Loading...
HomeMy WebLinkAboutC2011-487 - 11/15/2011 - Approved2011 -487 11/15/11 M2011 -263 Haas- Anderson Construction, Ltd. S P E C I A L P R O V I S I O N S S P E C I F I CAT IONS A N D F O R M S O F C O N T R A C T S & B O N D S F O R AQUARIUS STREET DASMARINAS TO COMMODORE'S ABONTD 2008) . July, 2011 PREPARED FOR: City of �.��;.. -.oF Corpus - ...wN..i.....1 N.NM...... Christi ... .: UR , we" � Phone: 361/857 -18$0. a Fax: 361/857 --1889 (� AL M U R ENGINEERING Firm No. 145 2725 Swantner CORPUS CHRISTI, TX 78404 (361) 854 -3101 FAX (361) 854 -6001 U.E.JOB NO. 10112.A9.00 PROJECT NO: 6472 LRAWING NO: STR -853• (Revised 7/5/00) AQUARIUS STREET DASMARINAS TO COMMODORE'S (BOND 2008) Project No. 6472 Table of Contents -_ NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 8/2008) Worker's Compensation Coverage For Building or Construction Projects For Government Entities SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre --Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7. Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5100) 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 -1 7 Field O f f ee (NOT USED) A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A -21 Project Signs A- 22Minority/Minority Business Enterprise Participation Policy (Revised 10/98) � gM Required (Revised 7T5/04)- (NOT USED) A- 24..Surety Bonds NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A- 27 Respensiblilt -y €er Damage Glaims (NOT USED) A--28 Considerations for Contract Award and Execution A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 —Gity -Water (PLOT USED) A -36 Other Submittals (Revised 9/18/00) A -37 Amended "Arrangement.and charge for Water Furnished by the City" A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities (NOT USED) A -40 Amendment to Section B-8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings .(7/5/00) A -46 Disposal of Highly Chlorinated Water (7/5/60) (NOT USED) A -48 Overhead Electrical Wires (7/5%00) A -49 Amended "Maintenance Guaranty" (8 /24/00) A -50 Technical Special Provisions A -51 Contaminated Soils 4-52 Fences A -53 Protection of Public and Private Property A -54 Security A -55 Access Roads A -56 Parking A -57 Amended "Prosecution and Progress" A -58 Noise Control A -59 Dust Control A--60 Temporary Drainage Provisions A -61 Dewatering Attachment I-- Project Sign TECHNICAL SPECIAL PROVISIONS SECTION B - GENERAL PROVISIONS SECTION C - FEDERAL WAGE RATES AND REQUIREMENTS SECTION T - TECHNICAL SPECIFICATIONS GENERAL REQUIREMENTS 1E19` - Existing Obstructions 1E20 - Storm Water Pollution Prevention. 1E23 - Water'Facilities - Special Requirements SITEWORK 2A3[1] - Clearing,. Grubbing and Stripping 2A4[1] - Removing Existing Concrete and Structures 2B1[l] - Site Grading 2B3[l] - Pipe Trench.Excavation and Backfill 2B4[l] - Drainage Ditch Excavation 2B6[1] - Roadway Excavation and Backfill 2B10[1] - Compacted Embankment 2B12 [3] - Open Cutting (No Casing) 2F1[l] - Reinforced Concrete Pipe 2F3[11 - Installation of Reinforced Concrete Pipe 2F4[11 - Storm Sevier Manholes 2F5[l]. - Concrete Inlets (Curb Inlets) 2F7 [1] - Concrete Headwalls 2G1[7] - Polyvinyl Chloride Pipe and Fittings for Water Lines and Force Mains (C -goo & e -905) 2G2[1] - Ductile Iron Pape and Fittings (Water Lines) 2G8[1] - Gate Valves for Potable Water Lines 2G9 [1] - Fire Hydrants 2G11 [2] - Installation of Water Pipe 2G12[1] - Hydrostatic Testing of Pressure System 2G18[3] - Combination Air Release- Air /Vacuum Valve (Wastewater Service) 2H1[6] - Flexible Base (Limestone) 2H6[1] - Prime Coat 2H10[5] -- One Course Asphalt Wearing Surface 2H11[1] - Hot Mix- Hot.Laid Asphaltic Concrete Pavement 2H14[1] - Concrete Curb & Gutter and Concrete Valley!Gutter 2H16[3] - Concrete Hike & Bike Path 2H22[1] - Pavement Marking (Reflectorized Paint) 2H27 [1] - Geogrid Reinforcement 2J4[3] - Hydromulch Seeding CONCRETE 3A1[1] - Concrete Formwork 3B[1] - Concrete Reinforcement 3C1[1] - Normal Weight Aggregate Concrete 304[1] - Concrete Structures LIST OF DRAWINGS APPENDIX - GEOTECHNICAL REPORT NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: Aquarius Street, ]Dasmarinas to Coxnmodore's(Bond 2008) / PROJECT NO. 6472 consists of demolition, utility, installation, excavation and paving. There will be approximately 6,400 CY of excavation and filling, 1,780 ± LF of storm sewer with inlets,. 4,645 LF of 80 PVC sanitary force main, 2,140 LF of 8" waterline, 2,140 LF of 16" waterline, 5,700 LF of curb and gutter, 16,780 f SF of sidewalk and 8,000 SY of asphalt pavement. The project also includes manholes, pavement repair, traffic control and miscellaneous items of work required to complete the project in accordance with plans, specifications and contract documents. will be received at the office of the City Secretary until 2 :00 p.m. on Wednesday,August 24 2011, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Wednesday, A!Lquat 17, 2011 beginning at 10 :00 A.M. The pre -bid meeting will convene at Department of Engineering Services, Main Conference Room, 3d Floor, City Hall, 1201 Leopard St., Corpus Christi, Texas and will be conducted by the City of Corpus Christi. The meeting will include a - -- review of the project scope, followed by a question and answer session. A site visit will follow after the meeting, if requested. A bid bond in the amount of 5!� of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidders plan deposit is subject to mandatory forfeiture to.the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of One Hundred and no /100 Dollars ($100.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer, "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engrg. Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIM M INSURANCE COVERAGE 30 -Day Notice of .Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 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 AUTOMOBILE LIABILITY- -OWNED NON - OWNED. $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND'PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ 52,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL, IMPAIRMENT COVERAGE Not limited to sudden & accidental ❑ REQUIRED discharge; to include long -term environmerital impact for.the disposal of, X NOT REQUIRED contaminants. 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 ❑The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ❑The name of the project must be listed under "description of operations" on each certificate of insurance. ❑For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6--11 or. Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator.at.880 -3500. NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Biding 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. () 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 cont actors, 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 j "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project Includes the provision of all services related to a building or construction contract . for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate in urarice 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 haling to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative'penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph_ (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years _ thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 £or bid specifications and contracts, :I 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 Crr- - -ate r 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 L 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 GrauhiC (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension .of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (I) 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; (S) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the-end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the. project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any w 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 t (S) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts ` and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the. coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) .prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; . (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs - (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services., (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a. governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 1 l (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, §46). (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 Tex,Reg 8609 Page 7of11 T'28S 110.110(d )(7) "REQUIRED YORKERS' COWENSATION 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 requirementfor coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. T28S110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certfcate')- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement CTWCC-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 tune 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 x'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 thatperson 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 ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.0II (44) for all employees of the contractor providing services on the project, for the duration of the project. C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (I) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons . providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor -shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known; of any change that materially affects the provision of coverage of anY person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner ti prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered and stating how a person may verb coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for- all employees of the.person providing services on the project, for the duration of the project (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of f coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor. (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of arty change that materially affects- the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers` compensation coverage for the duration of the project, that the coverage will be based on proper reporting of class ficadon codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured with the commission's Division of Self- Page 10 of 1.1 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 SECTION A SPECIAL PROVISIONS SECTION A SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 .m., Wednesday, August 24, 2011. Proposals mailed should be addressed in the following manner: City secretary's Office Gity SeeLaetar-yls efflee City of Co us Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - AQUARIUS STREET, DASMARINAS TO COMMODORE'S (Bond 2008),PROJECT NO. 6472 Any Pro PosaIss .riot physically is possession_ of the City Secretar�r's Office at the time and date.-of bid 2MipS will be deemed late and nonres onsi.ve. irate 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, the pwo ser, their agent /representative, U.S. Mail, . or other delivery service, to any City address or office other than the CitZ Secretary's Office will be deemed non- - responsive.if not in possession of the City Secretary's Office prior to the date and time A pre -bid meeting will be held on Wednesday, August 17, 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. if requested, a site visit will follow. No additional or separate visitations will be conducted by the Citv. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will.govern. A -3 Description of Project This project consists of demolition, utility, installation, excavation and paving. There will be approximately 6,400 CY of excavation and filling, 1,780 ± LF of storm sewer with inlets, 4,645 LF of 8" PVC sanitary force main, 2,140 LF of 8" waterline, 2,140 LF of 16" waterline, 5,700 LF of curb and gutter, 16,780 ± SF of sidewalk and 8,000 SY of asphalt pavement. The project also includes manholes, pavement repair, traffic control and miscellaneous items of work required to complete the project in accordance with plans, specifications and contract documents. A -4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Total Base Hid or 2. Total Base Bid Plus any or all Alternatives. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Section A - SP (Revised 9/16/00) Page i of 29 ExPlanation of Measurement and Paymen t 1. Clear and Grub: This item will be measured by each acre cleared. This item includes, but isI'. not limited to, the following-work: a. Excavation of roots, stumps. and other items far enough below the surface to not effect construction of proposed improvements b. Backfill of excavations c. Removal and disposal of cleared material 2. Concrete Headwall /Win walls: This item shall be measured by each headwall installed and accepted, by the City. 3. Grate, Post and Curb Inlets Grate, post and curb inlets will be measured as individual items of the size and type listed on the proposal form. The work includes but is not limited to the following: a. Labor and materials b. Excavation and backfill " 4 Signs: This item will be measured by each sign required. 5. Demolish and Remove Miscellaneous Items: This item will be measured as.noted on the bid form. This item includes, but is not limited to, the following work: a. Excavation and backfill b. Permits for handling, hauling & disposing C. All costs associated with handling, hauling & disposing 6. Street Excavation: u� Street excavation shall be measured by the cubic yard in its undisturbed position. Backf ill will not be measured and will be considered - as a subsidiary item to street excavation. Topsoil when required will be measured separately. Excavation for sidewalk will not be measured and will be considered as a subsidiary item to sidewalk. 7. Compacted Subgrade: This item will be measured by each square yard of subgrade. This item. includes, but is not limited to, the following work: a. Watering / dewatering b. Compaction `J c. Maintaining compaction prior to placement of base course 8. Geogrid: This item will be measured by each square yard properly installed and accepted by the inspector. 9. Flexible Base: Flexible Base shall be measured by the square yard. of finished base course. of the thickness indicated on the drawings or specified herein. 10. Prime Coat: Prime coat will be measured by the gallon of prime coat applied; however, maintenance or repair applications will not be measured. 11. Asphaltic Concrete Pavement:' Hot mix asphaltic concrete pavement shall be measured by the square yard of finished pavement.of the required thickness. Section .A, - SP � (Revised 9/18/00) Page 2 of 29 .12: One Course Surface Treatment: This item will be measured by each square yard of surface treatment however, maintenance or repair applications will not be measured. This item includes, ` but is not limited to, the following work: a. prime coat and rock b. maintenance of the surface prior to placement of the HMAC 13. Sidewalk & Drivewa Concrete sidewalk.and concrete driveways shall be measured by the square foot of completed sidewalk and concrete driveways. Gutter transitions at driveway entrances shall be measured as standard curb and gutter. 14. Pavement Markings: This item will be measured as noted on the bid forma This item .includes, but is not limited to, the following work: a. Labor and materials b. Surface preparation e. Paint and thermoplastic markings d. Equipment necessary for proper installation — 15. Traffic Control: This item will be measured by lump sum. This item includes, but is not limited to, the following work:. a. All equipment needed for proper traffic control including barrels, cones �. and signage b. Applications to city traffic department for road closure permits c. Permitting and coordination with TXDOT where traffic control effects their ROW 16. Seed and Fertilize: This item shall be measured by the acre of horizontal surface area seeded, fertilized, watered and maintained through specified establishment of grass cover. 17. Curb and Gutter: Concrete curb and gutter shall be measured by the linear feet of completed curb and gutter. Curb and gutter shall be measured .along the centerline. Gutter transitions at inlets shall be measured as standard curb and gutter. Laydown curb for driveways will be measured as curb and gutter. 18. Curb Ramps:. This item will be measured by the surface square feet of individual ramps. This item includes, but is not limited to, the following work: a. Forming and pouring curb ramps b. Providing qualified personnel to .ensure that variations in the field installation, remains with in ADA regulations.. c. Provide detectable warning 19. Move.In and Move Out (Mobilization): This item will be.measured as a lump sum. Fifty percent of this item may be requested on the first approved.monthly pay estimate and the remainder will be due on the final estimate when all work has been completed. 20. Bonds & Insurance: This item will be measured as a lump sum and shall include the bonds and insurance required by the Contract Documents. One hundred percent of this item may be due on the first approved monthly pay estimate. Contractor shall provide document to show cost incurred. 21. Concrete Bus Stop: This item will be measured by each bus stop required. Section A - SP (Revised 9/18/00) Page 3 of 29 22. Reinforced Concrete Box and Miter Joints: Reinforced concrete box and miter joints will be measured by the linear foot. Measurement will be made between the ends of the box along the central axis. Where spurs, branches, or connections to the existing. box are involved, measurement will be made along central axis of spur, branch or connection, to centerline of existing box. Where inlets, manholes, or junction boxes, existing or new, are in line of box, measurement shall be to the ends of the box as completed. (The interior of manholes and inlets will not be measured). Storm pipe shall include, but not be limited to the following: a. Labor and Materials b. Excavation c. Bedding and backfill 23. Storm Water Manholes: Storm water manholes will be measured as individual units of the type, size and depth listed on the proposal form. Manholes shall include, but not be limited to the following: a. Labor and materials b. Excavation and back €ill c. Bollards 24. Dewatering: This item will be .measured by linear feet of trench or channel where dewatering is needed to keep the excavation dry. This item includes, but is not limited to, well points, pumps, hoses and other items necessary to provide stable trench bottoms and safe working conditions. .25. Trench Safety: v This item will be measured by each linear foot of trenching. This item includes, but is not limited to, the following work: a. Any OSHA required items related to trench safety b. Shoring 26_ Gate Valves and Boxes: This item will be measured by each individual gate valve of the size and type installed. This item includes but is not limited to the following work: a. Furnishing and installing gate valves as called for on the Drawings and specified herein ti b. Furnishing and installing valve boxes with covers. Top of the valve boxes shall match the finished grade c. Furnishing and installing a concrete pad under each valve 27. Ductile Iron Pipe Fittings (including 1u s): This item will be measured by each individual fitting for each size and type listed on the Proposal. This item includes but is not limited to the following work: a. Furnishing and installing the fitting b. Polyethylene wrap c.. Thrust blocks d. Include the cost of furnishing and installing any adapter, tap, flow off valve or special fitting required to complete the 'installation ready for use in the appropriate bid item 28. PVC Water Pine: Water pipe will be measured by the linear foot of pipe for each size and type installed, regardless of the depth. Measurement will be made horizontally along the centerline of pipe from center to center . of fitting. This item includes but is not limited to the following work:- a. Dewatering b. Trench excavation, including removing and disposing of existing pavement or debris Section A - SP (Revised 9/18/00) Page 4 of 29 Section A - SP (Revised 9/18/00) Page 5 of 29 c. Furnishing and installing pipe (PVC pipe to have a X12 copper coated-W.P. detector wire), concrete thrust blocking and any other items required to complete the water system improvements in accordance with the contract documents that are not measured and paid for under another bid item d. Any measures necessary to ensure water service interruptions to current users is minimized, including. coordination with city water department, after hours work to minimize inconveniences and communications with effected parties warning of interruptions. e. Placing and compacting backfill (including furnishing any select bedding material) f. Grading and cleaning up of pipe trench and affected area g. Hydrostatic testing, sterilizing and flushing of completed line 29. Tie --in to Existing Line: This item will be measured by each individual tie -in. This item includes, but is not limited to;. the following work: a. Excavation and backfill b. Coordination with city water department c. Any fittings or equipment not called.for elsewhere in the plans or specs 30. Water Service Saddle Tap: This item will be measured by each individual tap.. 31. Fire Hydrants: Fire hydrants will be measured by each fire hydrant installed. Fire hydrants shall include, but not be limited to: a. Fire hydrant b. Associated piping and fittings c. One gate valve with valve box d. Fitting on main 32. Utility Allowance: Contractor shall insert the figure noted in his bid proposal. This item shall be used for unforeseen circumstances.' Payment shall be negotiated for each circumstance and must be approved by the Engineer. 33. Adjust Manhole Rims and Valve Covers: This item will be measured by each rim and cover. This item includes, but is not limited to, the following work: a. Installation of risers / rings to bring the cover to grade b. Pour & finish concrete collar 34. Pollution Prevention Items: This item will be measured as noted on the bid form. These items include, but are not limited to, the following work: a. Proper installation b. Cleaning and repair after rain events c. Reporting as required by state and federal law 35. MIS Manhole /Pullbox: This item will be measured by each individual manhole /pullbox.. '. 36. PVC.Conduit: This item will be measured by each linear foot of conduit. 37. Drainage Ditch Excavation: Drainage ditch excavation shall be measured by the cubic yard in place as computed using the "double end area method". Ditch excavation shall include, but is not limited to excavation, hauling, compaction and grading to achieve finished grades. Section A - SP (Revised 9/18/00) Page 5 of 29 36. Items Not Listed on the Proposal; Items of work not listed on the Proposal Form necessary to complete the project as shown on the. drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their cost should be included in the appropriate bid item. Any item required on the plans and .contract documents shall be paid. under the appropriate bid which covers the item. A -5 Items to be Submitted with Pro osal The following items are require d to be submitted with the proposal: 1. 5% Sid Bond (Must reference arius street Dasmarinas to Coginodore•s Bond 2008 Project No. 6472 as identified in the Proposal) . (A Cashiers Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement A -6 Time of Completion /Li=idated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion of each item shown below. The project has been divided into phases. The contractor is required to complete each item before proceeding to any other item. At any one time, except as noted above, the contractor. will, not be allowed to start or work concurrently in more than two items. Time duration for construction is allocated for-each item and if the work in that item is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amount of $ 800.00 per calendar day will be assessed against the contractor as liquidated damages. Time duration for each item is not transferable. Completion shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. Start of chargetime is initiated by the setting up of Traffic Control and first d�v - .of traffic diversion. The working time for completion of the Project will be as follows: Base Bid Only 120 Calendar Days Alternative No. 1 ADD 5 Calendar Days Alternative No. 2 ADD 5 Calendar Da s Alternative No. 3 ADD 10 Calendar Days Days Allocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February. 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August .4 Days December 3 Days This project is essentially a construction contract for a period of 120 Calendar Days, as detailed elsewhere in the contract documents. Damages for exceeding the . total time allotted shall be independent of damages assessed for each item, as described above. Section A -• SP (Revised 9/18/00) Page 6 of 29 After Contract Award and .pre - construction meeting is held, the Contractor shall commence work within ten (10Y calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time.specified in the Contract for completion of. the work or after such time period as extended pursuant to other provisions of this Contract, $800 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate. of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The .Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the monthly pay estimate. A -7 Workers Compensation insurance Coverage If the Contractor's workers, compensation insurance coverage for its employees working on the-Project is terminated.or canceled for any reason, and replacement 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 Acknowledament of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/0.0) Labor preference and wage rates for _heavy and highway cons truct ion. shall apply. When conflict in wage rates, the higher of the rates shall prevail. Section A - SP (Revised 9/18/00) Page 7 of 29 Minimum Prevailing image Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Section C. The Contractor and any subcontractor must not pay. less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman; or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in y 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 (12) times the specified hourly wage must be paid for all hours worked in excess of 40 hours.in any one week and for all hours . worked on Sundays or holidays. (See Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours . ) A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities. operating within the limits of the Project.. The Contractor shall provide a forty - eight (48) hour notice to any,applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess System at 1- 800 - 344 -8377, the Lone Star Notification Company at 1 -800- 669 -8344, and the Verizon Dig Alert at 1- 800 -483 -6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer, Urban Engineering- Rhodes "Chip^ Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services AEP SBC /AT &T Signal /Fiber optic Locate Cablevision .' ACST (Fiber Optic) CenturyTel ChoiceCom (Fiber optic) CAPROCR (Fiber Optic) Brooks Fiber optic (MAN) A -12 Maintenance of Services 826 -3500 826 -3500 Urban 854 -3101 826 -3540 886 -2600 826 -1881 (826 --1888 after hours) 826 -1800 (826 -1888 after hours) 885 -6900 (885 -6913 after hours) 826 -1875 (826 -1888 after hours) 826 -3461 826 -1940 1- 877/373 -4858 881 -2511 (1 -800- 824 -4424, after 826 -1946 826 -3547 .857 -5000 (857 -5060 after hours) 887 -9200 (Pager 800 - 724 -3624 225/214 -1169 (225/229 -3202 (M) 881 -5767 (Pager 850 -- 2981) 512/935 -0958 (Mobile) 972/753 -4355 hours) 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. Section A -'SP (Revised 9/18/00) Page 8 of 29 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 flamed 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. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. A -14 Construction Equipment Spillaae and Trackina The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site.or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt top soil. °Clean" dirt Top soil is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. Section A - SP (Revised 9/18/00) Page 9 of 29 „ 1 All existing concrete and asphalt within the limits of the Project must be.removed unless otherwise noted. All necessary removals including but not limited to pipe,, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation therefore, no direct payment will be made to Contractor: A -16 Disposal /Salvage of Materials Excess excavated material (clean dirt) shall be stockpiled and spread” in the designated area shown in the plans. Broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be.removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Water line valves and manhole .ring and covers will become the property of the City, and the Contractor shall deliver these items to.the City utility yards per the Engineer's instructions. A -17 Field Office (NOT USED) The Gentvaeter- must furnish the Gitj- Engineer er Me representative with a fie! efflee at the eenetruetien site. The field efftee must eeF�6aln at le.ast 129 square feet ef useable spaeer The field efflee must be air- eenditiened and h( . ated -Id aust be fuamished with an inelined table that measuwes at least 30m 3e 601, and twe (2) ehairs. The Ge3atLcaeter shall meve the field efflee an the site as required by the telephene (with 24 he__ ebay answering sei-flee) and F4�X ma�ehine paid far- by the Centraeter— There- is -ne- separate pay item €ei- th field -9 flee. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on working days. This plan must detail.the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting_ The plan must also indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. .4. Re- Submission: Revise and resubmit as required by the City Engineer. S. Once a Month IIpdate: Submit Updated Construction. Progress Schedule to Shorn actual progress of each stage'by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: a. The schedule of construction shall be structured to meet all requirements of Section A -6 "Time of Completions and as noted above. b. The schedule of construction shall not conflict with any provision of the Contract Documents and also that when the Owner is having other-work done, either by contract or by their own force, the Engineer may direct the time and manner of constructing the work done under this Contract so that conflict will be avoided and the construction of various works being done for the Owner will Section A - SP (Revised 9/18/00) Page 10 of 29 be harmonized. 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 will furnish all lines, slopes and measurements for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control . points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. if, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If; in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for.the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall.provide the following certification for documentation and verification of compliance with the Contract - Documents, Plans and Specifications. Said compliance certification shall be provided and prepared by a third party independent Registered Professional Land Surveyor (R.P.L.S.) licensed in the State of Texas retained and paid by the Contractor. The third party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the third party surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns point of tangency /point of circumference • 'Curb and gutter flow line.- both sides of street on a 200' interval • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes • All intersecting lines in manholes • Casing elevations (top of pipe and flow .line) (TxDOT and RR permits) Water: • All top of valve boxes • valve vaults rim • Casing elevations (top of pipe and flow line) (TxDOT and RR permits). Storm Water• • All rim /invert elevations at manholes • All intersecting limes in manholes • Casing elevations (top of pipe and flow line) (TxDOT and RR permits). Section A - SP (Revised 9118190) Page 11 of 29 L. A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the Engineer Consultant. The cost of the laboratory testing will be - borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. SCHEDULE OF TESTING BY THE CITY: 1. Embedment, Fill and Back €ill Laboratory Testing: (1) Gradation........ 1 /source (2) Moisture - Density Relationship... ............ 1 /Source (3) In -Place Density Tests.......... ......... • 1/300 LF /Lift ............................. 1/300 LF /Lift • Behind Curb, .............................. 1/300 LF. • Compacted Embankment ..................... 1/500 SY 2. Concrete Laboratory Testing: (1) Mix. Design: One for each class of concrete. (2) Concrete Cylinders: (1 set is 3 cylinders) a) Cast -In -Place Box Culvert.... 1 Set /6 Inlets b) Sidewalk ....... ............................... 1 set /4000 SF G) Curb & Gutter .............. 1 Set /500 FT 3. Flexible Base Course (See Subsection 025220) Laboratory Testing: (1) Moisture- Density Relationship Proctor Curve) .............................. 1 /Material or Source (2) In -Place Density Tests ...................... 1/2000 CY 6. Hot Mix Asphaltic Concrete Pavement (See Subsection 025424) Laboratory Testing: (1) Mix Design........, . ....................... 1 Ea. (2) Extraction Test. 1 Ea. (2) Stability and Laboratory Density. 1/500 Tons (3) Field Density ....................... 1/2400 SY SCHEDULE OF TESTING BY CONTRACTOR: Testing, including sampling, will be performed by Engineer or the. testing firm's laboratory personnel, in the general manner indicated in the Specifications.. Engineer shall determine the exact time, location, and number of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor. shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including. sampling, to be performed. Contractor shall have.no claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling,. are performed YJ in. the field by Engineer or the testing firm's laboratory personnel, Contractor shall furnish personnel and facilities to.assist in the activities. When the specifications require inspection of materials or equipment during the production, manufacturing, or fabricating process, or before shipment, Section A - SP (Revised 9118100) Page 12 of 29 such services will be performed by Engineer or an independent testing firm or inspection organization acceptable to- Engineer. Contractor shall give appropriate written notice to Engineer not less than 10 days before offsite inspection services are required,. and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel 'in the performance of their duties. The inspection organization will submit a written report to Engineer, with a copy to Contractor, at least once each week. The Contractor' must provide all applicable certifications to the Engineer Consultant. A -21 Project Signs The Contractor must install 2 Project signs as furnished by the City and as indicated on Attachment No. l The signs must be installed bef ore. 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 Minority/Minority Business Enterprise_ Partic3, ation Policy (Revised 10/98) 1. Policy It is the policy of-the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the 'City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2 Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein. identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) . Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least. 51.01 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 51.0W of the assets or interest in the corporate shares must be owned by one or more minority person(s). Section A - SP (Revised 9/18/00) Page 13 of 29. 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. Min_ ority: see definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation .at least 51_0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. . For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.056 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 Contractors 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. Commence 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 Section A - SP (Revised 9/16/00) Page 14 of 29 Will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) (NOT USED) and to assure a. final inspeetien after- the Millding is eempleted and ready fer must Obtain the Gertifieate of Qeeupaney --Mn in must Pay a"I fees aiad --h-a--ges levied by the Gity's Building Inspeetion Depaxtmeat, and alil, 9-t-h-er City fees, ineludinff water-/,o�sbewater meteL- fees a-Rd tap fees as required by City. . A -24 Surety Bonds Paragraph two (2) of Section 13-3 -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 (10a) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 *) of the reinsurer's capital and .surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must. be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 'from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be' listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NOT USED). ,Beetien —U -6 22, ali— sr`Memptien a. d t �. .. .r a,.i.v`ri�.'aysi, ra deleted ��S .. e���'3'�e�'p�- �rif� —c�l$ fellewing M aJ7 Sales, Exeise, f , Fliaanee 6f the Texas Gede, Puki:1ie Aeee RtB Of Texss Section A - SP (Revised 9/18/00) Page 15 of 29 inte thee. Sales, . eemplies with the abeve musts Afleate- to the—cAmeen— the subeentrraeteL-, in turn, issues a resale Bert L-F ieate te his supplier-. A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: 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 Sections B- 6 -11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: . Contractor agrees to indemnify, save harmless and defend.the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits., claims, demands, liabilities, losses and expenses, including court costs and attorneys'. fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with. the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death -or damage is caused directly by the negligence or Section A - SP (Revised 9/18/40) Page 16 of 29 other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) 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 the day -to -day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not necessarily limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and contract close -out procedures. The superintendent shall be present, on the job site, at all times. that work is being performed. 2. Foreman, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Section A - SP (Revised 9/18/00) Page 17 of 29 Foreman cannot act as superintendent without prior written approval from the Cit Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff,. and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City y 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 nGeneral 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: i 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation., either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the. requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has,. in fact, been made to' meet said requirements but that meeting such requirements is not reasonably possible. 6.. A list of subcontractors that will be working on the Project: This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price.. Failure of the Contractor to comply with this provision. Section A - SP (Revised 9/18/00) Page 18 of 29 constitutes a basis upon which to annul the.Contract pursuant to Section B- 7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s). of individual(s) authorized to execute contracts on behalf of said entity, A -31 Amended. Policy on Extra Work and Chas a 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" Re irements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3 -5 Execution of Contract add the following: The award of the Contract may be rescinded at-any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no .cause of action, of any kind, including for breach of- contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed. Contracts to the Contractor. A -.33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. . Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth. precedence will be given to the Standard .Specifications and the General Provisions will be given last precedence. In the. event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. Section A - SP (Revised 9/18/00) Page 19 of 29 All trash generated by the GeMtrraeterr or his I agents, r site. Blewing trash will net be allewed. areas elean at all ti­__ The Gentraeter shall all trash dail�-- keep werA _. --...eve range, blue, er white. Eaeh empleyee €ewm must provide e and individual employee ideatifteaties. aeter SeCtiOh .A - SP (Revised 9118100) Page '20 of 29 enly by teehniea:l based performed qualified and supex=vise�-y personnel? ineludes, bet E69 net limited te, eemplemity as- req�a}red in this Gentraet seleetiens, furnishing, installing, medifieatiens, additions, , en- at.lea,t three eenneetiRg, far -ate -least 5 years-: 4. lie e4Rpleys: a Registered Prefessienal , seftwaEe- speelfied- er- required by .the$ . Systems • lie Is reg:alarrly engaged in the eempater eentrel- steterr s }mess, a r eae_..b wateL agad wastewater- industry. based meniter-ing a _. , t as applied <e the iale eemplemity as- req�a}red in this Gentraet en- at.lea,t three -}a e far -ate -least 5 years-: 4. lie e4Rpleys: a Registered Prefessienal Engineer, a Control Systems Engineer —, e�r an Eleetrie.al RngimeEL Spade required by this-speelfieatiens. to supewrise- ei- per-€eia -the S ?Ction A - SP (Revised. 9/18/00) Page 21 of 29 po ONION WROW WO I S ?Ction A - SP (Revised. 9/18/00) Page 21 of 29 shall be Pe en the jarej A -36 Other Submittals 1. Shop Drawin g 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 7 .City Engineer or his designated representative. The Engineer will retain WJ six sets (seven if electrical) for distribution to City staff, inspector and Engineer's file. Contractor shall submit the additional number required for return for his files, manufacturers, sub- contractors, etc. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings.. _ C. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer . for approval, and coordinate the submission of related items. f. Marking. Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the . Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. 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. Sam: The Contractor must submit samples of finishes from the full range of manufacturers'. standard colors, textures, and patterns for. City Engineer's . selection. Section A - SP (Revised 9/16/00) Page 22 of 29 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 °Arran ement and Charge for Water Furnished by the City" — Under "General Provisions and Requirements for Municipal Construction Contracts ", B-- 6 -15 Arrangement and Char e for Water Furnished by the Cit , add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"): This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre- construction meeting. The Contractor will keep a. copy of the Plan on the Project site throughout construction." A -38 Worker'sm.G ensation Covers a for Building or Construction Projects for Government Entities The requirements of "Notice.to Contractors 'B ''I are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance (Not Used) A -40 Amendment to Section B -8 -6: Partial Estimates °- General Provisions and Requirements for Municipal Construction Contracts Section S= 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 Adviso 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 will be eeffipeasated -at the wit preiee 'adieated -in the =- A -42 OSHA Rules & Regulations It is the responsibility of the Contractors) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor," or any subcontractor, supplier, Section A - SP (Revised 9116100) Page 23 of 29 materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials; employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change. orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (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 -Suitt 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 amd dliaensieas due t-A (3) 11JIMeplatem data en all in-stalled eqfai-pment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. (6) Horizontal and vertical dimensions of existing utilities affected, crossed or found during the construction. A -46 Disposal of Highly Chlorinated. water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, v 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 Exploratoa Excavations (7/5/00) (NOT USED) _—Will WO ift do Section A - SP (Revised 9/18/00) Page 24 of 29 N ff er bex eulver-ts: er inlets and GentraeteL- grate shall survey the emaeb vertleal _—Will WO ift do Section A - SP (Revised 9/18/00) Page 24 of 29 existing utllit4:ee. the Engineer and Engineer's appre3tpal of 1,eperet. }_ 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 wares. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities.occurs. Contractor shall coordinate his work with AEP /CP&L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractors sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended °Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 8 -11 Maintenance Guarant add the following: "The Contractors guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Technical Special Provisions The requirements of. "Technical Special Provisions" are incorporated by reference in these Special Provisions. A -51 Contaminated Soils If, during the construction, an area is suspected of a high level of contamination, then the.City will have the area tested. if the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who. has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow the following-procedures: 1. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench. All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the Section A - SP (Revised 9/18/00) Page 25 of 29. construction drawings. 2. On -Site Stockpiles: Excess material from excavation, whether non - contaminated or contaminated with any detectable concentration of contaminants,-shall be handled in such a way as to prevent run -on, runoff,, and infiltration of contamination from precipitations. Contaminated stockpiles shall be underlain by plastic, with a clean -soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. 3. Disposal of Excess Non- Contaminated Soil: The balance of any non- contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. 4. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector. Excess contaminated soil will be transported by the Contractor to a safe disposal area to be designated by the City. 5. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. A -52 Fences All existing fences affected by the work shall be maintained by Contractor until completion of the work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence by the Contractor, and the period the fence.may be left relocated or dismantled has been agreed upon. Where fences must be maintained across. the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. There shall be no separate payment for removal, replacement or repairs to existing fences. A -53 Protection of Public and Private Property Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All.pavement,.surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. No trees shall be removed outside the permanent easement, except where authorized by Engineer. whenever practicable, Contractor shall tunnel beneath trees in yards and parkings when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage from construction operations. Contractor shall be responsible for all damage to streets, roads; highways, shoulders, ditches, embankments, culverts, bridges, and other public or private =: property, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the work or any part or site thereof, whether by him or his Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having Section A - SP (Revised 9/18/00) Page 26 of 29 jurisdiction. over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. All fire hydrants and water control valves shall be kept free from obstruction and available for use at-all times. A -54 Securit Contractor shall be responsible for protection of the site, . and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. No claim shall be made against Owner by reason of any. act of an employee or trespasser, and Contractor shall make good all damage to Owner's property resulting from his failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by Owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures as required to protect the site. A -55 Access Roads Contractor shall establish and maintain temporary access roads to various parts of the site as required to complete the Project. Such roads shall be available for the use of all others performing work or furnishing services in connection with the Project. A -56 Parking Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. A -57 Amended "Prosecution and Progress". Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. if the Contractor is terminated'or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization /remobilization costs. Such costs shall be addressed through a change order to the contract. A -58 Noise Control. Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound - muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work, according to Federal Highway Administration. and OSHA regulations. During construction activities on or adjacent to occupied buildings, ''and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building and shall conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. I Section A - SP (Revised 9 /18/00) Page 27 of 29 A -59 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. W4 Monthly payment will be withheld if this provision is not followed. AA60 Temporary Drainage Provisions Contractor shall provide for the drainage of Storm water and such water as may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. Existing drainage channels and conduits shall be "cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding.. See also: Section T1 -E20. of the Technical Specifications, Storm Water Pollution Prevention. A -61 Dewaterin This item is measured by the linear feet of trench where dewatering.is needed to keep the excavation dry. Storm water that enters an excavation can be pumped out as long as care is taken to minimize 'solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow .and ponding is to allow solids screening and /ox settling prior to entering a storm water .conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. it is the intent that Contractor discharge groundwater primarily into the existing" storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Test will also "be performed as each new area of construction is started. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system, the Contractor shall contact Mark Shell 857 -1817 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow.' Groundwater flow can be estimated by boring a. hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. .i Section A - SP (Revised 9/18/00) Page 28 of 29 C SUBMITTAL TRANSMITTAL FORM PROJECT: AQUARIUS STREET, DASMARINAS TO COMMODORE'S (BOND 2008) Project No. 6472 OWNER: City of Corpus Christi ENGINEER.: Urban En ineerin CONTRACTOR: SIIBMITTAL DATE: SUBMITTAL N KBER: APPLICABLE SPECIFICATION OR DRAWING SUMITTAL 2F1 Reinforced Concrete Pine 2F4 Precast Concrete Inlets and Manholes 2F4, SHEETS 43 & 44 Manhole Ring& Covers 2G1 PVC Pipe 2G2 2G8 2G9 3CI Pipe Fittings Valves Fire.Hydrants Concrete Mix Design 2H27 Geogrid Reinforcement 2H1 Flexible Base 2H11 Not Mix Asphaltic Concrete SHEET 24 Electrical Pu11 Boxes & Conduits 2J4 SHEET 30 i 2818 & SHEET 30 Revegetation Materials and Procedures Fiberglass Manholes Air Release Valves Section A - SP (Revised 9/18/00) Page 29 of 29 ATTACHMENT I PROJECT SIGN r� Lu tL Q CL x �- Oo x Q r� AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 15TH day of NOVEMBER , 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 $1,303,865.60 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: AQUARIUS STREET DASMARINAS TO COMMODORE'S PROJECT NO. 6472 (TOTAL BASE BID + ALTS. NOS. 1, 2, 3: $1,303,865.60) 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 Rea. Jun -MO Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B -6 -17 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 170 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. Page 2 of 3 Rev. Jun --2010 ATTEST: City Secretary APPROV D AST LEGAL FORM: By: Asst. City A orney , 0 X- T E 8 1- f "t ` MGM6,kPerson. Sdghing'-sfof 6rPOrat. WhIS 't P"' �no' rosidot.jt, O'bYof-6tithorization WS CITY OF ORPUSCH 17 By: Juan Perales, Jr., E. Assistant City Manager Public Works, Utilities, and Transportation By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Haas-Anderson Construction Ltd. Title. Prf�sideni. Haas-Anderson Management, LQ Cer,��-ral P.O. Box 7692 (Address) Corpus Christi TX 78467 (City) (State)(ZIP) 361/853-2535 - 3611853-5564 (Phone) (Fax) Page 3 of 3 Rev. Jun-2010 gy P R O P O S A L WEIVID-.01 AQUARIUS DASMARINAS TO ( BOND • i N STREET COMMODORE'S 2008) PROJECT NO. 6472 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM ADDEl OTiM 90. 2 PAGE 1 Ole 14 Attachment No. 7 Page 1 of 14 I FT� P R 0 P 0 S A L Place: r Us 111n. 1, r ✓1 Date : Proposal of = C4 ,ed' n !`�C i a; L.Tda a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as T0: 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: AQUAR'ITT3 STREET DASMARINAS TO COMMODORE'S (BOND 200$) PROJECT NO. 6472 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to --wit: PROPOS;kL FORM ADDEMLTM No. 2 PAGE 2 OF 14 Attachment No. 7 Page 2 of 14 BASE BID -PART A; STREET IMPROVEMENTS I II 111 IV V TOTAL PRICE IN BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE FIGURES A -1 3.8 AC CLEAR AND GRUB, COMPLETE IN PLACE PER AC $ 2,670.00 $ 10,146.00 A -2 1 LS REMOVE CONCRETE RIP RAP, COMPLETE IN PLACE PER LS $ 705,00 $ 705.00 A -3 1 LS REMOVE 18" RCP, COMPLETE IN PLACE PER LS $ 528.00 $ 528.00 A -4 27 LF REMOVE 24" RCP, COMPLETE IN PLACE PER LF $ 7.00 $ 189.00 A -5 640 SY REMOVE EXISTING ASPHLAT PAVEMENT, COMPLETE IN PLACE PER SY $ 2.35 $ 1,504.00 A -6 1 EA REMOVE CURB INLET, COMPLETE IN PLACE PER EA $ 212.00 $ 212.00 A-7 629 LF REMOVE CURB AND GUTTER, COMPLETE IN PLACE PER LF $ 4.00 $ 2,516.00 A -8 2 EA REMOVE PALM TREE, COMPLETE IN PLACE PER EA $ 212.00 $ 424.00 A -9 560 SY REMOVE LANDSCAPE MATERIAL, COMPLETE IN PLACE PER SY $ 3.60 $ 2,016.00 A -10 1365 CY EXCAVATION (ROADWAY), COMPLETE. IN PLACE PER CY $ 3.75 $ 5,118.75 A -11 4056 CY COMPACTED FILL (ROADWAY), COMPLETE IN PLACE PER CY $ 4.85 $ 19,671 .60 A -12 10960 SY COMPACTED SUBGRADE (12 "), COMPLETE IN PLACE PER SY $ 1.00 $ 10,960.00 A -13 10960 SY GEOGRID, COMPLETE IN PLACE PER SY $ 3.95 $ 43,292.00 A -14 8258 SY 7" LIMESTONE BASE (TY A, GR 1), COMPLETE IN PLACE PER SY $ 10.60 $ 87,534.80 A -15 2702 SY 2" LIMESTONE BASE UNDER CURB & GUTTER, COMPLETE IN PLACE PER SY $ $ 3.60 4.65 $ $ 9,727.20 5,761.35 A -16 1239 GAL PRIME COAT, COMPLETE IN PLACE PER GAL A -17 8258 SY ONE COARSE SURFACE TREATMENT (PB -3), COMPLETE IN PLACE PER SY $ 2.60 $ 21,470.80 A -18 8258 SY 2" HOT MIX ASPHALTIC CONCRETE (TY D), COMPLETE IN PLACE PER SY $ 1030 $ 85,057.40 A -19 4143 LF 6" L -CURB AND GUTTER, COMPLETE IN PLACE PER LF $ 12.75 $ 52,823.25 A -20 1844 LF 6" S -CURB AND GUTTER, COMPLETE IN PLACE PER LF $ 12.75 $ 23,511.00 A -21 396 SF 5' VALLEY GUTTER, COMPLETE IN PLACE PER SF $ 7.90 $ 3,128.40 A -22 865 LF PAVEMENT MARKING (YELLOW)(4 ")(SOLID), COMPLETE IN PLACE PER LF $ 1.15 $ 994.75 A -23 345 LF PAVEMENT MARKING (YELLOW)(12 ")(SOLID), COMPLETE IN PLACE PER LF $ 4.25 $ 1,466.25 A -24 495 LF PAVEMENT MARKING (WHITE)(4 ")(SOLID), COMPLETE IN PLACE PER LF $ 1.15 $ 569.25 A -25 210 LF PAVEMENT MARKING (WHITE)(8 ")(SOLID), COMPLETE IN PLACE PER LF $ 2.85 $ 598.50 A -26 130 LF PAVEMENT MARKING (WHITE)(12 ")(SOLID), COMPLETE IN PLACE PER LF $ 4.25 $ 552.50 A -27 185 LF PAVEMENT MARKING (WHITE)(24 ")(SOLID), COMPLETE IN PLACE PER LF $ 8.25 $ 11526.25 A -28 4 EA PAVEMENT MARKING (WHITE)(TURN ARROW), COMPLETE IN PLACE PER EA $ 142.00 $ 568.00 A -29 1 EA PAVEMENT MARKING (WHITE)(STRAIGHT ARROW), COMPLETE IN PLACE PER EA $ 142.00 $ 142.00 A -30 68 EA RAISED PAVEMENT MARKING (TYPE I -C), COMPLETE IN PLACE PER EA $ 7.40 $ 503.20 A -31 2 EA STREET SIGN ASSEMBLY W /9" BLADES & STOP SIGN, COMPLETE IN PLACE PER EA $ 484.00 $ 968.00 A -32 2 EA SPEED LIMIT SIGNS, COMPLETE IN PLACE PER EA $ 341.00 $ 682.00 A -33 8 EA OTHER REGULATORY SIGNS, COMPLETE IN PLACE PER EA $ 341.00 $ 21728.00 A -34 1 LS TRAFFIC CONTROL, COMPLETE IN PLACE PER LS $ 9,680 00 $ 9,660.00 A -35 2.0 AC REVEGETATION OF DISTURBED AREAS, COMPLETE IN PLACE PER AC $ 6,820.00 $ 13,640.00 A -36 40 LF SILT FENCE, COMPLETE IN PLACE PER LF $ 5.70 $ 228.00 A -37 15 EA INLET PROTECTION, COMPLETE IN PLACE PER EA $ 171.00 $ 2,565.00 A -38 1 LS MOBILIZATION, COMPLETE IN PLACE PER LS $ 101,000.00 $ 101,000.00 A -39 1 LS BONDS AND INSURANCE, COMPLETE IN PLACE PER LS $ 17,000.00 $ 17,000.00 SUBTOTAL BASE BID - PART A (A -1 - A -39) $ 541,688.25 BASE BID - PART B: STORM WATER IMPROVEMENTS IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN a =JG�Es B -1 630 LF 18" RCP (CLASS III), COMPLETE IN PLACE PER LF $ 32.00 $ 20,160.00 B -2 500 LF 21" RCP (CLASS III), COMPLETE IN PLACE PER LF $ 39.00 19,500.00 $ 39.00 B -3 547 LF 24" RCP (CLASS III), COMPLETE IN PLACE PER LF $ 21,333.00 $ 47.00 B -4 45 LF 30" RCP (CLASS III), COMPLETE IN PLACE PER LF $ 2,115.00 $ 75,00 B -5 B -6 B -7 B -8 B -9 B -10 53 LF 7 EA 1 EA 5 EA 1 EA 750 LF 36" RCP (CLASS 111), COMPLETE IN PLACE PER LF 5' STANDARD CURB INLET, COMPLETE IN PLACE PER EA 10' CURB INLET, COMPLETE IN PLACE PER EA 4' CONCRETE STORM MH TYPE B, COMPLETE IN PLACE PER EA CONCRETE HEADWALL SETS -FW -0 FOR 36" RCP, COMPLETE IN PLACE PER EA DEWATERING, COMPLETE IN PLACE PER LF $ 3,975.00 $ 24,185.00 $ 5,590.00 $ 21,875 00 $ 3,158.00 $ 12,000.00 $ 3,455.00 $ 5,590.00 $ 4,375.00 $ 3,158.00 $ 16.00 $ 2,25 B -11 1775 LF TRENCH SAFETY, COMPLETE IN PLACE PER LF $ 3,993.75 $ 2,670.00 B -12 _88 AC CLEAR AND GRUB (DITCH), COMPLETE IN PLACE PER AC $ 2,349.60 $ 5.75 B -13 2390 CY EXCAVATION (DITCH), COMPLETE IN PLACE PER CY $ 13,742.50 $ 7.75 B -14 322 CY COMPACTED FILL (DITCH), COMPLETE iN PLACE PER CY $ 2,495.50 B -15 .88 AC REVEGETATION OF DISTURBED AREAS (DITCH), COMPLETE IN PLACE PER AC $ 7,400.00 $ 6,512.00 SUBTOTAL BASE BID - PART B (B -1 - 6-15) $ 162,984-35 BASE BID, PART C: WATER IMPROVEMENTS I 11 III IV V TOTAL PRICE IN BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE FIGURg C -1 410 LF REMOVE EXISTING 16" WATER LINE, COMPLETE IN PLACE PER LF $ 16.00 $ 6,560.00 C -2 2138 LF 8" PVC C -900 DR 18, COMPLETE IN PLACE PER LF $ 22.00 47,036.00 C -3 7 EA 8" GATE VALVE WIBOX & COVER, COMPLETE IN PLACE PER EA $ 1,440.00 $ ` 10 080.00 C -4 1 EA 8" TIE -IN TO EXISTING LINE, COMPLETE IN PLACE PER EA $ 2,755.00 $ 21755.00 C -5 9 EA 8" D.I. 45DEG BEND, COMPLETE IN PLACE PER EA $ 620.00 $ 5,580.00 C -6 1 EA 8 "X 6" REDUCER, COMPLETE IN PLACE PER EA $ 548.00 $ 548.00 C -7 2 EA 8 "X 8" TEE, COMPLETE IN PLACE PER EA $ 778.00 $ 1,556.00 C -8 2 EA 8" CAP WITH BLOW -OFF, COMPLETE IN PLACE PER EA $ 445.00 $ 890.00 C -9 2140 LF 16" PVC C -905 DR 18, COMPLETE IN PLACE PER LF $ 41.001.$ 87,740.00 C -10 2 EA 16" GATE VALVE WIBOX & COVER, COMPLETE IN PLACE PER EA $ 3,355.00 $ 6,710.00 C -11 1 EA 16" HOT TAP WITH TAPPING SADDLE AND GATE VALVE, COMPLETE IN PLACE PER EA $ 12,275.00 $ 12,275.00 C -12 4 EA 16" D.I. 45DEF BEND, COMPLETE IN PLACE PER EA $ 1,550.00 $ 6,200.00 C -13 1 EA 16 "X 8" TEE, COMPLETE IN PLACE PER EA $ 1,310.00 $ 1,310.00 C -14 1 EA 16 "X 8" D.I. CROSS, COMPLETE IN PLACE PER EA $ 2,108.00 $ 2,108.00 C -15 4 EA FIRE HYDRANT ASSEMBLY, COMPLETE IN PLACE PER EA $ 4,840.00 $ 19,360.00 C -16 1 LS ALLOWANCE FOR UTILITY RELOCATIONS, COMPLETE IN PLACE PER LS $ 10,000.00 $ 10,000.00 C -17 614 LF DEWATERING, COMPLETE IN PLACE PER LF $ 11.30 $ 6,938.20 C -18 4278 LF TRENCH SAFETY, COMPLETE IN PLACE PER LF $ D.30 $ 1,283.40 C -19 34 SY PAVEMENT REPAIR 1 $ 97.00 $ 3,298.00 SUBTOTAL BASE BID - PART C (C -1 - C -19) $ 232,227.60 BASE BID, PART D: WASTEWATER IMPROVEMENTS 1 II III IV V TOTAL PRICE IN BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE FIGURES _`� D -1 500 LF REMOVE EXISTING 6" FORCE MAIN, COMPLETE IN PLACE PER LF $ 16.001 $ 8,000.00 D -2 2130 LF 8" FORCE MAIN PVC DR -18, COMPLETE IN PLACE PER LF $ 22.75 $ 48,457.50 D -3 1 LS 8" TIE -IN AT LIFT STATION, COMPLETE IN PLACE PER LS $ 5,770.00 $ 5,770.00 D -4 1 EA 8" TIE -IN AT MAN HOLE, COMPLETE IN PLACE PER EA $ 5,443.00 $ 5,443.00 D -5 2 EA AIR RELEASE VALVE IN 5' MANHOLE, COMPLETE IN PLACE PER EA $ 8,045.00 $ 16,090.00 $ 4,434.00 D -6 6 EA 8" 45DEG BEND, COMPLETE IN PLACE PER EA $ 739.00 D -7 2 EA 8" 22 -112 DEG. D.I. SEND, COMPLETE IN PLACE PER EA $ 739.00 $ 1,478.00 D -8 143 LF DEWATERING, COMPLETE IN PLACE PER LF $ 1600 $ 2,288.00 D -9 2130 LF TRENCH SAFETY, COMPLETE IN PLACE PER LF $ 0.55 $ 1,171.50 5 432.00 D -10 56 SY PAVEMENT REPAIR $ 97.0B SUBTOTAL BASE BID -PART D (D -1 - D -10) 98,564.00 BASE BID, PART E: ADA IMPROVEMENTS BASE BID, PART F: CONDUIT AND MIS V 6,150.00 62,049.00 68,199.00 1 II Ili IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE T( E -1 6 EA CURB RAMP, COMPLETE IN PLACE PER EA $ 1,025.OD $ E -2 16770 SF CONCRETE SIDEWALK, COMPLETE IN PLACE PER SF $ 3.70 $ SUBTOTAL BASE BID - PART E (E -1 - E -2) $ 2,370.00 $ BASE BID, PART F: CONDUIT AND MIS V 6,150.00 62,049.00 68,199.00 1 I1 III IV V TOTAL PRICE IN BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE FIGURES .F -1 3 EA MIS MANHOLE /PULL BOX, COMPLETE IN PLACE PER EA $ 2,370.00 $ 7,110.00 F -2 2030 LF 2" PVC SCH. 80 CONDUIT, COMPLETE IN PLACE PER LF $ 9.00 $ 18,270.00 $ 7,200.00 F -3 400 LF 3" PVC CONDUITS (SDR 26, CLASS 160) $ 18.00 SUBTOTAL BASE BID - PART F (F -1 - F -3) $ 32,580.00 TOTAL BASE. BID - PARTS A,B,C,D,E, AND F $ 1,136,243,20 NOTE: The above unit prices must include ail labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover finished work of the several kinds ca €led for and the Owner reserves the right to increase or decrease the quantity of any bid Aem. The above quantities are approximate, include an additional 5% }n some cases, and may vary from the final quantities. Do not order material based on these approximate quantities. ALTERNATE NO. 1 PART G: REMOVE EXISTING 16" WATERLINE II III IV V BID ITEM QTY & UNIT TOTAL, PRICE If1 DESCRIPTION UNIT PRICE FIG ORES G1 -1 2100 LF REMOVE 16" PVC WATER LINE, COMPLETE IN PLACE PER LF $ 16.00 $ 33,60 ALTERNATE NO.1 - PART G (G1 -1) $ NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate, include an additional 50% in some cases, and may vary from the final quantities. Do not order material based on these approximate quantities. ALTERNATE NO. 2 PART H: REMOVE EXISTING 4" & 6" FORCE MAIN I II III •s NOTE: The above unit prices must include all labor, materials, baifing, removal, overhead, profit, insurance, etc., to cover finished work of the several kinds 5% in some cases, e called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate, include an itional add may vary from the final quantities. Do not order material based on these a roximate uantities. IV V BID ITEM QTY & UNIT 5110 LF 310 LF 70 LF DESCRIPTION REMOVE 6" PVC FORCE MAIN, COMPLETE IN PLACE PER LF REMOVE 4" PVC FORCE MAIN, COMPLETE IN PLACE PER LF GROUT FILL 4" FORCE MAIN, COMPLETE IN PLACE PER LF UNIT PRICE $ 14.90 TOTAL RRICI FIGURES $ 76 13� $ 4,61 $ 1 15� $ 81 qI - H2 -1 H2 -2 H2 -3 $ 14.90 $ 16.50 ALTERNATE N0.2 - PART H {H2 -1 - H2 -3) •s NOTE: The above unit prices must include all labor, materials, baifing, removal, overhead, profit, insurance, etc., to cover finished work of the several kinds 5% in some cases, e called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate, include an itional add may vary from the final quantities. Do not order material based on these a roximate uantities. ALTERNATE NO. 3 PART 1: PROPOSED 8" FORCE MAIN I II III 1V V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PRICE IN FIGURES 13.1 1959 LF 8" FORCE MAIN PVC DR -18, COMPLETE IN PLACE PER LF $ 25.50 ~� $ 49,954.50 13 -2 1959 LF TRENCH SAFETY, COMPLETE IN PLACE PER LF $ 1,10 $ 2,154.90 ALTERNATE NO.3 - PART 1(13-1 -13-2) $ 52,109.40 NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover finished work of the several kinds tailed for and the owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate, include an additional 5% in some cases, and may vary from the final quantities. Do not order material based on these approximate quantities BID SUMMARY TOTAL BASE BID Parts A, B, C, D, E and F $ 1,136,243-20 ALTERNATE N0. 1 PART G $ 33,600 00 ALTERNATE N0. 2 PART H $ 51.913 00 ALTERNATE N0. 3 PART 1 $ 52,109.40 "HAAS- ANDERSON CONSTRUCTION LTD. Herewith certifies that the unit prices shown on this print -out for bid items ( including any additive or deductive alternates ) contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print -out. HAAS - ANDERSON CONSTRUCTION LTD. Acknowledges and agrees that the Total Bid Amount shown will be read as its Total Bid and further agrees that the official•Totl Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) le ( Title f •� / © Wax- s president, Haas-Anderson Management, LQ 65pna� Partner ( Date 13/1 / f 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 thaLt no representations made by the City are in any sense a warranty but are mere est i1mate s for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) cal endax days execute the formal contract and will deliver a Performance Bond (as recgui red) 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, zn the amount of 5% of the highest amount bid, is to become the property of the City o.f 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 Enterpriae Participation; The apparerxt 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 Seta 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 as follows (including any of the alternatives, if awarded)from the date. designated by a Work Order. Base Bid Only 150 Calendar pa s Alternative No. l ADD 5 Calendar Da s Alternative No. 2 ADD 5 Calendar Days Alternative No. 3 ADD 10 Calendar Days The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): 3 C-�- Respectfully submitted: p Name:his P a -� rc,CCr, i. By: (SEAL -, IF BIDDER IS P � /A SIG TATURE) e &_� a Corporation) Address: 4)a + eb (P.O. �Bo�[ { tr (City) (State {'ice Telephone: `~ NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers, (Revised August 2000) PROPOSAL FORM ADDENDUM No. 2 PAGE 12 OF 14 Attachment No. 7 Page 12 of 14 HAAS - ANDERSON C 0 N 5 T R U C T 1 0 N LTD Per addendum #3 attachment 44 "Asbestos Removal (S -1) ": All bidders shall submit a resume .... The resume shall be submitted with this proposal. Non submission of resume with proposal shall be considered grounds for rejection of bid. Thus, we submit herewith proof of completion of training. 1401 Holly Rd. • P.O. Box 7692 • Corpus Christi, Texas 78467 9 3611853 -2535 • FAX 3611853 -5564 La a N n O 6 a} M 00 ti i r� n m z 0 H 0 W ao v a� n n �Ci � ro O � y w 13 TIC C d 6L6L 8 �9� uoprupuoo sajoge '4r egv � L L � 6c 6ry two ttl y C� rn y� � • � `�� � + tom' 0, , C d 6L6L 8 �9� uoprupuoo sajoge '4r egv � L L � 6c 6ry t a W V 40 N A n ry 7 a c 71 a. D n Q� Q r i] w tit- Z d uoiprupuoo soi ogsyr egp: L L L L L EnV Q s Co * En n (7R a. D n Q� Q r i] w tit- Z d uoiprupuoo soi ogsyr egp: L L L L L EnV PAYMENT BOND STATE OF TEXAS § BOND No. 105609594 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: 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 "), 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 ONE MILLION, THREE HUNDRED THREE THOUSAND EIGHT HUNDRED SIXTY - FIVE AND 601100 U.S. Dollars ($ 1 303 865.60 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 Carpus Christi (OWNER), dated the 15TH day of NOVEMBER, 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: AQUARIUS STREET DASMARINAS TO COMMODORE'S PROJECT NO. 6472 (TOTAL BASE BID + ALTS. NOS. 1, 2, 3: $1,303,865.60) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (ReV. Date May 2011) Payment Bond Page 1 of 3 PAYMENT BOND STATE OF TEXAS § BOND No. COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Haas - Anderson Construction, Ltd. of the City of Corpus Christi_, County of Nueces and State of Texas , as principal ( "Principal "), and a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety "), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of ONE MILLION THREE HUNDRED THREE THOUSAND EIGHT HUNDRED SIXTY - FIVE AND 601100 U.S. Dollars ($_ 1,303,865.60 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 15TH day of NOVEMBER, 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: AQUARIUS STREET DASMARINAS TO COMMODORE'S PROJECT NO. 6472 (TOTAL BASE BID + ALTS. NOS. 1, 2, 3: $1,303,865.60) 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 22 day of November 12011- PRINCIPAL Haas - Anderson Construction, Ltd. By: Titlpj d&nta Haas - Anderson 1Vlanagementt LC., Address: P. O. Box 7692 Corpus Christi, TX 78467 -7692 SURETY Travelers Casualty and Surety C omeariy of . rnerica By:- 10orney c t` t` Ke.rry J. WQo:dq . 5 Address: 9601 McAllister Freeway, Suite 900 San Antonio, TX 78216 Telephone: 210 -525 -3963 Fax: E -Mail: (Rao. bate May 2011) 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: Attorney -in -fact ATTEST: Secretary Address: Address: Telephone: Fax: E -Mail: (Rev. Date May 2011) Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County., Texas, for delivery of. notioe and service of process: Name: Kevin Keetch Agency: Keetch & Associates Address: 1718 Santa Fe (Physical Street Address) Corpus Christi, TX 78463 -3280 (City) (State) (zip) Telephone: 361- 883 -3803 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 Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 &N. arpaahtl-ar #&e��a- fi°-Restde�:.l�gent:�f S.u�e� iuec- Ca�gt��Te�cas �fo�-= ctaeli Name: Agency: Address: (Physical Street Address) (City) (State) (zip) Telephone: E -Mail: 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 0 KNOW ALL BY THESE PRESENTS: BOND No. 105609594 That Haas - Anderson Construction Ltd. of the City of Cv us 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 ONE MILLION THREE HUNDRED THREE THOUSAND EIGHT HUNDRED SIXTY -FIVE AND 601100 U.S. Dollars ( 1,303,865-60 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 15TH of NOVEMBER , 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: AQUARIUS STREET DASMARINAS TO COMMODORE'S PROJECT NO. 6472 (TOTAL BASE BID + ALTS. NOS. 1, 2, 3: $1,303,865.60) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, and if the Principal shall repair and /or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Performance Bond Page 1 of 3 PERFORMANCE BOND STATE OF TEXAS § BOND No. COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Haas - Anderson Construction Ltd. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ( "Principal "), and , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ( "Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ( "City" or "OWNER "), in the penal sum of ONE MILLION THREE HUNDRED THREE THOUSAND EIGHT HUNDRED SIXTY -FIVE AND 601100 U.S. Dollars ($ 1,303,865.60 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 15TH of NOVEMBER , 2011, which Agreement is hereby referred to and made apart hereof as fully and to the same extent as if copied at length herein, for the construction of: AQUARIUS STREET DASMARINAS TO COMMODORE'S PROJECT NO. 6472 (TOTAL BASE BID + ALTS. NOS. 1, 2, 3: $1,303,865.60) 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 fled 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 22 day of November 20 11 . PRINCIPAL_ Haas - Anderson Covstrurtion. Ltd. By:�� a ©•��ac Title����a��� ,- �Q-- S- Andemon hna a mA4 Q C, =W Partner Address: P. 4. Box 7692 Corpus Christi, TX 78467 -7692 (Rev. Date May 2011) Address: 9601 McAllister Freeway, Suite 900 San Antonio, TX 78216 Telephone: 210 -525 -3963 Fax: :0,01 Performance Bond Page 2 of 3 TRAVELERS j City of Corpus Christi Legal Department 302 S. Shoreline - P. O. Box 9277 Corpus Christi, Texas 78469 Re: Certification of Power of Attorney for Performance and Payment Bonds: City of Corpus Christi Public Works Contract: Varions Gentlemen: I hereby certify that the facsimile power of attorney submitted by Betty J. Baxter, Lee Anna Biesenbaeh, Kevin G. Keeteh, DonNa Kauf, Kerry J. Woods, Tracie Henderson and Lonna Pokrant on behalf 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, UNITED STATES FIDELITY AND GUARANTY COMPANY, for Various (contractor) is a true and correct copy of the original power of attorney on file in the records of the surety in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of such power of said agent, the City of Corpus Christi shall be notified in writing by certified mail within seven (7) days thereof. Signed this 5"' day of October, 2011 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance�y St. Paul Guardian Insurance Comn v : r / RAZI St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Vice President Sworn and subscribed to before me on this 5th day of October, 2011. Frances Adams, Notary Public My Commission expires: January 6, 2015 y a FRANCES ADAMS Notary POW The State of Texas *� STATE OF TEAS City of Dallas, This instrument was acknowledged before me on October S, 2011 by Christopher H. Noble, Regional 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,, UNITED STATES FIDELITY AND GUARANTY COMPANY, a Maryland corporation, on behalf of said corporation. a'. FRANCES ADAMS � � `uv * Notary PubNc Frances Adams, Notary Public STATE OF TEXAS My Commission expires: January 6, 2015 EX 8i1 THIS POWER OF ATTORNEY IS TRAVELERS JW POWER OF ATTORNEY TRAV Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Pan] Fire and Marine Insurance Company United States Fidelity and Guaranty Company St Paul Guardian Insurance Company Attorney -In Fact No. 222582 004401479 Certificate No, 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 Iaws 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 Kaut, Kerry J. Woods, Tracie Henderson, and Lonna Pokrant of the City of CorpuS Christi State of Texas each in their separate capacity a more than one is named above, to sign, execute, seal and acknowledge any and all bonds, rec g zaannc and 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 anyactions or- proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and thee corporate seals to be hereto affixed, this 6th day of July 2( 1 Farmington Casualty Company' St. Paul Mercury Insurance Company Fidelity and Guaranty'Insurance Company_ Travelers Casualty and Surety Company Fidelity and Guaranty insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company pwsu,� ..e� DNS SY 9 O a' P :......... = 1982 0 � �9%% /►�^�C r m �coaoWa�TF�m �G�oA'•'��§ `%'��A; 7�J1 �' ; �` •.••Q�n° �° NAR1F09U, < � FNRtF6R7� �# •" �$b b� i SE y:- .......: JA1 ls., —Yrfa u� o Y .e �nucE 1 da_ n•••. a >a ar State of Connecticut City of Hartford ss. By: Georg Thompson, nior ice President On this the 6th July 2011 day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety d so to do, Company, Travelers Casualty and Surety Company of .America, and United States Fidelity and Guaranty Company, and that he, as such, being authorize executed the foregoing instrument far 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. Ulq My Commission expires the 30th day of June, 2016. 58440 -6 -11 Printed in U.S.A. NG: Marie C. Tetreault, Notary Public 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 cerutcate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recogmzances, 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 FURTE ER 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 certificate 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. 1, 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:$tates Fidel# ;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 ts._iu full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand andkf xed the seals of said Companies this 22 day of November —20 11. Kevin E. Hughes, Assistant Seciftary phSU,4 yFlRE G ��K INf K 1NSL 1.TY RHD Deb p��A` � Sy �Or' �4,' 4JH ..� 'P9,1, rg,P sG ,�►1��FJy� y'� 1982 0 ��% m• F2 0- yo +<�-r i� ��SE1ti,iR �1i of ef1NN. CLYYG $ 'Fn �� t �ESBALfD 4 p 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. sraauL TRAVELERS IMPORTANT NOTICE TO OBTAIN N IFORMATION 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 mare 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, 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 Residen Agent in Nueces County to whom any requisite notices may be delivered and on whom t service of process may be had in matters arising out of such suretyship, as provided b Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. y In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed day of 20 an original this the -� -- PRINCIPAL SURETY By.- By: Title: Attorney -in -fact ATTEST: Secretary Address: Address: Telephone: Fax: E -Mail: (Rev. Date May 2011) Performance Bond Wage 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 78463 -3280 (City) (State) (Zip) Telephone: 361 -883 -3803 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 Name: Agency: Address: (Physical Street Address) Texas, for �lrvery, (City) (State) (Zip) Telephone: E -Mail: 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 applicable law. under 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 pS[JPALIERNtIMSECt i U BP ASSIGNED gy �-'"` •:.ter PURCHAS)rIG prViglON C', us CITY OF CORPUS CHRISTI Christi . DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the followiu,g information. Every question must be answered. If the uesti i .. not applica le, answer with "NA ". See reverse side for Filing Requilements, Certifica ions °and definitions, COMPANY NAME: / P. O. BOX: STREET ADDRESS: �• , - � CITY �r. , - �; ,S j�`� ZTP I a FIRM IS: I. Corporation ❑ 2. Partnership 3• Sale Owner 4. Association ❑ .5. Other ❑ DISCLOSIIRE QUESTIONS If additional space is necessary+, please use d10 reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having art "ownership interest" constituting 3% or more of the ownership in the above named "firm." Naive #A 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," Namc f� ! Title 3. State the names of each "board member" of the City of Corpus Christi leaving an "ownership interest" constituting 3% or more of the ownership in the above pained "firm." Name Bo r'd, Colmm�is��r.,on' jp -r Committee 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 "owner's C interest" constituting 3% or more of the ownership in. the above named "firm " Name Consultant PROPOSAL FORM ADDENDUM N4. 2 PAGE 13' OF 14 Attachment Na. 7 Page 13 of 14 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an ec ortonnic benefit on any City official or employee that is distinguishable from the effect that the action will leave on members of the public ran 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 -319 (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: �, F prq• i&nt, Haas- Anderson Management, iL,�„ Y g '� Title: y� a7 r_4nac (Type or priat) Signature of Certifying Date: Person: DEFINITIONS 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, i ncludnrg but not limited to, entities operated in the force 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 holdncg 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 ADDENDUM No. 2 PAG8 14 OF 14 Att.achmelnt. No. 7 Page Z4 of 14 A�CQRU" HAAANCi OP ID: EIDI CERTIFICATE OF LIABILITY INSURANCE DATE (M 11/ 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 BELOVIt. 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 ions f the holder is an ADDITIONAL INSURED, the pailcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the tem-as and conditions of the policy, certain policies may require an endOmemenL A statement on certiendorsement(s). this certificate does not confer rights the ficate holder in lieu of such certificate PRODUCER A Ins Agcy -CC PO Box CFO Corpus C"risti, TX 784034870 Randal M Les INSURED Haas - Anderson Cans #ruction l P. O. Box 7692 Corpus Christi, TX 78467 -7692 361 -883 -1711 NAME Diann Eisenhauer PHONE NN 40 ;361 -853 -1711 A: :Starr $r s Co Cas Co & Surei 262 Kt:vISION NUMBER: THIS )5 70 CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOIWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT .TO WHICH THIS CERTIFICATE MAY 13E 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 INSURANCE POLICY NUMBER P P GENEIRAL LIABILITY V MME M LIMn'ri A X COMMERCIAL GENERAL LIABILITY DTC05459$949TLC71 EACH OCCURRENCE $ 1,000,000 09101111 09101112 PREMISES EamcmxTenee $ 300,00 CLAIMS -MADE a OCCUR X XCU Included � MED EXP (Any one person) $ 5100 GEML AGGREGATE LIMIT APPLIES PER. POLICY X PRO- aLOC AUTOMOBILE LIABILITY V ' B X AIVYAUTO BA5459B95011CNS ALL O%NED AUTOS AUTOSULEO HIREDAUTOS 0 AOTOSVmED HDHUMBRELLA LIAS X OCCUR UMBRELLA EXCESS LIAR r., ., . AND EMPLOYERS' LIABILITY 1' C ANY PROPRIETORIPARTNERIEXECUnVE YIN DTNUB0470C16211 OFFICER/MEMBER EXCLUDED? WA (Mandatary in NH) FNI 8'ADV INJURY $ 1 GGREGATE $. 2 S 1 09101M 1 09/01/12 BODILY INJURY (Par person) S BODILY INJURY (Per aoddant) $ PROPERTY DAMAGE Peraoradent $ 3 EACH OCCURRENCE c 09101111 I 09(01M2.- 09/01/11 j. 09101/12 E.L. EACH ACCIDENT S 1 Ij! E:L. DISEASE - EA EMPLOY S z Z 1 DESCRIPTION OF OPERATIONS I LOCATION81 VEHICLES (Attach ACORD 101, Addidand Ramsft Schedule, If more apace N requiredl RE: Aquarius StreetDasmarinas to Commodore's - Project No. 6472 The City of Corpus Christi is named as additional insured an all General Liability and all Auto Liability policies. CICC -CO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Engineering Services V Attn: Contract Administrator AUTHORIZED REPRESENTATIVE P.O. Box 9277 Co us Christi TX 78469 -9277 ACORD 25 2010105 ®1988-2010 ACORD CORPORATION. All rights reserved. { 1 The ACORD name and logo are registered marks of ACORD INDTEPAD w�►ANC�_ PAGE 2 INSURE['$ NAME kaas- Anderson Construction Ltd OP ID: EIDI oATE 11/29/11 VIi►Ya vllrr;Pu -War YOYQw VI r11aYr YI IYY P %Muo Iuwiw, Liabilitly includes premises - operation, explosion & collapse inde round hazard roductslcompleted operations hazard; jai insurance, broar� orm property damage coverage, independent )m and personal injury Me Liability includes owned, hired and non -owned autos Compensation includes owners, partners, executive officers. Liabilltv QLT400 12109), Automobile ICAT325 02!99 Workers cation WC42060100� mIiciies have ge a idorsed' o provide 30 Day F Cancellation to the City of Corpus Chnsti. Haas - Anderson Construction, Ltd, City of Corpus Christi P.O. BOX 9277 Travelers Lloyds Insurance Company Policy #DTC05459B949TLC11 Corpus Christi, TX 78469 Term: 09/01/11 to 09/01/12 9 , COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY %(BLANKET ADDITIONAL INSURED (CONTRACTORS) This ert¢orsement modifies insurance provided under the following: V / COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 W . HO IS AN INSURED — (Section it) is amended c) The insurance provided to the additional in- to include any person or organization that you swW does not apply to 'bodily injury" or agree in a 'written contract requiring insurance" "Property damage" caused by 'your work - to include as an additional insured on this Cover - and included in the 'products - completed op- age Part, but. erations hazard" unless the "written contract a) Only with reaped to liability for "bodily injury 1 requiring insurance" specirw.0v requires you 'Property damage" or 'personal injury": and to provide such coverage for that additional b) If, and orgy to the extent ihsL the injury or insured, and than the insurance provided to damage is caused by acts or omissions of the additional insured applies only to such tha ry you or your subcontractor in the performer" 'bodily injury" or "Property damage' t time Of "your work' to which the 'written contract curs before the and of the Period of me for requiring insurance applies. The person or which the '% Written contract requiring inaur- arganizahm does not qualify as an additional ance" requires you to provide such coverage insured with respect to the independent acts or the end of the poRCy period, whichever is or omissions of such arson or eanfar. p txganizatlon. 2. The Insurance provided to the additional insured by this endorsement is limited as follows: a) In Om event that the Limits of Insurance of this Coverage Part shown id the Declarations exceed the limits of liability required by the ' writen contract requiring insurance, the in. surance provided to the additional insured shag be limited to the limits of liability re- quired by that ".mitten contract requiring in- surance". This endorsement $ hall not in- crease this limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to - bodily injury", 'prop- erty damage" or - personal injury - arising out of the rendering of, or fallure to render, any professional architectural. engineering or sur- veying services, including: i. The preperiftg, aPPMVing, or failing to Prepare or approve, maps. shop draw. ings, opinions, reports. surveys, field on der$ or change orders. or the preparing, approving, or failing to prepare or ap. prove. drawings and specifications, and IL Supervisory, inspection, architectural or engineering aetivitiea. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and colkKlibie "other insurance ", whether primary, excess, contingent or an 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 less, and we will not share with that 'other insurance", aut lthe insurance provided to the additional Insured by this endorsement still is excess over any valid and collectible -other in. suranW, whether Primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional Insured under such "other insur- ance". 4. AS a condition of coverage provided to the addiflonal insured by this endorsement: a) The additional insured must give us wntten 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: CG 02 46 04 05 0 2005 The St. Paul Travelers Companies, inc. Page I of 2 COMMERCIAL GENERAL LIABILITY 1. How, when and where the "occurrence' or offense took place. 11. the names and addresses of any injured persons and witnesses: and ill. The nature and location of any injury or damage arising out of the "occurrence* or offense. b) If a claim is made or'suir is brought against use additional Insured, the additional insured must: 1. Immediately record the specifics of the Balm or "suit' and the date received: and ii. Notify us as soon as practicable. The additional insured must see to it that we receive writlen notice of lire claim or "suit' as soon as practicable. cj The additional insured must irnmediately send us copies of all legal papers received in connection with the clairn or "suit", cooperate with us in the investigation or settlement of the claim or defense against the 'suit', and otherwise comply with all policy conditions. d) The additional Insured must tender the de- ferpe and indemnity at any claim or "suit' to City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78459 any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insu• ance provided to the additional insured by this endorsement is primary to other msur. ante" avalable to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. S. The folowing definition is added to SECTION V. DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in" sured on this Coverage Part, Provided mat the "badly 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 Haas - Anderson Construction, Ltd. Travelers Lloyds Insurance Company Policy #DTCO5459B949TLC11 Term: 09101111 to 09/01/12 Authorized Representative: _C>VT04e001; V`: c. Before "and of the policy period_ R. M. Lee, Managing Director Swantner & Gordon Insurance Agency, LLC P.O. Box 870, Corpus Christi, TX 78403 -0870 Page 2 of 2 0 2006 The St. Paul Travelers Companies, Inc. CG D2 46 09 06 Haas- Anderson Construction, Ltd. POUCYNUMBER: BA5459B95011CNS COMMERCIAL AUTO QQ //�0a11//i��o _a ��11JJ112 ISSUE DATE09 /01/11 Terni'HIS9E &A&E��/GFFARGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the foliowing: BUSINESS AUTO COVERAGE FORM l GARAGE COVERAGE FORM V 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 idenufles person(s) or orgarkmion(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 Fort. SCHEDULE Name of Person(s) or Orgarftation(e): Airy PERSON OR ORGANIZATION TAAT YOU ARE REQUIRED TO INCLUDE AS AN ADDITIO1iO L INSURED ON THIS COVERAGN PORN IN a WRITTEN CONTRACT OR ASRSIONENT THAT is SIB AM EXECUTED BY YOU BETORE THE °BODILY It6 MN OR "PROPnrY D71117 GZm OCCURS AM THAT IS IN Etf7►1>;CT DMM99 THE POLICY PERIOD. 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 shaven in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an Insured' for Liability Coverage, but any to the extent that person or organization qualities as an "insured' under the Who is An Insured Provision contained in Section 11 of the Coverage Form. Authorized Representative: Q?40po i 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 Haas - Anderson Construction, Ltd. V/ POLICY NUMBER- DTCO5459B949TLC11 ISSUE DATE: 09/01/11 Term: 09/01/11 to 09/01/12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATIONINONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PART'S INCLUDED IN THIS POLICY SCHEiUri E CANCELLATION: Number of Days Notice of Cancellation: 3o NONRENEWAL: Number of Days Noltce of Nonrenewal: PERSON OR ORGANIZATION: Any person or organization that is a certificate molder of a certificate of insurance issued for you that 1. Refers to this policy and states that notice of.cancellatlon 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 of your agent or broker for this policy, at the time of the cancellation or nonrenewal. 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 nonpayrnent of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of canceE 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 bast the number of days shown for cancellation in the schedule above before the effective date of can- cellation. IL T4 0012 09 8. If we daddy 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 wiN mail notice of the nonrdkewml to the person or organization shown in the schedule above. We will main 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. 0 22009 The Tnwssis I Ww nily Company Page t of 1 Haas - Anderson Construction, Ltd. $A5 4 5 913 9 5 011 CNS COMMERCIAL AUTO POLICY NUMBER; V`, ISSUE DATE: 09101111 Term: 09/01/11 to 09/01/12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM � MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM SCHEDULE 1. Name: Amy PSRSoN OR oRGANIZATIoN ros WOW THE NAMED INSURED HAS AGREED BY Address: WRITT201 CONTRACT TO I191R1f2S$ THIS ENDORSE 2. Number of Days Notice: 3 0 b` City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 (if no entry appears above, information required to complete this endorsement vAN be shown in the Declalra5ons as appNcable to-this endorsement.) PROVISIONS We vAll mall 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: a i @P R. M. Lee, Managing Director Swantner & Gordon Insurance Agency, LLC P. O. Box 870, Corpus Christi, TX 78403 -0870 CA T3 25 02 99 Page 1 of 1 rRavELERS? WORKERS COMPEN5ATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 OB 01 (00) -- oo1 Haas - Anderson Construction, Ltd. Term: 09/01/11 to 09/01/12 POUCYNUMBER: DTNUB0470C16211 Vr`, 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 evert at cancelation or other material change of the policy. we wal mail advance notice to the person or organization named in the Schedule. The number of days advance notice Is shown in the Schedule. This endaturnerd shall rid operate directly or Indirectly to benefit anyone not named in the Schedule. SCHEDULE t. NUMBER OF DAYS ADVANCE NOTICE: 30 4 (or'•j z. NOTICE WILL BE MAILED TO: b' ANY PERSON OR ORGANIZATION THAT IS A CERTIFICATE HOLDER OF A CERTIFICATE OF INSURANCE ISSUED FOR YOU THAT: A) REFERS TO THIS POLICY AND STATES TWAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE PROVIDED TO THAT PERSON OR ORGANIZATION. AND 8) IS IN EFFECT, AND IS ON FILE AT THE OFFICE OF YOUR AGENT ** Number d days Notice speaNied In the Certificate of Insurance to all holders of such certificates. City of Corpus Christi A.O. Box 9277 Corpus Christi, TX 78469 a' V DATE OF ISSUE: 09/01/11 ST ASSIGN: Page 1 of 2 q� P� P� M TRAVELERS) WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (o0) - 002 Haas - Anderson Construction, Ltd. ,- Term: 09/01/11 to 09 /01 /12POLICYNUMBER: DTMM0470C16211 I V TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the pal" because Texas is shown in Rem 3.A. of the Information Page. In the event of csnceiation or other material change of the policy, we will map advance notice W the person or organization named in the Scheduie. The number of days advance notice is shown In the Schedul4. This endorsement shall not operate directly or Indirectly to benefit anyone not named In the Schad tie. SCHEDULE 1. NUMBER OF DAYS ADVANCE NOTICE: 30 V (or ••� 2. NOTICE WILL BE WAILED TO: CONTINUATION OF WC 42 06 01 (00) -004 OR BROM R FOR THIS POLICY, AT THE TItME OF THE CANCELLATION. SUCH NDTICE WILL BE tMAILED TO THE ADDRESS SHOWN FOR THAT PERSON 0R ORGANIZATION IN THAT CERTIFICATE OF INSURANCE. THIS ENXRSE14ENT DOES NOT APPLY WI-EN TI-E REASON FOR CANCELLATION IS NON - PAYMENT OF PREINUUM. •* Number of days Notice specRied In the Certificate of Insurance to all holders of such certificates. Authorized Representative: R. M. Lee, Managing Director Swantner & Gordon Insurance Agency LLC P.O. Box 870, Corpus Christi, TX 78403 -0870 DATE OF ISSUE: 09/01/11 ST ASSIGN: Page 2 of 2 014253