Loading...
HomeMy WebLinkAboutC2011-195 - 4/12/2011 - Approved2011 -195 112011 -091 04/12/11 Haas - Anderson Construction S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R UP RIVER ROAD RAND MORGAN RD. TO I.H. 37 (INSIDE CITY LIMITS ONLY) PREPARED BY: Maverick Engineering, Inc. 400 Mann St., Suite 200 Corpus Christi, Texas 78401 Phone: 361/696 -3500 Fax: 361/696 -3599 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 PROJECT NO: 6496 'DRAWING NO: STR 828 UP RIVER ROAD RAND MORGAN RD. TO I.H. 37 (INSIDE CITY LIMITS ONLY) PROJECT NO. 6496 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS -A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS -B Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to Be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -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 Office 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Policy (Revised 10/98) A-23 Inspection Required (Revised 7/5/00) (NOT USED) A -24 Surety Bonds A 25 Sale Tax Exemption (NO LONGER APPLICABLE) (6/11/98) A -26 Supplemental Insurance Requirements A 27 Recponcibility for Damage Claims (NOT USED) A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended "Policy on Extra Work and Change Orders" A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents - _ • -__ (NOT USED) A -36 Other Submittals (Revised 9/18/00) A -37 Amended "Arrangement and Charge for Water Furnished by the City" TABLE OF CONTENTS PAGE 1 OF 7 A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities (NOT USED) A -40 Amendment to Section. B-8 -6: "Partial Estimates" A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended "Indemnification and Hold Harmless" (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A 4G Dispocal of Highly Chlorinatcd Watcr (7/5/00) (NOT USED) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A 50 Vidco Documcntation A -51 Electronic Proposal Form A -52 Amended Prosecution and Progress Attachment I - Project Sign Attachment II - Sample Computer Print -Out PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 020 SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments S49 021 SITE PREPARATION 021020 Site Clearing and Stripping S5 021040 Site Grading S6 021080 Removing Old Structures 555 022 EARTHWORK 022020 Excavation and Backfill for Utilities and Sewers S9 022022 Trench Safety for Excavations 022040 Street Excavation S10 022080 Embankment S13 022100 Select Material S15 022420 Silt Fence S97 025 ROADWAY 0252 SUBGRADES AND BASES 025202 Scarifying and Reshaping Base Course 523 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54 0254 ASPHALTS AND SURFACES 025402 Planing Asphaltic Surfaces S27A 025404 Asphalts, Oiis'aid Emulsions S29 025412 Prime Coat (Asphaltic Material Only) S30 025424 Hot Mix Asphaltic Concrete Pavement (Class A) S34 TABLE OF CONTENTS PAGE 2 OF 7 0256 CONCRETE WORK 025612 Concrete- Sidewalks and Driveways S53 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025805 Abbreviated Pavement Markings 5101 025807 Pavement Markings (Paint and Thermoplastic) S45 025813 Preformed Striping and Emblems 025816 Raised Pavement Markers and Traffic Buttons 025818 Reference- Pavement Markers (Reflectorized) (TxDOT D -9 -4200) 025828 Reference - Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) 027 SEWERS & DRAINAGE 0274 STORM SEWERS 027402 Reinforced Concrete Pipe Culverts S60 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding S14 028200 Mail Box Relocation 028320 Chain Link Fence S70 030 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel S42 037040 Epoxy Compounds S44 038000 Concrete Structures S41 PART T'- TECHNICAL SPECIFICATIONS 022 EARTHWORK 022021 Control of Ground Water 025 ROADWAY 0252 SUBGRADES AND BASES 025223 Crushed Limestone Flexible Base CUT SHEET FOR ELECTRICAL CONDUIT HANDHOLE (PULL BOX) Hubbell Quazite 11" x 18" x 18" PG Style Stackable Open Bottom Assembly LIST OF DRAWINGS: SHT.NO. DESCRIPTION 1 TITLE SHEET & VICINITY MAP 2 SHEET INDEX & DRAWING LEGEND 3 PROJECT LOCATION MAPSEGMENT 1 4 PROJECT LOCATION MAP SEGMENTS 2, 3 & 4 5 GENERAL NOTES & TESTING SCHEDULE 6 ESTIMATED QUANTITIES SUMMARY 7 EXISTING TYPICAL SECTION 8 PROPOSED TYPICAL SECTION SEGMENTS 1, 2, & 3 9 PROPOSED TYPICAL SECTION SEGMENT 4 TABLE OF CONTENTS PAGE 3 OF 7 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 DEMOLITION DEMOLITION DEMOLITION DEMOLITION & REMOVAL & REMOVAL & REMOVAL & REMOVAL EXISTING TOPOGRAPHY EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY TOPOGRAPHY EXISTING TOPOGRAPHY - SUMMARY SUMMARY SUMMARY SUMMARY SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT SEGMENT DRAINAGE MAP SEGMENT 1 DRAINAGE MAP SEGMENT 1 DRAINAGE MAP SEGMENT 1 DRAINAGE MAP SEGMENT 1 DRAINAGE MAP SEGMENT 2 DRAINAGE MAP SEGMENT 3 DRAINAGE MAP SEGMENT BASELINE ALIGNMENT - BASELINE ALIGNMENT - BASELINE ALIGNMENT - BASELINE ALIGNMENT - BASELINE ALIGNMENT - BASELINE ALIGNMENT - BASELINE ALIGNMENT BASELINE PLAN AND PROFILE SEGMENT 1 STA. PLAN AND PROFILE SEGMENT 1 STA. PLAN AND PROFILE SEGMENT 1 STA. SEGMENT 1 SEGMENT 1 CONT. SEGMENTS 2 & 3 SEGMENT 4 1 BEGIN PROJECT TO STA. 18 +30 1 STA. 18 +30 TO STA. 29 +00 1 STA. 29 +00 TO STA. 39 +58 1 STA. 39 +58 TO STA. 50 +21.5 1 STA. 50 +21.5 TO STA. 60 +85 1 STA. 60 +85 TO STA. 71 +52 1 STA. 71 +52 TO STA. 77 +00 1 STA. 77 +00 TO STA. 85 +00 1 STA. 85 +00 TO STA. 95 +00 1 STA. 95 +00 TO STA. 105 +25 1 STA. 105 +25 TO STA. 110 +61 1 STA. 110 +61 TO END PROJECT 2 BEGIN PROJECT TO STA. 15 +15 2 STA. 15 +15 TO STA. 25 +85 2 STA. 25 +85 TO STA. 36 +54 2 STA. 36 +54 TO END PROJECT 3 BEGIN PROJECT TO END PROJECT 4 BEGIN PROJECT TO STA. 15 +00 4 STA. 15 +00 TO STA. 25 +40.5 4 STA. 25 +40.5 TO STA. 35 +81 4 STA. 35 +81 TO STA. 41 +00 4 STA. 41 +00 TO END PROJECT 4 SEGMENT 1 STA. 10 +00 TO STA. 49 +00 SEGMENT 1 STA. 49 +00 TO STA. 84 +74.68 SEGMENT 1 STA. 84 +74.68 TO STA. 106 +49.88 SEGMENT 2 STA.10 +00 TO STA. 47 +00 SEGMENT 3 STA.10 +00 TO STA. 21 +28.36 SEGMENT 4 STA.10 +OOTO STA. 50 +00 PROJECT CONTROL DATA 10 +72.63 TO STA. 15 +00 LT 10 +72.63 TO STA. 15 +00 RT PLAN AND PROFILE SEGMENT 1 PLAN AND PROFILE SEGMENT 1 PLAN AND PROFILE SEGMENT 1 PLAN AND PROFILE SEGMENT 1 PLAN AND PROFILE SEGMENT 1 PLAN AND PROFILE SEGMENT 1 PLAN AND PROFILE SEGMENT 1 PLAN AND PROFILE SEGMENT 1 PLAN AND PROFILE - SEGMENT PLAN AND PROFILE SEGMENT 1 PLAN AND PROFILE - SEGMENT PLAN AND PROFILE - SEGMENT STA. STA. STA. STA. STA. STA. STA. STA. 15 +00 TO STA. 20 +00 TO STA. 25 +00 TO STA. 30 +00 TO STA. 35 +00 TO STA. 40 +00 TO STA. 45 +00 TO STA. 45 +00 TO STA. 50 +00 TO STA. 20 +00 25 +00 30 +00 35 +00 40 +00 45 +00 50 +00 50 +00 55 +15 LT RT .90 LT 1 STA. 50 +00 TO STA. 55 +15.90 RT STA. 55 +15.90 TO STA. 60 +50 1 STA. 60 +50 TO STA. 65 +50 1 STA. 65 +50 TO STA. 70 +84.76 LT. TABLE OF CONTENTS PAGE 4 OF 7 65 PLAN AND PROFILE - SEGMENT 1 STA. 65 +50 TO STA. 70 +84.76 RT. 66 PLAN AND PROFILE - SEGMENT 1 STA. 70 +84.76 TO STA. 76+04.30 LT. 67 PLAN AND PROFILE - SEGMENT 1 STA. 70 +84.76 TO STA. 76 +04.30 RT. 68 PLAN AND PROFILE - SEGMENT 1 STA. 76 +04.30 TO STA. 81 +00 LT. 69 PLAN AND PROFILE - SEGMENT 1 STA. 76 +04.30 TO STA. 81 +00 RT. 70 PLAN AND PROFILE - SEGMENT 1 STA. 81 +00 TO STA. 86 +00 LT. 71 PLAN AND PROFILE - SEGMENT 1 STA. 81 +00 TO STA. 86 +00 RT. 72 PLAN AND PROFILE - SEGMENT 1 STA. 86 +00 TO STA. 91 +00 73 PLAN AND PROFILE - SEGMENT 1 STA. 91 +00 TO STA. 96 +00 LT. 74 PLAN AND PROFILE - SEGMENT 1 STA. 91 +00 TO STA. 96 +00 RT. 75 PLAN AND PROFILE - SEGMENT 1 STA. 96 +00 TO STA. 101 +00 76 PLAN AND PROFILE - SEGMENT 1 STA. 101 +00 TO STA. 106 +00 77 PLAN AND PROFILE - SEGMENT 1 STA. 106 +00 TO STA. 111 +00 78 PLAN AND PROFILE - SEGMENT 1 STA. 111 +00 TO END PROJECT 79 PLAN AND PROFILE - SEGMENT 2 BEGIN PROJECT TO STA. 15 +00 LT. 80 PLAN AND PROFILE - SEGMENT 2 BEGIN PROJECT TO STA. 15 +00 RT. 81 PLAN AND PROFILE - SEGMENT 2 STA. 15 +00 TO STA. 20 +47.95 LT. 82 PLAN AND PROFILE - SEGMENT 2 STA. 15 +00 TO STA. 20 +47.95 RT. 83 PLAN AND PROFILE - SEGMENT 2 STA. 20 +47.95 TO STA. 25 +50 84 PLAN AND PROFILE - SEGMENT 2 STA. 25 +50 TO STA. 30 +50 85 PLAN AND PROFILE - SEGMENT 2 STA. 30 +50 TO STA. 35 +50 86 PLAN AND PROFILE - SEGMENT 2 STA. 35 +50 TO STA. 40 +50 87 PLAN AND PROFILE - SEGMENT 2 STA. 40 +50 TO STA. 45 +50 88 PLAN AND PROFILE -- SEGMENT 2 STA. 45 +50 TO END OF PROJECT 89 PLAN AND PROFILE - SEGMENT 3 BEGIN PROJECT TO STA. 15 +00 90 PLAN AND PROFILE - SEGMENT 3 STA. 15 +00 TO END PROJECT 91 PLAN AND PROFILE - SEGMENT 4 BEGIN PROJECT TO STA. 15 +26.99 92 PLAN AND PROFILE - SEGMENT 4 15 +26.99 TO STA. 20 +50 LT. 93 PLAN AND PROFILE - SEGMENT 4 15 +26.99 TO STA. 20 +50 RT. 94 PLAN AND PROFILE - SEGMENT 4 20 +50 TO STA. 25 +50 95 PLAN AND PROFILE - SEGMENT 4 25 +50 TO STA. 30 +50 96 PLAN AND PROFILE - SEGMENT 4 30 +50 TO STA. 35 +50 97 PLAN AND PROFILE - SEGMENT 4 35 +50 TO STA. 40 +50 98 PLAN AND PROFILE - SEGMENT 4 40 +50 TO STA. 45 +64.11 99 PLAN AND PROFILE - SEGMENT 4 45 +64.11 TO END PROJECT 100 CONDUIT LAYOUT PLAN: SEGMENT 1 101 CONDUIT LAYOUT PLAN: SEGMENT 1 102 CONDUIT LAYOUT PLAN: SEGMENTS 2, 3, & 4 103 ED (1) - 03 104 ED (2) - 03 105 ED (3) - 03 106 CONCRETE & PAVING DETAILS 107 METAL BEAM GUARD FENCE 108 METAL SEAM GUARD FENCE 109 FENCING ETAILS 110 MISCELLANEOUS DRAINAGE DETAILS 111 DRAINAGE CHANNEL DETAILS 112 PROPOSED ROAD CROSS SECTIONS - SEGMENT 1 113 PROPOSED ROAD CROSS SECTIONS - SEGMENT 1 114 PROPOSED ROAD CROSS SECTIONS - SEGMENT 2 115 PROPOSED ROAD CROSS SECTIONS - SEGMENT 4 116 SAFETY END TREATMENT 117 STANDARD STORM WATER DETAILS 118 STANDARD STORM WATER DETAILS 119 STANDARD WATER DETAILS TABLE OF CONTENTS PAGE 5 OF 7 120 STANDARD WATER DETAILS 121 STANDARD WATER DETAILS 122 STANDARD WATER DETAILS 123 STANDARD WATER DETAILS 124 STRIPING PLAN - SEGMENT 1 125 STRIPING PLAN - SEGMENT 1 126 STRIPING PLAN - SEGMENT 1 127 STRIPING PLAN -- SEGMENT 1 128 STRIPING PLAN - SEGMENT 1 129 STRIPING PLAN - SEGMENT 1 130 STRIPING PLAN - SEGMENT 1 131 STRIPING PLAN - SEGMENT 1 132 STRIPING PLAN - SEGMENT 1 133 STRIPING PLAN - SEGMENT 1 134 STRIPING PLAN - SEGMENT 2 135 STRRIPING PLAN - SEGMENT 2 136 STRIPING PLAN - SEGMENT 2 137 STRIPING PLAN - SEGMENT 2 138 STRIPING PLAN - SEGMENT 3 139 STRIPING PLAN - SEGMENT 4 140 STRIPING PLAN - SEGMENT 4 141 STRIPING PLAN 142 STRIPING PLAN . 143 SIGNAGE PLAN - 144 SIGNAGE PLAN - SIGNAGE PLAN - 145 146 147 148 149 150 151 152 153 154 155 156 SIGNAGE PLAN SIGNAGE PLAN SIGNAGE PLAN SIGNAGE PLAN SIGNAGE PLAN SIGNAGE PLAN SIGNAGE PLAN SIGNAGE PLAN SIGNAGE PLAN SIGNAGE PLAN SIGNAGE PLAN 157 SIGNAGE PLAN 158 SIGNAGE PLAN 159 SIGNAGE PLAN 160 SIGNAGE PLAN - 161 SIGNAGE PLAN - 162 POLLUTION PREV. 163 POLLUTION PREV. BEGIN PROJECT STA. 19 +00 TO STA. 29 +00 TO STA. 39 +50 TO STA. 50 +00 TO STA. 61 +00 TO STA. 71 +00 TO STA. 81 +70.55 STA. 92 +19.91 TO STA. 103 +00 STA. 103 +00 TO END PROJECT TO STA. 19 +00 STA. 29 +00 STA. 39 +50 STA. 50 +00 STA. 61 +00 STA. 71 +00 STA. 81 +70.55 TO STA. 92 +19.91 BEGIN PROJECT STA. 19 +71.69 STA. 30 +50 TO STA. 40 +50 TO STA. 12 +00 TO BEGIN PROJECT STA. 22 +50 TO TO STA. 19 +71.69 TO STA. 30 +50 STA. 40 +50 END PROJECT STA. 18+00 TO STA. 22 +50 STA. 32 +50 - SEGMENT 4 STA. 32 +50 TO STA. 42 +50 - SEGMENT 4 STA. 42 +50 TO END PROJECT SEGMENT 1 BEGIN PROJECT TO STA. 19 +00 SEGMENT 1 STA. 19 +00 TO STA. 29 +00 SEGMENT 1 STA. 29 +00 TO STA. - SEGMENT 1 - SEGMENT 1 - SEGMENT 1 - SEGMENT 1 - SEGMENT 1 - SEGMENT 1 - SEGMENT 1 - SEGMENT 2 - SEGMENT 2 - SEGMENT 2 - SEGMENT 2 - SEGMENT 3 - SEGMENT 4 BEGIN PROJECT TO STA 22 +50 - SEGMENT 4 STA 22 +50 TO STA 32 +50 SEGMENT 4 STA 32 +50 TO STA 42 +50 SEGMENT 4 STA 42 +50 TO END PROJECT STA. STA. STA. STA. STA. STA. STA. 39 +50 TO STA. 50 +00 TO STA. 61 +00 TO STA. 71 +00 TO STA. 81 +70.55 81 +70.55 TO STA. 92 +19.91 92 +19.91 TO STA. 103 +00 103 +00 TO END PROJECT BEGIN PROJECT TO STA 19 +71.69 STA 19 +71.69 TO STA 30 +50 STA 30 +50 TO STA 40+50 STA 40 +50 TO END PROJECT STA. 12 +00 TO STA. 18 +00 39 +50 50 +00 61 +00 71 +00 164 POLLUTION PREV. 165 POLLUTION PREV. 166 POLLUTION PREV. 167 POLLUTION PREV. 168 POLLUTION PREV. 169 POLLUTION PREV. 170 POLLUTION PREV. .171 POLLUTION PREV. 172 POLLUTION PREVENTION PLAN DETAILS 173 TRAFFIC CONTROL TYPICAL SECTIONS 174 TRAFFIC CONTROL TYPICAL SECTIONS PLAN PLAN PLAN PLAN PLAN PLAN PLAN PLAN PLAN PLAN - SEGMENT 1 - SEGMENT 1 - SEGMENT 1 - SEGMENT 1 - SEGMENT 1 - SEGMENT 2 - SEGMENT 2 - SEGMENT 3 - SEGMENT 4 - SEGMENT 4 BEGIN PROJECT TO STA. 31 +00 STA. 31 +00 TO STA. 51 +00 STA. 51 +00 TO STA. 71 +00 STA. 71 +00 TO STA. 92 +19.88 STA. 92 +19.88 TO END PROJECT BEGIN PROJECT TO STA. 31 +00 31 +00 TO END PROJECT BEGIN TO END PROJECT BEGIN PROJECT TO STA. STA 31 +00 TO END PROJECT 31 +00 TABLE OF CONTENTS PAGE 6 OF 7 175 TRAFFIC CONTROL PLAN - SEGMENT 1 176 TRAFFIC CONTROL PLAN - SEGMENT 1 177 TRAFFIC CONTROL PLAN - SEGMENT 1 178 TRAFFIC CONTROL PLAN - SEGMENT 1 179 TRAFFIC CONTROL PLAN - SEGMENT 1 180 TRAFFIC CONTROL PLAN - SEGMENT 1 181 TRAFFIC CONTROL PLAN - SEGMENT 2 182 TRAFFIC CONTROL PLAN - SEGMENT 3 183 TRAFFIC CONTROL PLAN - SEGMENT 4 184 TCP NOTES - 98 185 WORK IN LANE NO PAVED SHOULDER 186 TCP (2 -4) -03 187 TCP (2 -2) 03 188 WZ (CD) -94 189 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS 190 BARRICADE AND CONSTRUCTION PROJECT LIMIT STANDARD 191 BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT STANDARD 192 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES STANDARD 193 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT STANDARD 194 BARRICADE AND CONSTRUCTION ARROW & MESSAGE SIGNS, REFLECTORS & WARNING LIGHT STANDARD 195 BARRICADE AND CONSTRUCTION PLASTIC DRUM STANDARD 196 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD 197 BARRICADE AND CONSTRUCTION TYPE III BARRICADE & CONES STANDARD 198 BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS STANDARD 199. BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS STANDARD 200 BARRICADE AND CONSTRUCTION REGULATORY & GUIDE SIGNS STANDARDS GEOTECHNICAL REPORT NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TABLE OF CONTENTS PAGE 7 OP 7 1 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: UP RIVER ROAD - RAND MORGAN RD. to I.R. 37 (Inside City Limits Only) Project No. 6496 This project consists of improvements of the section of Up River Road between Rand Morgan Road and I.H. 37 (city portions only). Improvements consist of the reconstruction and widening of the existing two -lane roadway to a collector (C -2) two - lane roadway (30- ft. wide pavement section)with an intermittent left turn lane, including a 3 -ft. wide shoulder and driveways. Associated improvements include pavement markings and signage; 4,168 LF of new 12" to 36" reinforced concrete storm sewer pipe; drainage ditch and earthwork; seeding; and temporary traffic control; together with all appurtenances, in accordance with the plans, specifications and contract documents. There are four sections of roadway improvements: 1. From IH 37 to the city limits near Dunn -Meany Road, approximately 10,400 linear feet of roadway. (Segment #1) 2. East from Southern Minerals Road approximately 3,600 linear feet of roadway. (Segment #2) 3. West from Suntide Road approximately 550 linear feet of roadway, including a rebuild of the intersection. (Segment #3) 4. East from IH 37 towards Renfrow Road approximately 3,600 linear feet of roadway. (Segment #4) will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, aanuary 26, 2011 then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 2 :00 p.m. on Wednesday 19, 2011 will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5%s bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional $10.00 which is a non - refundable postage /handling charge. The bidder prevail in out in the Contractor "laborer ", is hereby notified that the owner has ascertained the wage rates which the locality in which this work is to be done and that such wage scale is set contract documents obtainable at the office of the City Engineer and the shall pay not less than the wage rates so shown for each craft or type of "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. Revised 7/5/00 T CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS -.A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on 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' INABILITY 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 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the 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 -1I 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 4� 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 exeluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a for a governmental entity. building or construction contract (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,'ior 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: (I) 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 I for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to -the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (P) 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 Iaw 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 1 Page 7 of 11 T28S 110.110(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 verify 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 certificate 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 certificate 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 B. 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 i& 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 verb 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) notes 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 10of11 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 breach from the governmental entity. Page 11 of 11 h.1 PART A SPECIAL PROVISIONS UP RIVER ROAD - RAND MORGAN RD. TO I.H. 37 (INSIDE CITY LIMITS ONLY) PROJECT NO. 6496 PART 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, January 26, 2011. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - UP RIVER ROAD- RAND MORGAN RD. TO I.H. 37 (INSIDE CITY LIMITS ONLY), PROJECT N0. 6496 Any proposals not physically in possession of the City Secretary's Office at the time and date of the 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 the bid opening. A pre -bid meeting will be held on Wednesday, January 19, 2011 at 2:00 P.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 improvements of the section of Up River Road between Rand Morgan Road and T.H. 37 (city portions only). Improvements consist of the reconstruction and widening of the existing two -lane roadway to a collector (C -2) two -lane roadway (30 -ft. wide pavement section)with an intermittent left turn lane, including a 3 -ft. wide shoulder and driveways. Associated improvements include pavement markings and signage; 4,168 LF of new 12" to 36" reinforced concrete storm sewer pipe; drainage ditch and earthwork; seeding; and temporary traffic control; together with all appurtenances, in accordance with the plans, specifications and contract documents. There are four sections of this roadway improvements project: The Base Bid: (Segment #1)From IH 37 to the city limits near Dunn - Meany Road, approximately 10,400 linear feet of roadway. Additive Alternate No. 1: (Segment #2)East from Southern. Minerals Section A - SP (Revised 12/15/04) Page 1 of 24 Road approximately 3,600 linear feet of roadway. Additive alternate No. 2: (Segment #3) West from Suntide Road approximately 550 linear feet of roadway, including a rebuild of the intersection. Additive Alternate No. 3: (Segment #4)East from IH 37 towards Renfrow Road approximately 3,600 linear feet of roadway. A -4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Base Bid -OR- 2. Base Bid plus any one or more of the Additive Alternates 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. 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 UP RIVER ROAD -- MORGAN RD. TO IH 37 (INSIDE CITY LIMITS ONLY), PROJECT NO. 6496 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 deadlines for completion of each phase of construction shown below. The project has been divided into four(4) phases. The Contractor is required to complete each phase before proceeding to any other phase, unless written authorization is given by the City Engineer to deviate from the sequence of construction. Time duration for construction is allocated for each phase, and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day that the work is not completed. Time duration for each phase is not transferable. The working time for completion of the entire Project including all additive alternates, if awarded, will be 660 Calendar days; however Each phase of the Project shall be completed within the number of calendar days or dates allocated below. Detailed descriptions of the phases are provided on the contract drawings as indicated below: the time shown for the additive alternates will be the additional time allowed for each if awarded. Section A - SP (Revised 12/15/04) Page 2 of 24 From Day One* BASE BID - Segment #1 (Reference Sheets 162 -166, 175-180) 360 Calendar Days Construct Segment #1 • Maintain two -way traffic throughout the Project. • Construct the north portion of improvements. • Construct the south portion of improvements. • Place permanent pavement markings and raised pavement markers. • Install traffic signs. • Remove temporary pollution prevention controls and traffic control devices, and open roadway to traffic. • Project close -out. * Start of Phase I is delineated by the Notice to Proceed. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. From Start of Segment ** ADDITIVE ALTERNATE 1- Segment #2 (Ref. Sheets 167 -168, 181)add 120 Calendar Days Construct Segment #2 • Maintain two -way traffic throughout the Project. • Construct the north portion of improvements. • Construct the south portion of improvements. • Place permanent pavement markings and raised pavement markers. • Install traffic signs. • Remove temporary pollution prevention controls and traffic control devices, and open roadway to traffic. • Project close -out. ADDITIVE ALTERNATE 2- Segment #3 (Ref. Sheets 169, 182)....add 60 Calendar Days Construct Segment #3 • Maintain two -way traffic throughout the Project. • Construct the north portion of improvements. • Construct the south portion of improvements. • Place permanent pavement markings and raised pavement markers. • Install traffic signs. • Remove temporary pollution prevention controls and traffic control devices, and open roadway to traffic. • Project close -out. ADDITIVE ALTERNATE 3- Segment #4 (Ref. Sheets 170 -171, 183)add 120 Calendar. Days Construct Segment #4 • Maintain two -way traffic throughout the Project. • Construct the north portion of improvements. • Construct the south portion of improvements. • Place permanent pavement markings and raised pavement markers. • Install traffic signs. • Remove temporary pollution prevention controls and traffic control devices, and open roadway to traffic. • Project close -out. * *Start of the Phase is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. Section A - SP (Revised 12/15/04) Page 3 of 24 Days Allocation for Rain: The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each stage of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of 660 Calendar Days if all phases are awarded, or as detailed above if only the base bid and some of the alternatives are awarded. Damages for exceeding the total time allotted shall be independent of damages assessed for each phase, as described above. 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 for each phase and the total contract duration, or after such time period as extended pursuant to other provisions of this Contract, $400.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimates the amount of liquidated damages due the City. "Allowance" for relocation of utilities is a reserve amount of funds that may become available for payments to the Contractor, at the City's discretion, if the extent of utility relocation work is exceeds the original scope of work. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals Section A - SP (Revised 12/15/04) Page 4 of 24 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 13-2 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 Construction Type(s): Heavy and Heavy and Highway. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics 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%) 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 ".) 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 Texas One -Call System DIG TESS at 1 -800- 344 -8377, the Lone Star Notification Company at 1- 800 -669 -8344, and Verizon Dig Alert at 1- 800- 483 -6279. For the Contractor's convenience, the following telephone numbers are listed: City Engineer 826 -3500 Project Engineer 826 -3500 A/E Project Engineer, Harold T. Benoit, Jr., P.E. Section A - SP (Revised 12/15/04) Page 5 of 24 Maverick Engineering, Inc. Streets & Solid Waste Services Traffic Engineer Police Department Water Department Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department American Electric Power Co. (AEP) Southwestern Bell Telephone Co. (SEC) Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) CenturyTel ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 696 -3500 fax: 696 -3599 826 -1940 826 -3540 886 -2600 826 -1881 (826 -1888 after hours) 826 -1800 (826 -1888 after. hours) 885 -6900 (885 -6900 after hours) 826 -1875 (826 -1888 after hours) 826 -3461 1 -877- 373 -4858 881 -2511 (1- 800 -824 -4424 after hours) 826 -1946 826 -1960 857 -5000 (857-5060 after hours) 887 -9200 (Pager 800 - 724 -3624) 225/214 -1169 (225/229- 3202(M)) 881 -5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972/753 -43557 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 or not 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 the Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. 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 of suitable material 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 Section A - SP (Revised 12/15/04) Page 6 of 24 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. All coats for traffic control arc considered aubaidiary; therefore, no dircct payment will bc made to Contractor. 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 lines 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 sewers is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the various bid items; therefore, no direct payment will be made to the Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to the Contractor. A -17 Field Office office at the aonotruction o tc. The field o=ffice muot contain at lcaot 134 oquarc bc furnished with an inclined table that meaourca at lcaot 30" n CO" and two (2) City Engineer or hio reprcocntativc . The field office must be furni-ahcd - -with a gontraotor. There io no separate pay item for the field office. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based on calendar days for construction of the entire project and broken down into construction for each phase. This plan must detail the schedule of work for each construction phase and shall be structured to meet all the requirements specified in Section A -6 °Time of Completion /Liquidated Damages", and must be submitted to the City Engineer at least Section A - SP (Revised 12/15/04) Page 7 of 24 three (3) working days prior to the pre - construction meeting. To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet deadlines for completion of each phase of construction shown below. The project has been divided into four (4) phases. The Contractor is required to complete each phase before proceeding to any other phase, unless written authorization is given by the City Engineer to deviate from the sequence of construction. Time duration for construction is allocated for each phase, and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day that the work is not completed. Time duration for each phase is not transferable. The working time for completion of the entire Project including all additive alternates (Phases 1,22,111, & IV) will be 660 calendar days or as detailed in A -6. The required work 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. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A -6 "Time of Completion /Liquidated Damages" and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the Contract. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, Section A - SP (Revised 12/15/04) Page 8 of 24 measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) benchmarks, required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or benchmark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or benchmarks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land 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; • Edge of pavement - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim/invcrt elevations at manholes; • All intersecting lines in manholes; Water: • All top of valve boxes; • Valve vault rims; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Stormwater: • All rim /invert elevations at manholes; Section A -- SP (Revised 12/15/04) Page 9 of 24 • All intersecting lines in manholes; • Ca ing cicvation4 (top of pipe and flow lire* (TXDOT and RR permito). A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must install two (2) Project signs as furnished by the City and as indicated in Attachment I. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. 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 Section A - SP (Revised 12 /15/04) Page 10 of 24 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women_ f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance Section A - SP (Revised 12/15/04) Page 11 of 24 a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) (NOT USED) occupancy. Contractor must obtain the- Certificate of Oeeupancy, when applicable. required by City. A -24 Surety Bonds a, including water /wactcwatcr meter fee° . Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (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 (10W) 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 (NO LONGER APPLICABLE) (6/11/98) following cubotitutcd in lieu thereof. Section A - SP (Revised 12/15/04) Page 12 of 24 ciccto to operatc under a acparatcd contract ao defined by Sec ' 3, Tax Administration of Title 34, Public Finance of thc Texan Adminiotrativc Code, Public Accounts of Texan. If thc Contractor ciccto to operate under a acparatcd contract, he shall: 1. Obtain the ncoeaaary pale° tax permits from the state Comptrollcr. 2. 1 c tify in the appropriate apace on thc "Ctatcmcnt of Matcrialn and Other Chargoeu in the proposal form the coot of matcrialo phyoically incorporated into the Project. 3. Provide rcaalc certificates to aupplicra. 1. Provide thc City with copiers of material invoices to substantiate thc proposal value of materials. If thc Contractor does not elect to operatc under a acparatcd contract, he must pay for all Calca, I3xeiac, and Uac Tanca appli able to thin Project. complies with the above requirements. The Contractor muot iaauc a rcaalc certificate to the [subcontractor and thc subcontractor, in turn, iaauca a rcaalc certificate to hio [supplier." A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event 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: Contracts 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 General Provisions, 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 Section A - SP (Revised 12/15/04) Page 13 of 24 B -6 -11 (a) of the General Provisions, 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) Paragraph (a) General Liability of Section B 6 11 of the Ceneral Provisions is amended to includc:Contractor must provide Builder'- Risk or Installation Floater insurance coverage for thc term of thc Contract up to and including the date the procure ouch Builder's Risk or Installation Floater insurance covcragc, including any deductible. The City mutt be named additional insured on any policies providing A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily be limited to, Section A - SP (Revised 12/15/04) Page 14 of 24 scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to Section B -7 -13 of the General Provisions. A -30 Amended °Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Section B -3 -1 "Consideration of Contract ", add the following text: "Bidders [based on the 1.) Base Bid or 2.) Base Bid plus any one or Additive Alternates subject to the availability of funds] must submit Engineer the following information: Contracts", more of the to the City 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 Section A - SP (Revised 12 /15/04) Page 15 of 24 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 of the General Provisions; 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 Special Provision A -28 concerning "Considerations for Contract Award and Execution" and Special Provision A -29 concerning "Contractor's Field Administration Staff "; 10. Submit in letter form, information identifying type of entity and state (i.e. Texas or other state), Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity." A -31 Amended "Policy on Extra Work and Change Orders" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -8 -5 "Policy on Extra Work and Change Orders ", the present text is deleted and replaced with the following: "Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council." A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts ", Section 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 Section A - SP (Revised 12/15/04) Page 16 of 24 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 Transportation "Standard Specifications for Construction of 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 watcr facility, thc Contractor, his certifying their prior attendance at a Vioitor /Contractor safety Orientation Program conducted by thc City Watcr Dcpartmcnt Personnel. A Visitor /Contractor £afcty Oricntation Program will bc offered by authorized City Watcr Dcpartmcnt peroonncl for those peroono who do not have such a card, and who dcoirc to perform any work within any City water facility. For additional information refer to Attachment 1. 3. Operation of City Owned Equipment The Contractor ohall not start, oper -ate-, or stop any pump, motor, valvc, cqu pmcnt, switch, br akcr, control, or any other item rclatcd to City water facility at any time. 111 ouch items must bc operated by an operator or other authorized maintenance cmploycc of thc City Water Department. C. Protection of Water Quality D. Conformity with ANCI /NSF Standard 61 1111 materials and cquipmcnt used in thc repair, roaosembly, transportation, opeetion of pumps, or any other itcmo, which contact with potable watcr, muot conform to American National Standards Ctandard Spccifi ationo. 7. Ctandard 61 approval for all matcriala which could come into contact with potablo water. E. Handling,and Disposal of Trash trash daily. CONTRACTOR'S S ON SITE PREPARATION section A - SP (Revised 12/15/04) Page 17 of 24 J All Contractor vchicica must be parked at dcrsignated rite, as dcoignated by Dcpartment peraonnel during cmcrgcncy cvacuation. K. Contractor Qualification° SCAD?. {,SUPERVISORY CONTROL AND DATA ACQUISITION) qualif cc tion° 1 thxu 9 bclow. Thio work incl.deo, but io not limited to, modification°, additions, changco, acicctiono, furnishing, inotalling, connecting, programming, cuotomis~ing, dcbugging, calibrating, or placing in operation all to 'demonatratc the following: ZZZ- required in thin Contract on at lcaot three prior projects. yearn. Elcctri al Engineer to oupervi -se or perform thc work required by thcao opccifi ationa. S.IIc cmpiloyo perconncl on thin Project who have oucccaofully complctcd a manufacturcr'a training courac in configuring and implementing thc opccific computcro, RTUS'a, and ooftwarc propoocd for thc Contract. 6.He maintains a permanent, fully staffed and cgsipped service facility with 44m 100 ayatems opccificd herein. 7 . He ohall furniCh equipment which is the product of ene manufacturcr to tho type will be thc product of one manufacturer. evaluating which Contractor or aubeoitractor program° the new work for thin Proj cct . the programming ao needed and required, to add thcoc two oyatcma to thc eniating Section A - SP (Revised 12/15/04) Page 18 of 24 io not intended to ohow all of the required ohccta. The Contractor will provide all programming blocko used. L. Trenching Requircmcnto All trenching for thin rrojcct at thc 0. N. Etcvcno Water Treatment Plant ohall be performed using a backhoc or hind digging duc to thc number of cxioting underground A -36 Other Submittals (Revised 9/18/00) 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section, and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract Documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract Documents and any Product or system limitations which may be detrimental to the successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Re- submittals: Contractor must revise and resubmit submittals as required by the City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, through Contractor, any inability to comply with provisions. j- 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. Section A - SP (Revised 12/15/04) Page 19 of 24 3. Test and Repair Report: When specified in the Standard or Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related 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 ", Section B -6 -15 "Arrangement and Charge for Water Furnished by the City ", add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors -B" are incorporated by reference in this Special Provision. 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 the Contractor will be compensated at the unit price indicated in the proposal. 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 and Hold Harmless" (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -6 -21 "Indemnification and Hold Harmless ", text is deleted in its entirety and the following is substituted in lieu thereof: Section A - SP (Revised 12/15/04) Page 20 of 24 "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 (4/26/99) Should a change order(s) be required by the Engineer, the Contractor shall furnish the Engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, subcontractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) 1. The Contractor shall make appropriate daily, measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 2. Upon completion of each facility, the Contractor shall furnish 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: a. Horizontal and vertical dimensions due to substitutions /field changes. b. Changes in equipment and dimensions due to substitutions. c. "Nameplate" data on all installed equipment. d. Deletions, additions, and changes to the scope of work. e. Any other changes made. A 46 Diopooal of Highly Chlorinated water (7/5/00) The Contractor shall be responoiblc for thc diapooal of water uocd for tenting, disinfection and lint flushing in as approved manner. Contaminanto in thc water, arcao. Thcac arc regulated by numerous agcncico ouch as TCEQ, EfA, ctc. It will be the Contractor'o responoibility to comply with the rcquircmcnt3 of all regulatory °hall be oubmittcd to the City for approval. There ohall be no 3cparatc pay for oanitary ocwcr oyotcm for dispozal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Section A - SP (Revised 12/15/04) Page 21 of 24 Prior to any construction whatoocvcr on the Project, the Contractor shall excavate and expose all existing pipelines of the Project that cross within twenty fcct (20') the area of proposed drainage culverts to identify conflicts, pipclinea of the Project, and the Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelineo whisk parallel and are within tcn feet (10') of propoacd pipelines at a maximum spacing of 300 feet O.C., and the Contractor ohall purvey the O.C. maximum intcrvalo. The Contractor shall then prepare a report and submit it to the City for approval indicating the owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. The Contractor shall perform no construction work at en the proposed drainage culvert locations Project until all exploratory excavations have been made in their entirety, the results thereof have been reported to the Engineer, and Contractor has received Engineer's approval of the report. Exploratory excavations shall not be paid for separately, but shall be considered subsidiary to items that require excavations. Any pavement repairs associated with exploratory excavations shall be paid for according to the established unit price(s) for pavement repair. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00) The Contractor shall comply fully 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. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of its employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. The Contractor shall coordinate his work with A.E.F. and inform A.E.P. of its construction schedule with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not shown. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown on the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -8 -11 "Maintenance Guaranty ", add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." inopcctiono of all waztcwatcr (sanitary sewer) and otorm water lino and manholes Section A - SP (Revised 12/15/04) Page 22 of 24 inntallcd on thin Troject. All incspcctiono shall be made in accordance with Ctandard Cpccification Ccction 027G11 "Tcicvicion Inopcction of Conduits ". A -51 Electronic Proposal Form "General Provisions and Requirements for Municipal Construction Contracts" Section B -2 -7 "Preparation of Proposal" is amended as follows: The bidder has the option of submitting a computer- generated print -out, in lieu of the Proposal Form (Pages 3 through 24, inclusive). The print -out shall list all bid items (including any additive or deductive alternates) contained on the Proposal Form (Pages 3 through 24, inclusive). The print -out shall be substantially in the form shown on Attachment II. If the bidder chooses to submit a print -out, the print -out shall be accompanied by properly completed Proposal Form pages 1, 2, 29, 30, 31, 32 and 33. In addition, the print -out shall contain the following statement and signature, after the last bid item: "(Bidder) herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternates) contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. (Bidder) acknowledges and agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown on this print -out by the respective estimated quantities shown on the Proposal Form (Column II) and then totaling the extended amounts." (Signature) (Title) (Date) A -52 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -7 Prosecution and Progress, add the following: "Funds are appropriated by the City on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization / remobilization costs. Such costs shall be addressed through a change order to the contract. Section A - SP (Revised 12/15/04) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT: Up River Road- Rand Morgan Rd. to IH 37 (Inside City Limits Only) Project No. 6496 OWNER: City of Corpus Christi ENGINEER: Maverick Engineering, Inc. CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING Section 022040 Section 025404 Section 025412 Section 025424 Section 027402 Section 030020 Section 025223 Tech. Spec. Cut- Sheets Plan Sheets 100,101 & 102 Section 025802 Section 025807 Section 032020 SUBMITTAL NUMBER: SUBMITTAL Street Excavation Asphalts, Oils and Emulsions Prime Coat (Asphaltic Material Only) Hot -Mix Asphaltic Concrete Pavement Reinforced Concrete Pipe Culverts Portland Cement Concrete Mix design Crushed Limestone Flexible Base Electrical Handholes (Pull Boxes) PVC Electrical Conduit (PVC Sch. 40) Traffic Controls and Devices Pavement Markings Reinforcing steel Section A -- SP (Revised 12/15/04) Page 24 of 24 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 12TH day of APRIL, 2011, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Haas - Anderson Construction, Ltd termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $3,817,209.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: UP RIVER ROAD - RAND MORGAN RD. TO IH 37 (INSIDE CITY LIMITS ONLY) PROJECT NO.6496 (TOTAL BASE BID + ADD.ALTS.NOS.1,2& 3: $3,817,209.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, 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 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -11 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 660 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. pity Attorney taVarar CITY OF CORPUS CHRIST By: Juan Perales, Jr ,P.E. Assistant City anager Engineering /Development Services By: Pete Anaya, P. Director of Engineering Services CONTRACTOR Haas -Ande By: so .Confstruation, Ltd. a aa� Title : President. Haas- Anderson Management,. LC General Partner P.O. BOX 7692 (Address) CORPUS CHRISTI, TX 78467_. ; - (City) (State) (ZIP) 361/853 -2535 * 361/853 -5564 (Phone) (Fax) AUTHORIZED Page 3 of 3 Rev. Jun -2010 SEM TARP - P R O P O S A L r Proposal of eite.r7c40 Place:Gff (4r;St1r !/t ti Date: roils a Corporation organized and existing under the laws of the State of OR or Individual doing business as I-19 9S _ /W -Kim (a +rx i b , Li-ci ti TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: UP RIVER ROAD RAND MORGAN RD. TO I.H. 37 (INSIDE CITY LIMITS ONLY) PROJECT NO. 6496 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: UP RIVER ROAD PROPOSAL FORM PAGE 2 OF 29 ADDENDUM NO.5 ATTACHMENT NO.1 PAGE 2 Of 29 BASE BID, PART A - STREET IMPROVEMENTS (SEGMENT #1) { II III IV V BID ITEM QTY & UNIT EXTENSION UNIT PRICE IN BID ITEM QTY X UNIT PRICE IN FIGURES) 225 000.00 DESCRIPTION FIGURES Al 1 LS MOBILIZATION, COMPLETE IN PLACE, PER LUMP SUM $ 225,000.00 $ A2 8.56 AC CLEAR RIGHT -OF -WAY, COMPLETE IN PLACE, PER ACRE 5 700.00 ..$ 48 792.00 A3 42065 SY STREET EXCAVATION, COMPLETE IN PLACE, PER SQUARE YARD $ 1.90 _$ 79 923.50 A4 42065 SY 12" COMPACTED SUBGRADE, COMPLETE IN PLACE, PER SQUARE YARD $ 1.25 $ 52 581.25 A5 42065 SY GEOGRID, COMPLETE IN PLACE, PER SQUARE YARD $ 3.90 $ 164 053.50 A6 42065 SY 8" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GRADE 1), COMPLETE IN PLACE, PER SQUARE YARD $ 9.75 $ 410 133.75 A7 6310 GAL PRIME COAT (0.15 GALISY), COMPLETE IN PLACE, PER GALLON $ 3.90 $ 24,609.00 A8 39888 SY 3" HMAC PAVEMENT (TYPE B) BASE COURSE, COMPLETE IN PLACE, PER SQUARE YARD $ 11.25 $ 448 740.00 A9 39888 SY 2" HMAC PAVEMENT (TYPE D) SURFACE COURSE, COMPLETE IN PLACE, PER SQUARE YARD $ 8.90 $ 355 003.20 Al0 10064 SF CONCRETE DRIVEWAY, COMPLETE IN PLACE, PER SQUARE FOOT $ 5.25 _$ 52 836.00 All 21 EA ADJUST EXIST MANHOLE TO FINISH GRADE, COMPLETE IN PLACE, PER EACH $ 1,015.00 $ 21,315.00 Al2 26 EA ADJUST WATER VALVE TO FINISH GRADE, COMPLETE IN PLACE, PER EACH $ 507.00 $ 13,182.00 Al 3 6 EA ADJUST GAS VALVE TO FINISH GRADE, COMPLETE IN PLACE, PER EACH $ 507.00 $ 3,042.00 A14 7 EA ADJUST EXISTING FIRE HYDRANT, COMPLETE IN PLACE, PER EACH $ 1,690.00 $ 11,830.00 A15 2 EA ADJUST EXISTING WATER METER, COMPLETE IN PLACE, PER EACH $ 282.00 1 564.00 A16 66 LF 4' CHAIN LINK FENCE, COMPLETE IN PLACE, PER LINEAR FOOT $ 20.00 $ 1,320.00 A17 341 LF 5' CHAIN LINK FENCE, COMPLETE IN PLACE, PER LINEAR FOOT $ 25.00 8 525.00 A18 60 LF 6' CHAIN LINK FENCE, COMPLETE IN PLACE, PER EACH $ 28.00 ,,.$ 1 680.00 A19 971 LF METAL BEAM GUARD FENCE, COMPLETE IN PLACE, PER LINEAR FOOT $ 30.00 . 29 130.00 A20 2 EA SURVEY MONUMENT, COMPLETE IN PLACE, PER EACH $ 1,350.00 $ 2,700.00 A21 4 DAY OZONE DAY, COMPLETE IN PLACE, PER DAY $ 1,000.00 J 4,000.00 A22 2 EA REFLECTIVE PAVEMENT MARKING TY 1(W) RR- XING, COMPLETE IN PLACE, PER EACH $ 620.00 $ 1,240.00 A23 72 LF REFLECTIVE PAVEMENT MARKING TY 1(W)(24 ")(SLD), COMPLETE IN PLACE, PER LINEAR FOOT $ 10.00 720.00 A24 30 LF REFLECTIVE PAVEMENT MARKING TY 1(Y)(24 ")(SLD), COMPLETE IN PLACE, PER LINEAR FOOT $ 10.00 _$ 300.00 A25 19341 LF REFLECTIVE PAVEMENT MARKING TY 1 (W) 4 "(SLD), COMPLETE IN PLACE, PER LINEAR FOOT $ 0.55 $ 10 637.55 A26 2080 LF REFLECTIVE PAVEMENT MARKING TY 1(Y)(4 ")(BRK), COMPLETE IN PLACE, PER LINEAR FOOT { $ 0.55 $ 1 144.00 A27 225 LF REFLECTIVE PAVEMENT MARKING TY 1(Y)(4 ")(SLD), COMPLETE IN PLACE, PER LINEAR FOOT $ 0.80 _$ 180.00 A28 1464 LF REFLECTIVE PAVEMENT MARKING TY 1(Y)(4 ")(SLD)(DBL), COMPLETE IN PLACE, PER LINEAR FOOT $ 1.15 $ 1 683.60 A29 30 LF REFLECTIVE PAVEMENT MARKING TY 1(W)(CROSSWALK)(10' WIDE), COMPLETE IN PLACE, PER LINEAR FOOT $ 56.00 $ 1 680.00 A30 144 EA TYPE II -A -A RAISED PAVEMENT MARKER (REFLECTORIZED), COMPLETE IN PLACE PER EACH $ 5.00 _$ 720.00 A31 11 EA STREET SIGN ASSY W19" BLADE(S)(GR) & STOP SIGN, COMPLETE IN PLACE PER EACH $ 417.00 $ 4 587.00 A32 6 EA NO PARKING SIGN, COMPLETE IN PLACE PER EACH $ 145,00, $ 870.00 A33 14 EA SPEED ZONE SIGN, COMPLETE IN PLACE PER EACH $ 288.00 $ 4 032.00 A34 2 EA RAILROAD CROSSING SIGN, COMPLETE IN PLACE PER EACH $ 321.00 $ 642.00 A35 5 EA PEDESTRIAN WARNING SIGN, COMPLETE IN PLACE PER EACH $ 327.00 $ 1,635.00 A36 1 EA STOP S1GN, COMPLETE IN PLACE PER EACH $ 299.00 $ 299.00 A37 2 EA . STREET S1GN ASSY W /9" BLADE(S)(GR), COMPLETE IN PLACE PER EACH $ 394.00 $ 788.00 A38 6 EA OTHER REGULATORY SIGN, COMPLETE IN PLACE PER EACH $ 474.00 $ 2,844.00 A39 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM $ 29,335.00 $ 29,335.00 A40 4065 LF 2" DIA. PVC (SCH 80) ELECTRICAL CONDUIT, COMPLETE IN PLACE PER LINEAR FOOT $ 6.80 $ 27,642.00 A41 33 EA 11"X 18 "X 18" HANDHOLE (PULL BOX), COMPLETE IN PLACE PER EACH $ 840.00 $ 27,720.00 A42 (1) LS Deduct: Liquid Asphalt 204 tons of TxDOT PG70 -22 $ (305,538.00) $ (305,538.00) and 307 tons of TxDOT PG64 -22 (Valero Contribution), complete in place per Lump Sum TOTAL BASE BID PART A (ITEMS Al THROUGH A42) $ 1,772,121.35 BASE BID, PART B - STORM WATER DRAINAGE IMPROVEMENTS (SEGMENT #1) BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM - EXTENSION (QTY X UNIT PRICE IN FIGURES) _$ 97 053.10 FIGURES TOP SOIL & SEEDING FOR EROSION CONTROL, COMPLETE IN PLACE PER SQUARE YARD $ 2.30 B1 42197 SY B2 46 LF RC PIPE SEWER (CL 111) 12 ", COMPLETE IN PLACE PER LINEAR FOOT $ 47.00 $ 2 162.00 B3 2033 LF RC PIPE SEWER (CL III) 18 ", COMPLETE IN PLACE PER LINEAR FOOT $ 53.00 $ 107,749.00 B4 107 LF RC PIPE SEWER (CL III) 24 ",, COMPLETE IN PLACE PER LINEAR FOOT $ 59.00 $ 6,313.00 B5 231 LF RC PIPE SEWER (CL III) 30 ", COMPLETE IN PLACE PER LINEAR FOOT $ 74.00 $ 17 09400 RC PIPE SEWER (CL 111) 36 ", COMPLETE IN PLACE PER LINEAR FOOT • $ 96.00 $ 6 336.00 B6 66 LF B7 2 EA SET (TY II) 12" (3:1), COMPLETE IN PLACE PER EACH $ 500.00 $ 1,000.00 B8 58 EA SET (TY II) 18" (3:1), COMPLETE IN PLACE PER EACH SET (TY 11) 24" (3:1), COMPLETE IN PLACE PER EACH $ 490.00 $ 28,420,00_ $ 660.00 $ 1320.00 B9 2 EA SET (TY 1!) 30" (3:1), COMPLETE IN PLACE PER EACH . $ 1.580.00. $ 12 640.00 B10 8 EA SET (TY 11) 36" (3:1), COMPLETE IN PLACE PER EACH $ 1,775.00 $ 3,550.00 B11 2 EA SET (TY II) 2 -18" (3:1), COMPLETE IN PLACE PER EACH $ 1285.00 $ 5,140.00 B12 4 EA SET (TY 11) 2 -24" (3:1), COMPLETE IN PLACE PER EACH $ 1 ,490.00 $ 2,980.00 J B13 2 EA 6" CURB & GUTTER, COMPLETE IN PLACE PER LINEAR FOOT $ 33.00 $ 1,023.00 B14 31 LF 2' BOTT. (0' -4' DEEP) DITCH EXCAVATION (HAULING & DISPOSAL OF DIRT), COMPLETE IN PLACE PER LINEAR FOOT $ 7.20 $ 90,770.40 B15 12607 LF CLEAN SILT & DEBRIS FROM EXISTING CONC. CULVERTS, COMPLETE IN PLACE PER LINEAR FOOT $ 11.30 1 8,169.90_ B16 723 LF 9" THK. (6" DIA. STONE) RIPRAP SLOPE PROTECTION FOR DRAINAGE DITCH, COMPLETE IN PLACE PER SQUARE YARD $ 22.00 $ 32,208.00 B17 1464 SY SILT FENCE FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LINEAR FOOT $ 2.50 1 47 182.50 B18 18873 LF HAY BALES FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LINEAR FOOT $ 6.20 $ 3,720.00 B19 600 LF TRECH SAFETY FOR STORM WATER CONDUITS, COMPLETE IN PLACE PER LINEAR FOOT $ 1.00 $ 2,522.00 B20 2522 LF ALLOWANCE FOR RELOCATION OF UTILITIES, COMPLETE IN PLACE PER LUMP SUM $ 25,000.00 $ 25,000.00 B21 1 LS B22 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM J 300.75 J 300.75 623 1 EA TYPE C MANHOLE, COMPLETE IN PLACE PER EACH $ 3,000.00 J 3000.00 TOTAL BASE BID PART B (ITEMS BI THROUGH B23) $ 505,653.65 ADDITIVE ALTERNATIVE NO.1 PART C - STREET IMPROVEMENTS (SEGMENT #2) II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES1 FIGURES C1 1 LS MOBILIZATION, COMPLETE IN PLACE PER LUMP SUM $ 74,000.00 $ 74 000.00 C2 2.57 AC CLEAR RIGHT -OF -WAY, COMPLETE IN PLACE PER ACRE $ 5,700.00 $ 14 649.00 C3 14460 SY STREET EXCAVATION, COMPLETE IN PLACE PER SQUARE YARD $ 1.95 $ 28 197.00 C4 14460 SY 12" COMPACTED SUBGRADE, COMPLETE IN PLACE PER SQUARE YARD $ 1.25 ,j 18,075.00 C5 14460 SY GEOGRID, COMPLETE IN PLACE PER SQUARE YARD $ 4.00 $ 57,840.00 C6 14460 SY 8" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GRADE 1), COMPLETE IN PLACE PER SQUARE YARD $ 9.85 $ 142 431.00 C7 2169 GAL PRIME COAT (0.15 GAL /SY), COMPLETE IN PLACE PER GALLON $ 3.95 $ 8,567.55 C8 13693 SY 3" HMAC PAVEMENT (TYPE B) BASE COURSE, COMPLETE IN PLACE PER SQUARE YARD $ 11.40 $ 156,100.20 C9 13693 SY 2" HMAC PAVEMENT (TYPE D) SURFACE COURSE, COMPLETE IN PLACE PER SQUARE YARD $ 9.00 .� 123 237.00_ C10 3 EA ADJUST WATER VALVE TO FINISH GRADE, COMPLETE IN PLACE PER EACH $ 513.00 $ 1,539.00 011 525 LF METAL BEAM GUARD FENCE, COMPLETE IN PLACE PER LINEAR FOOT $ 31.00 $ 16,275.00 C12 2 EA SURVEY MONUMENT, COMPLETE IN PLACE PER EACH $ 1,370.00 $ 2,740.00 C13 4 DAY OZONE DAY, COMPLETE IN PLACE PER DAY $ 1,142.00 $ 4,568.00 C14 2 EA REFLECTIVE PAVEMENT MARKING TY 1(W) RR- XING, COMPLETE IN PLACE PER LINEAR FOOT $ 628.00 $ 1,256.00 C15 60 LF REFLECTIVE PAVEMENT MARKING TY 1(W) (24 ") (SLD), COMPLETE IN PLACE PER LINEAR FOOT $ 11.50 $ 690.00 C16 7030 LF REFLECTIVE PAVEMENT MARKING TY 1(W) (4 ") (SLD), COMPLETE IN PLACE PER LINEAR FOOT $ 0.80 $ 5,624.00 C17 610 LF REFLECTIVE PAVEMENT MARKING TY 1(Y) (4 ") (BRK), COMPLETE IN PLACE PER LINEAR FOOT $ 0.80 $ 488.00 C18 1025 LF REFLECTIVE PAVEMENT MARKING TY 1(Y) (4 ") (SLD)(DBL), COMPLETE IN PLACE PER LINEAR FOOT $ 0.80 $ 820.00 C19 57 EA TYPE II -A -A RAISED PAVEMENT MARKER (REFLECTORIZED), COMPLETE IN PLACE PER EACH $ 6.85 $ 390.45 C20 1 EA STREET SIGN ASSY W19" BLADE(S) (GR) & STOP SIGN, COMPLETE IN PLACE PER EACH $ 422.00 $ 422.00 C21 2 EA RAILROAD CROSSING SIGN, COMPLETE IN PLACE PER EACH $ 325.00 $ 650.00 C22 1 EA CITY MAINTENANCE SIGN, COMPLETE IN PLACE PER EACH $ 302.00 .$ 302.00 C23 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM $ 7,710.00 $ 7 710.00 C24 315 LF 2" DIA. PVC (SCH 80) ELECTRICAL CONDUIT, COMPLETE IN PLACE PER LINEAR FOOT $ 8.00 $ 2 520.00 C25 3 EA 11"X 18 "X 18" HANDHOLE (PULL BOX), COMPLETE IN PLACE PER EACH _ $ 1,035.00 $ 3 105.00 TOTAL ADDITIVE ALTERNATE NO.1 PART C (ITEMS C1 THROUGH C25) 672,196.20 ADDITIVE ALTERNATIVE NO.1 PART D - STORM WATER DRAINAGE IMPROVEMENTS (SEGMENT #2) 1 II" III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION (QTY_ X UNIT PRICE IN FIGURES) $ 29 793.30 FIGURES 01 12678 SY TOP SOIL & SEEDING FOR EROSION CONTROL, COMPLETE IN PLACE PER SQUARE YARD ` $ 2.35 D2 96 LF RC PIPE SEWER (CL III) 18 ", COMPLETE IN PLACE PER LINEAR FOOT $ 53.00 $ 5 088.00 D3 132 LF RC PIPE SEWER (CL III) 24 ", COMPLETE IN PLACE PER LINEAR FOOT $ 60.00 $ 7,920.00 D4 • 4 EA SET (TY I1) 18" (3:1), COMPLETE IN PLACE PER EACH $ 496.00 $ 1 984.00 05 4 EA SET (TY II) 2 -24" (3:1), COMPLETE IN PLACE PER EACH $ 1,500.00 $ 6 000.00 D6 757 LF 2' BOTT. (0' -4' DEEP) DITCH EXCAVATION (HAULING & DISPOSAL OF DIRT), COMPLETE IN PLACE PER LINEAR FOOT $ 7.30 $ 5,526.10 D7 86 LF CLEAN SILT & DEBRIS FROM EXISTING CONC. CULVERTS, COMPLETE IN PLACE PER LINEAR FOOT L $ 10.00 $ 860.00 D8 1086 SY 9" THK. (6" DIA. STONE) RIPRAP SLOPE PROTECTION FOR DRAINAGE DITCH, COMPLETE IN PLACE PER SQUARE YARD $ 22.30 $ 24,217.80 D9 6679 LF SILT FENCE FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LINEAR FOOT $ 2.50 $ 16,697.50 D10 48 LF HAY BALES FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LINEAR FOOT $ 9.50 .1 456.00 D11 228 LF TRENCH SAFETY FOR STORM WATER CONDUITS, COMPLETE IN PLACE PER LINEAR FOOT $ 1.00 $ 228.00 D12 1 LS ALLOWANCE FOR RELOCATION OF UTILITIES, COMPLETE IN PLACE PER LUMP SUM $ 25,000.00 $ 25,000.00 D13 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM $ 1,000.10 $_ 1,000.10 TOTAL ADDITIVE ALTERNATE NO.1 PART]] (ITEMS 131 THROUGH D13) $ 124,770.80 ADDITIVE ALTERNATIVE NO.2 PART E - STREET IMPROVEMENTS (SEGMENT #3) TOTAL ADDITIVE ALTERNATE NO.2 PART E (ITEMS El THROUGH E19) $ 128,356.25 II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION {QTY_ X UNIT PRICE IN FIGURESII $ 14,000.00 FIGURES MOBILIZATION, COMPLETE IN PLACE PER LUMP 1 LS SUM 14 000.00 El E2 . CLEAR RIGHT -OF -WAY, COMPLETE IN PLACE 0.43 AC PER ACRE 5 500.00 $ 2,365.00 E3 STREET EXCAVATION„ COMPLETE IN PLACE 2549 SY PER SQUARE YARD $ 1.85 $ 4,715.65 E4 12" COMPACTED SUBGRADE, COMPLETE IN 2549 SY PLACE PER SQUARE YARD $ 1.20 $ 3,058.80 E5 GEOGRID, COMPLETE IN PLACE PER SQUARE 2549 SY YARD $ 3.75 '. 9 558.75 E6 8" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GRADE 1), COMPLETE IN PLACE PER 2549 SY SQUARE YARD $ 9.40 $ 23,960.60 E7 PRIME COAT (0.15 GAL /SY), COMPLETE IN 383 GAL PLACE PER GALLON $ 3.75 $ 1.436.25 3" HMAC PAVEMENT (TYPE B) BASE COURSE, 2423 SY COMPLETE IN PLACE PER SQUARE YARD $ 10.85 '. 26 289.55 E8 2" HMAC PAVEMENT (TYPE D) SURFACE COURSE, COMPLETE IN PLACE PER SQUARE 2423 SY YARD $ 8.55 $ 20,716.65 E9 ADJUST WATER VALVE TO FINISH GRADE, 3 EA COMPLETE IN PLACE PER EACH 490.00 $ 1,470.00 El0 SURVEY MONUMENT, COMPLETE IN PLACE PER 2 EA EACH 1 305.00 $ 2,610.00 Ell 4 DAY OZONE DAY, COMPLETE IN PLACE PER DAY 1 090.00 $ 4360.00 E12 REFLECTIVE PAVEMENT MARKING TY 1(VV)(4 ") 886 LF (SLD), COMPLETE IN PLACE PER LINEAR FOOT $ 1.60 $ 1,417.60 E13 REFLECTIVE PAVEMENT MARKING TY 1(Y)(4 ") 120 LF (BRK), COMPLETE IN PLACE PER LINEAR FOOT $ 1.60 $ 192.00 E14 TYPE II -A -A RAISED PAVEMENT MARKER (REFLECTORIZED), COMPLETE IN PLACE PER 5 EA EACH $ 11.00 $ 55.00 E15 2 EA 1 LS SPEED ZONE SIGN, COMPLETE IN PLACE PER EACH TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM $ 288.00 $ 576.00 E16 3 400.00 $ 3,400.00 E17 594 LF 4 EA 2" DIA. PVC (SCH 80) ELECTRICAL CONDUIT, COMPLETE IN PLACE PER LINEAR FOOT 11 "X 18 "X 18" HANDHOLE (PULL BOX), COMPLETE IN PLACE PER EACH $ 7.60 $ 4,514.40 E18 E19 $ 915.00 ', 3 660.00 TOTAL ADDITIVE ALTERNATE NO.2 PART E (ITEMS El THROUGH E19) $ 128,356.25 ADDITIVE ALTERNATIVE NO.2 PART F - STORM WATER DRAINAGE IMPROVEMENTS (SEGMENT #3) ' { 11 III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES FIGURES F1 2202 SY TOP SOIL & SEEDING FOR EROSION CONTROL, COMPLETE IN PLACE PER SQUARE YARD $ 2.25 $ 4 954.50 F2 66 LF RC PIPE SEWER (CL III) 18 ", COMPLETE IN PLACE PER $ 51.00 $ 3 366.00 F3 78 LF RC PIPE SEWER (CL 111) 24 ", COMPLETE IN PLACE PER $ 57.00 $ 4 446.00 F4 2 EA SET (TY II) 18" (3:1), COMPLETE IN PLACE PER EACH $ 470.00 $ 940.00 F5 2 EA SET (TY 11) 24" (3:1), COMPLETE IN PLACE PER EACH $ 635.00 $ 1 270.00 F6 487 LF 2' BOTT. (0' -4' DEEP) DITCH EXCAVATION (HAULING & DISPOSAL OF DIRT), COMPLETE IN PLACE PER LINEAR FOOT $ 6.95 $ 3384.65 F7 1109 LF SILT FENCE FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LINEAR FOOT $ 2.45 1 2,717.05 F8 24 LF HAY BALES FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LINEAR FOOT $ 9.00 1_ 216.00 F9 144 LF TRENCH SAFETY FOR STORM WATER CONDUITS, COMPLETE IN PLACE PER LINEAR FOOT $ 1.00 $ 144.00 F10 1 LS ALLOWANCE FOR RELOCATION OF UTILITIES, COMPLETE IN PLACE PER LUMP SUM $ 10,000.00 $ 10,000.00 F11 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM $ 1.000.55 $ 1,000.55 TOTAL ADDITIVE ALTERNATE NO.2 PART F (ITEMS F1 THROUGH F11) $ 32,438.75 ADDITIVE ALTERNATE NO.3 PART G - STREET IMPROVEMENTS (SEGMENT #4) BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION (QTY_ X UNIT PRICE IN FIGURES1 FIGURES G1 1 LS MOBILIZATION, COMPLETE IN PLACE, PER LUMP SUM $ 53,000.00 $ 5,340.00 $ 53 00 0.00 G2 2.26 AC CLEAR RIGHT -OF -WAY, COMPLETE IN PLACE, PER ACRE $ 12 0.68.40 G3 6467 SY STREET EXCAVATION, COMPLETE IN PLACE, PER SQUARE YARD $ 1.80 $ 11 6.40.60 G4 6467 SY 12" COMPACTED SUBGRADE, COMPLETE IN PLACE, PER SQUARE YARD $ 1.15 $ 7,437.05 G5 6467 SY GEOGRID, COMPLETE IN PLACE, PER SQUARE YARD $ 3.70 J $ 23 927.90 G6 '8" 6467 SY CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GRADE 1), COMPLETE IN PLACE, PER SQUARE YARD $ 9.10 $ 58849.70 G7 971 GAL PRIME COAT (0.15 GAL /SY), COMPLETE IN PLACE, PER GALLON , $ 3.65 $ 3,544.15 G8 5693 SY 3" HMAC PAVEMENT (TYPE B) BASE COURSE, COMPLETE IN PLACE, PER SQUARE YARD $ 10.55 $ 60,061.15 G9 13663 SY 2" HMAC PAVEMENT (TYPE D) SURFACE COURSE, COMPLETE IN PLACE, PER SQUARE YARD $ 8.30 $ 113,402.90 G10 '2" 7970 SY PLANING OF EXISTING ASPHALT, COMPLETE IN PLACE, PER SQUARE YARD $ 1.05 $ 8,368.50 ADJUST WATER VALVE TO FINISH GRADE, COMPLETE IN PLACE, PER EACH $ 475.00 $ 1,900.00 G11 4 EA ADJUST WATER METER TO FINISH GRADE, COMPLETE IN PLACE, PER EACH $ 265.00 $ 265.00 G12 1 EA ADJUST EXISTING FIRE HYDRANT TO FINISH GRADE, COMPLETE IN PLACE, PER EACH $ 1,585.00 $ 1,585.00 G13 1 EA FIRE HYDRANT ASSEMBLY, COMPLETE IN PLACE, PER EACH $ 6,345.00 $ 6,345.00 r G14 1 EA METAL BEAM GUARD FENCE, COMPLETE IN PLACE, PER LINEAR FOOT $ 29.00 $ 8,352.00 G15 288 LF SURVEY MONUMENT, COMPLETE IN PLACE, PER EACH $ 1,269.00 $ 2,538.00 G16 2 EA OZONE DAY, COMPLETE IN PLACE, PER DAY $ 1,060.00 $ 4,240.00 G17 4 DAY , REFLECTIVE PAVEMENT MARKING TY 1(W) 4" (SLD), COMPLETE IN PLACE, PER LINEAR FOOT $ 0.75 _„$ 5 303.25 G18 7071 LF REFLECTIVE PAVEMENT MARKING TY 1(Y) 4" (BRK), COMPLETE IN PLACE, PER LINEAR FOOT $ 0.75 $ 660.00 G19 880 LF REFLECTIVE PAVEMENT MARKING TY 1(W) (CROSSWALK) (10' WIDE), COMPLETE IN PLACE, PER LINEAR FOOT $ 53.00 r$ 3 551.00 G20 67 LF TYPE II -A -A RAISED PAVEMENT MARKER (REFLECTORIZED), COMPLETE IN PLACE, PER EACH $ 10.50 $ 462.00 G21 44 EA I TOTAL ADDITIVE ALTERNATE NO.3 PART G (ITEMS G1 THROUGH G28) ADDITIVE ALTERNATE NO.3 PART H - STREET IMPROVEMENTS (SEGMENT #4) $ 402,102.00 11 III IV V BID ITEM EXTENSION (QTY UNIT PRICE IN X UNIT PRICE IN BID ITEM QTY & UNIT DESCRIPTION FIGURES FIGURES) TOP SOIL & SEEDING FOR EROSION CONTROL, H1 11690 SY COMPLETE IN PLACE, PER SQUARE YARD $ 2.20 $ 25.718.00 RC PIPE SEWER (CL III) 15 ", COMPLETE iN H2 48 LF PLACE, PER LINEAR FOOT $ 45.00 ' 2,160.00 RC PIPE SEWER (CL 111) 18 ", COMPLETE IN H3 1128 LF PLACE, PER LINEAR FOOT $ 49.00 j 55 272.00 RC PIPE SEWER (CL III) 24 ", COMPLETE IN H4 98 LF PLACE, PER LINEAR FOOT $ 55.00 4 5,390.00 SET (TY II) 15" (3:1), COMPLETE IN PLACE, PER 1-15 2 EA EACH $ 465.00 $ 930.00 SET (TY II) 18" (3:1), COMPLETE IN PLACE, PER H6 36 EA EACH $ 460.00 $ 16,560.00 SET (TY II) 24" (3:1), COMPLETE IN PLACE, PER H7 2 EA EACH $ 620.00 $ 1,240.00 SET (TY II) 2 -18" (3:1), COMPLETE IN PLACE, PER H8 2 EA EACH $ 1,200.00 $ 2,400.00 2' BOTT. (0' -4' DEEP) DITCH EXCAVATION (HAULING & DISPOSAL OF DIRT), COMPLETE IN H9 3596 LF PLACE, PER LINEAR FOOT $ 6.75 4 24 273.00 CLEAN SILT & DEBRIS FROM EXISTING CONC. CULVERTS, COMPLETE IN PLACE, PER LINEAR H10 35 LF FOOT $ 10.60 I 371.00 9" THK. (6" DIA. STONE) RIPRAP SLOPE PROTECTION FOR DRAINAGE DITCH, H11 28 SY COMPLETE IN PLACE, PER SQUARE YARD $ 20.70 $ 579.60 SILT FENCE FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE, PER H12 6588 LF LINEAR FOOT $ 2.40 15 811 .20 STREET SIGN ASSY W /9" BLADE(S) (GR) & STOP G22 1 1 EA S SIGN, COMPLETE IN PLACE, PER EACH $ $ 390.00 $ $ 390.00 SPEED ZONE SIGN, COMPLETE IN PLACE, PER G23 5 5 EA E EACH $ $ 269.00 $ $ 1 345.00_ PEDESTRIAN WARNING SIGN, COMPLETE IN G24 4 4 EA P PLACE, PER EACH $ $ 306.00 $ $ 1,224.00 OTHER REGULATORY SIGN, COMPLETE IN G25 3 3 EA P PLACE, PER EACH $ $ 444.00 $ $ 1 332.00 TRAFFIC CONTROL, COMPLETE IN PLACE, PER G26 1 1 LS L LUMP SUM $ $ 5,285.00 $ $ 5 285.00 G27 3 306 LF C 2" DIA. PVC (SCH 80) ELECTRICAL CONDUIT, $ 7.40 $ $ 2 264.40 G28 3 3 EA C 11 "X 18 "X 18" HANDHOLE (PULL BOX), $ 920.00 $ $ 2 760.00 TOTAL ADDITIVE ALTERNATE NO.3 PART G (ITEMS G1 THROUGH G28) ADDITIVE ALTERNATE NO.3 PART H - STREET IMPROVEMENTS (SEGMENT #4) $ 402,102.00 11 III IV V BID ITEM EXTENSION (QTY UNIT PRICE IN X UNIT PRICE IN BID ITEM QTY & UNIT DESCRIPTION FIGURES FIGURES) TOP SOIL & SEEDING FOR EROSION CONTROL, H1 11690 SY COMPLETE IN PLACE, PER SQUARE YARD $ 2.20 $ 25.718.00 RC PIPE SEWER (CL III) 15 ", COMPLETE iN H2 48 LF PLACE, PER LINEAR FOOT $ 45.00 ' 2,160.00 RC PIPE SEWER (CL 111) 18 ", COMPLETE IN H3 1128 LF PLACE, PER LINEAR FOOT $ 49.00 j 55 272.00 RC PIPE SEWER (CL III) 24 ", COMPLETE IN H4 98 LF PLACE, PER LINEAR FOOT $ 55.00 4 5,390.00 SET (TY II) 15" (3:1), COMPLETE IN PLACE, PER 1-15 2 EA EACH $ 465.00 $ 930.00 SET (TY II) 18" (3:1), COMPLETE IN PLACE, PER H6 36 EA EACH $ 460.00 $ 16,560.00 SET (TY II) 24" (3:1), COMPLETE IN PLACE, PER H7 2 EA EACH $ 620.00 $ 1,240.00 SET (TY II) 2 -18" (3:1), COMPLETE IN PLACE, PER H8 2 EA EACH $ 1,200.00 $ 2,400.00 2' BOTT. (0' -4' DEEP) DITCH EXCAVATION (HAULING & DISPOSAL OF DIRT), COMPLETE IN H9 3596 LF PLACE, PER LINEAR FOOT $ 6.75 4 24 273.00 CLEAN SILT & DEBRIS FROM EXISTING CONC. CULVERTS, COMPLETE IN PLACE, PER LINEAR H10 35 LF FOOT $ 10.60 I 371.00 9" THK. (6" DIA. STONE) RIPRAP SLOPE PROTECTION FOR DRAINAGE DITCH, H11 28 SY COMPLETE IN PLACE, PER SQUARE YARD $ 20.70 $ 579.60 SILT FENCE FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE, PER H12 6588 LF LINEAR FOOT $ 2.40 15 811 .20 H13 228 LF HAY BALES FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE, PER LINEAR FOOT $ 6.10 $ 1 390.80 H14 1 274 LF TRENCH SAFETY FOR STORM WATER CONDUITS, COMPLETE IN PLACE, PER LINEAR FOOT $ 1.00 _$ 1 274.00 H15 1 LS ALLOWANCE FOR RELOCATION OF UTILITIES, COMPLETE IN PLACE, PER LUMP SUM $ 25,000.00, $ 25 000.00 H16 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE, PER LUMP SUM $ 1,200.40 $ 1 200.40 TOTAL ADDITIVE ALTERNATE NO.3 PART H (ITEMS H1 THROUGH H16) $ 179,570.00 BID SUMMARY TAL - BASE BID BASE BID DESCRIPTION TOTALS _ TOTAL BID PART A ITEMS Al THROUGH A41 $ 1 ,772,121.35 TOTAL BID PART B ITEMS B1 THROUGH B22 $ 505,653.65 TOTAL - BASE BID (PARTS A AND B): TAL - ADDITIVE ALTERNATE NO.1: SEGMENT #2 2,277,775.00 ADDITIVE ALT. NO.1 DESCRIPTION TOTALS TOTAL BID PART C ITEMS Cl THROUGH C25 $ 672,196.20 TOTAL BID PART D ITEMS D1 THROUGH D13 $ 124,770.80 TOTAL ADDITIVE ALTERNATE NO.1 (PARTS C AND D): L - ADDITIVE ALTERNATE NO.2:(SEGMENT #3 ,967.00 ADDITIVE ALT. NO.2 DESCRIPTION TOTALS TOTAL BID PART E ITEMS El THROUGH E19 $ 128,356.25 TOTAL BID PART F ITEMS F1 THROUGH F11 $ 32,438.75 TOTAL ADDITIVE ALTERNATE NO.2 (PARTS E AND F): - ADDITIVE ALTERNATE NO.3: SEGMENT #4 ,795.00 ADDITIVE ALT. NO.3 DESCRIPTION TOTALS TOTAL BID PART G ITEMS G1 THROUGH G28 $ 402,102.00 TOTAL BID PART H ITEMS H1 THROUGH H16 $ 179,570.00 TOTAL ADDITIVE ALTERNATE NO.3 (PARTS G AND H): _ "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 11) and then totaling the extended amounts. (Signature) i:)atfr ($" j ". as President. Haas.Anderson Management, LC, ( Title) Coral rartaer ( Date) 2 � �� The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by-the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The Base Bid and Additive Alternates of the Project shall be completed within the number of calendar days or dates allocated below. Detailed descriptions of the phases are provided on the contract drawings: From Day One* Base Bid- Segment #1 (Ref. Sheets 162 -166, 175 -180) 360 Calendar Days Add Alternate- Segment ##2 (Ref. Sheets 167 -168, 181) 120 Calendar Days Add Alternate - Segment #3 (Ref. Sheets 169, 182) 60 Calendar Days Add Alternate- Segment #4 (Ref. Sheets 170 -171, 183) 120 Calendar Days * Start of the Phase is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. PROPOSAL FORM PAGE 26 OF 29 ADDENDUM NO.5 ATTACHMENT NO.1 PAGE 26 Of 29 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete the base bid and the additive alternates that are awarded within the CALENDAR DAYS noted above after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda n number) : +, frl\ o PAR el -Gjr -r'd{ J sctiefrr President, Haas- Anderson Management LC, General Partner Respectfully submitted: Name : H S - E?f 6 roc51 vv, ! L`Fe . By: (SEAL - If Bidder is (SI NATURE) a Corporation) Address: to, go 1691 I4-ea i4 i/y d (P.O. Box) (Street) Telephone: 3K 753 3- NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. PROPOSAL FORM PAGE 27 OF 29 (Revised August 2000) ADDENDUM N0.5 ATTACHMENT NO.1 PAGE 27 Of 29 STATE OF TEXAS S COUNTY OF NUECES § P A Y M E N T B O N D Bond No.: 105540355 KNOW ALL BY THESE PRESENTS: THAT Haas- Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company of Amerjca 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 TERLE- MILLION, EIGHT HUNDRED SEVENTEEN THOUSAND, TWO HUNDRED NINE .AND NO /100 ($3,817,209.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH day APRIL , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: UP RIVER ROAD - RAND MORGAN RD. TO IH 37 (INSIDE CITY LIMITS ONLY) PROJECT NO.6496 (TOTAL BASE BID -t- ADD.ALTS.NOS.1,2& 3: $3,817,209.00) NOW, THEREFORE, if the principal shall faithfully perform its .duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification :to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED INiR`rSEK, that it any legal action be tiled 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 one ttlis bond, and it does herby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 P A Y M E N T B O N D STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Haas- Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal ", and a corporation organized under the laws of the State of _ and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of THREE- MILLION, EIGHT HUNDRED SEVENTEEN THOUSAND, TWO HUNDRED NINE AND NO /100 ($3,817,209.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH day APRIL , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: UP RIVER ROAD - RAND MORGAN RD. TO IH 37 (INSIDE CITY LIMITS ONLY) PROJECT NO.6496 (TOTAL BASE BID + ADD.ALTS.NOS.1,2& 3: $3,817,209.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of tune, 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. XN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 14 day of April , 20 11 PRINCIPAL Haas - Anderson Construction, Ltd. By: �,,/,<as President. Haas- Anderson Management, LC, (Print Name & Tit].e0e0era( Partner '�{r6ie�i R ii (Print Name & Title) Vice President, i-aas-AM morn Mare Qament, L.C. General Partner SURETY Travelers Casualty and Surety Company of America., By: Attorney -in -fact Ker J. Woods (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Kevin Keetch Address: P. 0. Box 3280 Corpus Christi, TX 78463 -3280 Phone Number: 361- 883 -3803 Keetch & Associates (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of , 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney -in -fact (Print Name) •P�° w e �, e �, _aID Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 P E R F O R M A N C E B O N D Bond No.: 105540355 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Haas - Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal", and Travelers Casualty and Surety Company of America 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 THREE MILLION, EIGHT HUNDRED SEVENTEEN THOUSAND, TWO HUNDRED NINE AND NO /100 ($3,817,209.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: TEE CONDITION OF THIS OBLIGATION IS SUCH THAT Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH of APRIL , 20 11 , a copy of which is hereto attached and made a part hereof, tor the construction. of: UP RIVER ROAD - RAND MORGAN RD. TO IH 37 (INSIDE CITY LIMITS ONLY) PROJECT NO.6496 (TOTAL BASE BID + ADD.ALTS.NOS.1,2& 3: $3,817,209.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by tkie City , Mien VnN.s obligation shall be void; otherwise to remain toll force and ettect . PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 P E R F O R M A N C E BOND STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Haas - Anderson Construction, Ltd. of NUECES County, Texas, hereinafter called "Principal ", and , a corporation organized under the laws of the State of and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of THREE MILLION, EIGHT HUNDRED SEVENTEEN THOUSAND, TWO HUNDRED NINE AND NO /100 ($3,817,209.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH of APRIL , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: UP RIVER ROAD - RAND MORGAN RD. TO IH 37 (INSIDE CITY LIMITS ONLY) PROJECT NO.6496 (TOTAL BASE BID + ADD.ALTS.NOS.1,2& 3: $3,817,209.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or 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 14 day of April , 2011 PRINCIPAL Haas - Anderson Construction, Ltd. By:. e Presi nt iLlaa - Andarnnn Management* It; (Print Name & Title en fat Partner ATTEST (I-7)1„„4) Vice President, Hans - Anderson Management, L.C. (Print Name & Title) General Partner SURETY Travelers Casualty and Surety Company of America By: Attorney -in -fact Kerry J. Woods (Print Name) Mit .:Resident Agent of the Surety in Nueces County, Texas, for exy of notice and service of process is: icy: Contact Person: Address: Phone Number Keetch & Associates Kevin Keetch P. 0. Box 3280 Corpus Christi, TX 78463 -3280 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 TRAVELERSJ Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 222582 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 003743764 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Betty J. Baxter, Lee Anna Biesenbach, Kevin G. Keetch, Donna Kauf, Kerry J. Woods, Tracie Henderson, and Lonna Pokrant of the City of Corpus Christi , State of Texas their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto axed, this 28th day of June 2010 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company' Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Georg Thompson, ' . ice President On this the 28th day of June 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. 58440 -4 -09 Printed in U.S.A. Ncf\.aut:00 e. ..40•1A3L+ Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER srPauL Wr TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675 -3057 (267) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714 -9104 (800) 252 -3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253 -021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. L ... This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of , 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney -in -fact (Print Name) e a-sciz11iAr 0 Agency: Contact Person: Address: Phone Number: (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 3/0$) Performance Bond Page 2 of 2 SUPPLIER NUMBER -- - - - - -- '+� TO BE ASSIGNED BY CITY City of PURCHASING DIVISION Corpus Christi. CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for definitions. ffrj rse Co i . r,J_` -, jj iJ t l,._`�`6 COMPANY NAME: P. O. BOX: ri Q 4 STREET ADDRESS: ! 4 o a 4011), . CITY: 6).Fr, vs di' Mfr ZIP: F1-1.31 FIRM IS: 1. Corporation ❑ 2. Partnership 3.Sole Owner ❑ 4. Association ❑ 5. Other ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Al /, Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name { A Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." pia me gp Board, Commission or Committee } DI rry I °. ' (3�J.� s L% `?ca �a..'�, -rte— �et"�l �c /% tJL E� Y 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Ain Consultant r-' FILING REQUIREMENTS PROPOSAL FORM PAGE 29 OF 29 ADDENDUM NO .5 ATTACHMENT NO.1 PAGE 28 Of 29 If a person who requests official action on a matter knows that the requested action will confer an econo rnic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. President, Haas- Anderson Management,, LC, 0, 1-kris Certifying Person: (Type or Print) Signature of Certifying Person: Title: General Partner DEFINITIONS Date: m ` a. 'Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit" An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee. "Any person employed by the City of Corpus Christi, Texas either on a full or part -time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. 'Ownership Interest.' Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PROPOSAL FORM PAGE 29 OF 29 ADDENDUM NO.5 ATTACHMENT NO.1 PAGE 29 Of 29 MAAP NC 1 CERTIFICATE OF LIABILITY INSURANCE OP ID: EIDI DAM (MMIDDIYYYY) PRODUCEF 361 -883 -1711 Swantngr & Gordon Ins Agcy -CC A Higgirebotham Company PO Box 870 Christi, TX 78403 -0870 Randal NI Lee 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 POUCIES OLICIES BELOW INSURERS AFFORDING COVERAGE NAIL # ' INSURED Haas - Anderson Construction Ltd/ P. O. Box 7692 Corpus Christi, TX 78467 -7692 INSURER A: Travelers Lloyds Ins Co 41262 INSURER B: Travelers Property Cas Co 25674 INSURER c: Phoenix Insurance Company 25623 INSURER D. Commerce & Industry Ins Co 19410 INSURER E: LIABILITY COMMERCIAL GENERAL LIABILITY COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY P ERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LT ADD' iNSR / TYPE OF INSURANCE POLICY NUMBER POLICY DATE EFFECTIVE iMMIDDIYYYYI 09101110 POLICY EXPIRATION DATE IMMIDD/YYYYI LIMITS EACH OCCURRENCE $ 1,000,000 A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY DTC05459B949TLC10 i SEE ATTACHED X 09/01/11 DAMA SETO R RENTED $ 300,00 CLAIMS MADE X OCCUR d MED EXP (Any one person) $ 5,000 X X XCU Included PERSONAL & ADV INJURY $ 1,000,000 Employee Benefits GENERAL AGGREGATE $ V 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X lla n LOC PRODUCTS - COMP/OP AGG $ 2,000,000 B AUTOMOBILE LIABILITY ANYAIITO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS MCS -90 BA5459B95010CNS t✓ 09/01110 09/01/111 ® COMBINED SENGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ _ X BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) I_ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ D _ EXCESS /UMBRELLA LIABILITY 7105000127.101 09/01110 09101/11 / EACH OCCURRENCE $ j 2,000,000 X OCCUR CLAIMS MADE AGGREGATE $ A+ 2,000,000 DEDUCTIBLE RETENTION $ $ $ $ C WORKERS AND EMPLOYERS ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER (Mandatory If yes, describe SPECIAL COMPENSATION LIABILITY Y! N OTNtiB0470C16210 1 09/01/10 09101/11 1 X I TORY LIMITS_ OER E.L. EACH ACCIDENT $ 1,000,000 EXCLUDED? N E.L. DISEASE - EA EMPLOYEE $ / 1,000,000 in NH) under PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS The City of Corpus Christi is named as additional insured on all general / liability (GL) and all automobile liability (AL) policies. RE: Up River Road - Rand Morgan Rd. to IH 37 (Inside City Limits Only) / Project No. 6496 CERTIFICATE HOLDER CANCELLATION City of Corpus Christi Dept of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 Y CICC -CO SHOULD ANYOFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 V DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 5O SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2009101) © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTE PAD trusonEO.s NAME Haas- Anderson Construction Ltd 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. HAAANC1 OP ID: EIDI PAGE 2 DATE 04/18111 Haas - Anderson Construction, Ltd. Travelers Lloyds Insurance Company Policy #47TCO5459B949TLC10 Term: 09/01/2010 to 09/01/2011 City of Corpus Christi PO Box 9277, Corpus Christi, TX 784 69 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: f COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended c) to indude any person or organization that you agree in a "written contract requiring insurance to include 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 person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the 'Written contract requiring insurance, the in- surance provided to the additional insured shall be 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- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: I. 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 if. Supervisory, inspection, architectural or engineering activities. CGD2460805 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 applies 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 Toss 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: 0 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; H. 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 ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit". cooperate with us in the investigation or settlement of the daim 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 contract or agreement by you; . b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Named Insured: Haas - Anderson Construction, Ltd. Policy # DTC05459B949TLC10 Policy Term: 09/01/2010 to 09/01/2011 Authorized Representa 've: R. M. Lee, Managing Director Swantner & Gordon Insurance Agency, LLC P.O. Box 870, Corpus Christi, TX 78403 -0870 Page 2 of 2 m 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 Haas- Anderson Construction, Ltd. 4// COMMERCIAL AUTO POLICY NUMBER: BA5459B95010cNS 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 endorsement modifies insurance provided under the following: JBUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Forrn. SCHEDULE Name of Person(s) or Organlzatfon(s): ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED TO INCLUDE AS AN ADDITIONAL INSURED ON THIS COVERAGE PORN IN A WRITTEN CONTRACT OR AGRBERRYT THAT IS SIGNED AND EXECUTED BY YOU BEFORE THS "BODILY INJURY' OR •PROPERTY DAMAGE" OCCURS AND THAT IS IN EFFECT DURING THE POLICY PERIOD 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 Declarations as applicable to the endorsement,) Each person or organization shown in the Schedule is an insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured` under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. Travelers Property Casualty Co Authorized Representative: R.M. Lee, Managing DS 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 Tenn: 09/01/2010 to 09/01/2011 ISSUE DATE: 0 8 /27/ 2 010 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. / DESIGNATED ENTITY EARLIER NOTICE OF CANCELLATIONINONRENEWAL 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) LIABIUTY INSURANCE FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE CANCELLATION: Number of Days Notice: 30 WHEN WE DO NOT RENEW (Nonrenewai): Number of Days Notice: NAME: CITY OF CORPUS CHRISTI ADDRESS: ATTN: CITY RISK MANAGER P.O. BOX 9277 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 e- quired for notice of When We Do Not Renew ( Nonrenewal), as provided in the CONDITLONS Section of this insurance, or as amended by any IL. FO 26 09 98 C. 30 applicable state When We Do Not Renew ( Nonrenewal) endorsement applicable to this n- surance, is increased to the number of days shown in the SCHEDULE above. We will mail notice of cancellation or nonrenewal or material limitation of those coverage forms to the person or organization shown in the schedule above. We will mail the notice at least the Nu tu- ber of Days indicated above before the effective date to our action. Swantner & Gordon Insu rice 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_ / COMMERCIAL AUTO POLICY NUMBER: BAS459B95010CNS y+� ISSUE DATE: 08/27/200 Term: 09103 2030 to 0�q THIS E DDRSEMENTCANGES 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 1 With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. Number of Days' Notice 30 V Name Of Person Or Organization Address SCHEDULE City of Corpus Christi P. O. Box 9277 Corpus Christi, TX 78469 -9277 If this policy is canceied or materially changed to reduce or restrict coverage, we will mad notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. Travelers Property Casualty Co Authorized Representative: J R. M. Lee, Managing irector Swantner & Gordon Insurance Agency, LLC P.O. Box 870, Corpus Christi, TX 78403 -0870 CA 02 4406 04 ® ISO Properties, Inc., 2003 Page 1 of 1 Haas - Anderson Construction, Ltd. V Policy Term: 09/01/2010 to 09/01/2011 TRAVELERS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) POLICY NUMBER: DTNU60470c16210 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 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. SCH ULE 1. NUMBER OF DAYS ADVANCE NOTICE: 30 (or ") 2. NOTICE WILL BE MAILED TO: CITY OF CORPUS MIST/ ATTN: CITY RISK MANAGER P.O. BOX 9277 CORPUS CHRISTI, 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 & Gordon Insurance Agency, LLC P. 0. Box 870, Corpus Christi, TX 78403 -0870 DATE OF ISSUE: 09/27/2010 ST ASSIGN: or