Loading...
HomeMy WebLinkAboutC2011-390 - 9/27/2011 - Approved2011 -390 M2011 -214 09/27/11 Haas- Anderson Construction Ltd. S P E C I A L P R O V I S S P E C I F I C A T I O N S 'A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R AIRLINE ROAD 1 SARATOGA - RODD FIELD (BOND 2008) PROJECT NO. 6465 PREPARED FOR': DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 4% ! o ..,tags h S: CARL E. CRULL ` � 46706 �4! ,may kxOY.tj�;r;,I 1/ l) (Revised 7/5/00) AIRLINE ROAD / SARATOGA - RODD FIELD (BOND 2008) PROJECT NO. 6465 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (March 2009) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A-4 Method of Award A -5 Items to be submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A -17 Field Office A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A 25 Salco Tax Exemption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements .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 A 35 City Water Facilitico Special Rcquircmcnto NOT USED A -36 Other Submittals (Revised 9/18/00) NOT USED A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 Certificate of Occupancy and Final Acceptance NOT USED Page l of4 A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA. Rules & Regulations' . A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A -46 Disposal of Highly Chlorinated Water (7/5/00) 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 Re- Routing of Traffic During. Construction A -51 Groundwater / Dewatering A -52 Soil Boring Logs and Geotechnical Information A -53 Pavement Restoration and Project Clean -up A -54 Rain Days A -55 Protection of the Job Site A -56 Basis of Delay Claims A -57 Hauling and Loads on Roadways and Structures A -58 Equipment Rates for Extra Work A -59 Non City - Standard Specifications and Details A-60 Amended Prosecution and Progress A -61 Electronic Proposal Form ATTACHMENT I - PROJECT SIGN ATTACHMENT II - LIST OF DRAWINGS PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 020100 Survey Monument (S -49) 022020 Excavation and Backfill for Utilities and Sewers (S -9) 022022 Trench Safety for Excavations 022100 Select Material (S -15) 026201 Water Line Riser Assemblies (S -79) 026202 Hydrostatic Testing of Pressure System (S -89) 026204 Polyvinyl Chloride Pipe (8 -91) 026206 Ductile Iron Pipe and Fittings (S -81) 026210 Polyvinyl Chloride Pipe (S --83) 026214 Grouting Abandoned Utility Lines (S -3) 026402 Waterlines (S -88) 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Water Lines (S -85) 026416 Fire Hydrants (5 -86) 026602 Sanitary Sewer Force Main (8 -69) 027202 Manholes (S -62). 027203 Vacuum Testing. of Sanitary Sewer Manhole and Structures 027205 Fiberglass Manholes 027602 Gravity Sanitary Sewers (S -61) 028200 Mail Box Relocation PART T - TECHNICAL SPECIFICATIONS Technical Specifications Applicability Key TS -1 (Item 1) Definitions of Terms TS -2 (Item 2) Instructions to Bidders TS -3 (Item 3) Award and Execution of Contract TS -4 (Item 4) Scope. of Work TS -5 (Item 5) Control of the Work TS -6 (Item 6) Control of Materials TS -7 (Item 7) Legal Relations and Responsibilities Page 2 of 4 TS -8 (Item 8) Prosecution and Progress TS -9 (Item 9) Measurement and Payment TS- 11650Item 11650) Storm Water Pollution Prevention Plan TS -100 (Item 100) Preparing Right of Way TS -104 (Item 104) Removing Concrete TS -106 (Item 106) Obliterating Abandoned Road TS -110 .(Item 110) Excavation TS -132 (Item 132) Embankment TS -150 (Item 150) Blading TS -162 (Item 162) Sodding for Erosion Control TS -164 (Item 164) Seeding for Erosion Control TS -166 (Item 166) Fertilizer TS -168 (Item 168) Vegetative Watering TS -169 (Item 169) Soil Retention Blankets TS -204 (Item 204) Sprinkling TS -210 (Item 210) Rolling TS -216 (Item 216) Proof Rolling TS -247 (Item 247) Flexible Base TS-300 (Item 300) Asphalts, Oils, and Emulsions TS -301 (Item 301) Asphalt Antistripping Agents TS -302 (Item 302) Aggregates for Surface Treatments TS -310 (Item 310) Prime Coat TS -316 (Item 316) Surface Treatments TS -318 (Item 318) Hot Asphalt-Rubber Surface Treatments TS -341 (Item 341) Dense - Graded Hot -Mix Asphalt (QC /QA) TS -360 (Item 360) Concrete Pavement TS -400 (Item 400) Excavation and Backfill for Structures TS -401 (Item 401) Flowable Backfill TS -402 (Item 402) Trench Excavation Protection TS -416 (Item 416) Drilled Shaft Foundations TS -420 (Item 420) Concrete Structures TS --421 (Item 421) Hydraulic Cement Concrete TS -424 (Item 424) Precast Concrete Structures (Fabrication) TS -427 (Item 427) Surface Finishes for Concrete TS -432 (Item 432) Riprap TS -438 (Item 438) Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks) TS -440 (Item 440) Reinforcing Steel TS -441 (Item 441) Steel Structures TS -442 (Item 442) Metal for Structures TS -445 (Item 445) Galvanizing TS -447 (Item 447) Structural Bolting TS-448 (Item 448) Structural Field Welding TS -449 (Item 449) Anchor Bolts TS -462 (Item 462) Concrete Box Culverts and Storm Drains TS -464 (Item 464) Reinforced Concrete Pipe 'TS-465 (Item 465) Manholes and Inlets TS -466 (Item 466) Headwalls and Wingwalls TS -467 (Item 467) Safety and Treatment TS -471 (Item 471) Frames and Grates, Rings, and Covers TS -476 (Item 476) Jacking, Boring, or Tunneling Pipe or Box TS -479 (Item 479) Adjusting Manholes and Inlets TS -492 (Item 492) Timber Preservative and Treatment TS -500 (Item 500) Mobilization TS -502 (Item 502) Barricades, Signs, and Traffic Handling TS -504 (Item 504) Field Office and Laboratory TS -506 (Item 506) Temporary Erosion, Sedimentation, and Environmental Controls TS -508 (Item 508) Construction Detours TS -512 (Item 512) Portable Concrete Traffic Barrier TS -520 (Item 520) Weighing and Measuring Equipment TS -529 (Item 529) Concrete Curb, Gutter and Combined Curb and Gutter TS -530 (Item 530) Intersections, Driveways, and Turnouts Page 3 of 4 TS -531 (Item 531) Sidewalks TS -585 (Item 585) Ride Quality for Pavement Surfaces TS -610 (Item 610) Roadway Illumination Assemblies TS -616 (Item 616) Performance Testing of Lighting Systems TS -618 (Item 618) Conduit TS -620 (Item 620) Electrical Conductors TS -621 (Item 621) Tray Cable TS -622 (Item 622) Duct Cable TS -624 (Item 624) Ground Boxes TS -625 (Item 625) Zinc - Coated Steel Wire Stand TS -628 (Item 628) Electrical Services TS -636 (Item 636) Aluminum Signs TS -643 (Item 643) Sign Identification Decals TS -644 (Item 644) Small Roadside Sign Supports and Assemblies TS -656 (Item 656) Foundations for Traffic control Devices TS -658 (Item 658) Delineator and Object Marker Assemblies TS -662 (Item 662) Work Zone Pavement Markings TS -666 (Item 666) Reflectorized Pavement Markings TS -668 (Item 668) Prefabricated Pavement Markings TS -672 (Item 672) Raised Pavement Markers TS -677 (Item 677) Eliminating Existing Pavement Markings and Markers TS -678 (Item 678) Pavement Surface Preparation for Markings TS -680 (Item 680) Installation of Highway Traffic Signals TS -682 (Item 682) Vehicle and Pedestrian Signal Heads TS -684 (Item 684) Traffic Signal Cables TS -686 (Item 686) Traffic Signal Pole Assemblies (Steel). TS -687 (Item 687) Pedestal Pole Assemblies TS -688 (Item 688) Pedestrian Detectors and Vehicle Loop Detectors TS -1195 (Item 1195) Battery Back -up System for Signal Cabinets TS -4003 (Item 4003) Screw -In Type Anchor Foundations TS -5261 (Item 5261) Geogrid Base Reinforcement TS -6041 (Item 6041) Internally Lighted Street Name Sign Assemblies TS -6266 (Item 6266) Video Imaging Vehicle Detection System TS -6834 (Item 6834) Portable Changeable Message Sign TS -8260 (Item 8260) LED Countdown Pedestrian Signal Module EXHIBIT I - GEOTECHNICAL INVESTIGATION REPORT EXHIBIT II - SUBSURFACE UTILITY INVESTIGATION REPORT NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Page 4 of 4 NOTICE TO .BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: AIRLINE ROAD / SARATOGA RODD FIELD (BOND 200$) PROJECT N0. 6465;. consisting of construction of approximately 7,000 linear feet of Arterial Roadway, including approximately 7,040 square yards of new sidewalks and 18 new ADA curb ramps, 2,182 linear feet of concrete header curb, 3,800 linear feet of various sized new water lines, 950 linear feet of various sized new wastewater lines, 6,965 linear feet of various sized storm water lines with new manholes and inlets, 3,480 linear feet of various sized new reinforced concrete box culvert, street signage, pavement markings and traffic signal systems; Pavement Alternate No. 1 includes approximately 52,130 square yards of new asphaltic concrete pavement, and 13,292 linear foot of concrete curb and gutter; Pavement Alternate No. 2 includes approximately 49,820 square yard of concrete pavement, 4;926 square yards of new asphaltic concrete pavement, approximately 11,755 linear feet of concrete curb, and 1,547 linear feet of standard curb and gutter; including all appurtenances and associated work in accordance with the plans, specifications, and contract documents including all appurtenances and associated work in accordance with the plans, specifications, and contract documents. will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, July 13, 2011, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 10 a.m., Wednesday, June 29, 2011 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A,bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the'City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the, owner has ascertained the wage rates which prevail in the locality in which this work is to be done. and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS -A NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: ' TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE' • Commercial, General Liability including: 1. .' Commercial Form .2.' Premises - Operations 3. Explosion.and.Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations , Hazard 6. -Contractual•Liability 7. . Broad Form Property Damage 8.. Independent Contractors 9'. Personal Injury • $2,000,000 COMBINED•SINGLE LIMIT AUTOMOBILE LIABILITY - -OWNED NON -OWNED OR RENTED ' $1,000,000 COMBINED SINGLE LIMIT WORKERS'' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH 11 OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT • PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE ' Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants . $2,000,000 COMBINED SINGLE LIMIT ■ REQUIRED ' X NOT REQUIRED - . BUILDERS' RISK • See Section B -6 -11 and Supplemental Insurance Requirements' ■ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements' ■ REQUIRED X NOT REQUIRED . Page 1 of 2 ❑The City .of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe 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 WORKER' S COMPENSATION INSURANCE REQUIREMENTS TITLE 28 PART 2 CHAPTER 1.10 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DTVTSION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements. for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC =83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction - -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC-83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act) -- With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent - contractors, subcontractors, 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 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 expirationofthe coverage for each other person . providing services on the project whose current certificate shows that the coverage periodends 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; Page4 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 daring 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; (0) 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 o£ the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect . without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (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 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE " "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." . "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verO whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28$ 110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate') - A copy of a certificate of insurance, a certificate of authority to self - insure issued by the commission, or a coverage agreement (TWCC - -81, TWCC- 82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes 'the •time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. . Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken . to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to, the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and. filing of any coverage agreements, which meets the.statutorjy 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 govern mental 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 99 all 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 verb coverage and report lack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide . services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, f the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage,. prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. 13y signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity thpt 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 Se f 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 governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS AIRLINE ROAD / SARATOGA - RODD FIELD (BOND 2008) PROJECT NO. 6465 A -1 Time and Place of SECTION A - SPECIAL PROVISIONS Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity advertisement inviting bids for the project. Proposals the office of the City Secretary, located on the first 1201 Leopard Street, until 2:00 p.m., Wednesday, July mailed should be addressed in the following manner: with the official will be received in floor of City Hall, 13, 2011. Proposals City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - AIRLINE ROAD / SARATOGA - RODD FIELD (BOND 2008) PRO4ECT NO. 6465 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 non- responsive. 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, Tune 29, 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, TX. and will include a discussion of the project elements. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section 13-1 of the General Provisions will govern. A -3 Description of Project AIRLINE ROAD / SARATOGA - RODD FIELD RD (BOND 2008) - PROJECT NO.6465 consisting of construction of approximately 7000 linear feet of Arterial Roadway, including approximately. 7040 square yards of new sidewalks and 18 new ADA curb ramps, 2182 linear feet of concrete header curb, 3800 linear feet of various sized new water lines, 950 linear feet of various sized new wastewater lines, 6965 linear feet of various sized storm water lines with new manholes and inlets, 3480 linear feet of various sized new reinforced concrete box culvert, street signage, pavement markings and traffic signal systems; Pavement Alternate No. 1 includes approximately 52,130 square yards of new asphaltic concrete pavement, and 13,292 linear foot of concrete curb and gutter; Pavement Alternate No. 2 includes approximately 49,820 square yard of concrete pavement, 4926 square yards of new asphaltic concrete pavement, approximately 11,755 linear feet of concrete curb, and 1547 linear feet of .standard curb and gutter; including all appurtenances and associated work in accordance with the plans, specifications, and contract documents including all appurtenances and associated work in accordance with the plans, specifications, and contract documents. Section A - 5P (Revised 12/15/04) Page 1 of 31 A -4 Method of Award EXPLANATION OF PROPOSALS Bids are being requested on two base bids for this project relating to traffic control; partial closure and full closure. Base Bid 1, Partial Closure, requires the contractor to construct the project one -half at a time while maintaining one lane of traffic in each direction. Base Bid 2, Full Closure, requires the contractor to construct the project in three sections with thru traffic being routed onto an off -site detour and local traffic being directed into the adjoining neighborhoods. The base bids are for Asphaltic Concrete Pavement which includes construction of utilities, traffic control measures, common roadway items, and construction of the project with an asphaltic concrete pavement and standard 6 -inch concrete curb and gutter. Alternate A for Base Bid 1 and Alternate B for Base Bid 2 are for Portland Cement Concrete Pavement which includes construction of utilities, traffic control measures, common roadway items, and construction of the project with a concrete pavement section and 6 -inch concrete curb. The contractor is required to provide prices for the two base bids but is not required to bid the alternates. METHOD OF AWARD The City reserves the right to award the proposal that is in the best interest -of the City, subject to the availability of funding. For the two base bids, the award will be based on an evaluation of the differences in cost. For the alternate bids for pavement materials, a life cycle evaluation will be performed. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1.5% Bid Bond (Must reference AIRLINE ROAD /SARATOGA - RODD FIELD (BOND 2008) PROJECT NO. 6465 as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2.Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project under Base Bid 1, Partial Closure will be Four Hundred twenty -five (425) calendar days. The working time for completion of the Project under Base bid 2, Full Closure will be Three Hundred Sixty Five (365) 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: For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time Section A - SP (Revised 12/15/64) Page 2 of 31 period as extended pursuant to other provisions of.this Contract, $1,000 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City: 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 31 A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for HEAVY CONSTRUCTION AND HEAVY HIGHWAY. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing mdnim m hourly wage rates for Nueces Crnmty, Texas as set out in Part C. The C.caitractor 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 .subcxntractor 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 (13) 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 Teens, 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 dating within the limits of the Project. The Contractor skull 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 at 1-800-344-8377 are-]. the Lone Star Notification Company at 1 -800- 669 -8344. For the.Contractor's convenience, the following telephone numbers are listed. City Engineer Project der OCR Engineering, Inc) Bryan Martin, P.E., Engineer Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services ALE P ATT City Street Div. for Traffic Signal /Fiber optic Locate Cablevisian ACSI (Fiber Optic) EMC (Fiber Optic) ChoiceC (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 826 -3500 361- 857 -2211 826 -3547 886 -2600 826 -1881 826 -1800 885 -6900 826 -1875 826 -3461 826-1940 . 1- 877 -373 -4858 '881 -2511 (1- 800 - 824- 4424,after hours) 361 -857 -7234 (fax) (826 -1888 after hours) (826 -1888 after hours) (885 -6900 after hours) (826 -1888 after hours) 826 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 -753 -4355 826- 3547 (857 -5060 after hours) (Pager 800- 724 -3624) (Pager 888 - 204 -1679) (Pager 850-2981) (Mobile) Section A - SP (Revised 12/15/04) Page 4 of 31 A -12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard 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. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjacent side streets, and 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. In addition, the Contractor shall comply with requirements set forth in the Texas Manual of Uniform Traffic Control Devices. The Contractor shall refer to Special Provisions Paragraph A -50 for additional information and requirements regarding Traffic Control during Construction. All costs for traffic control are to be included in the appropriate bid items as indicated in the Proposal Form. Section A - SP (Revised 12/15/04) Page 5 of 31 A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "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 "Preparing Right of way "; therefore, no direct payment will be made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts, removed pipelines 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 shall conform to Technical Specification 504, Type C Structure. mutt contain at 1 act 120 oquarc feet of useable apace. The field office muct be air conditiened and heated and muot be furnished with an inclined table that m acurca at leaot 30" x 60" and two (2) chairo. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service), FAX machine, photocopier /scanner, and separate high -speed internet access (Cable, DSL, or approved equal) paid for by the Contractor. The Contractor is responsible for maintaining the field office and related facilities in good condition for the duration of the project. There is no separate pay item for the field office. Section A - SP (Revised 12/15/04) Page 6 of 31 A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on mummma 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: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule monthly to show actual progress of each stage, by percentage against initial Schedule. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractors negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation . and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) Section A - SP (Revised 12/15/04) Page 7 of 31 licensed in the state of Texas retained and paid, by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations • All intersecting lines. in • Casing elevations (top of Water: • All top of valves box; • Valves vaults rim; • Casing elevations (top of Storm water: • All rim /invert elevations • All intersecting lines in • Casing elevations (top of at manholes; manholes; pipe and flow line) (TXDOT and RR permits) pipe and flow line). at manholes; manholes; 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 payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -2]. Project Signs The Contractor must install two (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. Section A - SP (Revised 12/1S/04) Page 9 of 31. 2. Definitions a. Prime Contractor: Any person, association or joint venture as awarded a City contract. b. Subcontractor: Any named person, association, or joint venture as work, labor, services, supplies combination of the foregoing under on a City contract. firm, partnership, corporation, herein provided which has been firm, partnership, corporation, herein identified as providing equipment, materials or any contract with a prime contractor 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 business enterprise, it must be owned by person. a minority a minority (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0& of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. Section A - SP (Revised 12/15/04) Page 9 of 31 f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance 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) The Contractor shall assure the appropriate building inspections by the Building Inopcction Divioion at the various City Departments intcrvala of wok for which a permit is required.' and to aowurc a final inspcction aftcr Ccrtificatc of Occupancy, whcn appli able. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the various City Building Inopcction Departments, and all other City fees, including water /wastewater meter fees and tap fees as Section A - SP (Revised 12/15/04) Page 10 of 31 required by City. A -24 Surety Bonds Paragraph two (2) of Section 3-3 -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 reinsurers capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NOT USED) Ccction B 6 22, Tam ] 3xcmption Provision, io deleted in ito entirety and the following cubotitutcd in lieu thereof. Contracto for improvements to r al property awarded by the City of Corpuo Chrioti do not qualify for cxcmptiono of sales, E cisc, and Ucc 'axes unless thc Contractor ciccto to operatc under a ccparatcd contlt ac defined by Section 3.291 of Chapter 3, Tax Administration of Title 34, Public Finance of the Texao Adminiotrativc Code, or ouch other rulco or regulation as may be If thc Contractor ciccto to operatc under a separated contract, he ohall: 1. 8btain thc ncccooary oal-cs tax permits frem the . 2.. Identify in thc a rrepriatc.space on thc "Statement of Matcria.lo and incorporated into thc Project. 3. Provide resale ccrtificatco to :uppliero. i. Provide the City with copico of material invoices to oubctantiatc the propooal value of matcriala. Section A - SP (Revised 12/15/04) Page 11 of 31 Subcontractors are eligible for sales tax exemptions if the subcontractor a co complies with the above requirements. T A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail . prior written notice of cancellation or material change to: 1. Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance.with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or, in connection with the work covered by this Section A - SP (Revised 12/15/04) Page 12 of 31 Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims NOT USED Paragraph (a) Ccncral Liability of Ccction B 6 11 of thc Ccncral Provisions Contractor mutt providc Buildcr'a Riok or Installation Floatcr insurance covcragc for thc term of thc Contract up to and including thc date thc Floater covcragc muot bc an "All Risk" for. Contractor must pay all coot necessary to procure such Builder's Rick or Installation Floater ixisurancc covcragc, i cing any dcductiblc. The City must bc named A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily 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. Section A - SP (Revised 12/15/04) Page 13 of 31 The superintendent shall be present, on the job site, at all tithes 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. 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; 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 Section A - SP (Revised 12 /15/04) Page 14 of 31 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 Provision A -35 -K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders. Under "General Provisions and Requirements for. Municipal Construction Contracts" B -8.5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the. Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended " Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" 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. Section A - SP (Revised 12/15/04) Page 15 of 31 A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) Prior to performing work at any City water facility, thc have on their person a valid ea-rd certifying their prior- attcndancc City Water Department Pcrconncl. A Visitor /Contractor Safety Orientation rrogram will be offered by authorized City Water Department perconncl for those peraons who do not have ouch a card, and who desire to perform any work within any City water facility. valve, equipment, switch, breaker, control, or any other item related to City water facility at any time. All ouch iteme muot be the City Water Dcpartmc: C. Protection of Water Quality all timcc. The Contractor shall protect the quality of thc water in thc job cite and ohall coordinate its work with thc City Watce D-. Conformity with ANSI /NSF Standard 61 transportation, reinstallation, and inspect on of pumps, or any conform to American National standards Institute /Nateenal Canitation Foundation (ANSI /NCI') Ctandard G1 ao deacribcd in the Standard specifications. Cuch material° include all aolvcntd, cleaner°, lubrieanto, gaokcto, unlcoo ouch itcmo arc inopected on the oitc by authorised City Section A - SP (Revised 12/15/04) Page 16 of 31 The Contractor ohall provide thc Engineer with copies of writtcn peof of ANSI /NSF Standard -CI approval for all materials which could comc into contact with patab1 wac- A.11 trash gcncratcd by thc Contractor or hia employees, agents, or ❑hall kccp work arcao clean at all times and rcmovc all trash daily. than orangc, bluc, or whitc. Each employ= uniform swat provide company name and individual employee identification. C. Contractor shall provide telephones for Contractor H. perconnel. Working hours will bc 7:00 T.M. to 5:00 P.M., Monday thru I. Contractor must not uac any City facility reotroomo. mutt provide own sanitary facilitica. Friday. Contractor J. All Contractor vchicico must bc parked at designated oitc, as dcs.atcd by City Watcr Department ofaff. All Contractor vchicico mutt bc clearly labeled with company namc. No privatc cmployco vehicle° arc allowcdl at 9. N. Stevens Watcr Treatment Plant. All arca nor wander through any buildings other than for required work a+ K. Cont acter Qualificationo SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any work to thc computcr boned monitoring and control system must bc performed only by qualified tcchni al and auperviaory peraonncl, as determined by mccting the qualifictia.tiono 1. thru 9 below. Thio work includes, but io not limited to, modifieations, additions, changes, acicctiono, furniohing, inotalling, connecting, programming, cuotomizing, dcbugging, alibrating, or placing in operation all hardwarc and /or aoftwarc opccificd or rcquircd by theme opccifi ationo. The Contractor or his subcontractor proposing to perform the SCADA work must bc able to demonstrate. thc following: 1. Nc io rcgu arty cngagcd in the computcr based mee4toring and ceetmel system buses, prcfcrably an applicd to thc municipal watcr and wastewater industry. and complexity as rcquircd in three prior projccto. 3. He has been actively engaged in thc type of work specified hcrcin for at least 5 years. thin Contract on at lcaot Section A - SP (Revised 12/15/04) Page 17 of 31 1. Hc cmploya a Rcgiatcrcd Profcooional Engineer, a Control S. He cmploya• peroonncl on this: Project who have cucccizfully completed a manufactuer'a training courac in configuring and implcmcnting thc apcciflc computers, RTUIS'c, and 6. He -maintains a permanent, fully ctaffcd and equipped ccrvicc facility within X00 milcc of the Project aitc to maintain, repair, calibrate, and program thc cyctcma apccificd heroin. 7. Hc ohall furnich equipment which is thc product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type will bc the product of one manufacturer. 9. Plant will be uacd in evaluating which Contractor or Gubcontractor programs the new Work for thin Project. The Contractor ohall producc all filled out programming blocks required to allow .t1rc programming as needed and required, to add thccc two ay°tcros to thc existing City CCIDA cyatcm. Attached is an cxamplc of thc required programming block° which thc City requirca to be filled in and given to thc City Engineer with all changco made during the programming phacc. The attached cheat i an cxamplc and Contractor will provide all programming blocky uocd. L. Trenching Rcquita Plant shall be performed uming a backhoc or hand digging due to the number of cxioting underground obatructiona. No trenching machinca ohall bc allowed on the project. 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 Section A - SP (Revised 12/15/04) Page 18 of 31 accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g- Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 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" (NOT USED) IIndcr "Ccncral Proviciono and Rcquircmcnto for Municipal Conotruction add thc following: Condcrvation and Drought Contingency Plan ao amcndcd (thc "Plan "). Thio at the prc conotruction meeting. The Contractor will kccp a copy of the Plan on the Projcct 3itc throughout conotruction." A -38 Workers Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 13" are incorporated by reference in this Special Provision. Section A - SP (Revised 12/15/04) Page 19 of 31 A -39 Certificate of Occupancy and Final Acceptance (HOT IISED) A -40 amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section 3 -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non- perishable materials delivered to the Project worksite unless. the Contractor provides the, City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" 3-6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. Section A - SP (Revised 12/15/04) Page 20 of 31 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. (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 existing 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 Section A - SP (Revised 12/15/04) Page 21 of 31 approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavation shall not be measured and payment shall be subsidiary to the various bid items. Any pavcmcnt repair oatabliohcd until pricc of pavcmcnt patching. 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. 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 ", 3 -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 Re- routing of Traffic During Construction Traffic control plans have been provided in the drawings. Minor modifications may be required to conform to specific site conditions. Should the contractor desire to deviate from the provided traffic control details, it shall be the contractor's responsibility to provide revised traffic control details to the City Traffic Engineer for approval. The plans shall be prepared by a registered engineer in the state of Texas. The plans should be submitted for approval two weeks in advance prior to its implementation. The Traffic Control Plan submittals should be on the standard 22" x 34" plan sheets and should be readable, legible, clean, proportionate and if possible to scale; and shall meet the City of Corpus Christi's "Uniform Barricading Standards and Practices ". Any additional cost incurred due to preparation of Section A - SP (Revised 12/15/04) Page 22 of 31 a revised Traffic Control Plan shall be the Contractor's responsibility. No additional payment will be made. The Contractor shall secure the necessary permit from the City's Traffic Department. Any cost associated with the implementation of the traffic control plan shall be subsidiary to other items in the contract. A -5x Groundwater /Dewatering On this project a soils investigation was conducted and is included as Exhibit I - Geotechnical Investigation. The amount of groundwater encountered during excavations may vary with seasonal and climatic influences_ This item is considered subsidiary to the appropriate bid items or shall be measured by the linear feet of well point header pipe installed around the perimeter of the excavation where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to.a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding •is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private.property without permission. It is the intent that the Contractor discharge groundwater primarily into the existing storm water • system, provided that the quality of groundwater is equal to or better' than the receiving stream; the Oso Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City; at the City's expense, a minimum of once a week.. Contractor shall with the City, on all testing. Test will also be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to Pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Mark Shell 857-1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A -52 Soil Boring Logs and Geotechnical Information Soil boring logs are provided for the Contractor's information only. The City and the Engineer disclaim and responsibility for the accuracy, true location, and extent of the soil investigation that has been prepared by others. Further, responsibility is disclaimed for interpretation of the data by bidders, as in projecting soil bearing values, soil stability, and the presence, level and extent of underground water and tide levels. Section A - SP (Revised 12/15/04) Page 23 of 31 A -53 Pavement Restoration and Project Clean up It is the intent of the plans and specifications that any and all areas within the limits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to the start of construction. Where asphaltic pavements are excavated or damaged, they shall be replaced with the same types and thicknesses of materials as the existing pavement unless otherwise noted. Where concrete pavements, sidewalks, curbs, etc., are excavated or damaged, the replacement shall as a minimum conform with the City standard details and standard specifications available on file with the Department of Engineering Services unless specific details are provided on the drawings. If the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure(s) unless specific details are provided on the drawings. Restoration of all improvements as described above shall be in accordance with applicable City standard specifications, as determined by the Engineer. All items or other grassed areas, concrete or asphalt driveway, vegetation are disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be required to perform "clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer. Upon completion of construction, the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer. All site restoration and project clean -up shall be considered subsidiary to the various bid items, therefore no direct payment shall be made. A -54 Rain Days The Contractor shall anticipate the following number of work days lost due to . rain in determining the contract schedule. A rain day is defined as any day in with the amount of rain measure by the National Weather Service at the Corpus Christi International Airport is 0.50 inch or greater. As an alternative, pending approval of the Engineer, the Contractor may propose to install an electronic and automated rain gauge near the project site to be used to determine daily rainfall. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days A -55 Protection of the Job Site The Contractor shall be responsible for the protection of the job site. The Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the property of himself or any other person, as a result of his operations hereunder. Drawings and specifications as well as any additional information concerning the work to be performed shall not be interpreted as requiring or allowing Contractor to deviate from the plans and specifications, the intent of such drawings, specifications, and any other such instructions being to define with particularity the agreement of the parties as to the work the Contractor is to Section A - SP (Revised 12/15/04) Page 24 of 31 perform. Contractor shall be fully and completely liable, at his own expense, for design, construction, installation and use, or not -use, of all items and methods incident performance of the contract, and for all. loss, damage or injury incident thereto, either to person or property, including, including, without limitation, the adequacy of all temporary.supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. A -56 Basis of Delay Claims Under "General Provisions and Requirements for Municipal Construction Contracts ", B -6 -12 Contractor's Claims for Damages, add the following: "If the Contractor requests compensation for delay damages and the delay is determined to be compensable, then standby equipment costs and project overhead compensation will be based on the duration of the compensable delay and will be limited as follows: 1. Standby Equipment Costs. • Standby costs will not be allowed during periods when the equipment would have otherwise been idle. • No more than 8 hr. of standby will be paid during a 24 -hr. day, nor more than 40 hr. per week, nor more than 176 hr. per month. • Standby will be paid at 50% of the rental rates found in the Rental Rate Blue Book for Construction Equipment and calculated by dividing the monthly rate by 176 and multiplying by the regional adjustment factor and the rate adjustment factor. Operating costs will not be allowed. 2. Project Overhead. Project overhead will be determined from actual costs that the Contractor will be required to document. Project overhead is defined as the administrative and supervisory expenses incurred at the work locations. 3. Home Office Overhead. The City will not compensate the Contractor for home office overhead." A -57 Hauling and Loads on Roadways and Structures. Comply with federal and state laws concerning legal gross and axle weights. Except for the designated Interstate system, vehicles with a valid yearly overweight tolerance permit may haul materials to the work locations at the permitted load.. Provide copies of the yearly overweight tolerance permits to the Engineer upon request. Construction equipment is not exempt from oversize or overweight permitting requirements on roadways open to the traveling public. Protect existing bridges and other structures that will remain in use by the traveling public during and after the completion of the Contract. Construction traffic on roadways, bridges, and culverts within the limits of the work, including any structures under construction that will remain in service during and after completion of the Contract is subject to legal size and weight limitations. Additional temporary fill may be required by the Engineer for hauling purposes for the protection of certain structures. This additional fill will not be paid directly but will be subsidiary. Replace or restore to original condition any structure damaged by the Contractor's operations. The Engineer may allow equipment with oversize or non - divisible overweight loads to operate without a permit within the work locations on pavement structures not open to the traveling public. Submit. Contractor proposed changes Section A - SP (Revised 12/15/04) Page 25 of 31 to traffic control plans for approval. The Contractor shall refer to Special Provisions Paragraph A -50 for additional information and requirements regarding Traffic Control during Construction." The following sections further address overweight allowances. The City will make available to the Contractor any available plans and material reports for existing structures. A. Overweight Construction Traffic Crossing Structures. The Engineer may allow crossing of a structure not open to the public within the work locations, when divisible or non - divisible loads exceed legal weight limitations, including limits for load - posted bridges. Obtain written permission to make these crossings. Submit for approval a structural analysis by a licensed professional engineer indicating that the excessive loads should be allowed. Provide a manufacturer's certificate of equipment weight that includes the weight distribution on the various axles and any additional parts such as counterweights, the configuration of the axles, or other information necessary for the analysis. Submit the structural analysis and supporting documentation sufficiently in advance of the move to allow for review by the Engineer. Permission may be granted if the Engineer finds that no damage or overstresses in excess of those normally allowed for occasional overweight loads will result to structures that will remain in use after Contract completion. Provide temporary matting or other protective measures as directed. Schedule loads so that only one vehicle is on any span or continuous unit at any time. Use barricades, fences, or other positive methods to prevent other vehicular access to structures at any time the overweight load is on any span or continuous unit. B. Construction Equipment Operating on Structures. Cranes and other construction equipment used to perform construction operations that exceed legal weight limits may be allowed on structures. Before an operation that may require placement of equipment on a structure, submit for approval a detailed structural analysis prepared by a licensed professional engineer. Submit the structural analysis and supporting documentation sufficiently in advance of the use to allow for review by the Engineer. Include all axle loads and configurations, spacing of tracks or wheels, tire loads, outrigger placements, center of gravity, equipment weight, and predicted loads on tires and outriggers for all planned movements, swings, or boom reaches. The analysis must demonstrate that no overstresses will occur in excess of those normally allowed for occasional overweight loads. C. Hauling Divisible Overweight Loads on Pavement Within the Work Locations. The Engineer may allow divisible overweight loads on pavement structures within the work locations not open to the traveling public. Obtain written approval before hauling the overweight loads. Include calculations to demonstrate that there will be no damage or overstress to the pavement structure. A -58 Equipment Rates for Extra Work Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -4 Payment for Extra Work, add the following text to paragraph (c): "Equipment. Payment will be made for the established equipment hourly rates for each hour that the, equipment is involved in the work. An additional 15W will be paid as compensation for overhead and profit not included in the rates. Transportation cost for mobilizing equipment will be included if the equipment is mobilized from an off -site location. If a rate has not been established for a particular piece of equipment in the Section A - SP (Revised 12/15/04) Page 26 of 31 Rental Rate Blue Book, the Engineer will allow a reasonable hourly rate, as agreed upon in writing before work is begun. This price will include operating costs. The City reserves the right to withhold payment for low production or lack of progress. 1. Contractor -Owned Equipment. For Contractor -owned trucks, power tools, or other equipment necessary force account work, use the Rental Rate Blue Book as the following to establish hourly rates. Use the rates for each section of the Rental Rate Blue Book at the use. machinery, for use on modified by in effect time of Compute the hourly rates as follows: H = (MXRixR2) /176 4. OP where: = Hourly Rate M = Monthly Rate RI = Rate Adjustment Factor R2 = Regional Adjustment Factor OP = Operating Costs. Payment for equipment will be made for the actual hours used in the work. Payment will not be made for time lost for equipment breakdowns, time spent to repair equipment, or time after equipment is no longer needed. If equipment is used intermittently while dedicated solely to the force account work, payment will be made for the duration, the equipment is assigned to the work but no more than 8 hours per day. 2. Equipment. Not Owned by the Contractor. If equipment is rented exclusively for force account work from a third party not owned by the Contractor, payment will be made at the invoice daily rental rate for each day the equipment is needed for the work. The City reserves the right to limit the daily rate to comparable Rental Rate Blue Book rates. When the invoice specifies that the rental rate does not include fuel, lubricants, repairs, and servicing, the Rental Rate Blue Book hourly operating cost for each hour the equipment is operated will be added. A -59 Non City - Standard Specifications and Details All references to "State ", "Department", "TxDOT ",. or "Texas Department of Transportation" in the Technical Specifications or Construction Drawings shall be interpreted to mean "City of Corpus Christi ". All Technical Specifications are sourced from 2004, Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. References in the Technical Specifications to "Article" are included as organizational elements below the Item level for each Section(Item). For Department Material Specifications (DMS) , the Contractor shall refer to the following website: www.dot.state.tx.us/ business / contractors- conszUtants /material- specifications /default.com Section A - SP (Revised 12/15/04) Page 27 of 31 "Items ", "Sections ", and "Articles" referenced but not included in the Technical Specifications may be found in 2004, Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges: A -60 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts ", B -7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a,yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization / remobilization costs. Such costs shall be addressed through a change order to the contract. A -61 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 Base Bid 1 (Pages 2 through 24, inclusive)or Base Bid 2 (Pages 2 through 23) The print -out shall list all bid items (including any additive or deductive alternatives) contained on the Proposal Form (Pages 2 through 24, inclusive). The print -out shall be substantially in the form shown on Attachment II. If the bidder chooses to submit-a print -out, the print -out shall be accompanied by properly completed Proposal Form Base Bid 1 pages 1 -24 or Base Bid 2 pages 1 -23. In addition, the print -out shall contain the following statement and signature, after the last bid item: "(Bidder) herewith certifies that the unit prices shown on this print -out for bid items (including any additive or deductive alternatives) contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. (Bidder) acknowledges and agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown on this print- out by the respective estimated quantities shown on the Proposal Form (Column II) and then totaling the extended amounts. (Signature) (Title) (Date) Section A - SP (Revised 12/15/04) Page 28 of 31 SUBMITTAL TRANSMITTAL FORM PROJECT: AIRLINE ROAD / SARATOGA - RODD FIELD (BOND 2008) PROJECT NO. 6465 OWNER: CITY OF CORPUS CHRISTI ENGINEER: HDR Engineering, Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING 022022 SUBMITTAL Trench Safety Plan 022100 Select Material - 026202 Hydrostatic Test of Pressure System Results 026204 PVC Pipe (ASTM D 2241) 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe (AWWA C900 & C905) 026214 Grout for Abandoned Utility Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Water Lines 026416 Fire Hydrants 026602 Sanitary Sewer Force Main 027202, 027205 Manholes, Fiberglass Manholes 027203 Vacuum Testing of Sanity Sewer Manhole and Structures 027602 Results Gravity Sanitary. Sewers TS -11650 (ITEM 11650) Storm Water Pollution Prevention Plan (SWPPP) TS -162 (ITEM 162) Sodding for Erosion Control TS -164 (TI'EM 164) Seeding for Erosion Control TS -166 (ITEM 166) • Fertilizer TS -169 (ITEM 169) Soil Retaining Blankets TS -247 (ITEM 247) Flexible Base TS -300 (I I.BM 300) Asphalts, Oils, & Emulsions Section A - SP (Revised 12/15/04) Page 29 of 31 APPLICABLE SPECIFICATION OR DRAWING TS -301 (ITEM 301) TS -302 (ITEM 302) TS -310 (ITEM 310) TS -316 (17. 'EM 316) TS -318 (11EM 318) TS -341 (ITEM 341) TS -360 (1'1'EM 360) TS-401 (JTEM 401) TS-421 (ITEM 421) TS-424 (ITEM 424) TS-432 (ITEM 432) TS-438 (ITEM 438) TS-440 (ITEM 440) TS-445 (ITEM 445) TS-449 (ITEM 449) TS-467 0. EM 467) TS- 471 (11'EM 471) TS -502 (ITEM 502) TS -504 (ITEM 504) TS -506 (ITEM 506) TS -585 (ITEM 585) TS-610 (ITEM 610) TS-618 (ITEM 618) TS -620 (ITEM 620) TS -621 (ITEM 621) TS-622 (ITEM 622) TS -624 (IThM 624) SUBMITTAL Asphalt Antistripping Agents Aggregates for Surface Treatments Prime Coat Surface Treatments Hot Asphalt- Rubber Surface Treatments Dense Graded Hot Mix Asphalt Concrete Pavement FIowable Backfill Hydraulic Cement Concrete Precast Concrete Structures Riprap Cleaning & Sealing Joints & Cracks Reinforcing Steel Galvanizing Anchor Bolts Safety & Treatment Frames & Grates, Rings, & Covers Barricades, Signs, & Traffic Handling Field Office & Laboratory Temporary Erosion, Sedimentation, & Environmental Controls Ride Quality for Pavement Surfaces (Results) Roadway Illumination Assemblies Conduit Electrical Conductors Tray Cable Duct Cable Ground Boxes Section A - SP (Revised 12/15/04) Page 30 of 31 APPLICABLE SPECIFICATION OR DRAWING TS -625 (1'1EM 625) SUBMITTAL Zinc- Coated Steel Wire Stand TS -628 (ITEM 628) Electrical Services TS-636 (ITEM 636) Aluminum Signs TS -643 (ITEM 643) Sign Identification Decals TS-644 (ITEM 644) Small Roadside Sign Supports & Assemblies TS -656 (HEM 656) Foundations for Traffic Control Devices T -S658 (ITEM 658) Delineator & Object Marker Assemblies TS -662 (ITEM 662) Work Zone Pavement Markings TS-666 (I EM 666) Reflectorized Pavement Markings TS -668 (ITEM 668) Prefabricated Pavement Markings TS -672 (ITEM 672) Raised Pavement Markers TS -680 (ITEM 680) Installation of Highway Traffic Signals TS -682 (ITEM 682) Vehicle & Pedestrian Signal Heads TS-684 (ITEM 684) Traffic Signal Cables TS -686 (BEM 686) Traffic Signal Pole Assemblies (Steel) TS-687 (ITEM 687) Pedestal Pole Assemblies TS-688 (1'1 EM 688) Pedestrian Detectors & Vehicle Loop Detectors TS -1195 (ITEM 1195) Battery Back -up System for Signal Cabinets TS -4003 (ITEM 4003) Screw -In Type Anchor Foundations TS -5261 (ITEM 5261) Geogrid Base Reinforcement TS -6041 (ITEM 6041) Internally Lighted Street Name Sign Assemblies TS -6266 (ITEM 6266) Video Imaging Vehicle Detection Sign TS -6834 (1'I'EM 6834) Portable Changeable Message Sign TS -8260 (ITEM 8260) LED Countdown Pedestrian Signal Module Section A - SP (Revised 12/1S/04) Page 31 of 31 1 X 4" X 8' -0" 1 1/2' 4' -0" En En 0r 0cc tt • N OW Ow Qtjj cc ATTACHMENT1• 2'-O" PROJECT SIGN 00 0 N 0 0 00 NR196:41:i G O1-OZ/94 'PPM TIPAR'iIaaNOISSOOZINJISVPiePue3 3 o1a800ZavouaFINZ AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 27TH day of SEPTEMBER, 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 $6,261,415.15 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: AIRLINE ROAD/ SARATOGA — RODD FIELD (BOND 2008) PROJECT NO. 6465 (TOTAL BASE BID 2 — FULL CLOSURE: $6,261,415.15) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Jun -2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -11 and Special Provision A -26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 580 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 ecretary APPROVED AS TO LEGAL FORM: By: Asst. City Attorney o- rpo ration) { eal Bellow) (1 t Jf -;Person signing' for corporatioip�,[S_ Hot- President, attach-copy.of- authorization tosign) CITY OF ORPUS C - 1ST By: Juan "erales, Jr ,P.E. Assistant City anager Public VVorks, Utilities, and Transportation By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Haas- Anderson Construction Ltd. By: ' Title: President, Naas - Anderson Management, LC Gel eo P d4 L.1 er 14 Holly Rd. (Ad s-s)..__. Corpus Christi, TX 78467 (City) (State)(ZIP) 361/853 -2535 * 361/853 -5564 (Phone) (Fax) Page 3 of 3 Rev. Jun -2010 1121(--A[ AUTHORIZER x COUNCIL..- 11270( C. SECRETARY Ivy P R O P O S A L F O R M F 0 R AIRLINE ROAD / SARATOGA - RODD FIELD (BOND 2008) PROJECT NO. 6465 BASE BID 2 -- FULL CLOSURE DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of 23 ADDENDUM NO. 2 ATTACHMENT 9 PAGE 1 OF 23 Proposal of P R O P O S A L Place: Date: CD rpyts C I (is d-; r. Sri S ` / r3 ��J�1 (j�;� L��i a Corporation organized and existing under the laws of the State of OR or Individual doing business as e4sGp► C0 r A c L±.1 % TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: AIRLINE ROAD / SARATOGA - RODD FIELD (BOND 2008) PROJECT NO. 6465 BASE BID 2 - FULL CLOSURE at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: Proposal Form Page 2 of 23 ADDENDUM NO. 2 ATTACHMENT 9 PAGE 2 OF 23 PART A - GENERAL 1 II 111 IV V _ BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES FIGURES A -1 1 LS MOBILIZATION /DEMOBILIZATION (COMMON BID ITEMS), COMPLETE IN PLACE PER LUMP SUM $ 550,000.00 - $ 550,000.00 A -2 1 LS PRE - CONSTRUCTION EXPLORATORY EXCAVATIONS, COMPLETE IN PLACE PER LUMP SUM $ 17,000.00 $ 17 ,000.00 A -3 12 MO BARRICADES, SIGNS, AND TRAFFIC HANDLING, COMPLETE IN PLACE PER MONTH $ 2,675.00 $ 32,100.00 A -4 872 SY CONSTRUCTING DETOURS (GIANT DRIVE), COMPLETE IN PLACE PER SQUARE YARD $ 27.00 $. 23,544.00 A -5 9710 SY BLOCK SODDING, COMPLETE IN PLACE PER SQUARE YARD $ 4.50 $ 43,695.00 A -6 6172 SY CELLULOSE FIBER MULCH SEED (PERMANENT, URBAN, CLAY), COMPLETE IN PLACE PER SQUARE YARD $ 0.85 $ 5,246.20 A -7 72 SY SOIL RETENTION BLANKET (CLASS 1, TYPE C), COMPLETE IN PLACE PER SQUARE YARD $ 2.25 $ 162.00 A -8 39 LF ROCK FILTER DAMS (INSTALL, TYPE 4), COMPLETE IN PLACE PER LINEAR FOOT $ 85.00 $ 3,315.00 A -9 39 LF ROCK FILTER DAMS (REMOVE), COMPLETE IN PLACE PER LINEAR FOOT $ 28.00 $ 1,092.00 A -10 156 SY CONSTRUCTION EXITS (INSTALL, TYPE 2, 50'X 14' EACH), COMPLETE IN PLACE PER SQUARE YARD $ 23.00 A 3,588.00 A -11 156 SY CONSTRUCTION EXITS (REMOVE), COMPLETE IN PLACE PER SQUARE YARD $ 5.00 $ 780.00 A -12 1368 LF TEMPORARY SEDIMENT- CONTROL FENCE, COMPLETE IN PLACE PER LINEAR FOOT $ 3.40 $ 4,651.20 A -13 12 EA BALED HAY, COMPLETE IN PLACE PER EACH $ 34.00 $ 408.00 A -14 582 LF BIODEGRADABLE EROSION CONTROL LOGS (4" DIAMETER), COMPLETE IN PLACE PER LINEAR FOOT $ 8.25 $ 4 801.50 A -15 480 LF BIODEGRADABLE EROSION CONTROL LOGS (12" DIAMETER), COMPLETE IN PLACE PER LINEAR FOOT $ 8.80 $ 4,224.00 A -16 12 MO EARTHWORK FOR EROSION CONTROL, COMPLETE IN PLACE PER MONTH $ 284.00 $ 3,408.00 A -17 13181 LF WORK ZONE PAVEMENT MARKINGS (NON - REMOVABLE, WHITE 4 ", BROKEN), COMPLETE IN PLACE PER LINEAR FOOT $ 0.40 $ 5,272.40 A -18 1933 LF WORK ZONE PAVEMENT MARKINGS (NON - REMOVABLE, WHITE 8 ", SOLID), COMPLETE IN PLACE PER LINEAR FOOT $ 0.80 1 1,546.40 A -19 9903 LF WORK ZONE PAVEMENT MARKINGS (NON - REMOVABLE, YELLOW 4 ", BROKEN), COMPLETE IN PLACE PER LINEAR FOOT $ 0.40 $ 3,961.20 A -20 14689 LF WORK ZONE PAVEMENT MARKINGS (NON - REMOVABLE, YELLOW 4 ", SOLID), COMPLETE IN PLACE PER LINEAR FOOT $ 0.40 $ 5,875.60 A -21 325 EA WORK ZONE PAVEMENT MARKINGS (REMOVABLE, REFLECTORIZED, TYPE I -C), COMPLETE IN PLACE PER EACH $ 3.65 $ 1 186.25 A -22 277 EA WORK ZONE PAVEMENT MARKINGS (REMOVABLE, REFLECTORIZED, TYPE II -A -A), COMPLETE IN PLACE PER EACH $ 3.65 $ 1,01 1.05 A -23 277 EA WORK ZONE PAVEMENT MARKINGS (SHORT - TERM, TAB, TYPE WHITE), COMPLETE IN PLACE PER EACH $ 0.90 $ 249.30 A -24 1725 EA WORK ZONE PAVEMENT MARKINGS (SHORT - TERM, TAB, TYPE YELLOW -2), COMPLETE IN PLACE PER EACH $ 0.90 $ 1,552.50 A -25 4 EA SURVEY MONUMENT, COMPLETE IN PLACE PER EACH $ 1,136.00 $ 4,544.00 A -26 4 EA OZONE ADVISORY DAY, COMPLETE IN PLACE PER EACH $ 1,136.00 $ 4,544.00 SUBTOTAL PART A (A -1 THRU A -26) $ 727,757.60 PART B - ROADWAY COMMON (CONCRETE FLATWORK/SIGNING/STRIPING/SIGNALS) I 11 111 IV V BID ITEM QTY & UNIT 77 STA DESCRIPTION PREPARING RIGHT OF WAY, COMPLETE IN• PLACE PER STATION UNIT PRICE IN BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES FIGURES_ B -1 $ 944.00 $ 72,688.00 B -2 1053 SY OBLITERATING ABANDONED ROADWAY, COMPLETE IN PLACE PER SQUARE YARD $ 4.40 $ 4,633.20 B -3 20 HR BLADING, COMPLETE IN PLACE PER HOUR $ 85.00 $ 1,700.00 B -4 723 SY CONCRETE DRIVEWAY (TYPE C)(6" THICK), _COMPLETE IN PLACE PER SQUARE YARD $ 52.00 $ 37,596.00 B -5 65 EA ALUMINUM SIGNS (TYPE A)(WEDGE ANCHOR STEEL SYSTEM), COMPLETE IN PLACE PER EACH $ 239.00 $ 15,535.00 B -6 5 EA INSTALL DELINEATOR ASSEMBLY (D -SW) SZ 2 (WC) GND, COMPLETE IN PLACE PER EACH $ 74.00 $ 370.00 B -7 13181 LF REFLECTORIZED PAVEMENT MARKING (TYPE I, WHITE, 4 ", BROKEN, 90 MIL), COMPLETE IN PLACE PER LINEAR FOOT $ 0.50 $ 6,590.50 B -8 1933 LF REFLECTORIZED PAVEMENT MARKING (TYPE 1, WHITE, 8 ", SOLID, 90 MIL), COMPLETE IN PLACE PER LINEAR FOOT $ 1.00 $ 1,933.00 B -9 1067 LF REFLECTORIZED PAVEMENT MARKING (TYPE I, WHITE, 12 ", SOLID, 90 MIL), COMPLETE IN PLACE PER LINEAR FOOT $ 2.90 $ 3,094.30 B -10 1186 LF REFLECTORIZED PAVEMENT MARKING (TYPE I, WHITE, 24 ", SOLID, 90 MIL), COMPLETE IN PLACE PER LINEAR FOOT $ 5.85 $ 6,938.10 B -11 9903 LF REFLECTORIZED PAVEMENT MARKING (TYPE I, YELLOW, 4 ", BROKEN, 90 MIL), COMPLETE IN PLACE PER LINEAR FOOT $ 0.50 $ 4.951.50 8-12 14689 LF REFLECTORIZED PAVEMENT MARKING (TYPE I, YELLOW, 4 ", SOLID, 90 MIL), COMPLETE IN PLACE PER LINEAR FOOT $ 0.50 $ 7,344.50 B -13 359 LF REFLECTORIZED PAVEMENT MARKING (TYPE I, YELLOW, 24 ", SOLID, 90 MIL), COMPLETE IN PLACE PER LINEAR FOOT $ 5.85 $ 2,100.15 B -14 21 EA PREFABRICATED PAVEMENT MARKINGS (TYPE C, WHITE, ARROW), COMPLETE IN PLACE PER EACH $ 159.00 1 3,339.00 B-15 21 EA PREFABRICATED PAVEMENT MARKINGS (TYPE C, WHITE, WORD), COMPLETE IN PLACE PER EACH $ 193.00 $ 4,053.00 B -16 325 EA REFLECTORIZED PAVEMENT MARKER (TYPE I- C), COMPLETE IN PLACE PER EACH $ 3.65 $ 1,186.25 B -17 277 EA REFLECTORIZED PAVEMENT MARKER (TYPE II- A -A), COMPLETE IN PLACE PER EACH $ 3.65 I 1,011.05 B -18 260 LF ELIMINATE EXISTING PAVEMENT MARKINGS AND MARKERS (8 "), COMPLETE IN PLACE PER LINEAR FOOT $ 5.70 $ 1,482.00 B -19 43 LF DRILLED SHAFT (TRAFFIC SIGNAL POLES, 36- INCH DIAMETER), COMPLETE IN PLACE PER LINEAR FOOT $ 216.00 $ 9,288.00 B -20 22 LF DRILLED SHAFT (TRAFFIC SIGNAL POLES, 48- INCH DIAMETER), COMPLETE IN PLACE PER LINEAR FOOT $ 312.00 $ 6,864.00 B -21 420 LF CONDUIT (PVC, SCHEDULE 80,2 "), COMPLETE IN PLACE PER LINEAR FOOT $ 4.55 $ 1 911.00 B -22 115 LF CONDUIT (PVC, SCHEDULE 80,2 ", BORE), COMPLETE IN PLACE PER LINEAR FOOT $ 13.65_ $ 1 569.75 B -23 660 LF CONDUIT (PVC, SCHEDULE 80, 4 "), COMPLETE IN PLACE PER LINEAR FOOT $ 11.35 $ 7,491.00 B -24 175 LF CONDUIT (PVC, SCHEDULE 80, 4 ", BORE), COMPLETE IN PLACE PER LINEAR FOOT $ 17.00 $ 2 975.00 B -25 15 LF ELECTRICAL CONDUCTOR ( #6, BARE), COMPLETE IN PLACE PER LINEAR FOOT $ 1.15 $ 17.25 6 -26 30 LF ELECTRICAL CONDUCTOR ( #6, INSULATED), COMPLETE IN PLACE PER LINEAR FOOT $ 1.25 $ 37.50 B -27 1260 LF ELECTRICAL CONDUCTOR ( #8, BARE), COMPLETE IN PLACE PER LINEAR FOOT $ 1.00 $ 1,260.00 B -28 1050 LF ELECTRICAL CONDUCTOR ( #8, INSULATED), COMPLETE IN PLACE PER LINEAR FOOT $ 1.10 $ 1,155.00 B -29 615 LF TRAY CABLE (3 CONDUCTORS, 12 AWG), COMPLETE IN PLACE PER LINEAR FOOT $ 1.35 $ 830.25_ B -30 7 EA GROUND BOX (TYPE D, 162922, WITH CONCRETE APRON), COMPLETE IN PLACE PER EACH $ 795.0D $ 5,565.00 B -31 1 EA ELECTRICAL SERVICE TYPE T 120/240 000 (NS) AL (E) PS (U), COMPLETE IN PLACE PER EACH $ 5,000.00 $ 5,000.00 B -32 1 EA INSTALL HIGHWAY TRAFFIC SIGNAL (ISOLATED), COMPLETE IN PLACE PER EACH $ 21,000.00 $ 21,000.00 B -33 6 EA BACK PLATE (12 ", 3 SECTION), COMPLETE IN PLACE PER EACH $ 79.50 $ 477.00 B -34 2 EA BACK PLATE (12 ", 4 SECTION), COMPLETE IN PLACE PER EACH $ 91.00 $ 182.00 B -35 2 EA BACK PLATE (12 ", 5 SECTION), COMPLETE IN PLACE PER EACH $ 97.00 $ 194.00 B -36 4 EA VEHICLE SIGNAL SECTION (12" LED, GREEN ARROW), COMPLETE IN PLACE PER EACH $ 199.00 $ 796.00 B -37 10 EA VEHICLE SIGNAL SECTION (12" LED, GREEN), COMPLETE IN PLACE PER EACH $ 193.00 $ 1,930.00 B -38 2 EA VEHICLE SIGNAL SECTION (12" LED, YELLOW ARROW), COMPLETE IN PLACE PER EACH $ 205.00 $ 410.00 B -39 10 EA VEHICLE SIGNAL SECTION (12" LED, YELLOW), COMPLETE IN PLACE PER EACH $ 210.00 $ 2,100.00 B -40 10 EA VEHICLE SIGNAL SECTION (12" LED, RED), COMPLETE IN PLACE PER EACH $ 188.00 $ 1,880.00 B -41 757 LF TRAFFIC SIGNAL CABLE (TYPE A, 14 AWG, 4 CONDUCTORS), COMPLETE IN PLACE PER LINEAR FOOT $ 1.25 $ 946.25 B -42 288 LF TRAFFIC SIGNAL CABLE (TYPE A, 14 AWG, 7 CONDUCTORS), COMPLETE IN PLACE PER LINEAR FOOT $ 1.60 $ 460.80 B -43 980 LF TRAFFIC SIGNAL CABLE (TYPE A, 14 AWG, 16 CONDUCTORS), COMPLETE IN PLACE PER LINEAR FOOT $ 2.60 $ 2,548.00 B -44 1 EA INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (STEEL, 1 ARM, 24',LUMINAIRE, ILSN), COMPLETE IN PLACE PER EACH $ 7,043.00 $ 7,043.00 B -45 1 EA INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (STEEL, 1 ARM, 40',LUMINAIRE, ILSN), COMPLETE IN PLACE PER EACH $ 8,917.00 $ 8,917.00 B-46 1 EA INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (STEEL, 1 ARM, 44', ILSN), COMPLETE IN PLACE PER EACH $ 8,747.00 $ 8,747.00 B -47 1 EA INSTALL TRAFFIC SIGNAL POLE ASSEMBLY (STEEL, 1 ARM, 60', ILSN), COMPLETE IN PLACE PER EACH $ 18,744.00 $ 18,744.00 B -48 2 EA PEDESTAL POLE ASSEMBLY, COMPLETE IN PLACE PER EACH $ 1,570.00 $ 3,140.00 B -49 4 EA PEDESTRIAN DETECTOR (2 -INCH, PUSH BUTTON), COMPLETE IN PLACE PER EACH $ 1,420.00 $ 5,680.00 B -50 4 EA ILSN (LED, 88), COMPLETE IN PLACE PER EACH $ 2,385.00 $ 9,540.00 B -51 1 EA VIVDS PROCESSOR SYSTEM, COMPLETE IN PLACE PER EACH $ 7,385.00 $ 7,385.00 B -52 4 EA VIVDS CAMERA ASSEMBLY, COMPLETE IN PLACE PER EACH $ 1,535.00 $ 6,140.00 B -53 1 EA VIVDS SET -UP SYSTEM, COMPLETE IN PLACE PER EACH $ 738.00 $ 738.00 B -54 1268 LF VIVDS COMMUNICATION CABLE (COAXIAL), COMPLETE IN PLACE PER LINEAR FOOT $ 1.95 $ 2,472.60 B -55 4 EA LED COUNTDOWN PEDESTRIAN MODULE, COMPLETE IN PLACE PER EACH $ 460.00 $ 1,840.00 B -56 1 EA BBU SYSTEM (STAND - ALONE - MOUNTED BATTERIES), COMPLETE IN PLACE PER EACH $ 9,656.00 $ 9,656.00 B -57 6460 LF CONDUIT (PVC, SCHEDULE 80, 2 "), COMPLETE IN PLACE PER LINEAR FOOT $ 3.90 $ 25,194.00 B -58 16 EA GROUND BOX (TYPE B, 162922, WITH CONCRETE APRON), COMPLETE IN PLACE PER EACH $ 852.00 $ 13,632.00 SUBTOTAL PART B (B -1 THRU B -58) $ 382,301.95 PART C - ADA IMPROVEMENTS (CONCRETE SIDEWALKS, CURB RAMPS) I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES FIGURES _ C -1 12 EA CONCRETE CURB RAMP (TYPE 7), COMPLETE IN PLACE PER EACH $ 1,021.00 $ 12,252.00 C-2 r 8 EA _ CONCRETE CURB RAMP (TYPE 11), COMPLETE IN PLACE PER EACH $ 1,640.00 $ 13,120.00 C -3 . 7014 SY CONCRETE SIDEWALK (5' WIDE), COMPLETE IN PLACE PER SQUARE YARD $ 36.50 $ 256,011.00 C -4 2182 LF CONCRETE HEADER CURB (6" WIDE), COMPLETE IN PLACE PER LINEAR FOOT $ 24.65_ $ 53.786.30 SUBTOTAL PART C (C -1 THRU C-4) $ 335,169.30 PART D - DRAINAGE IMPROVEMENTS I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION _QTY X UNIT PRICE IN FIGURES FIGURES D -1 10466 LF TRENCH EXCAVATION PROTECTION, COMPLETE IN PLACE PER LINEAR FOOT $ 0.50 $ 5,233.00 D -2 43 EA TRENCH EXCAVATION PROTECTION (MANHOLES AND INLETS), COMPLETE IN PLACE PER EACH $ 125.00 $ 5,375.00 D -3 187 SY CONCRETE RIPRAP (5" THICK), COMPLETE IN PLACE PER SQUARE YARD $ 147.00 $ 27,489.00 D -4 850 LF CONCRETE BOX CULVERT (5FT X 2FT), COMPLETE IN PLACE PER LINEAR FOOT $ 189.00 $ 160,650.00 D -5 694 LF CONCRETE BOX CULVERT (6FT X 3FT), COMPLETE IN PLACE PER LINEAR FOOT $ 240.00 $ 166,560.00 D -6 1657 LF CONCRETE BOX CULVERT (7FT X 4FT), COMPLETE IN PLACE PER LINEAR FOOT $ 275.00 $ 455,675.00 D -7 280 LF CONCRETE BOX CULVERT (8FT X 5FT), COMPLETE IN PLACE PER LINEAR FOOT $ 400.00 $ 112,000.00 D -8 781 LF REINFORCED CONCRETE PIPE (CLASS III)(18 IN), COMPLETE IN PLACE PER LINEAR FOOT $ 79.00 $ 61,699.00 D -9 2953 LF REINFORCED CONCRETE PIPE (CLASS 111)(24 IN), COMPLETE IN PLACE PER LINEAR FOOT $ 76.00 $ 224,428.00 -,. D -10 1656 LF REINFORCED CONCRETE PIPE (CLASS III)(30 IN), COMPLETE IN PLACE PER LINEAR FOOT $ 90.00 $ 149,040.00 D -11 1257 LF REINFORCED CONCRETE PIPE (CLASS IIl)(36 IN), COMPLETE IN PLACE PER LINEAR FOOT $ 108.00 $ 135,756.00 D -12 _ 478 LF REINFORCED CONCRETE PIPE (CLASS III)(42 IN), COMPLETE IN PLACE PER LINEAR FOOT $ 130.00 $ 62,140.00 D -13 1 EA SAFETY END TREATMENT (TYPE I)(S= 7FT)(HW= 5FT)(3:1)(CROSS DRAINAGE), COMPLETE IN PLACE PER EACH $ 8,495.00 $ 8,495.00 D -14 1 EA SAFETY END TREATMENT (TYPE 11)(36 IN)(RCP)(6:1)(PARALLEL DRAINAGE), COMPLETE IN PLACE PER EACH $ 3,192.00 $ 3,192.00 D -15 300 SF WINGWALL (PW), COMPLETE IN PLACE PER SQUARE FOOT $ 127.00 $ 38,100.00 D -16 37 EA CURB INLET (TYPE C)(COMPLETE), COMPLETE IN PLACE PER EACH $ 3,013.00 $ 111,481.00 D -17 32 EA CURB INLET EXTENSION (TYPE E), COMPLETE IN PLACE PER EACH $ 852.00 $ 27,264.00 D -18 4 EA CURB INLET (TYPE C- P)(COMPLETE), COMPLETE IN PLACE PER EACH $ 3,038.00 $ 12,152.00 D -19 4 EA CURB INLET EXTENSION (TYPE E -P), COMPLETE IN PLACE PER EACH $ 852.00 $ 3,408.00 D -20 6 EA HORIZONTAL INLET WITH GRATE (COMPLETE), COMPLETE IN PLACE PER EACH $ 1,845.00 $ 11,070.00 D-21 6 EA MANHOLE (TYPE M)(COMPLETE), COMPLETE IN PLACE PER EACH $ 3,040.00 $ 18,240.00 D -22 2 EA MANHOLE (RISER ONLY)(COMPLETE), COMPLETE IN PLACE PER EACH $ 1,575.00 $ 3,150.00 STORMWATER UTILITY ALLOWANCE, D -23 1 LS COMPLETE IN PLACE PER LUMP SUM $ 25,000.00 $ 25,000.00 SUBTOTAL PART D (D -1 THRU D -23) $ 1,827,597.00 PART E - WATER UTILITIES I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES FIGURES E -1 3750 LF POLYVINYL CHLORIDE PIPE (12" WATER LINE), COMPLETE IN PLACE PER LINEAR FOOT $ 39.00 $ 146,250.00 E -2 20 LF POLYVINYL CHLORIDE PIPE (8" VVATER LINE), COMPLETE IN PLACE PER LINEAR FOOT $ 40.00 $ 800.00 E -3 8 EA GATE VALVES FOR WATER LINES (12 "), COMPLETE IN PLACE PER EACH $ 2,605.00 $ 20,840.00 E -4 5 EA SPECIAL GATE VALVES FOR WATER LINES (12 "), COMPLETE IN PLACE PER EACH $ 7,220.00 $ 36,100.00 E -5 7 EA DUCTILE IRON PIPE AND FITTINGS (12" 90- DEGREE BEND), COMPLETE IN PLACE PER EACH $ 795.00 $ 5 565.00 E -6 11 EA DUCTILE IRON PIPE AND FITTINGS (12" 45- DEGREE BEND), COMPLETE IN PLACE PER EACH $ 757.00 $ 8,327.00 E -7 2 EA DUCTILE IRON PIPE AND FITTINGS (12" 22 112 - DEGREE BEND), COMPLETE IN PLACE PER EACH $ 733.00 $ 1,466.00 E -8 2 EA DUCTILE IRON PIPE AND FITTINGS (12" X 12" TEE), COMPLETE IN PLACE PER EACH $ 1,125.00 $ 2,250.00 E -9 1 EA DUCTILE IRON PIPE AND FITTINGS (12" X 8" TEE), COMPLETE IN PLACE PER EACH $ 988.00y $ 988.00 E -10 82 LF 16" DIAMETER CASING FOR WATER LINE, COMPLETE IN PLACE PER LINEAR FOOT $ 72.00 $ 5,904.00 E -11 5 EA WATER LINE ADJUSTMENTS FOR INLETS, COMPLETE AND IN PLACE PER EACH $ 6,215.00 $ 31,075.00 E -12 13 EA REMOVE EXISTING FIRE HYDRANT ASSEMBLY, COMPLETE IN PLACE PER EACH $ 1,662.00 $ 21,606.00 E -13 21 EA FIRE HYDRANT ASSEMBLY, COMPLETE IN PLACE PER EACH $ 4,883.00 $ 102,543.00 E -14 12 EA ADJUST EXISTING WATER VALVE TO GRADE, COMPLETE IN PLACE PER EACH $ 568.00 $ 6,816.00 E -15 6 EA CONNECTION TO EXISTING VVATER LINE, COMPLETE IN PLACE PER EACH $ 3,520.00 $ 21,120.00 E -16 3800 LF TRENCH SAFETY FOR EXCAVATIONS (WATER LINE), COMPLETE IN PLACE PER LINEAR FOOT , $ 0.60 $ 2,280.00 E -17 2400 LF GROUTING ABANDONED UTILITY LINES (WATER LINE), COMPLETE IN PLACE PER LINEAR FOOT $ 15.00 $ 36,000.00 E -18 1 LS WATER UTILITY ALLOWANCE, COMPLETE IN PLACE PER LUMP SUM $ 25,000.00 $ 25,000.00 SUBTOTAL PART E (E -1 THRU E -18) $ 474,930.00 PART F - WASTEWATER UTILITIES II 111 IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN :1 M EXTENSION ,QTY X UNIT PRICE IN FIGURES FIGURES F -1 244 LF GRAVITY SANITARY SEWER (8 ", 10` -12' DEPTH), COMPLETE IN PLACE PER LINEAR FOOT $ 109.00 $ 26,596.00 F -2 233 LF GRAVITY SANITARY SEWER (12 ", 14' -16' DEPTH), COMPLETE IN PLACE PER LINEAR FOOT $ 111.00 $ 25,863.00 F -3 5 EA FIBERGLASS MANHOLE (4' DIAMETER), COMPLETE IN PLACE PER EACH $ 11,309.00 $ 56,545.00 F -4 29 VF EXTRA DEPTH FOR MANHOLES (SANITARY), COMPLETE IN PLACE PER VERTICAL FOOT $ 288.00 $ 8,352.00 F -5 3 EA OUTSIDE DROP CONNECTION TO EXISTING MANHOLES (SANITARY), COMPLETE IN PLACE PER EACH $ 5,112.00 $ 15,336.00 F -6 950 LF TRENCH SAFETY FOR EXCAVATIONS (WASTEWATER LINE), COMPLETE IN PLACE PER LINEAR FOOT $ 5.70 $ 5,415.00 F -7 5 EA TRENCH SAFETY FOR EXCAVATIONS (SANITARY SEWER MANHOLE), COMPLETE IN PLACE PER EACH $ 1,136.00 $ 5,680.00 F -8 450 LF SANITARY SEWER FORCE MAIN (12" PVC), COMPLETE IN PLACE PER LINEAR FOOT $ 52.00 $ 23,400.00 F -9 2 EA DUCTILE IRON PIPE AND FITTINGS (12" 45- DEGREE MJ X PE BEND), COMPLETE IN PLACE PER EACH $ 932.00 $ 1,864.00 F -10 12 EA DUCTILE IRON PIPE AND FITTINGS (12" 45- DEGREE MJ X MJ BEND), COMPLETE IN PLACE PER EACH $ 1,015.00 $ 12,180.00 F -1 1 2 EA DUCTILE IRON PIPE AND FITTINGS (12" 22 1/2- DEGREE MJ X PE BEND), COMPLETE IN PLACE PER EACH $ 984.00 $ 1,968.00 F -12 2 EA DUCTILE IRON PIPE AND FITTINGS (12" 11 1/4- DEGREE MJ X MJ BEND), COMPLETE IN PLACE PER EACH $ 970.00 $ 1,940.00 ________ 8 EA CONNECTION TO EXISTING FORCE MAIN, COMPLETE IN PLACE PER EACH $ 3,475.00 $ 27,800.00 F -14 3 EA ADJUST AIR RELIEF VALVE COVER TO GRADE, COMPLETE IN PLACE PER EACH $ 1,547.00 $ 4,641.00 F -15 15 EA ADJUST MANHOLE RING AND COVER TO GRADE, COMPLETE IN PLACE PER EACH $ 1,500.00 $ 22,500.00 F -16 Mil 2 EA ADJUST F.M. GATE VALVE COVER TO GRADE, COMPLETE IN PLACE PER EACH $ 434.00 $ 868.00 255 LF GROUTING ABANDONED UTILITY LINES (12" GRAVITY LINE), COMPLETE IN PLACE PER LINEAR FOOT $ 35.00 $ 8,925.00 F -18 280 LF REMOVE ABANDONED UTILITY LINES (FORCE MAIN), COMPLETE IN PLACE PER LINEAR FOOT $ 21.00 $ 5,880.00 F -19 1 LS WASTEWATER UTILITY ALLOWANCE, COMPLETE IN PLACE PER LUMP SUM $ 25,000.00 $ 25,000.00 SUBTOTAL PART F (F -1 THRU F -19) $ 280,753.00 PART G - GAS UTILITIES 1 11 Ill 11/ V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN - BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES FIGURES G -1 1700 LF REMOVE EXISTING 4" PE GAS LINE, COMPLETE IN PLACE PER LINEAR FOOT $ 5.70 $ 9,690.00 G -2 1700 LF TRENCH SAFETY FOR GAS LINE REMOVAL, COMPLETE IN PLACE PER LINEAR FOOT $ 0.30 $ 510.00 SUBTOTAL PART G (G -1 THRU G -2) $ 10,200.00 PART H - ASPHALTIC CONCRETE PAVEMENT ! I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES FIGURES H -1 80961 SY EXCAVATION (ROADWAY, AC PAVEMENT), COMPLETE IN PLACE PER SQUARE YARD $ 2.90 $ 234 786.90 H -2 56731 SY GEOGRID BASE REINFORCEMENT (TR1AX TX5- 475 OR EQUIVALENT), COMPLETE IN PLACE PER SQUARE YARD $ 3.75 $ 212,741.25 H -3 56731 SY FLEXIBLE BASE (COMPLETE -IN- PLACE, TYPE A, GRADE 1, FINAL POSITION, 4" LIFT), COMPLETE IN PLACE PER SQUARE YARD $ 5.40 $ 306,347.40 H -4 13292 LF CONCRETE CURB AND GUTTER, COMPLETE IN PLACE PER LINEAR FOOT $ 12.70 $ 168,808.40 H -5 . 52193 SY FLEXIBLE BASE (COMPLETE -IN- PLACE, TYPE A, GRADE 1, FINAL POSITION, 3.5" LIFT), COMPLETE IN PLACE PER SQUARE YARD $ 5.20 $ 271,403.60 H -6 52193 SY PRIME COAT (SS -1), COMPLETE IN PLACE PER SQUARE YARD $ 0.65 $ 33,925.45 H -7 52193 SY DENSE- GRADED HOT -MIX ASPHALT (METHOD, TYPE B, PG 64 -22, 2.5" LIFT), COMPLETE IN PLACE PER SQUARE YARD $ 10.45 $ 545,416.85 H -8 52193 SY DENSE - GRADED HOT -MIX ASPHALT (METHOD, TYPE 0, SAC -B, PG- 70 -22, 1.5" LIFT), COMPLETE IN PLACE PER SQUARE YARD $ 7.65 $ 399,276.45 H -9 1 LS MOBILIZATION (AC PAVEMENT), COMPLETE IN PLACE PER LUMP SUM $ 50,000.00 $ 50,000.00 SUBTOTAL PART H (H -1 THRU H -9) $ 2,222,706.30 PART 1 - PORTLAND CEMENT CONCRETE PAVEMENT 11 III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES FIGURES 1 -1 80961 SY EXCAVATION (ROADWAY, PCC PAVEMENT), _COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID 1 -2 49820 SY CONCRETE PAVEMENT (JOINTED CONCTRACTION DESIGN, 8" THICK), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID 1 -3 11745 LF CONCRETE PAVEMENT CURB, COMPLETE IN PLACE PER LINEAR FOOT NO BID NO BID 1 -4 1547 LF CONCRETE CURB AND GUTTER, COMPLETE IN r PLACE PER LINEAR FOOT NO BID NO BID 1 -5 5487 SY GEOGRID BASE REINFORCEMENT (TRJAX TX5- 475 OR EQUIVALENT), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID 1 -6 5487 SY FLEXIBLE BASE (COMPLETE -IN- PLACE, TYPE A, GRADE 1, FINAL POSITION, 4" LIFT), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID 1 -7 4932 SY FLEXIBLE BASE (COMPLETE -IN- PLACE, TYPE A, GRADE 1, FINAL POSITION, 3.5" LIFT), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID 1 -8 4932 SY PRIME COAT (SS -1), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID 1 -9 4932 SY DENSE- GRADED HOT -MIX ASPHALT (METHOD, TYPE B, PG 64 -22, 2.5" LIFT), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID 1 -10 4932 SY DENSE - GRADED HOT -MIX ASPHALT (METHOD, TYPE D, SAC -B, PG 70 -22, L5" LIFT), COMPLETE IN PLACE PER SQUARE YARD NO BID NO BID 1 -11 1 LS MOBILIZATION(PCC PAVEMENT), COMPLETE IN PLACE PER LUMP SUM NO BID NO BID SUBTOTAL PART I (I -1 THRU 1 -11) NO BID STATEMENT OF QUALIFICATIONS In addition to this proposal form, BIDDERS shall also provide information requested in Special Provisions A28, A29, and A30. SPECIAL NOTES TO BIDDERS: 1. Bidder is notified that work for the following bid items may not be required and is NOT authorized until a separate notice to proceed is given by the City for each of the following bid item as required: D -20 Storm Water Utility Allowance E -18 Water Utility Allowance F -14 Wastewater Utility Allowance There shall be no payment for any work completed on these bid items prior to the City issuing authorization for that bid item. Also, unit prices provided in the proposal are for allowances and the actual payment shall be based on the scope of work agreed upon between the Contractor and the City prior to work authorization of the bid items in question. BID SUMMARY: BASE BID 2 PART A (ITEMS A -1 THRU A -26): PART B (ITEMS B -1 THRU B -58): PART C (ITEMS C -1 THRU C -4): PART D (ITEMS D -1 THRU 0 -23): PART E (ITEMS E -1 THRU E -18): PART F (ITEMS F -1 THRU F -19): PART G (ITEMS G -1 THRU G -2): PART H (ITEMS H -1 THRU H -9): PART I (ITEMS 1 -1 THRU 1 -11) (ALTERNATE B): $ 727,757.60 $ 382, 301.95 $ 335,169.30 $ 1, 827, 597.00 $ 474, 930.00 $ 28Q753.00 $ 10,200.00 $ 2,222,706.30 NO BID Total Base Bid 1 - Asphaltic Concrete Pavement = $ 6,261,415.15 (Total Parts A thru H) Total Base Bid 1 - Portland Cement Concrete Pavement = NO BID (Total Parts A thru G plus Part I) "HAAS- ANDERSON CONSTRUCTION LTD. Herewith certifies that the unit prices shown on this print -out for bid items ( including any additive or deductive alternates) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. HAAS - ANDERSON CONSTRUCTION LTD. Acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official Totl Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print out by the respective estimated quantities shown in the Proposal (Column 11) and then totaling the extended amounts. (Signature) , ( Title) pr sidents Aaas- Anderson Managements LC, �., >, l Partner ( Date) 1 LO ° li The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation. purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within Base Bid 2 (Full Closure) will be 580 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Re number) : f' i 46 me (SEAL — IF BIDDER IS a Corporation) 2\ f oxipg addenda is acknowledged (addenda Respectf ily Name: L).0. By: bmitted: 41: NAAS- ANDERSON CONSTRLJCT!ON, Ltc (SIG ATURE)II�� JJ Address : Po��� i L_1 ryo+ P.0. B +x) ((Str r •'� 5 1. 1 ity) 1.4 State Zip) Telephone : �� ( NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Proposal Form Page 21 of 23 (Revised August 2000) ADDENDUM NO. 2 ATTACHMENT 9 PAGE 21 OF 23 PAYMENT BOND STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: BOND No. 105609590 That Haas- Anderson Construction Ltd. of the City of CPrinc' +pa ) ri and as principal County of _Nueces and State of Texas, duly Travelers Casualt and Suret Com•an of America a solvent company authorized under the laws of the State of Texas to �ctasCsurety on b snid for r princ pals ( "Surety "), are held and firmly bound unto the City of municipal corporation of Nueces County, Texas ( "City" or "OWNER "), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may of appear, all of whom shall have a right to sue this FOUR penaFIl SIX MILLION TWO HUNDRED SIXTY -ONE THO USAND Texas, AND 151100 U.S. Dollars ($61,415.15 U.S.) made paid Nueces County Surety, be for the payment of which sum well and truly bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Christi Principal has entered into a the 27TH day of certain written contract with the City of Corpus Ch SEPTEMBER, 2011 which Agreement is hereby herein, rr dfao andCO ad ruction pt hereof as fully and to the same extent as if copied at length AIRLINE ROAD/ SARATOG R 6465 D FIELD (BOND 2008) PROJEC T (TOTAL BASE BID 2 — FULL CLOSURE: $6,261,415.15) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and sup i all monies to them owing by said Principals for subcontracts, work, labor, equipment, Supplies and materials done and furnished for the construction at d �o dmpro rwi e to of said n Agreement, then this obligation shall be and become in full force and effect. Surety, for value received, stipulates and agrees on to the terms oft to the time or contract amount, and no alteration or add ecifications, drawings, etc., the work performed thereunder, or to the plans, sp does accompanying the same shall in anywise affect its ttsooblitg ti on this bond, and it to hereby waive notice of any such change, extens terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Payment Bond Page 1 of 3 PAYMENT BOND STATE OF TEXAS COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: BOND No. That Haas - Anderson Construction, Ltd. of the City of Corpus Christi County of Nueces , and State of Texas , as principal ( "Principal "), and a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of SIX MILLION, TWO HUNDRED SIXTY -ONE THOUSAND, FOUR HUNDRED FIFTEEN AND 15/100 U.S. Dollars ($ 6,261,415.15 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 27TH day of SEPTEMBER, 2011 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: AIRLINE ROAD/ SARATOGA — RODD FIELD (BOND 2008) PROJECT NO. 6465 (TOTAL BASE BID 2 — FULL CLOSURE: $6,261,415.15) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Payment Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 4 day of October , 2011. PRINCIPAL SURETY Haas - Anderson Construction, d Travelers Casualty and Surety Company of America By: Title: prq.s;dent, Haas- Anderson Management, L.C., Ga4.arai Partner Address: P. 0. Box 7692 By: (iv At orney ct Kerry J. Woods Address: 9601 McAllister Freeway, Suite 900 Corpus Christi, TX 78467 -7692 San Antonio, TX 78216 Rev. Date May 2011 Telephone: 210 -525 -3963 Fax: E -Mail: Payment Bond Page 2 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the day of 20 PRINCIPAL SURETY By: By: Title: ATTEST: Secretary Attorney -in -fact Address: Address: Rev. Date May 2011 Telephone: Fax: E -Mail: Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch & Associates Address: 1718 Santa Fe (Physical Street Address) Corpus Christi, TX 78404 (City) (State) (Zip) Telephone: 361- 883 -3803 E -Mail: kwoods@keetchins.com Note: Bond shall be issued by solvent ments established by law ordby OWNER under Texas, and shall meet any other q applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 20U Payment Bond Page 3 of 3 t rn6.:aratl add,r-ess ofResident Agent -of Surety =in Nueces_rC.aun y,, Texas; for..deliue.ry.of= notate and ser zrce of= r-ocess. Name: Agency: Address: Telephone: E -Mail: (Physical Street Address) (City) (State) (Zip) Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: BOND No. 105609590 That Haas - Anderson Construction, Ltd. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ( "Principal "), and Travelers Casualty and Surety Company of America a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), in the penal sum of SIX MILLION, TWO HUNDRED SIXTY -ONE THOUSAND, FOUR HUNDRED FIFTEEN AND 15/100 U.S. Dollars ($6,261,415.15 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 27TH of SEPTEMBER , 2011, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of AIRLINE ROAD/ SARATOGA— RODD FIELD (BOND 2008) PROJECT NO. 6465 (TOTAL BASE BID 2 — FULL CLOSURE: $6,261,415.15) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, 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(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Performance Bond Page 1 of 3 PLRPORMANCE BOND STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: BOND No. That Haas - Anderson Construction, Ltd. of the City of Corpus Christi County of Nueces , and State of Texas , as principal ( "Principal "), and , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), in the penal sum of SIX MILLION, TWO HUNDRED SIXTY -ONE THOUSAND, FOUR HUNDRED FIFTEEN AND 15/100 U.S. Dollars ($6,261,415.15 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 27TH of SEPTEMBER ,.2011, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: AIRLINE ROAD/ SARATOGA — RODD FIELD (BOND 2008) PROJECT NO. 6465 (TOTAL BASE BID 2 — FULL CLOSURE: $6,261,415.15) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, 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(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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. (Rev. Date May 2011) Performance Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 4 day of October , 20 11 . PRINCIPAL SURETY Haas - Anderson Construction Ltd. Travelers Casualty and Surety Company of America By: a Q. Title:Pz�sodent, Haas- Anderson Management, LC, Partner ,4TTES�: - - Secretary Address: P. O. Box 7692 Corpus Christi, TX 78467 -7692 (Rev. Date May 2011) A torne rft)C dA ct Kerry J. Woods Address: 9601 McAllister Freeway, Suite 900 San Antonio, TX 78216 Telephone: 210- 525 -3963 Fax: E -Mail: Performance Bond Page 2 of 3 TRAVELERS J 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 Attorney -In Fact No. 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. 004401442 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Betty J. Baxter, Lee Anna Biesenbach, Kevin G. Keetch, Donna Kauf, Kerry J. Woods, Tracie Henderson, and Lonna Pokrant of the City of Corpus Christi , State of Texas their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or-proceedings allowed by law. IN WITNESS WHEREOF, the Compa.e have caused this instrument to be signed and their corporate seals to be hereto affixed, this 6th day of July 11 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. PauI Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Thompson, Ice President On this the 6th day of July 2011 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, 2016. 58440 -6 -11 Printed in U.S.A. V\.0i4)(1 e , d.Js Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, 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, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her cerdficate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, 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 do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which' is in' full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said`,Compames this 4 day of Oct obey PORAr , aka f ' Kevin E. Hughes, Assistant Se tary ,20 11 To verify the authenticity of this Power of Attorney, call 1 -800- 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INMAIiQ WITHOUTTHE RED BORDER ST PAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and /or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675 -3057 (267) 675 -3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at Texas Department of Insurance P.O. Box 149104 Austin, TX 78714 -9104 (800) 252 -3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253 -021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint Betty J. Baxter, Lee Anna Biesenbach, Kevin G. Keetch, Donna Laurence, Susan A Morris, J. Michael Rhyne, Kerry J. Woods their true and lawful Attorneys - in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge at any place within the United States, the following instruments(s): by his sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary, or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Companies and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of.said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Companies when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly .executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be.signed by their Field Vice President, Bond, and their corporate seals to be hereto affixedthis 15th day of March, 2005 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON ASUALTY COMPANY STATE OF TEXAS COUNTY OF DALLAS ss. Dallas By nstop er a e, iceresident, Bond On this 15th day of March, 2005 before me personally came Christopher Noble to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President, Bond of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. (5 -00) original My commission expir 0 /06/07 Notary Public Frances Adams Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the day of , 20 PRINCIPAL SURETY By: By: Attorney -in -fact Title: ATTEST: Secretary Address: Address: (Rev. Date May 2011) Telephone: Fax: E -Mail: Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch & Associates Address: 1718 Santa Fe Telephone: (Physical Street Address) Corpus Christi, TX 78404 (City) 361 -883 -3803 (State) (Zip) E -Mail: kwoods @ keetchins.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 -'6:,= and address of Resident Agent =of Surety in Nueces CountVy Texas, for. delivery of noJi -eT,5 d se Nrice:Io(-process Name: Agency: Address: Telephone: E -Mail: (Physical Street Address) (City) (State) (Zip) Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 SUPPLIER NUMBER rw..w1 TO BE ASSIGNED BY CITY city of PURCHASING DIVISION Corpus Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 171.12, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: HAAS-ANDERSON CONSTRUCT ON 6 d. P. O. BOX: %G z STREET ADDRESS: / CITY: Y: ZIP: _ / Yo J d j% 7/77 7. FIRM IS: 1. Corporation ❑ N.. Partnership 3. Sole Owner ❑ 4 Association ❑ 5. Other ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name 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." Na/9 Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name ` ��r•� �j / Board, Commission or Committee _.<;44,521- ;f tit. c. 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name A2/9 Consultant Proposal Form Page 22 of 23 PzErDENDIJM NO. 2 ATTACHMENT 9 PAGE 22 OF 23 FILING REQUIREMENTS If a person who requests official action on a matter 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 matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: (2, S' (Type ar Print) Signature of Certifying Person: Rues - Anderson Maragerr er t, L.C„, Pz.irtner DEFINITIONS Date: `z 1, a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part -time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes .of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form Page 23 of 23 ADDENDUM NO. 2 ATTACHMENT 9 PAGE 23 OF 23 CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 10104111 THIS 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 INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: 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 certificate holder in lieu of such endorsement(s). PRODUCER Swantner & Gordon Ins Agcy -CC A Higginbotham Company PO Box 870 Corpus Christi, TX 78403 -0870 Randal M Lee INSURED Haas Anderson Construction Ltd P. O. Box 7692 Corpus Christi, TX 78467 -7692 361 -883 -1711 361 - 844 -0101 CONTACT NAME: Diann Eisenhauer WC, No, Eat):361-883 -1711 ADDRESS: deisenhauer @s - gins.com FAX No)• 361 - 844 -0101 INSURER(S) AFFORDING COVERAGE INSURER A :Travelers Lloyds Ins Co NAIC 41262 INSURER B :Travelers Property Cas Co INSURER C :Travelers Casualty & Surety Co INSURER D:Starr Indemnity & Liability Co INSURER E : 25674 19038 38318 INSURER F : COVERAGES CERTIFICATE NUMBER: VISION 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. INSR LTR TYPE OF IN NCE ADDL INSR SUER WILD POLICY NUMBER DTC05459B949TLC11 POLICY EFF ,MMIDDIWWUMMIDDIYYYYL 09/01/11 POLICY EXP 09/01112 LIMITS EACH OCCURRENCE $ 1,000,000 A GENERAL- X LIABILITY COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurcence) $ 300,000 X ICLAIM$ MADE XCU Included X , OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GE GENERAL AGGREGATE $ V 2,000,000 'L AGGREGATE POLICY LIMIT APPLIES PER: X LJFCT LOC PRODUCTS - COMP /OP AGG S 2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS MCS -90 SCHEDULED AUTOS NON -OWNED AUTOS BA5459B95011CNS 09/01/11 09/01 COMBINED SINGLE LIMIT (Ea accident) $ , 1,000,000 $ BODILY INJURY (Per person) BODILY INJURY (Per accident) $ PROPERTY DAMAGE {per accident} $ $ © X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIM DE SISCCCL01573511 09/01/11 0910111 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ V 2,000,000 DED RETENT ON $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY RI ANY PROPRIETORIPARTNEEXECUTIVE OFFICER /MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N N 1 A DTNUB0470C16211 09/01/11 09/01/12 / G® X WC STATU- TORY LIMITS , OTH- ER E, L. EACH ACCIDENT $ 1,000,000 E,L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1 ,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: Airline Road /Saratoga- Rodd Field (Bond 2008) Project No. 6465 The City of Corpus Christi is named as additional insured on all general liability (GL) and all automobile (AL) liability policies. CERTIFICATE HOLDER CANCELLATION C1CC -CO City of Corpus Christi Dept of Engineering Services Attn: 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 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD ,NSURED•s NAME Haas Anderson Construction Ltd HAAANCI OP ID: EIDI PAGE 2 DATE 10!04111 aas- n • arson onstruction td. - Policy erm 09 01/11 to 09/01/1 City of Corpus Chnsti - Certificate of Insurance Attachment General Liabilitly includes premises - operation, explosion & collapse hazard, underground hazard products/completed operations hazard, contractual insurance, broad form property damage coverage, independent contractors and personal injury Automobile Liability includes owned, hired and non -owned autos Workers Compensation includes owners, partners, executive officers. General Liability lLT40012/09), Automobile rCAT325 02/99), Workers Compensation WC42060100) olicies have been endorsed to provide 30 Day Notice of Cancellation to the City of Corpus Christi. Haas - Anderson Construction, Ltd. Travelers Lloyds Insurance Company Policy j# DTC05459B949TLC11 Term: 09 /01 /11 to 09/01/12 J City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY \JBLANKET ADDITIONAL INSURED (CONTRACTORS) This a rsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INStJRED - (Section 11) is amended 10 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 10 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 organizalfoon. 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 limns of liability re- quired by that written contract requiring in- surance. This endorsement shall not in- crease Ibe limits of insurance described in Section let - Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury". 'prop- erly damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural. engineering or sur- veying services, including: i. The preparing, approving. or failing to prepare or approve, maps, shop draw- ings, opinions. reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and 11. Supervisory, inspection, architectural or engineering activities. CG D2 4608 05 c) The insurance provided to the additional in- sured does not apply 10 'bodily injury- or "property damage" caused by your work' and included in the "products - completed op- erations hazard" unless the "written contract requiring insurance specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period. whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance ", whether primary, excess. contingent or on any other basis. that is available to the additional insured for a loss we cover under this endorsement, However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non - contributory basis. this insurance is primary to 'other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance ". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance, whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured wider such "other insur- ance ". 4. As a condition of coverage provided to (he additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: sp 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY L How, when and where the 'occurrence" or offense took place; ii. 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) 0 a claim is made or "suit' is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit` and the date received: and il. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or 'suit* as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim at 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 City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 any provider of "other insurance which would cover the additional assured for a toss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION v. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in. sured an this Coverage Part, provided that the body injury" and 'property damage' oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Haas - Anderson Construction, Ltd. Travelers Lloyds Insurance Company Policy #DTC05459B949TLC11 Term: 09/01/11 to 09/01/12 Authorized Representative: ("1149f4d R. M. Lee, Managing Director Swantner & Gordon Insurance Agency, LLC P.O. Box 870, Corpus Christi, TX 78403 -0870 Page 2 of 2 ) 2005 The St. Paul Travelers Companies. Inc. CG D2 46 08 06 Haas- Anderson Construction, Ltd. POLICY NUMBER BA5459B95011CNS Ter TH449 66 Et a liaES THE POLICY. COMMERCIAL AUTO I SSUE DATE) 9 /01/11 PLEASE READ IT CAREFULLY DESIGNATED INSURED This 6ndorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement. the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE • Name of Person(s) or Organizatlon(s): ANT PERSON OR ORGANIZATION THAT YOU ARE REQUIRED TO INCLUDE AS AN ADDITIONAL INSURED ON THIS COVERAGE FORM IN A WRITTEN CONTRACT OR AGREEMENT THAT IS SIGNED AND EXECUTED BY YOU BEFORE TSB ~BODILY INJURY" OR "PROPERTY DAMAGE' OCCURS AND THAT I5 IN EFFECT DURING THE POLICY PERIOD. City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 (11 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 parson or organization qualities as an Insured' under the Who is An Insured Provision contained in Section It of the Coverage Form. Authorized Representative: ft R. M. Lee, Managing Director Swantner & Gordon Insurance Agency, LLC P.O. Box 870, Corpus Christi, TX 78403 -0870 CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 J Haas - Anderson Construction, Ltd. POLICY NUMBER: DTCOS459B949'TLC11 ISSUE DATE: Term: 09/01/11 to 09/01/12 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. 09/01/11 DESIGNATED ENTITY - NOTICE OF CANCELLATIONINONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: NONRENEWALf PERSON OR ORGANIZATION: Number of Days Notice of Cancellation: 30 Number of Days Notice of Nonrenewal: Any person or organization that is a certificate holder of a certificate of insurance issued for you that 1. Refers to this policy and states that notice of cancellation or nonrenewal of this policy will be provided to that person or organization; and 2. Is in effect, and is on file at the office at your agent or broker for this policy, at the time of the cancellation or nonrenewai. ADDRESS: The address shown for that person or organization in that certificate of insurance. City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above_ We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. B. If we decide to not renew this policy for any statu- torily permitted reason. and a number of days is shown for nonrenewal in the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. IL Td 0012 09 o 2009 The Travelers Indemnity Company Page 1 of 1 Haas- Anderson Construction, Ltd. POLICYNUMBER; 8A5459B95011CNS Term: 09/01/11 to 09/01/12 THIS ENDORSEM NT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO ISSUE DATE: 09/01,/11 NOTICE OF CANCELLATION This ndorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM SCHEDULE 1. Name: ANY PERSON OR ORGANIZATION FOR WSW+! THE NAMED INSURED SAS AGREED EY Address: WRXTTEN CONTRACT TO FURNISH THIS ENDORSE ENT 2. Number of Days Notice: 30 City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) PROVISIONS We will mail notice of cancellation or material limitation of these coverage forms to the person or organization shown above. We will mail the notice at least the Number of Days indicated above before the effective date of our action. Authorized Representative: R. M. Lee, Managing Director Swantner & Gordon Insurance Agency, LLC P. 0. Box 870, Corpus Christi, TX 78403 -0870 CA T3 25 02 99 Page 1 of 1 TRAVELERS) WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 oe 01 lm) — 002 Haas - Anderson Construction, Ltd. Term: 09/01/11 to 09/01/12 POLICY NUMBER: DTNUB0470C16211 / 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 cancelatlon or other material change of the policy, we will mall 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: CONTINUATION OF WC 42 06 01 (00) -001 OR BROKER FOR THIS POLICY, AT THE TIME OF THE CANCELLATION. SUCH NOTICE WILL BE MAILED TO THE ADDRESS SHOWN FOR THAT PERSON OR ORGANIZATION IN THAT CERTIFICATE OF INSURANCE. THIS ENDORSEMENT DOES NOT APPLY WHEN THE REASON FOR CANCELLATION I5 NON- PAYMENT OF PREMIUM. 1 " Number of days Notice specified in the Certificate of Insurance to afl holders of such certificates. Authorized Representative: Immw aMM o1E2» R. M. Lee, Managing Director Swantner & Gordon Insurance Agency LLC P.O. Box 870, Corpus Christi, TX 78403 -0870 DATE OF ISSUE: 0 9/ 01 / 11 S7 ASSIGN: Page 2 of 2