld if this provision is not followed. A -60 Temporary Drainage Provisions Contractor shall provide for the drainage of storm water and such water as-may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. Section A - SP (Revised 9/18/00) Page 29 of 32 Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. See also: Section T1 -E20 of the Technical Specifications, Storm Water Pollution Prevention. A -61 Dewatering This item is measured by the linear feet of trench where dewatering is needed to keep the excavation dry. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and /or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system, the Contractor shall contact Mark Shell 857 -1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A -62 Additional Time of Completion /Liquidated Damages Information Related to Completion of Project The Contractor is hereby notified that time is of the essence on this project. Currently, the City is in the process of starting and completing other projects related to the storm water drainage system related to this project (status will be provided at the Pre -Bid Meeting). These other projects provide for connection of this project to the out£all into the bay. As noted in Section A-6, the working time for completion of the project shall be as follows: Base Bid Only Alternative No. 1 ADD Alternative No. 2 ADD Alternative No. 3 ADD Alternative No. 4 ADD Alternative No. 5 ADD Alternative Base. Bid Alternative No 6 ADD Alternative No. 7 ADD 525 Calendar Days 100 Calendar Days 30 Calendar Days 30 Calendar Days 0 Calendar Days 0 Calendar Days 300 Calendar Days 60 Calendar Days 60 Calendar Days Section A - SP (Revised 9/18/00) Page 30 of 32 The Contractor shall not make tie -ins to existing boxes, pipes, inlets, manholes, etc. until downstream segments by others are completed and the system ready for service. In the event that the other projects have not been completed prior to the Contractor completing installation of all segments of this project, then the Contractor shall place construction operations on hold until said downstream system has been completed. Calendar days will not be counted against the completion date while construction is on hold due to downstream segment completion by others. Once the Contractor has been notified that downstream system has been completed, and that construction shall commence again, the Contractor shall re- mobilize within 5 working days (not counted against the completion date limit) 'at no additional cost to the City. The Contractor shall then proceed to complete the remainder of the utility work in a timely mariner, within the remaining allotted calendar days. The Contractor shall have no claim for delay compensation. Section A - SF (Revised 9/18/00) Page 31 of 32 SUBMITTAL TRANSMITTAL FORM PROJECT: FLOUR BLUFF DRIVE PHASE 1 FROM SPID TO GRAHAM PHASE 2 FROM GRAHAM TO DON PATRICIO (Bond 2008) Project No. 6498 & 6499 OWNER: City of Corpus Christi ENGINEER: CONTRACTOR: Urban Engineering SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAPING SUBMITTAL Section A - SP (Revised 9/18/00) Page 32 of 32 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 14TH day of December, 2010, 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 Construction, Ltd. termed in the Contract Documents as " Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $6,139,638.55 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: Haas - Anderson FLOUR BLUFF DRIVE PHASE 1 FROM SPID TO GRAHAM PHASE 2 FROM GRAHAM TO DON PATRICIO (BOND 2008) PROJECT NOS. 6498 & 6499 (TOTAL BASE BID -I- ADD.ALTS NO.2 & NO.5: $6,139,638.55) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including o<ve.rseeing, the entire' job,. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, 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. Page 1 of 3 Rev, Jun -2010 I r Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -II and Special Provision A -26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of •Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 555 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. Page 2 of 3 Rev. Jun -2010 ATTEST: City Secretary APPROVED AS TO LEGAL FORM: By: Asst. C' y At orney ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF Cf,RPUS C R tST By: aeWt_ Juan Perales/ Jr.,P.E. Assistant City Manager Engineering /Development Services By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Haas -Ande Const ctimt. Ltd. By: • /1-0....c Tit , Haas•Anderson Management, Lt General !Partner 1402 HOLLY RD. (Address) CORPUS CHRISTI, TX'78""` (City) (State)(ZIP) 361/853 -2535 * 361/853 -5564 (Phone) Page 3 of 3 Rev. Jun -2010 (Fax) ....... -w• AUTHORIZED if UNCIL.. )2 I` /0 SEC R TARY P R O P O S A L F O R M F O R FLOUR BLUFF DRIVE PHASE 1 FROM SPID TO GRAHAM PHASE 2 FROM GRAHAM TO DON PATRI C I O (BOND 2008) PROJECT NOS. 6498 & 6499 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM PAGE 1 OF 35 ADDENDUM No, 9 ATTACHMENT NO. 1 Page 1 of 35 Proposal of 5'1 5-- OR P R O P O S A L Place: (Orpas Uitr :iiij T� Date: ID- o— DaM 4 -e 64 fr / ,1 f LI a Corporation organized and existing under the law s the State of a or Individual doing 1-1 QQS - )G/sv1 6.1 "1 "ruC) ,/,) be .. TO: The City of Corpus Christi, Texas Gentlemen: of business as The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: FLOUR BLUFF DRIVE PRASE I FROM SPID TO GRAHAM PHASE 2 FROM GRAHAM TO DON PATRICIO (BOND 2008) PROJECT NOS. 6498 & 6499 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: REVISED PROPOSAL, FORM PAGE 2 OF 35 ADDEND[3M NO. 4 ATTACHMENT No, 1 Page 2 of 35 A. BASE BID - PART A .STREET IMPROVEMENTS (Phase 1 & 2 Combined) I 11 111 IV v BID OTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITE4: FIGURES A -1 27.5 AC Clear and Grub, complete in place per AC $ 590.00 $ 16225.00 A -2 1120 SF Remove Concrete Rip Rap, complete in place per SF $ 0.65 _$ 728.00 A-3 20 EA Remove Culverts and Headwalls, complete in place per EA $ 308.00 6 160.00 A -4 11915 SF Remove Concrete Driveway, complete in place per SF 0.75 - 8 936.25 A -5 1 EA Remove Post Inlet, complete in place per EA $ 268.00 $ 268.00 A -6 A-7 4 EA Remove Signs, complete in place per EA $ 65.00 _$ 260.00 1 EA Concrete Plug Storm Sewer, complete in place per EA $ 575.00 _$ 575.00 A-8 1 LS Remove Slot Inlet, RCP and Headwall, complete in place per LS $ 803.00 $ 803.00 A- 9 32500 CY Excavation (Roadway), complete in place per CY $ 4.55 $ 147,8 7 5.00 A -10 43995 SY Compacted Subgrade (12 "), complete in place per SY $ 1.15 $ 50,594.25 A -11 42885 SY Geogrid (Flour Bluff Drive), complete in place per SY $ 3.40 $ 145,8 09.00 A -12 1110 SY Geogrid (Side Streets), complete in place per SY $ 3.40 $ 3,774.00 A -13 38028 SY 9" Limestone Base (TY A, GR 1), complete in place per SY $ 10.80 $ 410,702.40 A-14 3194 SY 4 -1/2" Limestone Base (TY A, GR 1), complete in place per SY 5.70 $ 18,205.80 A -15 1628 SY 8" Limestone Base (TY A, GR 1), complete in place per SY $ 9.70 $ 15,791.60 A -16 30 SY 2 -1/2" Limestone Base (TY A, GR 1), complete in place per SY $ 3,85 $ 115.50 A -17 1902 GAL Tack Coat (Flour Bluff Drive), complete in place per undiluted GAL $ 2.50 $ 4,755.00 A-18 6392 GAL Prime Coat (Flour Bluff Drive), complete in place per GAL $ 3.55 $ 22,691.60 A -19 166 GAL Prime Coat (Side Streets), complete in place per GAL $ 3.55 $ 589.30 A -20 38028 SY 1 -1/2" Hot Mix Asphaltic Concrete (1st Course) (TY D), complete in place per SY $ 6.65 $ 252,886.20 A -21 38028 SY 1 -1/2" Hot Mix Asphaltic Concrete (2nd Course) (Flour Bluff Drive), complete in place per SY $ 6.65 $ 252,886.20 A -22 1628 SY 2" Hot Mix Asphaltic Concrete (Side Streets), complete in place per SY $ 10.00 $ 16,280.00 A -23 38028 SY One Course Surface Treatment (PB- 4)(Flour Bluff Drive) , complete in place per SY $ 1.50 $ 57,042.00 A -24 16182 SF Concrete Driveway, complete in place per SF $ 4.85 $ 78,482.70 A -25 248 SY Base Driveway Repair, complete in place per SY $ 16.65 $ 4.129.20 A -26 500 SF Unanticipated Concrete Driveway Removal, complete in place per SF $ 0.75 $ 375.00 A-27 12738 LF Pavement Marking (Y) (4 ")(Solid), complete in place per LF _$ 0.40 $ 5 095.20 $ 0.40 A -28 1794 LF Pavement Marking (W)(4 ") (Solid), complete in place per LF $ 717.60 A -29 520 LF Pavement Marking (Y) (8 ") (Solid), complete in place per LF $ 0.80 $ 416.00 1 A -30 8929 LF Pavement Marking (W) (4 ")(Broken), complete in place per LF $ 0.45 $ 4 018.05 A-31 7660 LF Pavement Marking (Y)(4 ")(Broken), complete in place per LF $ 0.45 $ 3 447.00 A -32 527 LF Pavement Marking (W) (24 ")(Solid), complete in place per LF $ 10.35 5,454.45 A-33 507 LF Pavement Marking (Y) (24") (Solid) complete in place per LF $ 10.35 J 5 247.45 A-34 453 LF Pavement Marking (W)(12 ")(Solid), complete in place per LF $ 6.00 $ 2,718.00 A-35 13 EA Pavement Marking (W)(Arrow), complete in place per EA $ 172.00 $ 2 236.00 A-36 6 EA Pavement Marking (W) (Only), complete in place per EA $ 287.00 $ 1 722.00 $ 3.45 $ 941,85 - A -37 273 EA Raised Pavement Marker (TY 1 -C), complete in place per EA A -38 538 EA Raised Pavement Marker (TY II -A -A), complete in place per EA $ 3.45 $ 1,856.10 A -39 880 LF Temporary Pavement Marking (W) (4") (Solid), complete in place per LF $ 1.50 $ 1,320.00 A--40 5786 LF Temporary Pavement Marking (Y)(4 ")(Broken), complete in place per LF $ 1.50 $ 8,679.00 A -41 7 EA Street Sign Assembly w /9" Blades and Stop Sign, complete in place per EA $ 402.00 $ 2,814.00 A -42 1 EA Speed Limit Signs, complete in place per EA $ 402.00 $ 402.00 , A-43 2 EA Other Regulatory Signs, complete in place per EA $ 402.00 $ 804.00 A -44 183 SY Temporary Road Widening Complete, complete in place per SY $ 40.00 $ 7,320.00 ' A -45 1 LS Traffic Control, complete in place per LS $ 86,000.00 $ 86,000.00 A -46 4.71 AC Seeding and Fertilizing (Roadway), complete in place per AC $ 4,250.00 $ 20.017.50 Concrete Curb E. Gutter (TY L), complete in place per LF $ 11.20 $ 108,337.60 A -47 9673 LF Silt Fence, complete in place per LF $ 3.15 $ 20,223.00 A -48 6420 LF Rock Filter Dam, complete in place per LF $ 86.00 .3 12 900.00 A -49 150 LF Stinger Curb, complete in place per LF $ 9.25 $ 89,475.25 A -50 9673 LF Aluminum Picket Fence, complete in place per LF $ 98.00 $ 3,038.00 A -51 31 LF A -52 5 EA Adjust Gas Valve Boxes to Grade, complete in place per EA $ 460.00 .$ 2 300.00 A- 53 1 LS Allowance for unanticipated Street Related Improvements (Mandatory Allowance), complete in place per LS $ 50,000.00 $ 50 000.00 A -54 1 LS Mobilization, complete in place per LS $ 403,000.00 _ 403 000.00 A -55 1 LS Bonds and Insurance, complete in place per LS $ 80,000.00 $ , 80 000.00 A -56 200 SY 9" Jointed Reinforced Concrete Pavement, complete in place per SY SUB -TOTAL BASE BID - PART A (ITEMS A.1 - A.56) $ 69.00 $ 13 800.00 $ 49.00 $ 2,461,240.05 B. BASE BID - PART B.STREET IMPROVEMENTS (Phase 1 & 2 Combined) I II III IV p BID, OTY Sc UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIGURES B -1 584 LF 15" RCP (Class III), complete in place per LF $ 34.00 3 19 856.00 B -2 156 LF 16" RCP (Class III), complete in place per LF $ 49.00 $ 7 644.00 B -3 445 LF 24" RCP (Class III), complete in place per LF $ 63.00 $ 28 035.00 B -4 877 LF 30" RCP (Class III) , complete in place per LF _$ 69.00 $ 60,513,00 5-5 622 LF 36" RCP (Class III), complete in place per LF $ 63.00 $ 39,186.00 5-6 772 LF 42" RCP (Class III), complete in place per LF $ 74.00 $ 57,128.00 1-7 2005 LF 48 " RCP (Class III) , complete in place per LP $ 80.00 $ 160,400.00 5-8 606 LF 60" RCP ;Class ITT), complete in place per LF $ 118.00 $ 71,508.00 B -9 211 LF 4'X 4' Precast Concrete Box Culvert, complete in place per LF $ 135.00 $ 28,485.00 5-10 775 LF 5'X 4' Precast Concrete Box Culvert, complete in place per LF $ 168.00 $ 130,200.00 5-11 85 LF 7'X 4' Precast Concrete Box Culvert, complete in place per LF $ 221.00 $ 18,785.00 B -12 1096 LF 9'X 4' Precast Concrete Box Culvert, complete in place per LF $ 306.00 1 335,376.00 B -13 25 EA 5' Standard Curb Inlet, complete in place per EA $ 2,300.00 $ 57,500.00 5 -14 3 EA 10' Standard Curb Inlet, complete in place per EA $ 2,850.00 ,� 8 550.00 B -15 1 EA 15' Standard Curb Inlet, complete in place per EA $ 3,515.00 $ 3,515.00 B -16 11 EA 4' Concrete Storm Manhole Type C, complete in place per EA $ 1,020.00 .$ 11 220.00 B -17 2 EA 4'W X 4'L Concrete Storm Water Manhole Type M, complete in place per EA $ 2,365.00 J 4 730.00 13-18 4 EA 5'W X 4'L Concrete Storm Water Manhole Type M, complete in place per EA $ 2,810.00 11 240.00 B -19 2 EA 5'W X 5'L Concrete Storm Water Manhole Type M, complete in place per EA $ 3,240.00 $ 6,480.00 B -20 4 EA 6'W X 4'L Concrete Storm Water Manhole Type M, complete in place per EA $ 3,360.00 13 440.00 B -21 1 EA 6'W X 5'L Concrete Storm Water Manhole Type M, complete in place per FA $ 3,830.00 $ 3 83 0.00 B -22 2 EA 6'W X 6'L Concrete Storm Water Manhole Type M, complete in place per EA $ 4,275.00 550.00 B -23 3 EA 7'W X 4'L Concrete Storm Water Manhole Type M, complete in place per SA $ 4,150.00 $ 12 450.00 13-24 1 EA 1 EA 7'W X 6'L Concrete Storm Water Manhole Type M, complete in place per EA . 7'W X 7'L Concrete Storm Water Manhole Type M, complete in place per EA $ 4,735.00 , $ 4735.00 B -25 $ 5,050.00 5,050.00 13-26 9 LF 9'W X 7'L X 71H Precast Concrete Box Culvert, complete in place per LF $ 1,150.00 _$ 10 350.00 3-27 4 EA 3' X 3' Grate Inlet, complete in place per EA $ 2,040.00 $ 816Q.00 8-28 2 EA 3' X 3' Post Inlet with Grate Top, complete in place per EA $ 1,940.00 $ 3 880.00 B -29 4 EA 4'6" X 4'6" Post Inlet with Grate Top, complete in place per EA $ 2,745.00 _$ 2 745.00 B -30 1 EA 5'5" X 2'8" Post Inlet with Grate Top, complete in place per EA $ 2,945.00 _$ 2.945.00 B -31 3 EA 5'2" X 4'10" Post Inlet with Grate Top, complete in place per EA 7'4" X 5'4 "- 48Degree Concrete Mitre Joint, complete in place per EA $ 3,875.00 A 11,625.00_ $ 2 210.00 B -32 1 EA $ 2,210.00 B -33 1 EA Concrete Headwall SETP -FW -O for 48" RCP, complete in place per EA $ 6,575.00 $ 6,575.00 3-34 1 EA Concrete Headwall SETS -FW -O for 9' X 4' Box and Energy Dissipation Structure, complete in place per EA $ 27,000.00 $ 27,000.00 B -35 8546 LF Dewatering (Pipe & Box Trenches), complete in place per LF $ 8.50 $ 72,641.00 B -36 8181 LF Trench Safety for Storm Water Conduits, complete in place per LF $ 0.60 $ 4,908.60 B -37 1 LS Concrete Rip Rap for 48" RCP and 7' X 4' Punch Through of Existing Headwall, complete in place per LS $ 6,620.00 $ 6,620.00 B-38 41700 CY Excavation (Phase 1 Ditch), complete in place per CY $ 3.50 $ 145,950.00 B -39 24268 SY Turf Reinforcement Mat, complete in place per SY $ 14.35 $ 348,245.80 B -40 12 AC Seeding and Fertilizing (Ditch), complete in place per AC $ 4,135.00 $ 49,620.00 3-41 2 EA 9' X 4'- 45Degree Reinforced Concrete Mitre Joint, complete in place per EA $ 3,640.00 $ 7,280.00 B--42 2 EA Remove Top of Existing Post Inlet, Convert to Junction Box, complete in place per EA $ 4,215.00 .. 8 430.00 B -43 1140 CY Gabion Installation including Necessary Grading, complete in place per CY $ 150.00 $ 171,000.00 3-44 1965 SY Filter Fabric Beneath Gabions, complete in place per SY $ 2.50 $ 4,912.50 B -45 2300 LF Dewatering (outfall Channels), complete in place per LF $ 13.00 $ 29,900.00 C. BASE BID - PART C:WATER IMPROVEMENTS (Phase 1. & 2 Combined) I II Excavate Phase 2 Qutfall Overflow Channel, B -46 300 SY complete in place per SY PRICE IN $ 14.00 $ 4 200.00 • B -47 1 LS Foot Bridge, complete in place per LS 6" Gate Valve w /Box & Cover, complete in place per EA $ 12,500.00 12 5 0 00 INI4 C -3 SUB - TOTAL BASE BID - PART B (ITEMS B.1 - B.47) 457.00 $ 2,050 103.90 C. BASE BID - PART C:WATER IMPROVEMENTS (Phase 1. & 2 Combined) I II BID OTY & UNIT UNIT PRICE IN ITEM EXTENSION ITEM DESCRIPTION FIGURES BID C -1 6" Gate Valve w /Box & Cover, complete in place per EA $ 1,038.00 1 038.00 INI4 C -3 EA 165 LF 6" D.I. 45Degree Bend, complete in place per EA $ 457.00 1 828.00 Remove Existing 8" ACP Water Line, complete in place per LF $ 15.00 2 475.00 0-4 2500 LF Abandon and Fill 10" ACP, complete in place per LF 9.00 22 500.00 C-5 4972 LF Remove Existing 20" Water Line, complete in place per LF $ 16.00 79 552.00 0-6 115 LF 8" PVC C -900 DR 18, complete in place per LF 48.00 5 5520.00 - C- 7 3 EA 8" Gate Valve w /Box & Cover, complete in place per EA $ 1,400.00 4 200.00 C-8 5 EA 8" Tie -in to Existing Line, complete in place per EA $ 3,115.00 15 575.00 0-9 11 EA 8" D.1..45Degree Bend, complete in place per EA $ 520.00 5 720.00 0 -10 1 EA 10" D.I. 90Degree Bend, complete in place per EA $.. 695.00_ 695.00 ® - C -12 5812 LF 12" PVC C -900 DR 18, complete in place per LF $ 44.00 255 728.00 24 EA 12" Gate Valve w /Box & Cover, complete in place per EA $ 2,5520.00 60 480.00 C-13 37 EA 12" D.I. 45Degree Bend, complete in place per EA $ 720.00 26 640.00 El ® 111111111 LE C -18 1 EA 12" D.T. 90Degree Bend, complete in place per EA $ 760.00 760.00 1 EA 12 "X 6" Reducer,complete in place per EA $ 570.00 570.00 4 EA 12 "X 8" Reducer,complete in place per EA $ 590.00 2 360.00 3 EA 12 "X 10" Reducer,complete in place per EA $ 650.00 1 950.00 1 EA 12 "X 6" Tee,complete in place per EA $ 875.00 875.00 111111,11 C -20 2 EA 12 "X 8" Tee,complete in place per EA $ 925.00 1 850.00 10 EA 12 "X 12" Tee,complete in place per EA $ 1,045.00 10 450.00 C -21 1 EA 12 "X 16" Cross,complete in place per EA $ 2,035.00 2 0355.00 ® C -23 12" Cap with Blow -off, complete in place per EA $ 620.00 620.00 5082 LF 16" PVC C -900 DR 18, complete in place per LF $ 61.00 310 002.00 OE ON 7 EA 16" Butterfly Valve w /Box & Cover, complete in place per Ea $ 3,840.00 $ 26,880.00 16 EA 16" D.I. 45Degree Bend, complete in place per Ea $ 1,405.00 $ 22,480.00 C -26 4 EA 16 "X 12" Tee,complete in place per EA $ 1,880.00 $ 7 520 C -27 1 EA 16 "X 16" Tee,complete in place per EA $ 2,130.00 ,... $ _ 2 13 0 00 C -28 1 EA 16" Cap with Blow -off, complete in place per EA $ 875.00 $ 875.00 C -29 C -30 2 EA 20 "X 16" Reducer, complete in place per EA $ 1,375.00 _$ 2 750.00 1 EA Tie -in to 6" Line, complete in place per EA $ 3,070.00 3 070..00 C -31 3 EA Tie -in to 10" Line, complete in place per EA $ 3,175.00 9.525.00 0 -32 2 EA Tie -in to 20" Line, complete in place per EA $ 5,825.00 11 650.00 0 -33 9 EA Connect' to Existing Water Meter, complete in place per EA $ 775.00, ,$ 6 97 5.00 C -34 6 EA I -1 /2 "X 12" Water Service Saddle Tap, complete in place per EA $ 1,365.001 8,190.00 C -35 385 LF 1 -1/2" Type K Copper, complete in place per LF 2" Type K Copper, complete in place per LF $ 73.00 $ 78.00 $ 28 1000 0 -36 345 LF $ 26 910.00 C -37 3 EA 2 "X 12" Water Service Saddle Tap, complete in place per EA $ 1,470.00 $ 4,410.00 C -38 14 EA Fire hydrant Assembly, complete in place per EA $ 4,875.00 $ 68,250.00 C -39 1 LS Allowance for Utility Relocations (Mandatory Allowance) , complete in place per LS $ 40,000.00 $ 40,000,00 C -40 10895 LF Dewatering (watering line trenches), complete in place per LF $ 1.15 $ 12,529.25 C -41 10895 LF Trench Safety (water lines), complete in place per LF $ 0.50 $ 5,447.50 $ 11.50 SUB -TOTAL BASE BID - PART C (ITEMS C.1 - 0.41) $ 1,101119.75 D. BASE BID - PART D:WASTEWATER IMPROVEMENTS (Phase 1 & 2 Combined) I 11 111 IV V BID QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIGURES D -1 126 LF 10" Force Main PVC DR -18, complete in place per LF $ 70.00 $ 8,820.00 D -2 2 EA 10" Force Main Tie -in, complete in place per EA $ 3,445.00 $ 6,890.00 D -3 4 EA 10" Force Main 45Degree D.I. Bend, complete in place per EA $ 908.00 $ 3,632.00 D -4 145 LF 14" Force Main PVC DR -18, complete in place per LF $ 78.00 $ 11 310.00 D -5 2 EA 14" Force Main Tie -in, complete in place per EA $ 3,960.00 1. 7 920.00 D-6 6 EA 14" Force Main 45Degree D.I. Bend, complete in place per EA $ 1.850.00 $ 11,100.00 D -7 271 LF Dewatering ( Force Main Trench), complete in place per LF $ 22.00 $ 5,962.00 D -8 271 LF Trench Safety (Force main) complete in place per LF $ 11.50 _$ 3,116.50 SUB -TOTAL BASE BID - PART D (ITEMS D.1 - D.8) 58 75 0.50 . BASE BID - PART E:SIDEWALK IMPROVEMENTS (Phase 1 & 2 Combined) 1 II III IV v BID OTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIGUURES E--1 70477 SF Concrete Sidewalk, complete in place per SF $ 3.00 $ 211,431.00 E -2 1100 SF Concrete Curb Ramp, complete in place per SF $ 14.00 $ 15 400.00 E -3 2 EA Concrete Bus Stop, complete in place per EA $ 1,500.00 $ 3,000.00 38028 SY 1 -1/2 "" Hot Mix Asphaltic Concrete (2nd Course) (Flour Bluff Drive) (TY D), complete in place per SY SUB -TOTAL BASE BID - PART E (ITEMS E.1 - E.3) $ (252,886.20) $ 229 831.00 TOTAL BASE BID (PARTS A,B,C,D, &E) $ 5,901,045.20 ALTERNATIVE NO.1 - PART F':JOINTED CONCRETE PAVEMENT IMPROVEMENTS (Phase 1 & 2 Combined) I II III Iv v BID ITEM OTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION FIGURES F1 -1 1,38028 SY 9" Limestone Base (TY A, GR 1), complete in place per SY $ 10.80 $ (410,702.40) F1-2 3194 SY 4 -1/2" Limestone Base (TY A, GR1), complete in place per SY $ 5.70 $ (18,205.80) F1 -3 38028 SY 1 -1/2 " Hot Mix Asphaltic Concrete (1st Course) (Flour Bluff Drive) (TY D), complete in place per SY $ 6.65 $ (252,886.20) F1 -4 38028 SY 1 -1/2 "" Hot Mix Asphaltic Concrete (2nd Course) (Flour Bluff Drive) (TY D), complete in place per SY $ 6.65 $ (252,886.20) F1 -5 38028 SY One Course Surface Treatment (PB3) (Flour Bluff Drive) complete in place per SY $ 1.50 $ (57,042.00) F1.-6 1 LS , Traffic Control (From Part A) , complete in place per LS $ $6,000.00 $ (86,000.00) F1 -7 42885 SY Geogrid (Flour Bluff Drive), complete in place per SY $ 3.40 $ (145,809.00) F1 -8 1902 GAL Tack Coat (Flour Bluff Drive), complete in place per undiluted GAL $ 2.50 $ (4,755.00) F1 -9 9673 LF Concrete Curb & Gutter (TY L), complete in place per LF $ 11.20 $ (108,337.601 F1 -10 36678 SY 9" Jointed Reinforced Concrete Pavement, complete in place per sY $ 53.50 $ 1,962,273.00 F1 -11 1 LS Traffic Control, complete in place per LS $ 100,000.00 $ 100,000.00 F1 -12 9673 LF Concrete Curb (TY Block), complete in place per LF $ 8.00 $ 77,384.00 ALTERNATIVE ND.1 - PART F (ITEMS F1 -1 - F1 -12) $ 803,032.80 ALTERNATIVE NO.2 - PART G:TURN LANES (Phase 1 & 2 Combined) 1 II III Iv v BID OTY & UNIT UNIT PRICE IN ITEM EXTENSION ITEM DESCRIPTION FIGURES BID 1.2 AC Clear and Grub, complete in place per AC $ 585.00 $ 702.00 G2-2 1 LS Excavation, complete in place per LS $ 6,000.00 ,$` 6 000.00 G2 -3 3402 SY Compacted Subgrade (12 "), complete in place per SY $ 2.25 $ 7 654.50 G2 -4 3402 SY Geogrid, complete in place per SY �® 11 056.50 G2--5 3153 SY 9" Limestone Base (TY A, GR 1), complete in place per SY $ 13.00 $ 40 989.00 G2 -6 473 GAL Prime Coat, complete in place per GAL $ 3.60 $ 1 702.80 G2 -7 2905 SY 2" Hot Mix Ashphaltic Concrete (TY D), complete in place per SY $ 10.00 $ 29 050.00 G2 -B 3 EA Relocate Mailbox, complete in place per EA $ 114.00 $ 342.00 242 SY Base Driveway Repair, complete in place per SY $ 16.50 $ 3 993,00 G2 -10 1 LS Traffic Control, complete in place per LS $ 3,985.00 $ 3 985.00 G2 -11 2 EA Relocate Fire Hydrant, complete in place per EA $ 2,850.00 $ 5,700.00 G2 -12 1 LS Regrade Ditch, complete in place per LS $ 11,700.00 $ 11,700.00 G2 -13 1 EA Remove Post Inlet, complete in place per EA $ 670.00 $ 670.00 G2 -14 1 EA Post Inlet, complete in place per EA $ 5,980.00, ., 5,980.00 G2-15 22 LF Salvage and Relay 42" RCP, complete in place per LF $ 80.00 $ 1,760.00 G2-16 1 LS Tie to Existing Junction Box, complete in place per LS $ 854.00 $ 854.00 G2 -17 128 SF Remove and Replace Concrete Sidewalk, complete in place per SF $ 7.30 $ 934.40 G2 -18 1 EA Relocate Sign, complete in place per EA $ 399.00 $ 399.00 G2 -19 1 EA Relocate Water Meter, complete in place per EA $ 910.00 $ 910.00 G2 -20 92 LF Remove Existing Culvert Pipec complete in place per LF $ 10.00 $ 920.00 G2 -21 30 LF 12" RCP (Class 111) Culvert, complete in place per LF $ 25.00 $ 750.00 G2 -22 74 LF 15" RCP (Class III) Culvert, complete in place per LF $ 22.00 $ 1.628.00 G2 -23 2 EA SET P -PD (12 ") , complete in place per EA $ 1,145.00 $ 2,290.00 G2 -24 2 EA SET P -PD (15 "), complete in place per EA $ 1,190.00 $ 2.380.00 G2 -25 6952 LF Pavement Marking (Y)(4 ")(Solid), complete in place per LF $ 0.40 $ 2,780.80 G2 -26 2174 LF Pavement Marking (w)(4 ")(Solid), complete in place per LF $ 0.40 $_ 869.60 02 -27 620 LF Pavement Marking (Y)(8 ")(Solid), complete in place per LF $ 0.80 $ 496.00 G2 -28 559 LF Pavement Marking (Y)(24 ") (Solid), complete in place per LF $ 10.25 $ 5,729.75 G2 -29 6 EA Pavement Marking (W) (Arrow), complete in place per EA $ 171.00 $ 1,026.00 G2-30 3 EA Pavement Marking (W)(Only), complete in place per EA $ 285.00 $ 85555.p0 G2 -31 65 EA Raised Pavement Marker (TY I -C), complete in place per EA $ 4.00 $ 260.00 G2 -32 358 EA Raised Pavement Marker (TY II -A -A), complete in place per EA ._$ 4.00 3490 SY 1 432.00 G2 -33 1 EA Street Sign Assembly w /9" Blades and Stop Sign, complete in place per EA $ 450.00 $ 450.00 G2 -34 500 LF Silt Fence, complete in place per LF ,,,$ 4.50 191 ,005.655 2,250.00 G2 -35 1 LS Mobilization, complete in place per LS $ 13,000.00 $ 13 00000 G2 -36 1 LS Bonds and Insurance, complete in place per LS $ 2,000.00 _$ 2 000.00 G2 -37 22 LF Trench Safety {42" RCP), complete in place per LF $ 2.00 $ 44.00 9,702.00 ALTERNATIVE N0.2 - PART G (ITEMS G2 -1 - G2 -37) 128 STA Shoulder -Up New Pavement, complete in place per STA 1 173 543.35 ALTERNATIVE NO.3 - PART H:OVERLAY AND STREET REHABILITATION I 11 III Iv III v BID OTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIOiiRES H3 -1 3490 SY Hot Mix Asphaltic Concrete (Level Up)(TY D), complete in place per SY $ 5.65 $ ITEM 19,718.50 113-2 27093 SY 1 -1/2" Hot Mix Asphaltic Concrete (0verlay)(TY 0), complete in place per SY $ 7.05 $ III), complete 191 ,005.655 H3-3 3080 SY 1 -1/2" Hot Mix Asphaltic Concrete (Base Repair)(Type D), complete in place per SY $ 7.85 $ 24,178.00 H3 -4 1683 GAL Tack Coat, complete in place per GAL $ 2.'550 $ 4,207.50 H3 -5 3080 SY Salvage Base, complete in place per SY $ 3.15 $ 9,702.00 H3 -6 128 STA Shoulder -Up New Pavement, complete in place per STA $ 200.00 $ 25,600.00 H3 -7 8 EA Adjust Manholes and Valves, complete in place per EA $ 885.00 $ 7,080.00 H3 -8 12250 LF Pavement Marking (Y) (4 ")(Broken), complete in place per LF $ 0.45 $ 5,512.50 H3 -9 153 EA Raised Pavement Marker (TY II -A -A), complete in place per EA $ 4.65 $ 711.45 H3 -10 _ 800 LP Silt Fence, complete in place per LF $ 4.655 $ 3,720.00 H3 -11 1 LS Mobilization, complete in place per LS $ 15,500.00 $ 155,500.00 H3 -12 1 LS Bonds and Insurance, complete in place per LS $ 2,000.00 $ 2,000.00 ALTERNATIVE NO.3 - PART H (ITEMS H3 -1 - H3 -12) $ 308,935.60 ALTERNATIVE NO.4 - PART I:HDPE PIPE I II III IV V BID QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIGURES I4 -1 584 LF 15" RCP (Class III), complete in place per LF $ 34.00 $ (19,856.00) I4 -2 156 LF 18" RCP (Class III), complete in place per LF $ 49.00 $ --._.(7 644.00) 14 -3 445 LF 24" RCP (Class III), complete in place per LF $ 63.00 28 035.00 14 -4 877 LF 30" RCP (Class III), complete in place per LF $ 69.00 (6051300) 14-5 622 LF . 36" RCP (Class III) , complete in place per LF $ 63.00 39 186.00 14-6 14 -7 772 LF 42" RCP (Class III) , complete in place per LF $ 74.00 � (57,128.00) 2005 LF 48" RCP (Class III), complete in place per LF $ 80.00 _$_______14,±),(11M 14 -8 606 LF 60" RCP (Class III), complete in place per LF $ 118.00 $ (71,508.00) 14 -9 612 LF 15" HDPE, complete in place per LF $ 37.00 J 22,644.00 I4 -10 x.21 LF 692 LP 18" HDPE, complete in place per LF 24" HDPE, complete in place per LF $ 54.00 j 6,5534.00_ 14 -11 $ 71.00 A 49,132.00 I4 -12 1036 LF 30" HDPE, complete in place per LF $ 66.00 J 68,376.00 14 -13 217 LF 36" HDPE, complete in place per LF $ 73.00 $ 15,841.00 I4-14 758 LF 42" HDPE, complete in place per LF $ 89.00 1. 67,462.00 I4 15 1972 LF 48" HDPE, complete in place per LF $ 99.00 $ 195228.00 I4 -16 606 LF 60" HDPE, complete in place per LF $ 143.00 $ 86,658.00 ALTERNATIVE NO.4 - PART I (ITEMS I4 -1 - I4 -16) 1 67,605.00 ALTERNATIVE N0.5 - PART J:ELECTRICAL CONDUIT FOR MIS (Phase 1 & 2 combined) I II III Iv IV BID OTY & UNIT BID OTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM Clear and Grub, complete in place per AC FIGURES J5-1 17 EA MIS Manhole / Pull Box, complete in place per EA $ 1,800.00 $ 30,600.00 J5 -2 5300 LF 2" PVC Sch. Bo Conduit, complete in place per LF $ 6.50 $ 34,450.00 NO BID NO BID ALTERNATIVE NO.5 - PART J (ITEMS J5 -1 - J5 -2) 2 EA Remove Signs, complete in place per EA $ 65,050.00 ALTERNATIVE BASE BID - PART K: STREET IMPROVEMENTS (Phase 1 Only) I II III Iv v BID OTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIGURES K -1 17.8 AC Clear and Grub, complete in place per AC NO BID NO BID K -2 8 EA Remove Culverts and Headwalls, complete in place per EA NO BID NO BID K -3 6470 SF Remove Concrete driveway, complete in place per SF NO BID NO BID K -4 1 LS Remove Slot Inlet, RCP and Headwall, complete in place per LS NO BID NO BID K -5 2 EA Remove Signs, complete in place per EA NO BID NO BID K -6 15675 CY Excavation (Roadway), complete in place per CY _ NO BID NO BID K -7 21129 SY Compacted Subgrade (12 "), complete in place per SY NO BID NO BID K-8 20675 SY Geogrid (Flour Bluff Drive), complete in place per SY NO BID NO BID K-9 454 SY Geogrid (Side Streets), complete in place per SY NO BID NO BID K -10 18196 SY 9" Limestone Base (TY A, GR 1), complete in place per SY NO BID NO BID K -11 1513 SY 4 -1/2" Limestone Base (TY A, GR 1), complete in place per SY NO BID NO BID K -12 997 SY 8" Limestone Base (TY A, GR 1), complete in place per SY NO BID NO BID K -13 11 SY 2 -1/2" Limestone Base (TY A, GR 1), complete in place per SY NO BID NO BID K -14 910 GAL Tack Coat (Flour Bluff Drive), complete in place per undiluted GAL NO BID NO BID K -15 3102 GAL Prime Coat (Flour Bluff Drive), complete in place per GAL NO BID NO BID K -16 68 GAL Prime Coat (Side Streets), complete in place per GAL, I NO BID _ NO BID K -17 18196 SY 1 -1/2" Hot Mix Asphaltic Concrete (1st Course) (Flour Bluff Drive) (TY D), complete in place per 5Y NO BID NO BID K -18 18196 SY 1 -1/2" Hot Mix Asphaltic Concrete (2nd Course) (Flour Bluff Drive) (TY D), complete in place per SY NO BID _ NO BID K -19 997 SY 2" Hot Mix Asphaltic Concrete (Side Streets) (TY D), complete in place per SY NO BID NO BID K -20 18196 SY One Course Surface Treatment (PB -3) (Flour Bluff Drive), complete in place per SY NO BID NO BID K -21 9673 SF Concrete Driveway, complete in place per SF NO BID NO BID K -22 14 SY Base Driveway, complete in place per SY NO BID NO BID K -23 1000 SF Unanticipated Concrete Driveway Removal, complete in place per SF NO BID NO BID K-24 7310 LF Pavement Marking (Y) (4") (Solid), complete in place per LF NO BID NO BID K -25 155 LF Pavement Marking (W) (4 ") (Solid) , complete in place per LF NO BID NO BID K -26 1030 LF Pavement Marking (Y)(8 ")(Solid), complete in place per LF NO BID NO BID K -27 4195 LF Pavement Marking (w)(4 ") (Broken), complete in place per LF NO BID NO BID K -28 3851 LF Pavement Marking (Y)(4 ")(Broken), complete in place per LF NO BID NO BID K -29 516 LF Pavement Marking (W) (24") (Solid), complete in place per LF NO BID NO BID K -30 303 LF Pavement Marking (Y)(24 ")(Solid), complete in place per LF NO BID NO BID K -31 301 LF Pavement Marking (Y)(12 ") (Solid), complete in place per LF NO BID NO BID K -32 5 HA Pavement Marking (W)(Arrow), complete in place per LF NO BID NO BID K -33 2 EA Pavement Marking (W)(Only), complete in place per LF NO BID NO BID K -34 140 EA Raised Pavement Marker (TY I -0), complete in place per EA NO BID NO BID K -35 307 EA Raised Pavement Marker (TY II -A -A), complete in place per EA NO BID NO BID K -36 811 LF Temporary Pavement Marking (W)(4 ") (Solid), complete in place per LF NO BID. NO BID K -37 3101 LF Temporary Pavement Marking (Y) (4") (Broken), complete in place per LF NO BID NO BID K -38 3 EA Street Sign Assembly w /9" Blades and Stop Sign, complete in place per EA NO BID NO BID K -39 1 EA Speed Limit Signs, complete in place per EA NO BID NO BID K -40 2 EA Other Regulatory Signs, complete in place per EA NO BID NO BID K -41 183 SY Temporary Road Widening Compl., compl. complete in place per SY NO BID NO BID K -42 1 LS Traffic Control, complete in place per LS NO BID NO BID K -43 2.20 AC Seeding and Fertilizing (Roadway), complete in place per AC NO BID NO BID K -44 4573 LF Concrete Curb and Gutter (TY L), complete in place per LF NO BID NO BID K -45 5000 LF Silt Fence, complete in place per LF NO BID. NO BID K -46 150 LF Rock Filter Dam, complete in place per LF NO BID NO BID K -47 4573 LF Stinger Curb, complete in place per LF NO BID NO BID K -48 5 EA Adjust Gas Valve Boxes to Grade, complete in place per BA NO BID NO BID K -49 1 LS Allowance for Unanticipated Street Related Improvements (Mandatory Allowance), complete in place per LS NO BID NO BID K -50 1 LS Mobilization, complete in place per LS NO BID NO BID K -51 1 LS Bonds and Insurance, complete in place per LS NO BID NO BID K-52 200 SY 9" Jointed Reinforced Concrete Pavement, complete in place per SY NO BID NO BID ALTERNATIVE BASE BID - PART K (ITEMS K -1 - K- 52) NO BID ALTERNATIVE BASE BID - PART L: STORM WATER IMPROVEMENTS (Phase 1 Only) I II III IV V BID OTY & UNIT DESCRIPTION UNIT PRICE IN BIT] ITEM EXTENSION ITEM FIGURES L -1 185 LF 15" RCP (Class III), complete in place per LF NO BID NO BID L -2 120 LF 18" RCP (Class III), complete in place per LF NO BID NO BID L -3 411 LF 24" RCP (Class III), complete in place per LF NO BID NO BID L -4 772 LF 30" RCP (Class III), complete in place per LF NO BID NO BID L -5 442 LF 36" RCP (Class III), complete in place per LF NO BID , NO BID L -6 772 LF 42" RCP (Class III), complete in place per LF NO BID NO BID L -7 894 LF 48" RCP (Class III), complete in place per LF NO BID NO BID L -8 606 LF 60" RCP (Class III), complete in place per LF NO BID NO B1D L -9 1096 LF 9'X 4' Precast Concrete Box Culvert, complete in place per LF NO BID NO BID L -10 14 EA 5' Standard Curb Inlet, complete in place per EA , NO BID NO BID I, -11 1 EA 10' Standard Curb Inlet, complete in place per EA , NO BID NO B1D L, -12 4 EA 4' Concrete Storm Manhole Type C, complete in place per EA NO BID NO BID L -13 2 EA 4'W x 4'L Concrete Storm Manhole Type M, complete in place per EA NO BID NO BID L -14 4 EA 5'W x 4'L Concrete Storm Manhole Type M, complete in place per EA NO BID NO BID L -15 1 EA 5'W x 5'L Concrete Storm Manhole Type M, complete in place per EA NO BID NO BID L -16 1 EA 6'W x 4'L Concrete Storm Manhole Type M, complete in place per EA NO BID NO BID L -17 1 EA 6'W x 5'L Concrete Storm Manhole Type M, complete in place per EA r NO BID NO BID L -18 n 1 EA 6'W x 6'L Concrete Storm Manhole Type M, complete in place per EA NO BID NO BID L -19 3 EA 7'W x 4'L Concrete Storm Manhole Type M, complete in place per EA NO BID NO BID L -20 1 EA 7'W x 6'L Concrete Storm Manhole Type M, complete in place per EA NO BID NO BID L -21 1 EA 7'W x 7'L Concrete Storm Manhole Type M, complete in place per EA NO BID NO BID L -22 1 EA 9'W x 7'L x 7'H Concrete Storm Manhole Type M, complete in place per EA NO BID NO BID L -23 4 EA 3'x 3' Grate Inlet, complete in place per EA NO BID NO BID L -24 2 EA 3'x 3' Post Inlet with Grate Top, complete in place per EA NO BID NO BID L -25 1 EA 4'6 "x 4'6" Post Inlet with Grate Top, complete in place per EA NO BID . NO BID L -26 1 EA 5'5 "x 2'8" Post Inlet with Grate Top, complete in place per EA NO BID NO BID L -27 1 EA 5'2 "x 4'10" Post Inlet with Grate Top, complete in place per EA NO BID NO BID L -28 1 EA Concrete Headwall SETS -FW -O for 9'x 4' Box and Energy Dissipation Structure, complete in place per EA NO BID NO BID L -29 5541 LF Dewatering, complete in place per LF NO BID NO BID L -30 5321 LF Trench Safety for Storm Water Conduit, complete in place per LF NO BID NO BID L -31 41700 CY Excavation (Ditch), complete in place per CY NO BID NO BID L -32 22830 SY Turf Reinforcement Mat, complete in place per SY NO BID NO BID L -33 12 AC Seeding and Fertilizing (Ditch), complete in place per AC NO BID NO BID' L -34 2 EA 9'x 4'- 45Degree Reinforced Concrete Mitre Joint, complete in place per EA NO BID _ NO BID ITEM DESCRIPTION ALTERNATIVE BASE BID - PART L (ITEMS L -1 - L- 34) M -1 NO BID ALTERNATIVE BASE BID - PART M: WATER IMPROVEMENTS (Phase 1 Only) I II III IV V BID OTY & UNIT UNIT PRICE IN BID ITEM EXTENSION ITEM DESCRIPTION FIGURES M -1 165 LF Remove Existing 8" ACP Mater Line, complete in place per LF NO BID NO BID M -2 400 LF Abandon and F 1 10" ACP, complete in place per LF NO BID NO BID M -3 2344 LF Remove Existing 20" ACP Water Line, complete in place per LF NO BID NO BID M -4 115 LF 8" PVC C -900 DR 18, complete in place per LF NO BID NO BID M -5 2 EA 8" Gate Valve with Box and Cover, complete in place per EA NO BID NO BID M -6 3 EA 8" Tie -in to Existing Line, complete in place per EA NO BID NO BID M-7 5 EA 8" D.I. 45Degree Bend, complete in place per EA NO BID NO BID M--8 1 EA 10" D.T. 90Degree Bend, complete in place per EA NO BID NO BID M -9 2515 LF 12" PVC C-900 DR 18, complete in place per LF NO BID NO BID M -10 7 EA 12" Gate Valve with Box and Cover, complete in place per EA NO BID NO BID M -11 20 EA 12" D.I. 45Degree Bend, complete in place per EA NO BID NO BID M -12 1 EA 12" D.I. 9oDegree Bend, complete in place per EA NO BID NO BID M -13 2 EA 12 "x 8" Reducer, complete in place per EA NO BID NO BID M -14 1 EA 12 "x 10" Reducer, complete in place per EA NO BID NO BID M -i5 1 EA 12 "x 8" Tee, complete in place per EA NO BID NO BID M -16 4 EA 12 "x 12" Tee, complete in place per EA NO BID NO BID M -17 1 EA 12" Cap with Blow -off, complete in place per EA NO BID NO BID M -18 2164 LF 16" PVC C -500 DR 18, complete in place per LF NO BID NO BID M -19 3 EA 16" Butterfly Valve with Box and Cover, complete in place per EA NO BID NO BID M -20 10 EA 16" D.I. 45Degree Bend, complete in place per EA NO BID NO BID M-21 2 EA 16 "x 12" Tee, complete in place per EA NO BID NO BID M -22 1 EA 16" Cap with Blow -off, complete in place per EA NO BID NO BID M -23 1 EA Tie -in to 10" Line, complete in place per EA NO BID NO BID M -24 1 EA Tie -in to 20" Line, complete in place per EA NO BID NO BID M -25 4 EA Connect to Existing Water Meter, complete in place per EA NO BID _ NO BID M -26 1 EA 1 -1 /2 "x 12" Water Service Saddle Tap, complete in place per EA _ NO BID NO BID M6 -27 14 LF 1 -1/2" Type K Copper, complete in place per LF NO BID NO BID M -28 345 LF 2" Type K Copper, complete in place per LF NO BID NO BID M -29 3 EA 2 "x 12" Water Services Saddle Tap, complete in place per EA NO BID NO BID M -30 1 LS Allowance for Utility Relocations (Mandatory Allowance), complete in place per LS NO BID NO BID M -31 4679 LF , Dewatering (water main trenches), complete in place per LF NO BID NO BID M -32 9 EA Fire Hydrant Assembly, complete in place per EA NO BID NO BID M -33 4679 LF Trench Safety (water lines), complete in place per LF NO BID NO BID ALTERNATIVE BASE BID - PART M (ITEMS M -1 - M- 33) _ NO BID ALTERNATIVE BASE BID - PART N: WASTEWATER IMPROVEMENTS (Phase 1 Only) 1 II III IV V BID OTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIGURES N -1 126 LF 10" Force Main PVC DR -18, complete in place per LF NO BID NO BID N -2 2 EA 10" Force Main Tie -in, complete in place per EA NO BID NO BID N -3 4 EA 10" Force Main 45Degree D.I. Bend, complete in place per EA NO BID NO BID N -4 126 LF Dewatering (Force Main Trenches), complete in place per LF NO BID NO BID N -5 126 LF Trench Safety (Force Mains), complete in place per LF NO BID NO BID ALTERNATIVE BASE BID - PART N (ITEMS N -1 - N -5) NO BID ALTERNATIVE BASE BID - PART 0: SIDEWALK IMPROVEMENTS (Phase 1 Only) I II III Iv v BID OTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIGURES 0-1 28969 SF Concrete Sidewalk, complete in place per SF NO BID NO BID 0 -2 468 SF Concrete Curb Ramp, complete in place per SF NO BID NO BID 0 -3 2 EA Concrete Bus Stop, complete in place per EA NO BID NO BID ALTERNATIVE BASE BID - PART 0 (ITEMS 0 -1 - 0 -3) NO BID TOTAL ALTERNATIVE BASE BID (Phase 1. Only) (Parts K,L,M,N, &O) ALTERNATIVE NO.6 - PART P: JOINTED CONCRETE PAVEMENT (Phase 1 Only) NO BID I II III IV v BID QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIGURES P6--1 18196 SY 9" Limestone Base (TY A, GR 1), complete in place per SY NO BID NO BID P6 -2 1513 SY 4-1/2" Limestone Base (TY A, GR 1), complete in place per SY NO BID NO B1D P6 -3 18196 SY 1 -1/2 "" Not Mix Asphaltic Concrete (1st Course) (Flour Bluff Drive) (TY D), complete in place per SY NO B1D NO BID P6 -4 18196 SY 1 -1/2 "" Hot Mix Asphaltic Concrete (2nd Course) (Flour Bluff Drive) (TY D), complete in place per SY NO B1D NO BID P6 -5 18196 SY One Course Surface Treatment (PB3) (Flour Bluff Drive), complete in place per SY NO BID NO BID P6 -6 1 LS Traffic Control (From Part I), complete in place per Ls NO BID NO BID P6 -7 4573 LF Concrete Curb and Gutter (TY L), complete in place per LF NO BID NO BID P6 -8 20675 SY Geogrid (Flour Bluff Drive), complete in place per SY NO BID NO BID P6 -9 910 GAL Tack Coat (Flour Bluff Drive), complete in place per undiluted GAL NO BID NO BID P6 -10 17695 SY 9" Jointed Reinforced Concrete Pavement, complete in place per SY NO BID NO BID P6 -11 1 LS Traffic Control, complete in place per LS NO BID NO BID P6 -12 4573 LF 6" Block Curb, complete in place per LF NO BID NO BID ALTERNATIVE N0.6 - PART P (ITEMS P6 -1 - P6 -12) NO BID ALTERNATIVE NO.7 - PART Q: (Phase 1 & 2 Combined but Constructed Seperately) I II III IV V BID QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION ITEM FIGURES Q7-1 1 LS Additional 1 prior to per Ls cost to construct and complete Phase starting Phase 2, complete in place $ 100,000.00 $ 100,000.00 BID SUMMARY T TOTAL BASE BID Parts A, B, C, D, & E (Phase 1 & 2 Combined) $ - f ALTERNATIVE NO.2 Part G ALTERNATIVE NO. 3 Part H 5,901,045.20 $ 173,543.35 ALTERNATIVE NO. 5 Part J (Phase 1 & 2 Combined) - ALTERNATIVE BASE BID Parts K, L, M, N, & 0 (Phase 1 Only) -- ALTERNATIVE NO. 6 Part P (Phase 1 ALTERNATIVE NO.._- 'ar s $ 65,050.00 ntractor will construct and complete Phase 1 before starting Phase 2 "HAAS- ANDERSON CONSTRUCTION LTD. Herewith certifies that the unit prices shown on this print -out for bid items ( including any additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. HAAS - ANDERSON CONSTRUCTION LTD. Acknowledges - and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Totl Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) ( Title ) ( Date ) b. 0, tfica,uC President, Haas- Anderson Management, L,C, General Partner The undersigned hereby declares that he has visited the site anti has carefully examined the plans, specifications and contract documents relating t O the work covered by his bid or bids, that he agrees to do the work, and theI t 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 requires)for the faithful performance of this contract and a Payment Bond (as required) to irisure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the Carty of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work Caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. prepared Number of Signed Sets of Documents: The contract and all bonds in not less than four counterpart (original signed) sets. (including Order. will be Time of Completion: The undersigned agrees to complete the work as follows any of the alternatives, if awarded)from the date designated by a Work Base Bid Only Alternative No. Alternative No. Alternative No. Alternative No. Alternative No. Alternative Alternative Alternative I ADD 2 ADD 3 ADD 4 ADD 5 ADD Base Bid No. 6 ADD No. 7 ADD 525 Calendar Days 100 Calendar Days 30 Calendar Days 30 Calendar Days 0 Calendar Days 0 Calendar Days 300 Calendar Days 60 Calendar Days 60 Calendar Days The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or above set forth. Receipt of the following addenda is acknowledged (addenda number): 4-160e) -t-acql?it36-1re4.) #400-) 1. sums Respectful) submitted: HY Name: 5"4`i.ers 4 r� i By: ...04;4G (SEAL - IF BIDDER IS ASICIA IR ) 1' � / a Corporation) Address:�b Dr 166 (/ P.O. Bo ) (5txe US (r; (C ty) Sta e) (Zip) Telephone: 6.3- Ds-3,r- o. ..r President, Haas- Anderson Management L.C. General Partner !X• NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) REVISED PROPOSAL FORM PAGE 33 OF 35 ADDENDUM NO. 4 ATTACHMENT No. 1 Page 33 of 35 STATE OF TEXAS § COUNTY OF NUECES § P A Y M E N T B O N D Bond No.: 105486475 KNOW ALL BY THESE PRESENTS: THAT Haas - Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company of America a corporation organized under the laws of the State of Connecticut and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called. "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of SIX MILLION, ONE HUNDRED THIRTY -NINE THOUSAND, SIX HUNDRED THIRTY -EIGHT AND 55/100($6,139,638.55) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION I3 SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 14TH day DECEMBER , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: FLOUR BLUFF DRIVE PHASE 1 FROM SPID TO GRAHAM PHASE 2 FROM GRAHAM TO DON PATRICIO (BOND 2008) PROJECT NOS. 6498 & 6499 (TOTAL BASE BID + ADD.ALTS NO.2 & NO.S: $6,139,638.55) NOW, THEREFORE, if the principal shall faithfully perform its duties and make 'prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2. This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 17 day of December , 2010 PRINCIPAL Haas - Anderson Constructi By: n, Ltd. D. 0. Haas, President, Haas - Anderson Management, L. C. General Partner (Print Name & Title) ATTEST Lonna Pokrant, CSR (Print Name & Title) SURETY Travelers Casualty and Surety Company of America By: 1A2 Attorney -iii -fact Kerry J. Woods (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: ,agency: Keetch & Associates Contact Person: Kevin Keetch Address : P. O. Box 3280 Corpus Christi, TX 78463 -3280 Phone Number: 361- 883 -3803 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 PERFORMANCE BOND Bond No.: 105486475 STATE OF TEXAS S KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES S THAT'Haas- Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company of America , a corporation organized under the laws of the State of Connecticut , and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of SIX MILLION, ONE HUNDRED THIRTY -NINE THOUSAND, SIX HUNDRED THIRTY -EIGHT AND $5/100($6,139,638.55) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and, severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 14TH of DECEMBER , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: FLOUR BLUFF DRIVE PHASE 1 FROM SPID TO GRAHAM PHASE 2 FROM GRAHAM TO DON PATRICIO (BOND 2008) PROJECT NOS. 6498 & 6499 (TOTAL BASE BID + ADD.ALTS NO.2 & NO.S: $6,139,638.55) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall 'zepair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc,, accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 17 day of December , 20 10 . PRINCIPAL Haas - Anderson Construct" , Ltd. By: D. 0. Haas, President, Haas - Anderson Management, L. C. General Partner (Print Name & Title) ATTEST Lonna Pokrant, CSR (Print Name & Title) SURETY Travelers Casualty and Surety Company of America"' Attorney -in -fact Kerry J. Woods (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Keetch & Associates Contact Person: Kevin Keetch Address: P. 0. Box 32,80 Corpus Christi, TX 78463 -3280 Phone M ber: 361- 883-3803 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08) Performance Bond Page 2 of 2 CERTIFICATE OF LIABILITY INSURANCE PRODUCER Swantaer & Gordon Ins Agcy -CC A Higginbotham Company PO Box 870 Corpus Christi TX 78403 -0870 Phone: 361- 883 -1711 Fax:361 -844 -0101 INSURED OP HHAAANC DATE (MMJDDIYYYY) 12/17/10 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE Haas - Anderson Construction P. 0. Box 7692 t oa Ltd Corpus Christi TX 78467 -7692 ________J COVERAGES INSURERA: Travelers Lloyds Ins Co INSURERS: Travelers Property Cas Co INSURER C: Phoenix Insurance Company INSURER D: Commerce & Industry Ins Co INSURER E: NAIC 8 41262 25674 25623 19410 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR COMMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. LTR INSRO TYPE OF INN dE POLICY NUMBER DATE(MMIDDFYYYY) D.TELMMIDDIYYYYI_ LIMITS A GENERAL X LIABILITY / COMMERCIAL GENERAL LIABILITY DTC05459B949TLC10 SEE ATTACHED 09/01/10 09/01/11 d EACH OCCURRENCE $ 1,000,000 $ 300,000 $ 5,000 $ 1, 000,000 pp MSES�(Ea�=aonce) CLAIMS MADE X OCCUR MED EXP (Any we person) PERSONAL S ACV INJURY X XCU Included X Employee Benefits GENERAL AGGREGATE .,--12,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: J POLICY I1 ms: n C PRODUCTS • COMP/OP AGG 52,000,000 B AUTOMOBILE X X X X LIABILITY ANYYAUTD ALL OWNED AUTOS SCHTOS EOULEO AU HIRED AUTOS NON -OWNED AUTOS MCS -90 BA5459B95010CNS 09/01/10 09/01/11 COMBINED SINGLE LIMIT (Eaeccident) 51,000,000 (Pe r person) BODILY INJURY (Per eccideM) 5 PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY ANY AUTO AUTO ONLY • EA ACCIDENT S OTHER THAN EA ACC S AUTO ONLY: AGG S D EXCESS ! UMBRELLA LPASILLIABILITY CLAIMSMADE 7105000127-101 09/01/10 09/01/11 / EACH OURRENCE CC $ 2, 0 0 0, 0 0 0 iii OCCUR AGGREGATE ,L2,000,000 5 DEDUCTIBLE / RETENTION $ " $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y! N ANY PROPRIETORlPARTNER/EXECUTIVED OFFICER/MEMBER EXCLUDED? N (Mandatory In NH) SyeaALPR VISIO SPECIAL PROViS[DNS below DTNDB0470C16210 09/01/10 09/ 11 X TORY LIMITS DER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE- EA EMPLOY ,000,000 E.L. DISEASE. POLICY L I OTHER ,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT !SPECIAL PROVISIaN9 Projects Flour Bluff Drive Phase I from SPID to Graham; Phase 2 from Graham to Don Patricio (Bond 2008) - Project Nos. 6498 & 6499 The City of Corpus Christi is named as additional insured on all general liability (GL) and all automobile liability (AL) policies. ‘,./0 CERTIFICATE HOLDER CANCELLATION City of Corpus Christi Engineering Services Contract Administrator P.O. Box 9277 Corpus Christi TX 78469 -9277 ACORD 25 (2009101) CICC -CO SHOULD ANY OF THEeABOVE DESCRIBED POLICIES BE CANCELLED EIEFOF9191EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 50 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTSE TpTIyE ©1988-2009 ACORtf'CFb ORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Corpus Christi - Certificate of Insurance Attachment General Liabilitly includes premises- operation, explosion & collapse hazard, underground hazard, products /completed operations hazard, contractual insurance, broad form property damage coverage, independent contractors and personal injury Automobile Liability includes owned, hired and non -owned autos Workers Compensation includes owners, partners, executive officers. Haas - Anderson Construction, Ltd. Travelers Lloyds Insurance Company Policy #DTC05459B949TLC10 Term: 09/01/2010 to 09/01/2011 City of Corpus Christi PO Box 9277, Corpus Christi, TX 78469 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section 11) is amended to indude any person or organization that you agree in a 'written contract requiring insurance" to indude as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such parson 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 limited to the limits of liability re- quired by that 'written contract requiring in- surance. This endorsement shall not in- crease the limits of insurance described in Section 111 — Limits Of Insurance. b) The Insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erly damage" or "personal injury" arising out of the rendering of. or failure to render, any professional architectural, engineering or sur- veying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. CG D2460805 c) The insurance provided to the additional in- sured does not apply to "bodily injury or "property damage" caused by "your work' and included in the "products - completed op- erations hazard" unless the 'written contract requiring insurance' specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional Insured apples only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring . insur- ance requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible 'other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other Insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will 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 condition of coverage provided to the additional insured by this endorsement a) The additional Insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result In a claim. To the extent possible, such notice should Include: 10 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" or offense took place; IL The names and addresses of any injured persons and witnesses; and The nature and location of any injury or damage arising out of the "occurrence' or offense. b) if a claim is made or 'suit" is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit" and the date received; and it Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or 'suit° as soon as practicable. c) The additional insured must immediately send us copies of all Iegai papers received in connection with the claim or "suit*, cooperate with us in the investigation or setitement of the claim or defense against the 'suit*, and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit' to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to Include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contrail or agreement by you; b. White that part of the contract or agreement is in effect; and c. Before the end of the policy period. Named Insured: Haas- Anderson Construction, Ltd. Policy tf DTCOS459B949TLC10 Policy Term: 09/01/2010 to 09/01/2011 Authorized Representative: R. M. Lee, Managing Director Swantner & Gordon Insurance Agency, LLC P.O. Box 870, Corpus Christi, TX 78403 -0870 Page 2 of 2 sd► 2005 The St Paul Travelers Companies, Inc. CG D2 48 08 05 Haas - Anderson Construction, Ltd. COMMERCIAL AUTO POLICY NUMBER: SA5459s95010CNS ISSUE DATE: 08/27/2010 Policy Term: 09/01/2010 to 09/01/2011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This en cement modifies Insurance provided under the folioxing: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are insureds' under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not atter coverage provided in the Coverage Form. SCHEDULE Nemo of Person(s) or Organlzatlon(s): AMY PERSON OR ORGANIZATION THAT YOU ARE RAMIR*D TO INCLUDE AS AN ADDITIONAL INSURED ON THIS COVERAGE FORE IN A WRITTEN CONTRACT OE AGREEMENT THAT IS SIONED MID !RECUTED BY YOU BEFORE TSE "BODILY INJURY" OR "PROPERTY TOWFAGE° OCCURS AND THAT IS IN EFFECT DURING THE POLICY PSRIOD City of Corpus Christi P. 0. Box 9277 Corpus Christi, TX 78469 -9277 (If no entry appears above, information required to complete this endorsement will be shown in the Dedaradons as applicable to the endorsement.) Each person or organization shown in the Schedule is an Insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. Travelers Property Casualty Co Authorized Representative: R.M. Lee, Managing D!rector Swantner & Gordon Insurance Agency, LLC P. 0. Box 870, Corpus Christi, TX 78403 -0870 CA 20 48 02 99 Copyright, Insurance Services Office, Inc.. 1998 Page 1 of 1 Haas - Anderson Construction, Ltd. POLICY NUMBER: DTC05459B949TLC10 Policy Term: 09/01/2010 to 09/01/2011 ISSUE DATE: 08/27/2010 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY EARLIER NOTICE OF CANCELLATION /NONRENEWAL PROVIDED BY US - TEXAS This endorsement modifies insurance provided under the following: BOILER AND MACHINERY COVERAGE PART BUSINESSOWNERS POLICY COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART -- CONTRACTORS COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CRIME COVERAGE PART DELUXE PROPERTY COVERAGE FORM EMPLOYEE BENEFITS LIABILITY COVERAGE PART EXCESS (FOLLOWING FORM) LIABILITY INSURANCE FARM COVERAGE PART LIQUOR UABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE CANCELLATION: Number of Days Notice: 30 WHEN WE D0 NOT RENEW (Nonrenewal): Number of Days Notice: 30 NAME: CITY OF CORPUS CHRISTI ADDRESS: ATTN: CITY RISK MANAGER P.O. BOX 9777 CORPUS CHRISTI TX 78469 A. For any statutorily permitted reason other than nonpayment of premium, the number of days e- quired for notice of cancellation, as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this insurance, is n- creased to the number of days shown in the SCHEDULE above. B. For any statutorily permitted reason other than nonpayment of premium, the number of days s- quired for notice of When We Do Not Renew (Nonrenewal), as provided in the CONDITIONS Section of this insurance, or as amended by any IL FO 26 09 98 C. applicable state When We Do Not Renew (Nonrenewal) endorsement applicable to this ii. surance, is increased to the number of days shown in the SCHEDULE above. We will mail notice of cancellation or nonrenewal or material limitation of those coverage forms to the person or organization shown in the schedule above. We will mail the notice at least the Num- ber of Days indicated above before the effective date to our action. Swantner & Gordon Ineujnce Agency, LLC R. M. Lee, Managing 'birector P.O. Box 870, Corpus Christi, TX 78403 -0870 Copyright, The Travelers Indemnity Company, 1998 Page 1 of 1 Haas - Anderson Construction, Ltd. POLICY NUMBER BA5459B95010CNS COMMERCIAL AUTO • ISSUE DATE 08/27/2010 Terns: 09/01!2010 t THI$ ENDORSgM NTCHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply untess modi- fied by the endorsement. Number of Days' Notice 3 0 Name Of Person Or Organization Address SCHEDULE City of Corpus Christi P. O. Box 9277 Corpus Christi, TX 78469 -9277 if this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of canceNation or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. Travelers Property Casualty Co Authorized Representative: R. M. Lee, Managing'birector Swantner & Gordon insurance Agency, LLC P.O. Box 870, Corpus Christi, TX -78403 -0870 CA 02 44 06 04 0 ISO Properties, Inc., 2003 Page 1 of 1 Haas - Anderson Construction, Ltd. Policy Term: 09/01/2010 to 09/01 /2011 TRAVELERST WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) POLICY NUMBER: DTNT380470C16210 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHED LE 1. NUMBER OF DAYS ADVANCE NOTICE: 30 (or " ") 2. NOTICE WILL BE MAILED TO: CITY OP CORPUS CBRIBTI ATTN: CITY RXU MBRAGUR P.O. BOX 9177 CORPUS CRRISTI, TX 78469 " Number of days Notice specified in the Certificate of insurance to all holders of such certificates. Phoenix Insurance Company A Representa ' e: R. M. Lee, Managing Director Swantner 6 Gordon Insurance Agency, LLC P. 0. Box 870, Corpus Christi, TX 78403 -0870 DATE OF ISSUE: 09/27/2010 ST ASSIGN: IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009101)