Loading...
HomeMy WebLinkAboutC2011-201 - 5/24/2011 - Approved2011 -201 M2011 -124 05/24/11 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 F O R B O N D S. BEAR LANE — S.P.I.D. TO OLD BROWNSVILLE ROAD BOND 2008 PREPARED BY: COYM, REHMET & GUTIERREZ ENGINEERING, L.P. TBPE Firm Reg. No. F -388 5656 S. Staples Street, Suite 230 Corpus Christi, Texas 78411 Phone: 361/991 -8550 Fax: 361/993 -7569 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 IPROJECT NO: 6463 IDRAWING NO: STR 830 1 .41 of TE.... f + JEFFREY C. COYM j t1 101983 40:1 :� NA (Revised 7/5/00) BEAR LANE - S.P.I.D. TO OLD BROWNSVILLE ROAD - BOND 2008 PROJECT NO. 6463 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised August 2008) 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 Staking _A -20 Testing and Certification A-21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -24 A 25 A -26 Surety Bonds Sales Tax Exemption NOT USED Supplemental Insurance Requirements 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" A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities 31 39 Certificate of Occupancy and Final Acceptance 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 & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) TOC - 1/5 A -46 Disposal of Highly Chlorinated Water (7/5/00) 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 Amended "Prosecution and Progress"' A -51 Allowance A -52 Mobilization Bid Item AC53 Pumping Bypass Plan and Operation A -54 .Geotechnical Report A -55 Storm Water Pollution Prevention Plan A -56 Video Documentation A -57 Electronic Proposal Form Attachment I - Bond.2008 Project Sign for Project 6463 Attachment II - Sample Computer Print -Out PART B GENERAL PROVISIONS PART C - . FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS DIVISION 2 - SITEWORK SECTION 020100 SECTION 021020 SECTION 021040 SECTION 021080 SECTION 022022 SECTION 022100 SECTION 022420 SECTION 023020 SECTION 025205 SECTION 025215 SECTION 025404 SECTION 025412 SECTION 025424 SECTION 025608 SECTION 025610 SECTION 025612 SECTION 025614 SECTION 025802 SECTION 025805 SECTION 025807 SECTION 025813 SECTION 025816 SECTION 025818 SECTION 025828 SECTION 026201 SECTION 026202 SECTION 026206 SECTION 026210 SECTION 026214 SECTION 026402 SECTION 026404 SECTION 026409 SECTION 026411 SECTION 026416 SECTION 027202 Survey Monument Site Clearing and Stripping Site Grading Removing Old Structures Trench Safety for Excavations Select Material Silt Fence Jacking, Boring or Tunneling Pavement Repair, Curb, Gutter, Sidewalk &. Driveway Replacement Cement Stabilized Caliche Base (S -47) Asphalts, Oils and Emulsions Prime Coat (Asphaltic Material. Only) Hot Mix Asphaltic Concrete Pavement (Class A). Inlets Concrete Curb and Gutter Concrete Sidewalks and Driveways Concrete Curb Ramps . Temporary Traffic Controls During Construction Abbreviated Pavement Markings Pavement Markings (Paint. and Thermoplastic) Preformed Striping and Emblems Raised Pavement Markers and.Traffic Buttons Reference - Pavement Markers (Reflectorazed) (TxDOT D -9 -4200) Reference- Bituminous Adhesive for Pavement Markers (TxDOT.D -9 -6130) Waterline Riser Assemblies Hydrostatic Testing of Pressure System Ductile Iron Pipe & Fittings Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Sanitary Sewer Force Mains) Grouting Abandoned Utility Lines Waterlines Water Service Lines Tapping Sleeves and Tapping Valves Gate Valves For Water Lines Fire Hydrants Manholes TOC - 2/5 SECTION 027203 SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION 027205 027402 027404 027606 028020 028040, 028200 028300 028320 DIVISION 3 - CONCRETE SECTION 030020 SECTION 032020 SECTION 037040 SECTION 038000 Vacuum Testing of Sanitary Sewer Manholes and Structures Fiberglass Manholes Reinforced Concrete Pipe Culverts Concrete Box Culverts Sanitary Service Lines Erosion Control By Seeding Sodding Mail Box Relocation Fence Relocation Chain Link Fence Portland Cement Concrete Reinforcing Steel Epoxy Compounds Concrete Structures DIVISION 5 -- METALS SECTION 055420 Frames, Grates, Rings & Covers PART T - TECHNICAL. SPECIFICATIONS DIVISION 1 - GENERAL SECTION 013010 Contractor's Submittals DIVISION 2 -- SITEWORK SECTION 021340 SECTION 022020 SECTION 022021 SECTION 022040 SECTION 022060 SECTION 022080 SECTION 025223 SECTION 027411 SECTION 028000 Bank Sand Bedding and Backfill Excavation and Backfill for Utilities Sewers Control of Ground Water Street Excavation Channel Excavation Embankment Crushed Limestone Flexible Base Television'Inspection of Conduits Cured -in- Place (CIPP) for Gravity Applications DIVISION 3 — CONCRETE SECTION 025604 SECTION 025616 SECTION 038020 APPENDIX A Concrete Pavement Cleaning and Sealing Joints and Cracks (Rigid Pavement) Cement Stabilized Sand and GEOTECHNICAL REPORT "Subsurface Exploration and Pavement Recommendations For The Proposed Bear Lane Rehabilitation Project Old Brownsville Road to North Padre Island Drive ( #6463) Corpus Christi, Texas February 18, 2010." APPENDIX B RTA CONTRACT DOUMENTS Buy America Certificate Certification forms Federal DBE - Special Provisions Instructions to Bidders Lobbying Certification Form Special Conditions Specs for City to Bid Supplemental Conditions (Construction) TOC - 3/5 LIST OF DRAWINGS Sheet • Des icription 1. Title Sheet . 2. Project Location Map and-Construction Phasing Plan ' 3. General Notes & Special Construction Notes 4. Estimated Quantities 5. Drawing Legend, Testing & Driveway Schedules 6. Existing and Proposed Roadway Cross Sections Sta. 8 +50 7. Existing and Proposed Roadway Cross Sections Sta. 23 +00 8. Existing and Proposed Roadway Cross Sections Sta. 34 +75 9. Existing and Proposed Roadway Cross Sections Sta. 42 +00 10. Existing and Proposed Roadway Cross Sections Sta. 47+00 11. Existing and Proposed Roadway Cross Sections Sta. 57 +00 12. -24. Existing Conditions, Demolition and Removal (13 Sheets) 25. Water Base Map 26. Sanitary Sewer Base Map 27. City Gas Base Map 28. Storm Water Base Map 29. Proposed Storm Water Drainage Area Map 30. Project Roadway Alignment & Benchmarks 31. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. • 0 +00 To Sta. 5 +00 32. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 5 +00 To Sta. 10 +00 33. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 10 +00 To Sta. 15 +00 34. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 15 +00 To Sta. 20 +00 35. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 20 +00 To Sta. 25 +00 36. Waterline.and Sanitary Sewer Improvements Plans & Profile Sta. .25 +00 To Sta. 30 +00 . 37. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 30 +00 To Sta. 35 +00 • 38. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 35 +00 To Sta. 40 +00 39. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 40 +00 To Sta. 45 +00 " 40,. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 45 +00 To Sta. 50 +00 41. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 50 +00 To Sta. 55 +00 42. Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 55 +00 To Sta. 60 +00 . '43., Waterline and Sanitary Sewer Improvements Plans & Profile Sta. 60 +00 To Sta. 64 +00 .44'. • Old Brownsville Road Bored & Cased Crossing Plan & Profile 45. Waterline Sequencing Plan 46. -47. Waterline Connection, Details (2 Sheets) 48. Water and Sanitary Sewer Additional Plan & Profiles 49. Sanitary Sewer / Water Miscellaneous Details 50. -54. Standard Water Details (5 Sheets) • 55. -59. Standard Sanitary Sewer Details (5 Sheets) 60. . Street and Storm Water Plan & Profile Sta. 0 +00 To Sta. 5 +00 61. Street and Storm Water Plan & Profile.Sta. 5 +00 To Sta. 10 +00 62. Street and Storm Water Plan & Profile Sta. 10 +00 To Sta. 15 +00 63. Street and Storm water Plan & Profile'Sta. 15 +00 To Sta. 20 +00 Sheet Description 64. Street and Storm Water Plan & Profile Sta. 20 +00 To Sta. 25 +00 65. Street and Storm Water Plan & Profile Sta. 25 +00 To Sta. 30 +00 66. Street and Storm Water Plan & Profile Sta. 30 +00 To Sta. 35 +00 67. Street and Storm Water Plan & Profile Sta. 35 +00 To Sta. 40 +00 68. Street and Storm Water Plan & Profile Sta. 40 +00 To Sta. 45 +00 69. Street and Storm Water Plan & Profile Sta. 45 +00 To Sta. 50 +00 70. Street and Storm Water Plan & Profile Sta. 50 +00 To Sta. 55 +00 71. Street and Storm Water Plan & Profile Sta. 55 +00 To Sta. 60 +00 72. Street and Storm water Plan & Profile Sta. 60 +00 To Sta. 64 +00 73. -82. Street Cross Sections Earthwork Quantities (10 Sheets) 82A. -82G. Part H: Jointed Concrete Pavement Layout Plan (7 Sheets) 82H. Part B: Miscellaneous Concrete Details 821. Part B: TxDOT Standard JS -94 (Concrete Paving Details Joints Seals) 82J. Part B: TxDOT Standard CRCP (1) -09 (continuously Reinforced Concrete Pavement) 83. -86. Storm Water Lateral Profiles (4 Sheets) 87.-92. Enterprise Reach Box Culverts Replacement Details (6 Sheets) • 93. Curb Ramp and RTA Bus Stop Details . 94. -96. Storm Water Miscellaneous Details (3 Sheets) 97. -98. City of Corpus Christi Standard Driveway Details (2 Sheets) 99.. Curb, Gutter and Sidewalk Details " 100. -101. City of Corpus Christi Storm Water Details (2 Sheets) 102. -105. TxDOT Pedestrian Facilities Curb Ramp Details PED -05 (4 Sheets) 106. -112. Striping Plan (7 Sheets) 113. Pavement Marking Details 114. Reflective Raised Pavement Marking Details 115. -118. Storm Water Pollution Prevention Plan (4 Sheets) 119. Storm Water Pollution Prevention Plan. Details 119A. Storm Water.Pollution Prevention Plan Notes 120. -126. Signage Plan .(7 Sheets) 127. Signage Details 128. -136. Traffic Control Plans (9 Sheets) 137. TCP General Notes & Typical 4 -Lane Roadway Lane(s) Closure Daytime 138. Typical 5 -Lane Roadway Lane(s) Closure Daytime 139. Barricade (Skid Mount Type) Standards 140. Barricade (Post Type) Standard 141. Sign Support Standard 142. Channelizing Devices (Plastic Drums) Standards 143. Channelizing Devices (Traffic Cones) Standards NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND . PAYMENT BOND TOC - 5/5 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: BEAR LANE - S.P.I.D. TO OLD BROWNSVILLE ROAD - BOND 2008, PROJECT NO. 6463; The BASE BID - Consists of the complete removal of an existing roadway and the construction of approximately 6,000 1.f. of flexible (asphalt) pavement with a concrete (rigid) pavement option for a new 3 -lane collection street (two 13.5' back to back travel lanes and one 14' continuous turning lane) with 8' concrete sidewalks and associated pavement markings and signage improvements; along with 6,600 1.f. of storm water conduit improvements, 5,780 1.f. of waterline improvements, 960 1.f. of cured -in -place pipe sanitary sewer line rehabilitation, 5 sanitary sewer manhole rehabilitations and two new sanitary sewer manholes, together with all appurtenances. Bids will be received at the office of the City Secretary until 2:00 p.m. on Wednesday April 20, 2011, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Wednesday April 13, 2011 at 10 :00 a.m. and will be conducted by the City: The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Seventy Five and no /100 Dollars ($75.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non- refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS of NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1. Commercial Form 2. .Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard •6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal. Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY -- OWNED NON -OWNED OR RENTED .$1,000,000 COMBINED SINGLE LIMIT WORKERS'' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT '$500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X NOT REQUIRED BUILDERS' RISK • See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED © NOT REQUIRED INSTALLATION FLOATER See. Section B -6 -11 and Supplemental ' Insurance Requirements ❑ REQUIRED . © NOT REQUIRED Page 'l 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 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.11.0 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 governmentalentity. (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act) - -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11. "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during: the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following. Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation.: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both. English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of 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) Many provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required. pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self- insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T288110.11001)(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 T28S110.110(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. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of, 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental •entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided forall 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) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. _ J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS BEAR LANE - S.P.I.D. TO OLD BROWNSVILLE ROAD - BOND 2008 PROJECT NO. 6463 SECTION A - SPECIAL. PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday April, 20, 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 - BEAR LANE - S.P.I.D. TO OLD BROWNSVILLE ROAD BOND 2008 PROJECT NO. 6463 Any proposals not _physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal, by the proposer, their agent /representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non- responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre -bid meeting will be held on Wednesday April 13, 2011, beginning at 10 :00 A.M. The meeting will convene at the Engineering Services Main. Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas 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 BEAR LANE - S.P.I.D. TO OLD BROWNSVILLE ROAD - BOND 2008, PROJECT NO. 6463; The BASE BID - Consists of the complete removal of an existing roadway and the construction of approximately 6,000 'l.f. of flexible (asphalt) pavement with a concrete (rigid) pavement option for a new 3 -lane collection street (two 13.5' back to back travel lanes and one 14' continuous turning lane) with 8' concrete sidewalks and associated pavement markings and signage improvements; along with 6,600 1.f. of storm water conduit improvements, 5,780 l.f. of waterline improvements, 960 1.f. of cured -in -place pipe sanitary sewer line rehabilitation, 5 sanitary sewer manhole rehabilitations and two new sanitary sewer manholes, together with . all appurtenances. Section A - SP (Revised 12/15/04) Page 1 of 28 A -4 Method of Award The bids will be evaluated based on the following subject to availability of funds: • Total Base Bid - Flexible (Asphalt) Pavement Option, E, F & G) or • Total Base Bid - Rigid (Concrete) Pavement Option, . E, F & G) in priority order, The City reserves the right to reject any or all irregularities and to accept the bid which, in the City's (Parts A, C, D, (Parts B, C, D, bids, to waive 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 Proiect Name: BEAR LANE - S.P.I.D. TO OLD BROWNSVILLE ROAD - BOND 2008 - PROJECT NO. 6463 as identified the Proposal) in (A Cashiers 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 the deadline for completion of construction shown below. The working time for completion of the Project will be 600 calendar days. 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 Days Allocation for Rain: The Contractor shall anticipate the following number of workdays lost due to rain in determining the contract schedule for 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 February March April 3 Days 3 Days 2 Days 3 Days May 4 Days June 4 Days July 3 Days August 4 Days September 7 Days October . 4 Days November 3 Days December 3 Days The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. Section A - SP (Revised 12/15/04) Page 2 of 28 For each specified period as calendar damages. estimate calendar day that any work remains incomplete after the time in the Contract for completion of the work or after such time extended pursuant to other provisions of this Contract, $500 per day will be assessed against the Contractor as liquidated Said liquidated damages are not imposed as a penalty but as an of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of. liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages. will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non- responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. Section A -'SP (Revised 12 /15/04) Page 3 of 28 A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Construction Type(s): Heavy and Highway and Heavy. 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 (14) 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 Dig Tess 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 991 -8550 Jeff Coym, P.E. Coym, Rehmet & Gutierrez Engineering, L.P. 5656 S. Staples, Ste 230 Corpus Christi, Texas 78411 Phone: (361) 991 -8550 Fax: (361) 993 -7569 Email: jcoym @crgei.com Traffic Engineering 826 -3540 Police Department 886 -2600 Water Department 826 -1881 (826 -1888 after hours) Wastewater Department 826 -1800 (826 -1888 after hours) Gas Department 826 -6900 (826 -6900 after hours) Section A - SP (Revised 12/15/04) Page 4 of 28 Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P AT &T City Street Div. for Traffic Signal /Fiber Optic Locate Time Warner Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 826 -1875 826 -3461. 826 -1940 881 -2511 826 -1946 857 -5000 887 -9200 813 - 1.124 881 -5767 512/935 -0958 972 -753 -4355 Regional Transportation Authority 289-2712 Corpus Christi ISD 8869005 U.S. Postal Service 886 -2216 TxDOT Area Office 808 -2384 A -12 Maintenance of Services (826 -1888 after hours) (1 -877 -373 -4858) (1- 800- 824- 4424,after hours) 826 -1960 826 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888 - 204 - 1679) (Pager 850 - 2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the . construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. 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. Section A - SP (Revised 12/15/04) Page 5 of 28 The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. direct payment will be made to Contractor. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining spilled materials going to or from the . and /or mechanical equipment must be used roadways clear of job - related materials. without any increase in the Contract price. streets free of tracked and /or construction area. Hand labor where necessary to keep these Such work must be completed Streets and curb line must be cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation "; therefore, no direct payment- will be made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and . other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office.at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his Section A - SP (Revised 12/15/04) Page 6 of 28 representative. The field office must be furnished with a telephone (with 24 -hour per day .answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A -18 Schedule and Sequence of Construction 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 the construction working time 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. However, Phase I and Phase IT construction sequencing may be interchanged. The working time for completion of the entire project will be 600 calendar days. The Contractor shall furnish a Construction Schedule for all phases of the work (detailed descriptions of the phases is as follows and as shown on the contract drawings). Phase I will involve a full road closure of Bear Lane between .approximate Sta. 1 +00 and Sta. 19 +50. All traffic will be detoured via adjacent roads and access to Bear Lane from S.P.I.D., Enterprise Parkway and Doggett Court shall be restricted. Phase II will involve a full road closure of Bear Lane between approximate Sta. 30 +00 and Sta. 45+00. All traffic will be detoured via adjacent roads and access to Bear Lane from Fortune Drive, Green gate Drive and Cliff Maus Drive shall be restricted. Phase III will involve a full road closure of Bear Lane between approximate Sta. 19 +50 and Sta. 30 +00. All traffic will be detoured via adjacent roads and access to bear Lane from Flato Road shall be restricted. Phase IV will involve a full road closure of Bear Lane between approximate Sta. 45 +00 and Sta. 62 +50. All traffic will be detoured via adjacent roads and access to Bear Lane from Green point Drive, Navigation Boulevard and Old Brownsville Road shall be restricted. Start of Phase I and Phase III is delineated by the Notice to Proceed. Start of all subsequent phases is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion for each phase shall be based on satisfactory work, completed in accordance with the plans, specifications and other contract documents and accepted by the City. . The Contractor shall submit to the City Engineer a work plan based on Calendar Days. This Plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must indicate the schedule of the following work items: Section A - SP (Revised 12/15/04) Page 7 of 28 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 workday of each week. 3. Submittal Dates: Indicate submittal submittals for the entire project. dates required for all 4. Re-- Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construct on Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and . intent of this Contract tha 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 ost conducive to economy of construction, subject to the following conditio s: A. The schedule of construction shall be tructured to meet all requirements of Section A -6 "Time of Completion /Liquidated Damages" and as noted above. B. The schedule of construction shall not con lict 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 f 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 maintainin public safety and flow of traffic. The Contractor shall be awar of other construction projects occurring in the area and shal coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the Contract. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the Consultant Project Section A - SP (Revised 12/15/04) Page 8 of 28 Engineer 48 hours notice so that alternate control points can be established by the 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 Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the .opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings,•the Contractor shall provide supporting measurements as required for the City or ,Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Registered Professional Land Surveyor ( R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the R.P.L.S. and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; + Casing elevations (top of pipe and flow line) (TXDOT and RR permito). Water: • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the 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 Section A - SP (Revised 12/15/04) Page 9 of 28 payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must install 2 Project signs as furnished by the City and as indicated on the following drawings. (Attachment I) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 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 51.0W 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 Section A - SP (Revised 12/15/04) Page 10 of 28 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. a. Minority: See definition under Minority Business Enterprise. b. 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. c. 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 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 Section A - SP (Revised 12/15/04) Page 11 of 28 project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has 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) The Contractor shall aeoue the appropriate building i opcctiono by tho including water /wastewater meter fees and tap fees as required by City. A-24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any. Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be.verified through the State Board of. Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts' in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is Section A - SP (Revised 12/15/04) Page 12 of 28 certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NOT USED) (NO LONGER APPLICABLE) the following oubatituted in lieu thereof. Christi do not qualify for cxcmlatieas of Calco, Exciac, and Usc Taxca unlees thc Contractor ciccto to operate under a scparatcd contract as defined by Section 3.291 of Cuter 3-, Tax Adminiatration of Title 34, Public Finance of the Texas Adminiotrativc Code, or such other rules or Tclraa . If the - Contractor elects to operate under a scparatcd contract, he ohall. 1. Obtain thc necessary sales tax permito from the State Comptroller. Other Chargco" in the proposal form the coot of materials physically incorporated into the Project. 3. Provide reoalc ccrtificatco to suppliers: reoalc certificate to the subcontractor and the oubcontractor, in turn, A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar Section A - SP (Revised 12/15/04) Page 13 of 28 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 -1I of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which . may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) Contractor must provide Builder's Rook or Installation Floater insurance coverage for thc term of thc Contract up to and including thc date- thc City finally accepts thc Project or work. Builder's .Rink or Installation Floater insurance coverage, including any 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 Section A - SP (Revised 12/15/44) Page 14 of 28 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for. this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. Section A - SP (Revised 12/15/04) Page 15 of 28 A -30 Amended "Consideration of Contract' Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must. clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A- 29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provioion A as K, if applicable. section A - SP (Revised 12/15/04) Page 16 of 28 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following; Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders, which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the city, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. Section p. - SP (Revised 12/15/44) Page 17 of 28 A -35 City Water Facilities: Special Requirements (NOT USED) A. Visitor /Contractor Orientation conducted by thc City Water Department Pcraonncl. A authorized City Watcr Dcpartmcnt personnel for thorc peroono who within any City watcr facility. For additional information refer to Attaehment-1: employee of the City Watcr Dcpartmcnt. Protection. of Water Quality at all timco. The Contractor shall protcct the quality of the watcr in the job olte and shall coordinate- ito work with the City Watcr Dcpartmcnt to protect the quality of the watcr. D. Conformity with ANSI /NSF Standard 61 Sanitation Foundation (ANSI /NSF) Standard 51 as dcocribcd in the idard Specification. Such matcrialo include all solvents, cleaners, lubricvanto, Standard 61 and unless ouch itemo see inspected on the mite by E. Handling and Disposal of Trash All traoh generated by thc Contractor or his enlploycc3-, agent°, facility aitc. Blowing trash will not be allowed. The Contractor ohall kccp work arcao clean at all timco and remove all traoh daily. F. Contractor'o peraonncl must war colored uniform ovcrallo other than orangc, blue, or whitc. Each employee uniform most provido Section A - SP (Revised 12/15/04) Page 18 of 28 G. Contractor ohall provide telephonco for Contractor peroonncl. Plant tcicphonoa are not available for Contractor uoc. H. Working hours will be 7 :00 A.M. to 5:00 P.M., Monday thru Friday. I. Contractor muot not uoc any City facility rootrooms. Contractor must providc own sanitary facilities.. J. All Contractor vchicico must be parked at dcoignatcd oitc, as designated by City Watcr Dcpartmcnt staff. 111 Contractor employee vchicico arc allowcd at O. N. Ctcvcno Water Treatment . - = __ --- - -= bc in company vchicico. During working hours, contractor cmploycco must not leave thc dcoignatcd construction area nor wandcr through any buildings other than for rcquircd work or .ao directed by City Watcr Dcpartmcnt ACQUISITION) Any work to thc computer baocd monitoring and control oyotcm muot bc performed only by qualified technical and supervisory personnel, as dctcrmincd by meeting thc qualifi ationo 1 thru E below. This work includes, but io not limitcd to, modifications, additiono, changco, ocicctiono, furnishing, installing, connccting, programming, customising, debugging, calibrating, or placing in operation all hardware and /or ooftwarc opccificd or The Contractor or his subcontractor proposing to perform thc SCADA work must be able to demonstrate thc following: and control oyotcm buoincoo, prcfcrably ao applied to thc municipal water and wastewater industry. 2. Hc hao performed work on oyotcmo of comparablc size, type, and complcxity ar3 required in thio Contract on at lest three prior projects. 3. He hao been actively engaged in the typo of work opccificd hcrcin for at 1 aot 5 ycaro. 1. Hc cmployo a Rcgiatcrcd Professional Enginccr, 5. He . cmployo peroonncl on this Proj cct RTUS'o, and ooftwarc proposed for thc Contract. a Control who have service facility w th n 40-0 miles of thc Prej -ceb site to maintain, rcpair, calibratc, and program thc oyotemo opccificd hcrcin. 7. Hc shall furnish ege‘pmcat which is thc product of ono manufacturcr to thc maximum practical extent. Whore thio is not practical, all equipment of a given type will bc the product of one manufacturcr. 8. Prior perfommanoe at the A. -W. Stevens Watcr Treatment Plant will, bc uocd in evaluating which Contractor or subcontractor programs thc new work for thio Project. Section A -.SP (Revised 12 /15/04) Page 19 of 28 9. The Contractor oha11 produee all filled out programming programming blocks which the City requirco to be filled during the programming phanc. Thc attached sheet is an ohccts. Thc bIocko ui cd. Contractor L. Trenching Rcquircmcnta will preside all programming Treatment Plant shall be performed using a backhoc or hand digging due to the number of existing underground obstructions. A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the .end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. Variations: Contractor must identify any proposed variations from the Contract documents and any ,Product or system limitations which may be detrimental to successful performance of the completed work. g. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Section A - SP (Revised 12/15/04) Page 20 of 28 i. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report: When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B -6 -15 Arrangement. and Charge for Water Furnished by the City, add the following: "The. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre- construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction 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 The isouancc of a ccrtificate of occupancy for improvcmcnts doco not constitutc final acccptancc of the improvcmcnts undcr Ccncral Provision B A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section 8 -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. Section A - SP (Revised 12/15/04) Page 21 of 28 A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day. -A -42 OSRA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury .or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. Section A - SP (Revised 12/15/04) Page 22 of 28 (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A -46 Disposal of Highly Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. 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. Contractor shall perform no construction wor]c on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for as indicated in the Proposal. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00). Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities. occurs. Section A - SP (Revised 12/15/04) Page 23 of 28 Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00} Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 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. A -51 Allowance The item included in the Base Bid items described as "Allowance For Unanticipated Adjustments" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allowance may be used at the Engineer's discretion should an unanticipated adjustment of existing or planned improvements or heretofore unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the allowance become necessary, the Engineer will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will be needed to be used throughout the course of the work. A -52 Mobilization Bid Item The Mobilization Bid Item shall include mobilization and demobilization and shall not be greater than 8% of the total base bid. 75% of the item shall be paid upon mobilization and 25% will be paid upon completion of the project. A -53 Pumping Bypass Plan And Operations a. General: Contractor shall provide a minimum of 72 hour notice to the Wastewater Dept. for the startup of bypass operations once the completed bypass plan (as delineated in a subsequent paragraph of this item) has been approved by the design engineer. The contractor shall consider and be responsible for the effects on the collection system Section A - SP (Revised 12 /15/04) Page 24 of 28 area both upstream and downstream of the bypass. Upstream effects include, but are not limited to backups and overflows. Downstream effects include, but are not limited to surcharges and overflows. Contractor is completely responsible for providing, installing, operating, and maintaining a pumping and flow control bypass system. Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. Some locations require multiple bypass systems. If bypass system is provided with air release valves the valve drains shall be piped to a manhole for discharge. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361 - 826 -2489 and contractor shall be solely responsible for clean -up of said spillages or overflows at no additional cost to the City of Corpus Christi. Contractor can work extended hours to perform the improvements. during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. Once the lift station is taken out of service and bypass operations begun work shall be continuous on the lift station improvements until all improvements are completed and the lift station returned to service. b. Bypass Pump: Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall be a minimum of 1.5 times the proposed pump capacity. Pumps shall be diesel operated, self - priming, auto - starting pumps (Godwin, Rain- for -Rent, or approved equal). Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10 -feet from pump) and a diesel day tank with a minimum 24 -hour runtime without refuel. c. Inclement Weather: Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. d. Bypass Operations: 1) Before beginning bypass operations, the consultant engineer /City /operating department is responsible for field verification of pumps, piping, and equipment, etc., matching approved submittal specification and performance levels. 2) Contractor is responsible for operation and maintenance of the bypass pumping system and fuel for the system. 3) Before beginning bypass, operations contractor shall provide emergency contact info /cell phone number of bypass operators /monitors, project superintendent and pump supplier. 4) Once the bypass plan is approved and 72 hours prior to initiation of the bypass the contractor is responsible for setting up a meeting between the consultant engineer /City /operating department to affirm the approved bypass plan and verify the site installation conforms to the approved plan. 5) No bypassing shall be initiated on Friday through Monday, or the day immediately following or preceding a City holiday. 6) The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such Section A - SP (Revised 12/15/04) Page 25 of 28 it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. e. Bypass Plan: It shall be the contractor's responsibility to submit, in writing, a bypass pumping system plan prior to the installation of any bypass pumping system proposed for use. The approval protocol is as follows: The contractor prepares and submits the plan to the Engineer. The Engineer reviews the bypass plan and coordinates approval. with Engineering Services and the operating department. At a minimum the bypass plan should include the following items: 1) Size, type, and rating or pumps. 2) Size and type of inlet and discharge. piping. 3) Approximate location (schematic) of bypass pumping components. 4) General arrangement /type of additional support equipment. 5) Contractor personnel list of those manning the bypass system 24 hours per day. 6) Traffic Control Plan if the bypass is within the right -of -way. 7) Decant location. 8) Handling of flows: Contractor is responsible to assure that the wastewater collection system is not compromised during the period in which the lift station has been shut off for bypass installation, and contractor shall insure that the system operates properly during this period. A -54 Geotechnical Report A geotechnical report entitled "Subsurface Exploration and Pavement Recommendations For The Proposed Bear Lane Rehabilitation Project Old Brownsville Road To North Padre Island Drive ( #6463) Corpus Christi, Texas February 18, 2010" is included as an Appendix to these Specifications. A -55 Storm Water Pollution Prevention Plan This Project is required to have a Notice of Intent (NOI) submitted as per Part II.D of the TPDES General Permit No. TXR150000. The Contractor will be required to submit a NOI along with the appropriate fee, and complete a Construction Site Notice for. this Project. The Contractor is required to provide copies of the NOI and Construction Site Notice to the City prior to commencement of any construction activities. The Contractor is also required to post a signed copy of the NOT and Construction Site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local, state and federal authorities, prior to commencement of any construction activities. The Contractor will be required to submit a Notice of Termination (NOT) upon completion of this Project.. The Contractor shall adhere to the requirements of the Storm Water Pollution Prevention Plan as per the drawings and specifications contained in the Contract Documents. A -56 Video Documentation As part of the Project requirements, the Contractor shall perform televised inspections of all wastewater (sanitary ocwcr) and storm water gravity lines and manholes installed on this Project. All inspections shall be made in accordance with Standad Technical Specification Section 027411 027611 "Television Inspection of Conduits ". Section A SP (Revised 12/15/04) Page 26 of 28 A -57 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 15, inclusive). The print -out shall list all bid items (including any additive or deductive alternatives) contained on the Proposal Form (Pages 3 through 15, 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 and 15. In addition, the print -out shall contain the following statement and signature. (Bidder) herewith certifies that the unit prices shown on this print -out . for bid items (including and 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 the Proposal Form (Column II) and then totaling the extended amounts. (Signature) (Title) (Date) Section A - SP (Revised 12/15/04) Page 27 of 28 SUBMITTAL TRANSMITTAL FORM PROJECT: BEAR LANE - S.P.I.D. TO OLD BROWNSVILLE ROAD (BOND 2008), PROJECT NO.6463 OWNER: CITY OF CORPUS CHRISTI ENGINEER: COYM, REHMET & GUTIERREZ ENGINEERING, L.P. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING S023020 S025215 SUBMITTAL Jacking, Boring or Tunneling Cement Stabilized Caliche Base S025404 Asphalts, Oils and Emulsions 5025412 Prime Coat (Asphaltic Material Only) S025424 Hot Mix Asphaltic Concrete Pavement (Class A) S025608 Inlets S025807 Pavement Markings (Thermoplastic) S025813 Preformed Striping and Emblems 5025816 Raised Pavement Markers and Traffic Buttons S026206 Ductile Iron Pipe and Fittings S026210 Polyvinyl Chloride Pipe (AWWA 0900 and C905) S026404 Water Service Lines 5026409 Tapping Sleeves and Tapping Valves S026411 Gate Valves For Water Lines S026416. Fire Hydrants 5027202 Manholes (Storm Water) 5027205 Fiberglass Manholes S027402 Reinforced Concrete Pipe Culverts S027404 Concrete Box Culverts S030020 Portland Cement Concrete S055420 Frames, Grates, Rings and Covers T021340 Bank Sand Bedding and Backfill T025233 Crushed Limestone Flexible Base T028000 Cured -In- Place (CIPP) For Gravity Applications T025604 Concrete Pavement T038020 Cement Stabilized Sand Section A - SP (Revised 12/15/04) Page 28 of 28 PROJECT SIGN 00 0 l a ATTACHMENT NO.1 CO)EUTmsrl -00t (Tait* c ounwraeruaaMaam - Bidiura )743351. $arskikmalks sOO bit 6'LtataatsIM s ► 33 EA Mo holahaaapa WOO Dam 4040 0000 sai„rimiA02$1a -e hear.. ; 7vrollhaoNd7 $ Attachment ent It Page 1 0 1 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 24TH day of MAY, 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 $6,259,588.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: BEAR LANE - S . P . I . D TO OLD BROWNSVILLE RD. BOND 2008 - PROJECT NO. 6463 (TOTAL BASE BID: $6,259,588.00) 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 R -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 600 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 APPRO • AS TO LEGAL FORM: By: Asst. City ttorney CITY OF CI. RPUS CHRI • TI By- Juan Perales, J .,P.E. Assistant City Manager Engineering /Development Services By: tillegilit:10111101ellft Pete Anaya, D.E. Director of Engineering Services CONTRACTOR ATTEST: (If Corporation) Haas - Anderson Const (Seal Below) By: Title: President, Haas- Anderson Management, LC, (Note; If Person signing for Genera! Partner corporation is not President, P.O. BOX 7 692 attach copy of authorization (Address) to sign) CORPUS CHRISTI, TX 78467 ction, Ltd. (City) (State) (ZIP) 361/853 -2535 * 361/853 -5564 (Phone) (Fax) 201 I - • AUTHORLZED tall► COUNCIL ....5 Page 3 of 3 Rev. Jun --2010 SECRETARY PROPOSAL FORM F O R BEAR LANE - S . P . r . D. TO OLD BROWNSVILLE ROAD - BOND 3008 PROJECT x]0.6463 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Revised A� ii Page 1 of 23 Afln I NO. 2 Attachment No. 1 BZ.R L - S.P.I.D. TO OLD RROWNSVILLZ ROAD - BOND 2008 PROJECT NO. 6463 PROPOSAL Place:'.,�a• Hate: V-27-11 HAAS - ANDERSON CONSTRUCTION, Ltd, Proposal of a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as HMS- ANDERSON CONSTRUCTION, Ltd. TO: The City of Corpus Christi, Timms Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: BEAR.LANZ - S.P.I.D. TO OLD BROWNSVILLE ROAD - BOND 2008 PROJECT NO. 6863 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: Revised Proposal Tors pap. 2 of 23 10121:1110121:111)011 11 D. 2 AttAdaent Po. 1 PART A STREET (FLEXIBLE PAVEMENT) IMPROVEMENTS 1 II III IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL 1 LS MOBILIZATION, COMPLETE IN PLACE PER LUMP SUM $ 500,000.00 $ 500,000.00 Al A2 12 AC CLEAR RIGHT OF WAY, COMPLETE IN PLACE PER ACRE $ 5,810.00 $ 69,720.00 A3 31730 SY STREET EXCAVATION, COMPLETE IN PLACE PER SQUARE YARD $ 7.20 $ 228,456.00 A4 3410 CY DITCH BACKFILL, COMPLETE IN PLACE PER CUBIC YARD $ 12.65 $ 43,136.50 A5 31730 SY _ 12" COMPACTED SUBGRADE, COMPLETE IN PLACE PER SQUARE YARD $ 1.30 $ 41,249.00 A6 31730 SY GEOGRID (TX5), COMPLETE IN PLACE PER SQUARE YARD $ 3.90 $ 123,747.00 A7 `13" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GR.1), COMPLETE IN PLACE PER 31730 SY SQUARE YARD $ 15.25, $ 483,882.50 AS PRIME COAT (0.15 GAL /SY.), COMPLETE IN 4110 GAL PLACE PER GALLON $ 4.45 $ 18,289.50_ A9 2.5" HMAC PAVEMENT (TYPE B) BASE COURSE, 27240 SY COMPLETE IN PLACE PER SQUARE YARD $ 10.45 $ 284,658.00 Al 0 2" HMAC (TYPE D) SURFACE COURSE, 27240 SY COMPLETE IN PLACE PER SQUARE YARD $ 9.50 $ 258,780.00 A11 CONCRETE SIDEWALK RETAINING CURB (18" MAX. HEIGHT), COMPLETE IN PLACE PER 1200 LF LINEAR FOOT $ 26.20 $ 31,440.00 Al2 6" CONCRETE DRIVEWAYS, COMPLETE IN 22250 SF PLACE PER SQUARE FOOT $ 6.00 $ 133,500.00 A13 CONCRETE BUS PAD, COMPLETE IN PLACE 1500 SF PER SQUARE FOOT $ 9.75 $ 14,625.00 A14 UNANTICIPATED CONCRETE DRIVEWAY REMOVAL, COMPLETE IN PLACE PER SQUARE 200 SF FOOT $ 1.00 $ 200.00 A15 SURVEY MONUMENT, COMPLETE IN PLACE 2 EA PER EACH $ 1,150.00 $ 2,300.00 A16 2 EA OZONE DAY, COMPLETE IN PLACE PER EACH , $ 1,150.00 $ 2,300.00 A17 CHAIN LINK FENCE RELOCATION, COMPLETE 100 LF IN PLACE PER LINEAR FOOT $ 34.50 $ 3A50.00 A18 REFLECTIVE PAVEMENT MRK, TYPE 1 36 EA (W)(ARROW), COMPLETE IN PLACE PER EACH $ 92.00 $ 3,312.00 A19 REFLECTIVE PAVEMENT MRK. TYPE 1 (W)(ONLY), COMPLETE IN PLACE PER LINEAR 3 EA FOOT $ 115.00 $ 345.00 A20 REFLECTIVE PAVEMENT MRK. TYPE 1 (1/1)8" SOLID, COMPLETE IN PLACE PER LINEAR 350 LF FOOT $ 0.85 $ 297.50 A21 REFLECTIVE PAVEMENT MRK. TYPE 1 (W)24" SOLID, COMPLETE IN PLACE PER LINEAR 260 LF FOOT $ 11.50 $ 2,990.00 A22 REFLECTIVE PAVEMENT MRK. TYPE 1 (Y)24" SOLID, COMPLETE IN PLACE PER LINEAR 75 LF FOOT $ 11.50 $ .862.50 A23 'REFLECTIVE 10800 LF PAVEMENT MRK. TYPE 1 (Y)4" SOLID, COMPLETE IN PLACE PER LINEAR FOOT $ 0.55 $ 5,940.00 A24 8790 LF REFLECTIVE PAVEMENT MRK. TYPE 1 (Y)4" BRK., COMPLETE IN PLACE PER LINEAR FOOT $ 0.55 $ 4,834.50 A25 510 EA RAISED FEFL. PVMT. MRK. (TY1I -A -A) YELLOW, COMPLETE IN PLACE PER EACH $ 4.00 $ 2,040.00 A26 50 EA RAISED FEFL. PVMT. MRK. (TYI -C) WHITE, COMPLETE IN PLACE PER EACH $ 5.20. $ 260.00 A27 20 EA RAISED FEFL. PVMT. MRK. (TYII -B -B) BLUE, COMPLETE IN PLACE PER EACH $ 17.25 $ 345.00 A28 12 EA STREET SIGN ASSEMBLY W /9" BLADES (GREEN) AND STOP SIGN, COMPLETE IN PLACE PER EACH $ 518.00 $ 6,216.00 A29 2 EA STOP SIGN (NO BLADES), COMPLETE IN PLACE PER EACH $ 465.00 $ 930.00 A30 3 EA SPEED ZONE SIGN, COMPLETE IN PLACE PER EACH $ 471.00 $ 1,413.00 A31 3 EA PEDESTRIAN CROSSING SIGN, COMPLETE IN PLACE PER EACH $ 518.00 $ 1,554.00 A32 2 EA ADVANCED WARNING SCHOOL ZONE SIGN W/FLASHERS, COMPLETE IN PLACE PER EACH $ 8,705.00 $ 17A10.00 A33 11 EA OTHER REGULATORY SIGNS, COMPLETE IN PLACE PER EACH $ 545.00 $ 5,995.00 A34 2 EA TRAFFIC MESSAGE BOARD, COMPLETE IN PLACE PER EACH $ 17,500.00 $ 35,000.00 A35 3 EA RELOCATE EXISTING SIGN, COMPLETE IN PLACE PER EACH $ 545.00 $ 1,635.00 A36 2 EA MAILBOX RELOCATION, COMPLETE IN PLACE PER EACH $ 345.00 $ 690.00 A37 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM $ 100,000.00 $ 100,000.00 A38 1 LS EXPLORATORY EXCAVATIONS, COMPLETE IN PLACE PER LUMP SUM $ 17,500.00 $ 17,500.00 A39 1 LS ALLOWANCE FOR UNANTICIPATED STREET - RELATED IMPROVEMENTS, COMPLETE IN PLACE PER LUMP SUM $ 50,000.00 $ 50,000.00 SUB- TOTAL, PART A - STREET (FLEXIBLE PAVEMENT) IMPROVEMENTS (A1 - A39) $ 2,499,303.00 PART B STREET (RIGID PAVEMENT) IMPROVEMENTS 1 II III IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL B1 1 LS MOBILIZATION, COMPLETE IN PLACE PER LUMP SUM NO BID NO BID B2 12 AC CLEAR RIGHT -OF -WAY, COMPLETE IN PLACE PER ACRE NO BID NO BID B3 31730 SY STREET EXCAVATION, COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID B4 3410 CY DITCH BACKFILL, COMPLETE IN PLACE PER CUBIC YARD NO BID NO BID B5 31730 SY 12" COMPACTED SUBGRADE, COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID B6 1460 SY GEOGRID (TX5), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID B7 1460 SY 13" CRUSHED LIMESTONE FLEXIBLE BASE (TYPE A, GR. 1), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID B8 4110 GAL PRIME COAT (0.15 GAL /SY), COMPLETE IN PLACE PER GALLON NO BID NO BID B9 1310 SY 2.5" HMAC PAVEMENT (TYPE B) BASE COURSE, COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID B10 1310 SY 2" HMAC PAVEMENT (TYPE D), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID B11 29750 SY 6" CEMENT STABILIZED CALICHE BASE (3 %), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID B12 29750 SY 1" HMAC PAVEMENT (TYPE D), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID B13 26300 SY 7" REINFORCED CONCRETE RIGID PAVEMENT, COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID B14 1200 LF CONCRETE SIDEWALK RETAINING CURB (18" MAX HEIGHT), COMPLETE IN PLACE PER LINEAR FOOT NO BID NO BID B15 22250 SF 6" CONCRETE DRIVEWAYS, COMPLETE IN PLACE PER SQUARE FOOT NO BID NO BID B16 200 SF UNANTICIPATED CONCRETE DRIVEWAY REMOVAL, COMPLETE IN PLACE PER SQUARE FOOT NO BID NO BID 817 2 EA SURVEY MONUMENT, COMPLETE IN PLACE PER EACH NO BID NO BID B18 r 2. EA OZONE DAY, COMPLETE IN .PLACE PER EACH NO BID NO BID B19 CHAIN LINK FENCE RELOCATION, COMPLETE 100 LF IN PLACE PER LINEAR FOOT NO BID NO BID B20 REFLECTIVE PAVEMENT MRK. TYPE 1 36 EA (W)(ARROW), COMPLETE IN PLACE PER EACH NO BID NO BID B21 REFLECTIVE PAVEMENT MRK. TYPE 1 3 EA (W)(ONLY), COMPLETE IN PLACE PER EACH NO BID NO BID B22 REFLECTIVE PAVEMENT MRK. TYPE 1 (W)8" SOLID, COMPLETE IN PLACE PER LINEAR 350 LF FOOT NO B1D NO BID 623 REFLECTIVE PAVEMENT MRK. TYPE 1 (W)24" SOLID, COMPLETE IN PLACE PER LINEAR 260 LF FOOT NO BID NO BID B24 REFLECTIVE PAVEMENT MRK. TYPE 1 (Y)24" SOLID, COMPLETE IN PLACE PER LINEAR 75 LF FOOT NO BID NO BID B25 REFLECTIVE PAVEMENT MRK. TYPE 1 (Y)4" SOLID, COMPLETE IN PLACE PER LINEAR 10800 LF FOOT NO BID NO BID B26 REFLECTIVE PAVEMENT MRK. TYPE 1 (Y)4" 8790 LE BROKEN, COMPLETE IN PLACE PER EACH NO BID NO BID B27 RAISED REFL. PVMT. MRK. (TYII -A -A) YELLOW, 510 EA COMPLETE IN PLACE PER EACH NO BID NO BID B28 RAISED REFL. PVMT. MRK. (TYI -C) WHITE, 50 EA COMPLETE IN PLACE PER EACH NO BID NO BID B29 20 EA RAISED REFL. PVMT. MRK. (TYII -B -B) BLUE, COMPLETE IN PLACE PER EACH NO BID NO BID B30 12 EA STREET SIGN ASSEMBLY W /9" BLADES (GREEN) AND STOP SIGN, COMPLETE IN PLACE PER EACH NO BID NO BID 331 2 EA STOP SIGN (NO BLADES), COMPLETE IN PLACE PER EACH NO BID NO BID B32 3 EA SPEED ZONE SIGN, COMPLETE IN PLACE PER EACH NO BID NO BID B33 3 EA PEDESTRIAN CROSSING SIGN„ COMPLETE IN PLACE PER EACH NO BID NO BID B34 2 EA ADVANCED WARNING SCHOOL ZONE SIGN W /FLASHERS, COMPLETE IN PLACE PER EACH NO BID NO BID B35 11 EA OTHER REGULATORY SIGNS, COMPLETE IN PLACE PER EACH NO BID NO BID B36 2 EA TRAFFIC MESSAGE BOARD, COMPLETE IN PLACE PER EACH NO BID NO BID B37 3 EA RELOCATE EXISTING SIGNS, COMPLETE IN PLACE PER EACH NO BID NO BID B38 2 EA MAILBOX RELOCATION, COMPLETE IN PLACE PER EACH NO BID NO BID B39 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM NO BID NO BID B40 1 LS EXPLORATORY EXCAVATIONS, COMPLETE IN PLACE PER LUMP SUM NO BID NO BID B41 1 LS ALLOWANCE FOR UNANTICIPATED STREET - RELATED IMPROVEMENTS, COMPLETE IN PLACE PER LUMP SUM NO BID NO BID SUB - TOTAL, PART B - STREET (B1 - B41) _ NO BID PART C STORM WATER IMPROVEMENTS I II III IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL C1 15480 SY BLOCK SODDING, COMPLETE IN PLACE PER SQUARE YARD $ 4.40 $ 68,11100 C2 1500 SY SEEDING, COMPLETE IN PLACE PER SQUARE YARD $ 1.85 $ 2,775.00 C3 850 LF 18" DIA. RCP (CLASS III), COMPLETE IN PLACE PER LINEAR FOOT $ 83.00 $ 70,550.00 C4 360 LF 30" DIA. RCP (CLASS I11), COMPLETE IN PLACE PER LINEAR FOOT $ 126.00 $ 45,360.00 C5 1050 LF 36" DIA. RCP (CLASS III), COMPLETE IN PLACE PER LINEAR FOOT $ 115.00 $ 120,750.00 C6 390 LF 42" DIA. RCP (CLASS III), COMPLETE IN PLACE PER LINEAR FOOT $ 129.00 $ 50,310.00 C7 430 LF 48" DIA. RCP (CLASS III), COMPLETE IN PLACE PER LINEAR FOOT $ 147.00 $ 63 210.00 C8 440 LF 4'X 2' PRECAST CONCRETE BOX, COMPLETE IN PLACE PER LINEAR FOOT $ 180.00 $ 79,200.00 C9 _ 50 LF 6'X 2' PRECAST CONCRETE BOX, COMPLETE IN PLACE PER LINEAR FOOT $ 237.00 $ 11,850.00 C10 1330 LF 6'X 4' PRECAST CONCRETE BOX, COMPLETE IN PLACE PER LINEAR FOOT $ 250.00 $ 332,500.00 C11 1360 LF C12 340 LF C13 1 EA C14 1EA C15 1 EA 016 1EA C17 110 SY 8'X 4' PRECAST CONCRETE BOX, COMPLETE IN PLACE PER LINEAR FOOT 8'X 6' PRECAST CONCRETE BOX, COMPLETE IN PLACE PER LINEAR FOOT 8'X 4' PRECAST CONCRETE 60DEG BEND, COMPLETE IN PLACE PER EACH 6'X 4' PRECAST CONCRETE 45DEG BEND, COMPLETE IN PLACE PER EACH 48" DIA. PRECAST CONCRETE 45DEG BEND, COMPLETE IN PLACE PER EACH TIE INTO 6'X 4' CONCRETE BOX, COMPLETE IN PLACE PER EACH CONCRETE HEADWALL FOR 8'X 6' RCB, COMPLETE IN PLACE PER SQUARE YARD $ 342.00 $ 465,120.00 $ 386.00 $ 131,240.00 $ 7,400.00 $ 7,400.00 $ 5,300.00 $ 5,300.00 $ 1,900.00 $ 1,900.00 $ 575.00 $ 575.00 $ 435.00 $ 47,850.00 C18 120 LF 4EA 27 EA 5 EA 8 EA 3 EA GUARD RAIL FOR W /ENTERPRIZE REACH CROSSING (TYPE PR -1), COMPLETE IN PLACE PER LINEAR FOOT 82.00 SIDEWALK DRAIN, COMPLETE IN PLACE PER EACH 5' STANDARD CURB INLET, COMPLETE IN PLACE PER EACH 5' CURB INLET (TYPE 2), COMPLETE IN PLACE PER EACH 5' CURB INLET (TYPE 3), COMPLETE IN PLACE PER EACH C25 4 EA C26 9 EA C27 6 EA C28 2 EA C29 13 EA C30 2 EA 5' CURB INLET (TYPE 4), COMPLETE IN PLACE PER EACH 5' INLET EXTENSION, COMPLETE IN PLACE PER EACH 4'X 4' POST INLET, COMPLETE IN PLACE PER EACH CONCRETE STORM WATER MANHOLE (TYPE D), COMPLETE IN PLACE PER EACH CONCRETE STORM WATER MANHOLE (TYPE E), COMPLETE IN PLACE PER EACH CONCRETE STORM WATER JUNCTION BOX, COMPLETE IN PLACE PER EACH MANHOLE RISER, COMPLETE IN PLACE PER EACH C31 2 EA C32 1500 SY C33 860 LF 9,840.00 $ 1,560.00 $ 6,240.00 $ 2,500.00 $ 67,500.00 $ 4,500.00 $ 22,500.00 $ 3,300.00 $ 26,400.00 $ 4,100.00 $ 12300.00 $ 690.00 $ 8,970.00 $ 2,200.00 $ 8,800.00 $ 6,135.00 $ 55,215.00 $ 6,560.00 $ 39,360.00 $ 8,425.00 $ 16,850.00 $ 1,520.00 $ 19,760.00 CONVERT EXISTING POST INLET TO TYPE 2 CURB INLET, COMPLETE IN PLACE PER EACH ADJUST EXISTING STORM WATER MANHOLE TO FINISHED GRADE, COMPLETE IN PLACE PER EACH CHANNEL EXCAVATION AND GRADING, COMPLETE IN PLACE PER SQUARE YARD 1.550.00 $ 3,100.00 V- SHAPED SWALE, COMPLETE IN PLACE PER LINEAR FOOT 5" CONCRETE RIPRAP FOR DRAINAGE CHANNEL, COMPLETE IN PLACE PER SQUARE C34 10200 SF YARD 6" CONCRETE CURB AND GUTTER, COMPLETE C35 11220 LF IN PLACE PER SQUARE YARD CONCRETE VALLEY GUTTER (5' WIDE), C36 70 LF COMPLETE IN PLACE PER LINEAR FOOT 920.00 $ 1,840.00 11.25 $ 16,875.00 4.20 $ 3,612.00 $ 7.85 $ 80.070.00 $ 13.00 $ 145,860.00 51.00 $ 3,570.00 C37 200 LF UNANTICIPATED CURB AND GUTTER REMOVAL, COMPLETE IN PLACE PER LINEAR FOOT $ 5.00 $ 1,000.00 C38 3100 LF SILT FENCE FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LINEAR FOOT $ 3.00 $ 9,300.00 C39 480 LF 12" EROSION CONTROL LOG, COMPLETE IN PLACE PER LINEAR FOOT $ 9.00 $ 4,320.00 C40 80 LF _ ROCK FILTER DAM FOR STORM WATER POLLUTION PREVENTION, COMPLETE IN PLACE PER LINEAR FOOT $ 100.00 $ 8,000.00 C41 500 SY PAVEMENT REPAIR, COMPLETE IN PLACE PER SQUARE YARD $ 20.00 $ 10,000,00 C42 1000 CY CEMENT - STABILIZED SAND BACKFILL, COMPLETE IN PLACE PER CUBIC YARD $ 10.00 $ 10,000.00 C43 1 LS UTILITY RELOCATION FOR STORM WATER, COMPLETE IN PLACE PER LUMP SUM $ 20,000.00 $ 20,000.00 C44 6600 LF TRENCH SAFETY FOR STORM WATER CONDUITS, COMPLETE IN PLACE PER LINEAR FOOT $ 1.30 $ 8,580.00 C45 21 EA TRENCH SAFETY FOR STORM WATER STRUCTURE, COMPLETE IN PLACE PER EACH $ 115.00 $ 2,415.00 C46 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LUMP SUM $ 62,000.00 $ 62,0. 00.00 C47 1 LS STORM WATER UTILITY ALLOWANCE, COMPLETE IN PLACE PER LUMP SUM $ 50,000.00 $ 50,000.00 010 2 EA SUB - TOTAL, PART C - STORM WATER IMPROVEMENTS (C1 - C47) $ 565.00 $ 2,238,279.00 PART D WATER DISTRIBUTION IMPROVEMENTS 1 II 111 IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL 01 500 LF TEMPORARY 2" (P.E.) SDR9 (200 PSI. MIN.) BYPASS LINE, COMPLETE IN PLACE PER LINEAR FOOT $ 8.00 $ 4,000.00 D2 1 EA CONNECT TEMPORARY 2" BYPASS LINE TO EXISTING WATER METER, COMPLETE IN PLACE PER EACH $ 920.00 $ 920.00 D3 20 LF 6" C900 PVC (DR18) WATERLINE, COMPLETE IN PLACE PER LINEAR FOOT $ 38.00 $ 760.00 D4 �8" 380 LF C900 PVC (DR18) WATERLINE, COMPLETE IN PLACE PER LINEAR FOOT $ 58.00 $ 22,040.00 D5 5380 LF 12" C900 PVC (DR18) WATERLINE, COMPLETE IN PLACE PER LINEAR FOOT $ 50.00 $ 269,000.00 D6 1 EA 6" GATE VALVE AND VALVE BOX, COMPLETE IN PLACE PER EACH $ 1,024.00 $ 1,024.00 D7 7 EA 8" GATE VALVE AND VALVE BOX, COMPLETE IN PLACE PER EACH $ 1,500.00 $ 10,500.00 D8 16 EA 12" GATE VALVE AND VALVE BOX, COMPLETE IN PLACE PER EACH $ 2,630.00 $ 42,080.00 D9 1 EA 2" 90DEG BEND FOR WATER SERVICE LINE, COMPLETE IN PLACE PER EACH 1 168.00 $ 168.00 010 2 EA 6" 45DEG D.I. BEND„ COMPLETE IN PLACE PER EACH $ 565.00 $ 1,130.00 011 30 EA 8" 45DEG DI, BEND„ COMPLETE IN PLACE PER EACH _$ 765.00 $ 22,950.00 D12 12" 13 EA 45DEG D.I. BEND„ COMPLETE IN PLACE PER EACH $ 945.00 $ 12,285.00 D13 2 EA 12" 90DEG D.I. BEND,, COMPLETE IN PLACE PER EACH $ 978.00 $ 1,956.00 D14 2 EA 6" TIE -IN CONNECTION, COMPLETE IN PLACE PER EACH $ 2,975.00 $ 5,950.00 D15 7 EA 8" TIE -IN CONNECTION, COMPLETE IN PLACE PER EACH $ 3,061.00 $ 21,427.00 D16 2 EA 12" TIE -1N CONNECTION, COMPLETE IN PLACE PER EACH $ 3,282.00 $ 6,564.00 D17 3 EA 12" PLUG, COMPLETE IN PLACE PER EACH $ 575.00 $ 1,725.00 018 8 EA REPLACE EXIST. WATER SERVICE W /NEW SERVICE CONNECTION, COMPLETE IN PLACE PER EACH $ 1,506.00 $ 12,048.00 D19 100 LF 2" PVC WATER SERVICE LINE, COMPLETE IN PLACE PER LINEAR FOOT $ 22.50 $ 2,250.00 D20 1 EA 12 "X 12 "X 12" TAPPING SLEEVE, COMPLETE IN PLACE PER EACH $ 6,784.00 $ 6784.00_ D21 1 EA 8 "X 8 "X 6" D.I. TEE, COMPLETE IN PLACE PER EACH $ 782.00 $ 782.00 D22 1 EA 12 "X 12 "X 6" ❑I TEE, COMPLETE IN PLACE PER EACH $ 1,002.00 $ 1,002.00 D23 7 EA 12 "X 12 "X 8" D.I. TEE, COMPLETE IN PLACE PER EACH $ 1,090.00 $ 7,630.00 D24 1 EA 12 "X 12 "X 12" D.I. TEE, COMPLETE IN PLACE PER EACH $ 1,181.00 $ 1181.00 D25 1 EA 12 "X 12 "X 8" D.I. WYE, COMPLETE IN PLACE PER EACH $ 1,363.00 $ 1,363.00 D26 18 EA FIRE HYDRANT ASSEMBLY (ALL TYPES), COMPLETE IN PLACE PER EACH $ 5,250.00 $ 94,500.00 D27 400 CY CEMENT STABILIZED SAND BACKFILL, COMPLETE IN PLACE PER CUBIC YARD $ 63.00 $ 25 200.00 D28 500 SY PAVEMENT REPAIR FOR WATER, COMPLETE IN PLACE PER SQUARE YARD $ 61.00 $ 30,500.00 D29 100 LF FLOWABLE GROUT FILL AND ABANDON EXIST. 12" AC WATERLINE, COMPLETE IN PLACE PER LINEAR FOOT $ 14.00 $ 1,400.00 D29A 100 LF FLOWABLE GROUT FILL AND ABANDON EXIST. 8" AC WATERLINE, COMPLETE IN PLACE PER LINEAR FOOT $ 17.00 $ 1,700.00 030 2 EA ADJUST EXIST. WATER VALVES AND METER BOXES TO FINISH GRADE, COMPLETE IN PLACE PER EACH $ 345.00 $ 690.00 D31 100 LF 20" STEEL CASING (BORED) WITH 12" PVC WATERLINE, COMPLETE IN PLACE PER LINEAR FOOT $ 520.00 $ 52,000.00 D32 5780 LF TRENCH SAFETY FOR WATERLINE, COMPLETE IN PLACE PER LINEAR FOOT $ 1.15 $ 6,647.00 033 1 LS TRAFFIC CONTROL FOR WATER, COMPLETE IN PLACE PER LUMP SUM $ 2,875.00 $ 2,875.00 D34 1 LS WATER UTILITY ALLOWANCE, COMPLETE IN PLACE PER LUMP SUM $ 30,000.00 $ 30,000.00 SUB - TOTAL, PART D - WATER DISTRIBUTION IMPROVEMENTS (01 - D34) $ 703,031.00 PART E SANITARY SEWER IMPROVEMENTS I 11 III IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE. TOTAL El ADJUST EXISTING SANITARY SEWER MANHOLE TO FINISHED GRADE, COMPLETE IN 1 EA - $ 920.00 $ 920.00 MOBILIZATION AND DEMOBILIZATION FOR CURED—IN—PLACE PIPE (CIPP), COMPLETE IN 1 LS PLACE PER LUMP SUM $ 5,750.00 $ 5,750.00 SET Y CHARGE • - INSTALLATION, 1 LS COMPLETE IN PLACE PER EACH $ 1,725.00 $ 1,725.00 8" CURED-1N-PLACE PIPE (C1PP)(INCLUDING CLEANING EXISTING PIPE), COMPLETE IN 960 LF PLACE PER LINEAR FOOT $ 34.50 $ 33,120.00 E5 8" PVC ■' 26) SANITARY SEWER 20'-22', 20 LF COMPLETE IN PLACE PER LINEAR FOOT $ 316.00 $ 6,320.00 E6 18" PVC ■- 26) SANITARY SEWER 221-24', 40 LF COMPLETE IN PLACE PER LINEAR FOOT $ 719.00 $ 28,760.00 E7 18" PVC ■- 26) SANITARY SEWER 241-26', 40 LF COMPLETE IN PLACE PER LINEAR FOOT $ 748.00 $ 29,920 00 INSTALL 8" ■-s- CONNECTION ON a • ■ ■ COMPLETE 1 LS PLACE PER LUMP SUM $ 14,375.00 $ 14,375.00 • INSTALL 8" DROP CONNECTION ON EXISTING MANHOLE (201-24' DEPTH), COMPLETE IN 1 LS - $ 17,250.00 $ 17,250.00 El • REMOVE AND REPLACE EXISTING 5' DIA. a • DEPTH), COMPLETE 1 EA PLACE PER $ 35,650.00 $ 35,650.00 Ell REMOVE AND REPLACE EXISTING 5' DIA. MANHOLE (24`-26' DEPTH), COMPLETE IN 1 EA - $ 37,950.00 $ 37,950.00 El 2 REHABILITATE EXISTING 5' DIA. MANHOLES (8'— 1 EA + ■ • $ 10,050.00 $ 10050.00 El 3 REHABILITATE EXISTING 5' DIA. MANHOLES DEPTH), • w PLACE PER 1 EA EACH $ 13,375.00 $ 13,375.00 E14 REHABILITATE EXISTING 5' DIA. MANHOLES (20'- 22' DEPTH), COMPLETE IN PLACE PER 1 EA EACH 17 160.00 17 160.00 E15 REHABILITATE EXISTING 5' DIA. MANHOLES (24'— 26' DEPTH), COMPLETE IN PLACE PER 2 EA EACH $ 17,935.00 $ 35,870.00 E16 ADJUST EXISTING SANITARY SEWER MANHOLE TO FINISHED GRADE (SPECIAL), 5 EA COMPLETE IN PLACE PER EACH $ 5,255.00 $ 26,275.00 E17 TRENCH SAFETY FOR SANITARY SEWER CONDUITS, COMPLETE IN PLACE PER LINEAR 100 LF FOOT $ 66.00 $ 6 600.00 E18 TRENCH SAFETY FOR SANITARY SEWER STRUCTURE, COMPLETE IN PLACE PER 4 EA LINEAR FOOT $ 3,275.00 $ 13,100.00 E19 DEWATERING MOBILIZATION AND DEMOBILIZATION, COMPLETE IN PLACE PER 1 LS LUMP SUM $ 7 475.00 $ 7,475.00 PART F GAS IMPROVEMENTS II DEWATERING TRENCH, COMPLETE IN PLACE IV V E20 100 LF PER LINEAR FOOT $ 98.00 $ 9,800.00. F1 3 EA TRAFFIC CONTROL, COMPLETE IN PLACE PER $ 460.00 $ 1380.00 E21 1 LS LUMP SUM $ 2,000.00 $ 2,000.00 E22 1 LS SANITARY SEWER UTILITY ALLOWANCE, COMPLETE IN PLACE PER LUMP SUM $ 10,000.00 $ 10,000.00 F4 100 LF SUB - TOTAL, PART E - SANITARY SEWER $ 90.00 $ 9,000.00 G5 630 SF IMPROVEMENTS (E1 - E22) $ 10.00 $ 363,445.00 PART F GAS IMPROVEMENTS PART G A.D.A. PEDESTRIAN IMPROVEMENTS I II III IV V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL F1 3 EA ADJUST EXISTING GAS VALVE TO FINISH GRADE, COMPLETE IN PLACE PER EACH $ 460.00 $ 1380.00 F2 30 LF TRENCH WORK ASSOCIATED WITH GAS LINE RELOCATION (6'- 8' DEEP), COMPLETE IN PLACE PER LINEAR FOOT $ 190.00 $ 5,700.00 F3 20 LF TRENCH WORK ASSOCIATED WITH GAS LINE RELOCATION (8'- 10' DEEP), COMPLETE IN PLACE PER LINEAR FOOT $ 240.00 $ 4,800.00 F4 100 LF TRENCH WORK ASSOCIATED WITH GAS LINE RELOCATION (10'- 12' DEEP), COMPLETE IN PLACE PER LINEAR FOOT $ 90.00 $ 9,000.00 G5 630 SF SUB - TOTAL, PART F - GAS IMPROVEMENTS (F1 - F4) $ 10.00 $ 20,880.00 PART G A.D.A. PEDESTRIAN IMPROVEMENTS I II III 1V V ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL G1 83500 SF 4" CONCRETE SIDEWALK WITH 6" BANK SAND BEDDING (8' WIDE TYP.), COMPLETE IN PLACE PER SQUARE FOOT $ 4.55 $ 379,925.00 G2 3620 SF CONCRETE CURB RAMP, COMPLETE IN PLACE PER SQUARE FOOT $ 10.00 $ 36,200.00 G3 • 300 SF UNANTICIPATED CONCRETE SIDEWALK REMOVAL, COMPLETE IN PLACE PER SQUARE FOOT $ 0.75 $ 225.00 G4 600 LF REFLECTIVE PAVEMENT MRK. TYPE 1 (W)(CROSSWALK)(10' WIDE), COMPLETE IN PLACE PER LINEAR FOOT $ 20.00 $ 12,000.00 G5 630 SF CONCRETE PEDESTRIAN BUS PAD, COMPLETE IN PLACE PER SQUARE FOOT $ 10.00 $ 6,300.00 SUB- TOTAL, PART G - A.D.A. PEDESTRIAN (G1 G5) $ 434,650.00 BID SUMMARY TOTAL BASE BID - FLEXIBLE (ASPHALT) PAVEMENT OPTION SUBTOTAL - PART A STREET (FLEXIBLE PAVEMENT) IMPROVEMENTS (BID ITEMS Al THROUGH A41) SUBTOTAL - PART C STORM WATER IMPROVEMENTS (BID ITEMS Cl THROUGH C47) SUBTOTAL - PART D WATER DISTRIBUTION IMPROVEMENTS (BID ITEMS Di THROUGH D34) $ 2,4991303.00 2,238,279.00 703,031 .00 SUBTOTAL - PART E SANITARY SEWER IMPROVEMENTS (BID ITEMS El THROUGH E22) SUBTOTAL - PART F GAS IMPROVEMENTS (BID ITEMS F1 THROUGH F4) SUBTOTAL - PART G A.D.A. PEDESTRIAN IMPROVEMENTS (BID ITEMS GI THROUGH G5) TOTAL BASE BID - FLEXIBLE (ASPHALT) PAVEMENT OPTION (PARTS: A,C,D,E,F & G) BID SUMMARY 363,445.00 $ 20,880.00 $ 434,650.00 $ 6,259,588.00 TOTAL BASE BID - RIGID (CONCRETE) PAVEMENT OPTION SUBTOTAL - PART B STREET (RIGID PAVEMENT) IMPROVEMENTS (BID ITEMS 131 THROUGH B41) SUBTOTAL - PART C STORM WATER IMPROVEMENTS (BID ITEMS Cl THROUGH C47) SUBTOTAL - PART D WATER DISTRIBUTION IMPROVEMENTS (BID ITEMS DI THROUGH D34) SUBTOTAL - PART E SANITARY SEWER IMPROVEMENTS (BID ITEMS El THROUGH E22) SUBTOTAL - PART F GAS IMPROVEMENTS (BID ITEMS Fl THROUGH F4) SUBTOTAL - PART G A.D.A. PEDESTRIAN IMPROVEMENTS (BID ITEMS G1 THROUGH G5) TOTAL BASE BID - RIGID (CONCRETE) PAVEMENT OPTION (PARTS: B,C,D,E,F & G) Note: The above unit prices must include all labor, cover the finished work of several kinds called for, the quantity of any bid item. The above quantities NO BID NO BID NO BID NO BID NO BID NO BID NO BID materials, removal, overhead, profit, insurance, etc. to and the Owner reserves the right to increase or decrease are approximate, include an additional contingency in "HAAS- ANDERSON CONSTRUCTION LTD. Herewith certifies that the unit prices shown on this print -out for bid items ( including any additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. HAAS - ANDERSON CONSTRUCTION LTD. Acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Totl Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) a ( Title) President, Haas•Anderson Management 1.G, Generai Partner (Date). 9'1/47`/t BHAR LANE w S.P.I.D. TO OLD BROI SVILLE ROAD - BOND 3008 PROJBCT WO. 6463 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 bids or bids, that he agrees to do the work, and that no representations made by the City are in any sense w /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 worked caused thereby. Minority /Minority Business interprise Participations The apparent low bidder shall, within five days of receipt of bids, submit to 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. !lumber of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Cowpletion' The undersigned agrees to complete the work within 600 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all the materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): iakt0 Respectively submitted: HAAS- ANDERSON CONSTRUCTION, Ltfisame: (Seal - If Bidder is (A Corporation) NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers By: e47CY‘r�y/ . / /0,Ots Address: 16,84)(74 x /i-,5 4 /: (P.O. Box) (Street) Telephone: Revised Propoaai Post Papa 21 of 33 71',/-6 7 (State) (Zip) 3C r kr.? -1,1'13)-- (Revised August 2000) ADDlitUnil WO. 2 Attachment ent lio. 1 PERFORMANCE BOND Bond No.: 105540363 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 , a corporation organized under the laws of the State of Connecticut and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of SIX MILLION, TWO HUNDRED FIFTY -NINE THOUSAND, FIVE HUNDRED EIGHTY -EIGHT AND 2,10/100 ($6,259,588.00) 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 those 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 24TH of MAX , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: BEAR LANE - S.P.I.D TO OLD BROWNSVILLE RD. BOND 2008 - PROJECT NO. 6463 (TOTAL BASE BID: $6,259,588.00) 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 PERFORMANCE 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 SIX MILLION, TWO HUNDRED FIFTY-NINE THOUSAND, FIVE HUNDRED, EIGHTY -EIGHT AND NO /100 ($6,259,588.00) 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 24TH of MAY , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: BEAR LANE - 3. P . I.0 TO OLD B}?OI NSVILT,F; RD. BOND 2008 - PROJECT NO. 6463 (TOTAL BASE BID: $6,259,588.00) 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 6 day of June , 2011 . PRINCIPAL Haas - Anderson Construction. Ltd. By: )2,07-/44.<1,r President, Haas - Anderson Management, LC, (Print Nance & Tit l eras Partner SURETY Travelers Casualty and Surety Company of America, By: Attorney -in -fact Kerry J. Woods (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Keetch & Associates Kevin Keetch P.O. Box 3280 Corpus Christi, TX 78463 -3280 Phone Number: 361 -883 -3803 (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 3/08) Performance Bond Page 2 of 2 TRAVELERS J 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. 004102504 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 Attorney(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. 2nd IN WITNESS WHEREOF, the Companies 11 caused this instrument to be signed and their corporate seals to be hereto affixed, this March day of lUU . 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: r0A4 4 c President Georg.W Thompson, March 2011 On this the 2nd day of , , 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. clan C ..1. 40 d+ Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STPAUL 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 F.O. Box 149104 Austin, TX 78714 -9104 (800) 252 -3439 ATTACH THIS NOTICE TO YOTJR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253 -021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of , 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney -in -fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 3/08) Perfo.uuance Bond Page 2 of 2 PAYMENT B O N D Bond No.: 105540363 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 a corporation organized under the laws of the State of Connecticut and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of SIX MILLION, TWO HUNDRED FIFTY -NINE THOUSAND, FIVE HUNDRED EIGHTY -EIGHT AND NO /100 ($6,259,588.00) 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 24TH day MAY , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: BEAR LANE - S.P.I.D TO OLD BROWNSVILLE RD. BOND 2008 - PROJECT NO. 6463 (TOTAL BASE BID: $6,259,588.00) 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 time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 PAYMENT 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 ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of SIX MILLION, TWO HUNDRED FIFTY -NINE THOUSAND, FIVE HUNDRED EIGHTY-EIGHT AND NO /100 ($6,259,588.00) 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 25TH day MAY , 20 11 , a copy of which is hereto attached and made a part hereof, for the construction of: BEAR LANE - S.P.I.D TO OLD BROWNSVILLE RD. BOND 2008 -- PROJECT NO. 6463 (TOTAL BASE BID: $6,259,588.00) 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 time, alteration or addition to the terms of the contract, or to the work to be perfoimed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art_ 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 6 day of June , , 20 11 . PRINCIPAL Haas - Anderson Construction, Ltd. President. Haas- Anderson Management LC, (Print Name & Tilieeye1erad Partner ATTEST 14,447 be le.,e nl oKu Nc- (Print Name & Title) SURETY Travelers Casualty and Surety Company of America By: Attorney -iii -fact Kerry J. Woods (Print Name) The Resident Agent of the Surety a..0 Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Kevin Keetch Address: P.O. Box 3280 Corpus Christi, TX 7846$ -3780 Phone Number : 361- 8R3 -2Rnn (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 Keetch & Associates This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of , 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney -in -fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 1 T SUPPLIF-It NUMBER TO B ASSIGNED Bran- -- PVRC1HASINGDIVSSfON itv of Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of C s Christi Ordinance 1 7112, as amended requires all persons or firms seeking to do business with the Ci y to provide the following information. Every question must be answered. If the question is e> applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and COMPANY NAME ANDERSON CONSTRUCTION, Ltd. P. O. BOX: STREET ADDRESS: 7 7Z f� " :11. FIRM IS: 1. Corporation 0 z. Partnership 3. Sole Owner ❑ 4. Association ❑ 5. Otter ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this ppange or attach separate sheet, 1. State the names of each employee" of the City of Corpus 'Ong; having an "ownership interest" constituting 3% or more of the ownership in the above named "finn." CITY: C, C , Z: 7,/ 7 Name Wit 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 1V 4_ Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" .fig 3% or more of the ownership in the above named "gym." Name i Board, Commission or Committee i .11 is 107 Ef) "1,, o' ft e , 4. State the names of each employee or officer of a "consuhant" 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 moue of the ownership in above named `firm." Name NA Consultant Revised Proposal Pore Page 22 of 23 ADD1INDt ( NO. 2 Attachtoont No. 1 FILING REQUIREMENTS MA person who requests offciaJ action on a miner knows that the requested action will confer an economic 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 miner is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)]' CERTIFICATION 1 certify that all information provided is true and correct as of the date of this statement, that 1 have not ltnowingly withheld disclosure of any information requested; and that supplemental statements will be prornptly submitted to the City of Corpus Christi, Tpxas as changes occur. Cestifyin8 Person: fTrirat� Signature of Certifying Person: vt-r1..5 Title: president, Haas- Anderson Management wngra a her Date: DEFINJTIONS 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, .0 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 Compua 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 spectral taints of venture or partnership agreements." & "Consultant" Any person or firm, such as engineers and arc tests, hired by the City of Corpus Christi for the purpose of profession] consultatian and recommendation. Revised Proposal Pori Page 23 of 23 AINNENDUNI No. 2 Attachment" No. 1 1 ID: EID A,--",K`, CERTIFICATE OF LIABILITY INSURANCE �••••••"--- DATEimmooYYYY) 05/31/11 -n,.IIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING 1NSURER(S), AUTHORIZED REP RESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMpcRTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the cert.8 flcate holder in lieu of such endorsement(s). PRODUCER 361.883-1711 Swantraor & Gordon Ins Agcy.CC A Higglinbotham Company 361 - 844-0101 PO Box 870 Corpus*; Christi, TX 78403 -0870 Randall M Lee CONTACT NAME: Diann Ei3 er 1711 E,�,�;361 -863 -1711 � Noy. 361 - 844 -0101 EMAIL PRRODUU deisenhauer@s- gins.com CUSTOMER ID it HAAANC1 INSURERS) AFFORDING COVERAGE NAIC INSURE Haas- Anderson Construction Ltd P. O. Box 7692 Corpus Christi, TX 78467 -7692' INSURER A: Travelers Lloyds lns Co II 41262 INSURER e : Travelers Property Cas Co — 25674 25623 mums c: Phoenix insurance Company INSURER o: Everest National Ins Co 10120 INSURER 5 : x INSURER F: PERSONAL & ADV INJURY COVE IRJ+►GE5 CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS Of SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTRR TYPE Of INSURANCE .., INRR �r_I VNtl POLICY NUMBER DTC0545913949TLC10 SEE ATTACHED ,JMMIDDPITYYLIMMIDDIT 09101/10 EXP _ 09/01/11 LIMITS EACH OCCURRENCE A --TALITOMOBILE B GENERAL L1ABlUTY COMMERCIAL GENERAL CLAIMS -MADE LIABILITY OCCUR 1 1,000,00( x PREMSES 1141tD once) S 300,00( X MED EXP (Any one person) S 5,00( $ /1,000,00C s 2,000,00C x XCU Included PERSONAL & ADV INJURY x Employee Benefits GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,00C POLICY T $ X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS MCS -90 j BA5459B95010CNS 09/01/10 09101/11 COMBINED SINGLE LIMIT (Es accident) $ 7,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X X _ X $ $ S /2,000,000 D - X UMBRELLA LIAB EXCESS UAB X OCCUR CLAIMS -MADE 7105000127 -101 09101/10 09/01/11 EACH OCCURRENCE AGGREGATE $ 2,000,000 DEDUCTIBLE R ETENTION 1 / $ C AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH) M es, describe ruder DESCRIPTION OF OPERATIONS Y I N N DTNUB0470C16210 09/01110 09/01111 X i TORYSLUdIIS ER 5 1,000,000 L. E. EACH ACCIDENT © below E.L. DISEASE - EA EMPLOYEE S 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (Attach ACORD 101. AM:110 r M Remetka Schedule, If more space is required) Project: Bear Lane -SPID to Old Brownsville Rd Bond 2008 - Project No. 6463 The City of Corpus Christi is named as additional insured on all general liability 1GLI and all automobile liability TALI policies. CERTIFICATE HOLDER CANCELLATION CICC -CO City of Corpus Christi Engineering Services Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25(2009/09) O 1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD M•OTEPAD INSUREDS NAME Haas- Anderson Construction Ltd HAAANCI OP 1D: E1DI PAGE 2 DATE 05131/11 ty o orpus nsti erti icate o nsurance ttac ment G 0neral Liabilitly includes premises -operation, explosion & collapse h zard, underground hazard roductdlcompleted operations hazard, C °nttracto� and rance, broad form property damage coverage, independent Con personal injury Automobile Liability includes owned, hired and non -owned autos Workers Compensation includes owners, partners, executive officers. General N ,r ep n anon INC 20t 010 0) po Automobile C have been dossed to provide 30 Day Haas - Anderson Construction, Ltd. Travelers Lloyds Insurance Company Policy #DTC054598949TLC10 Term: 09/01/2010 to 09/01/2011 City of Corpus Christi PO Box 9277, Corpus Christi, TX 78469 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY f BLANKET ADDITIONAL INSURED (CONTRACTORS) Thisendorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include 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, a the preparing. approving, or failing to prepare or ap- prove, drawings and specifications; and IL Supervisory, inspection, architectural or engineering activities. CG D2 46 08 05 c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your wore and included in the "produds- 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 'Witten 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 addNonal insured for a Toss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that Ibis insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to 'other insurance available to the additionat insured which covers that person or organization as a named insured for such lass, 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 indude: ® 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; i1. The names and addresses of any injured persons and witnesses; and ill. 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 L Immediately ream( 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 cr "suit". cooperate with us in the investigation or settlement of the claim or defense against the 'suit", and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit' to 5. Named insured: Haas - Anderson Construction, Policy # DTC09459B949TLC10 Policy Term: 09/01/2010 to 09/01/2011 V/ Authorized Representa 've: 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. The following definition is added to SECTION V. DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to Include a person or organization as an additional In- sured on this Coverage Part. provided that the bodily injury and "property damage" oc- curs and the *personal injury" is caused by an offense committed: a. After the signing and execution of the contrail or agreement by you; b. White that part of the contract or agreement is in effect; and c. Before the end of the poicy period. Ltd. R. M. Lee, Managing Director Swantner & Gordon Insurance Agency, LLC P.O. Box 870, Corpus Christi, TX 78403 -0870 Page 2 of 2 Co 2005 The St. Paul Travelers Companies, Inc. CG D2 4608 05 Haas - Anderson Construction. Ltd. POLICY NUMBER: BA5459B95010CN8 Policy Term: 09/01/2010 to 09/01/2011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED COMMERCIAL AUTO ISSUE DATE: 08/27/2010 This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are insureds` under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Nom of Person(s) or Organization(s): ART PERSON OR ORGANIZATION THAT YOU ARE REQUIRED TO INCLUDE AS AN ADDITIONAL INSURED ON THIS COVERAGE FORM IN A 9iRITTEN CONTRACT OR AGREEMENT TEAT IS SIGNED AND EXECUTED BY YOU BEFORE TES "BODILY INJURY• OR •PROPERTY DA1tAG1 OCCURS MD THAT IS IN EFFECT DURING TEE 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 li 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 4a 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 Haas - Anderson Construction, Ltd. POLICY NUMBER: DTC05459B949TLC10 Policy Term: 09/01/2010 to 09/01/2011 ISSUE DATE: 08/27/2010 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY EARLIER NOTICE OF �CANCELLATIONINONRENEWAL PROVIDED BY US - TEXAS This endorsement modifies insurance provided under the following: BOILER AND MACHINERY COVERAGE PART BUSLNESSOWNERS POLICY COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE COMMERCIAL GENERAL UABIUTY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART — CONTRACTORS COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CRIME COVERAGE PART DELUXE PROPERTY COVERAGE FORM EMPLOYEE BENEFITS LIABILITY COVERAGE PART EXCESS (FOLLOWING FORM) LIABILITY INSURANCE FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART CANCELLATION: WHEN WE DO NOT RENEW (Nonrenewal): NAME: CITY OP' CORPUS CHRISTI SCHEDULE Number of Days Notice: 30 Number of Days Notice: ADDRESS:ATH1: CITY RISK MANAGER P.O. BOX 9277 CORPUS Cl RISTI TX 78469 A. For any statutorily permitted reason other than nonpayment of premium, the number of days o- quired for notice of cancellation, as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state cancelladon endorsement applicable to this insurance, is n- creased to the number of days shown in the SCHEDULE above. B. For any statutorily permitted reason other than nonpayment of premium, the number of days s- quired for notice of When We Do Not Renew (Nonrenewal), as provided in the CONDITIONS Section of this insurance, or as amended by any IL FO 26 09 98 30 applicable state When We Do Not Renew (Nonrenewal) endorsement applicable to this tt- surance, is increased to the number of days shown in the SCHEDULE above. C. 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 mad the notice at least the Num- ber of Days indicated above before the effective date to our action. Swantner F. Gordon Insunce Agency, LLC R. M. Lee, Managing irector P.o. Box 870, Corpus Christi, TX 78903-0870 Copyright, The Travelers Indemnity Company, 1998 Page 1 of 1 Haas - Anderson Construction, Ltd. / POLICY NUMBER BA5459B95010CNS Y/ COMMERCIAL AUTO ISSUE DATE: 08/27/2010 'term; 09/01 2010 t �I THIS ENDORSE�1YEYT GANGES THE POLICY. PLEASE READ IT CAREFULLY. /TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. SCHEDULE Number of Days' Notice 30 �t Name Of Person Or Organization City of Corpus Christi P. O. Box 9277 Address Corpus Christi, TX 78469 -9277 If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. Travelers Property Casualty Co Authorized Representative: 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. Policy Term: 09/01/2010 to 09/01/2011 TRAVELERt, J WORKERS COMPENSATION AND EMPLOYERS LIABILITY POUCY ENDORSEMENT WC 42 06 01 (00) POLICY NUMBER: DTNUB0470C16210 TEXAS NOTICE OF MATERIAL. CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1. NUMBER OF DAYS ADVANCE NOTICE: 30 (or ••) 2. NOTICE WILL BE MAILED TO: CITY Oa CORPUS CHRISTI ATTN: CITY RISE MANAGER P.O. BOX 9277 CORPUS CHRISTI, TX 78469 " Number of days Notice specified in the Certificate of insurance to as holders of such certificates. Phoenix Insurance Company R. M. Lee, Managing Director Sxantner.& Gordon Insurance Agency, LLC P. 0. Box 870, Corpus Christi, TX 78403 -0870. DATE OF ISSUE: 09/27/2010 ST ASSIGN: