Loading...
HomeMy WebLinkAboutC2005-537 - 10/25/2005 - Approved 2005-537 10/25/05 M2005-367 DMB Construction SPECIAL PROVISIONS r SPECIFICATIONS ,... AND P'" FOR~IS OF CONTRACTS AND BONDS FOR ..... - - (~ONCRETE, LINED CHANNEL REHABILITAIION CARROLL WEST DI1'CII ._...,._....-.__.L"'___ -,----,------- .- Prepared hy' liI~ - HDR Engineering, Inc. .~ i 51 FlY!1f1 Parkway, Suite J J4 Curpus Christi. TexJ~; 784! 1 Phcne: 36] i357 .:C. ; 6 Fax: 361/X57-0509 ....,f FOR CITY OF CORPUS CHRISTI, TEXAS ,.., ~;TORM\V ATER DEP ART~ENT FrJi~ It' 361 /8-::'G-l S81 P.i: 361lf::6- J 3xl.) SEPTEMRE'l 2005 . . . '\ \ \ \ \ 1\' \'0\\.,\.\\I.l{{' ,"'::-'~'-' t'\.,. (,; l I ~,>. .."~ ..". 71; 1/1, .:;::-: (.,'\ ......... t ~ 1/1 --..". ~,' *. " J' 1/ ::....~*... .-' ".i'r",:./ ;::::.*: '/\ '...'-:, .:_-.: . ~ .. ... .... ,'.. . .. .. .. .. . . -". .. ~ ? ~ARL [,'."RUL~_ ~- ,--' ,. ......,., , . . ... ,., '/.' '',(3701) , ,^r:::.. I ';:;'~ ".1>" ~";' ,'~'~j..; 1/'\ 'r~ O"'.<<Cfst'....,....vlt...J. '" '~(/~~;'!~il;..l~~~/f!));;. / ~/ I{ in h; \m!f.i1Ylf]? .' S ";' . i .' . /,( > P'; "-'I 1/ (I: [. r.-------c<lI--~-----~, , "R"'E('T 7>.10 '1')'3 j L.-.____' ~'.~/.: - .---' ..::.:: ',....,1 ___ ~,..---.._._w~.- -, f'- . P p. 1 ' .' ~ ' ~,~~f~.:,:..:':':19 .:.~~~1 0 J2:.._J :-'{.'OlS.2 f'f6.:)-,2 ' ,.,-~". .._.,.."......."',;.,'";~..- ""~''''';--'''--'"",~-""", .-......,,-...,,- .- ..,...."__.~"r.<__,......~..'<.....,.,.,.",....'.",,_,_. ""_'",~",_- _ ._......_-__ Ciw of ~ ADDENDUM NO.1 September 22, 2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: CONCRETE LINED CHANNEL REHABILlTATION"CARROLL WeEST DITCH PROJECT NO. 2213 Prospective bidders are hereby notified of the following modifications to the GOnt,.am documents. These modifications shall become a part of the contract docum~nts. All provjslons of the contract documents not specifically affected by the Addenfa shall remain unchanged. I. PART A - SPECIAL PROVISIONS - PARAGRAPH A"tII.AND PhalrQf RECEIVING PRO'OSALS I PRE-BID MEETING A~I Nb:t:TOBIII .;>~ . A. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed one week, from September 28,2005 at 2:00 p.m., to Wednesday. Oc.ober 5. 2005 at 2:00 D.I1l. Location and Time of Bidding shall remain unchanged. Plea~ acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM #J ARE/eo / ~s~:;-: Director of Engineering Services !pJ./Of:' ADDENDlJM NO.1 Page 1 of 1 Engineering Services P.O.Box 9277 · Corpus Christi, Te~ 184690.9277 . (361) 880~3500 ~ SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH Prepared by. I-il~ HOR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 361/857-2216 Fax: 361/857-0509 FOR CITY OF CORPUS CHRISTI, TEXAS STORMW A TER DEPARTMENT Phone: 361/826-1881 Fax: 361/826-1889 SEPTEMBER 2005 ~~~\\\\\\tUI/(1 J ~ :\t QF r rl/; -::::-: '\........... ~-t: {(/ -0. ?' * ..-is' (I,:. ~*.' . '.*0- ~. . . '/: :::-: * : '.* ~ ~ . . r -;:::::::4......................~ ;:; CARL E. CRULL -;::; .---".................... .............. ...--'" ?,'. 46706 : ~ :0 -0 . . '/: ?. '.-1> ~~.' ~ O"'..~9'sH.~...~<v '1/; ~ss ....... (!III 'ONAl .-/ llinm 7 ID~ q(<6I PROJECT NO: 221\ ORA WING NO: STO 522 )9079.21362.,~! 1 ,"evi "e(l ',/00 ) CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH Table of Contents NOTICE TO BIDDERS (~"vJ:;ed 1/'"iOO) NOTICE TO CONTRACTORS - A (Revised Sept 2000) InSULance Requiremerits NOTICE TO CONTRACTORS ,- B (Revised 7/5/(0) Worker s Compensati)n Coverage For Building or Construction Projects For Government Entities SECTION A P. I L. 1 I 4 A i) A f:") P p, "; A, ''-1 A 1 0 p. 11 A 12 I, 13 A 14 A 15 A 16 .r:.. 17 A 18 A 19 A 20 A 21 A 22 A 23 A 24 A 25 A 26 A 27 A 28 A 29 A 30 A n A \2 A 53 A 34 A 35 A 36 A ,7 A \8 A ',9 A 40 1, 41 1, 42 A 43 SPECIAL PROVISIONS Time and Place of Receiving Proposals/Pre-Bid Meeting Definitions and Abbreviations Descllption of Pr. ject Method of Award I tern,; to be Submi t ted wi th Proposal Time of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and RCffiovalo (NOT USED) Disposal/Salvage of Materials Field Office (NOT USED) Schedule and Sequence of Construction Construction Staking Testing and Certification Project Signs- See Specification 021010 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Inopection Rcquired (Rev-ioed 7/5/00) (NOT USED) Surety Bonds Salea Tal( E}(cmption NO LONGER APPLICABLE (6/11/98) Supplemental Insurance Requirements Rcoponoibility for Daffiage Claimo (NOT USED) Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Contract" Requirements Amended Policy on Extra Work and Change Orders Amended "Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents ~Watcr Facilitico Special Rcquircmcnto (NOT USED) Other Submittals (Revised 9/18/00) Amended "Arrangement and Charge for Water Furnished by the City" Worker's Compensat ion Coverage for Building or Construction proj ects for Government Entities Ccrtificate of Occupancy and Final ~cccptancc (NOT USED) Amendment to Section B-8.6: Partial Estimates Ozone ^dvioory (NOT USED) OSHA Rules & Regulations Amended Indemnification & Hold Harmless (9/98) Revision 8/03 Page 1 of 2 A II , A A A A F, A A A A ~ A A ') ChaIlg. Orders (4/2( /991 As~Bu It Dimensions and Drawings (7/5/00) DiopO.I<:llc--e+ Highly€hlorin.:ltcd \oJo.tcr (7/5/00) (NOT USED) H=-e--E'+mo t ru c t i 0 n-friq3.l'B+- .:l tory Ex c 0. V.:l t i on 0 ---{-+f-5-fG-B+ ( NOT US ED) ()velhhid Elect:ricaJ Wires (7/r,/00) Amend "Maintenance ';ualani y" (8/24/00) Trench Safety Pavement Restorat.ir,n and Project Clean-up Surra, Restcratiol Error~: and Jmiss lOLS Lack "f Informat iOI Amendpd General Provislons B- 2 'I Preparat ion of Proposal Meaf;Ul ement and Payment of Subs idiary Items of Work Submittal Transmittal Form ATTACHMENT I - SAMPLE COMPUTER GENERATED PROPOSAL SHEET CUPPLEMENT~L SPECIAL PROVICIONS (NOT USED) SECTION B GENERAL PROVISIONS SECTION C FEDERAL WAGE RATES AND REQUIREMENTS SECTION S STANDARD SPECIFICATIONS 02]010 Project Signs 0.2 j 080 Removing Abandoned Structures 022020 Excavation & Backfill for Utilities & Sewers 02]022 Trendl Safety for Excavations 022100 Select Material 022420 Silt Fence 02 202 Manholes 027402 Reinforced Concrete Pipe Culverts 028020 Seedlng 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates. Rings, & Covers SECTION T -- TECHNICAL SPECIFICATIONS 02800 Concrete-Lined Drainage Channel Cleaning LIST OF DRAWINGS 1 Cover Sheet, Project Location and Sheet Index 2 Summary of Quantities, General Notes, Project Layout 3 Site Plan 1 & 2 4 Proposed Drainage Pipe Detail A, 8, & C 5 Slte Plan 3 & 4 6 Proposed Drainage Pipe Detail D & E 7 Details & Sections Sheet 1 of 2 8 Details & Sections Sheet 2 of 2 9 Ity of Corpus Christi, Standard Details NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Revision 8103 Page 20f2 NOTICE TO BIDDERS NOTICE TO BIDDERS ~ea]pd r 'P(J:'~ill 'Jid! "!":;"1 t fit:> . it 'i d Uf!Jl!; Christi, Texas for: CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH consisting of the em('jcJ df-Tr,xlfnaj'~ly h I q"il[ :)f 1i3" rrugated metal/reinforced one JT ipi', III .a r ,,-'J j r (:h(~d 1" r LuqatecJ metal/ reinforced concrete i p' :n' il') 1 ',.' ] r j E 4" rJ liqatcd meta 1/ reinforced concrete pipe jnd rel'L, 'em('n: '",rt t, I opv c,j I' l:Jforeed ,:Ull'rete pipe. Replacement of storm pipes ncludi's 'he i[!!,ta] la "lly!.lca]')[)('[ete manhcles and 2 special concrete un'; J 'n IUX,'S. II Je dill iJ jes ('1 dl1 nq of approximately 2270 linear feet ( H.' !. : c' 'h]i][I,' Ii ;el r,' W [pI t.iflqU dr .,hdnn(1). The project includes all 'PP\:!t 'n,,(:, 1[,j ,.3S 'id'"j ',;' in d", 'I,JUl' With the plans, specifications, did L, (Wk' It , \ \ -'~ ..L J.. 1 : e<-:ei \(.'.1 It the I I September 28,2005,11.,] inq time 'wi' h.. I '11lI ,f Ihe itt :iecIetdl:y until 2:00 p.m. on then r:uh1i I Y .:.Jpcned .md read, Any bid received if,.j 1]I101'enpj, Wednesday, ] fte i '1 :\ pi e bi oed t )n T'hird f 1 neetll,'J mt-~~e L nJ i c:: )f th,J mc,-Ll )[, (;, '; !la 1 .~ I 1 1 D' (,nd 3ch,'dulf:'l.i JUI 11:00 a.ro, Tuesday,September 20, 2005. The rig '" 11! hi' the Enqineeri ng Serv ic(~s Main Conference Room, OJ [" '['dld St n'E'; Corpus Christi, Texas. The pre-bid I III" Ci t v, !I'd \",i 11 i fwlude a discussion of the ~) rc) 1 f-:':-l 'op(-' bid b, I.J 1 n t 'Ie d[U -I]nt Iii 5% thp hlqhest amoullt bid must accompany each pj,)v,k 1ft." hid bUild WIll constitute a non-responsive L b.. (un ;ldE'red. F'dllure to plovide required performance ~onl!d t I $ '),oon.oo will result in forfeiture of the y ,j i i lqllldated dcJmages. Bidder's plan deposit is subject e ~ the ('IIY if hidd]ng documents are not returned to the ,:>f e<>' if'! i! h id!-i . uropo:;]] Fal J un ropoI..d wh I cl \oJI l. n ind pc. y'm. lit il( nd, or 5% t,id L.. .lld Le I rle Ci o mania <)['y jUlfeltu :it wit!, n \14(. weeks Plans, p "posal fOllIlS, Sp<>(:11 ICdl Juns dnd cuntract documents may be procured from the Clt~ Engineer up In deposit of Fifty and no/100 Dollars ($50.00) as a Juarante, of UIE'.i? l'otuln in quod condition within two weeks of bid date. Document can be obtaIned by mall upon recelpt of an additional ($10.001 which is \ nun re fundaL.] (' pc st,jqe/han.jl i nq ('harere. The bldd'I preva1 I fl 1 S set Oil t Ind the lr tYfl':' is hereby f.)t] lied tlidt the owneJ has ascertai.ned the wage rates which the] oed lit '{ i I wltlch t his work is to be done and that such wage scale in the contlact documerlLs obtainable at the office of the City Engineer mtraetor sh"ll pay not lf'sS t.han 1 he <"age rates so shown for each craft "labo reI," "wo r km'1n, " "mcchar, ic" employed on this proj eel.. t'he '~.l Y reserves tile iqht It'j(e.,:t: dny IIr all o dCi:8FI the tlld whi :h, 1[1 the :ity's opinicn, 'lty dTld n the be~,t nterest, r the puh] i( bids, to waive irregularities and seems most advantageous to the ITY OF l'OPPUS CHRISTI, TEXAS Is/ Angel P. Escobar, P.E. Oircctur of Engineering Services Is/ Armando Chapa City Secretary (<evised is/OO NOTICE TO CONTRACTORS - A NOTI(:E l'() CONTRACT()RS - A INSURAN(~E REQUIREMENTS Revised September, 2000 1\ Certificate of Insurance indicating proof of coverage 111 the following amounts IS required: --+-~_..- - :E MINIMUM INSURANCE COVERAGE ---- on all certificates Bodily Injury and Property Damage $2.000.000 COMBINED SINGLE LIMIT Hazard - NON-OWNED $1.000,000 COMBINED SINGLE LIMIT ._- WHICH COMPLIES WITH THE TEXAS WORKERS[] COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT JTYI $2.000.000 COMBINED SINGLE LIMIT >VERAGE ----~ REQUIRED rge; to include long- ~ NOT REQUIRED I of contaminants See Section B-6-11 and Supplemental Insurance Requirements ------ REQUIRED .---L NOT REQUIRED _.. See Section B-6-1 I and Supplemenlallnsurance Requirements .-- REQUIRED ...x. NOT REQUIRED n PE OF INSlJRAN( JO-Day Notice of Cancellation required CommercIal General LIability including I Commercial hmn ') Premises ( lperatiom, 1 Ex.plosion and Collapse Hat:ard 4 Underground Hazard :'i. Products! C(lInpleteJ Operation, () Contractual Insurance 7 Broad Form Property Damage R Independent Contractors lj. Personal Injury AUTOMOBILE LIABILITY-OWNED OR RENTED WORKERS! COMI'ENSA TION EMPLOYERSi i LIABILlT) EXCESS L1ABILIn PROHiSSIONAL P( )LLUTION LIABII ENVIR()NMENTAl. IMPAIRMENT 0 Not liollted to sudden & accidental discha tern envIronmental impact for the disposa BUILDERS! RISK INSTALLATION FLOATER Page 10f2 The (:it\ (If (:orpus Christi must he named as an additional insured on all coverages except worker's compensation Ilabillty'lverage The nallle of the projed must be listed lIndel "description of operalions" on each certificate of insurance. For each Insurance coverage, the ('ontractor shall obtain an endorsement to the applicable insurance policy, signed by the InSUlt:!, prov iding the City with thirty (0) days prior written notice of cancellation of or material change on any coveragl' The ('ontraclor shall provide to the City the other endorsemenl<; to IOsurance policies or coverages, which are spellfied In section B-b II or Special Pwvisions section of the contract. ,4 l'lmpleted "Disclosure of Interest" must be submitted with your proposal. Should you havl' any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORE?. 'S CO~.:PENSATION COVERAGe: FOR BUILDING O?. CCNSTRUCTION PROJECTS FOR GCVE?,-NMENT ENTITIES :::>.ctS law requi:::'es t.ha:. ::-.ost contr3.ct:ors, subcc::c::-3.ctors, and )th~::-s ~roviding work or serv~ces for a City building or construction ~rc-ec~ ~ust be covered by worke::-'s compensation insura~ce. authorized el:- ~scrance. or ~n appr2ved worke::-'s compensa~~=~ coverage :igre3!:';e!'~ [ ~ven if Texas law does ~ot require a contractor, subcontractor _,r c::.he~s performing r::-oj ect services (including deliveries to the job ,ite) =~ provide 1 or the 3 forms of worker's compensacicn coverage, . he '=_':y will requlre such coverage for all individuals providing work ~r ser~lces on this Project at any time. including during the maio :::s::ance guaranty per:1.oc.. :-:otor carriers which are required to -eg:s=e: with the Texas Depar==enc of Transportation unde::- Texas Civil Sta~~:::es Article 6675c, and ~hich provide accidencal insurance ;overaqe under Texas Civil S:.atutes Article 6675c, Secc~on 4(j} need '"ot: ::::-0'; ide 1 of the :~ forms cf worker I s compensation coverage. ~he Contractor agrees =~ comply with all applicable provisions )f T",xas Administrat::. ve Code ~itle 28, Section 110.110, a copy of wnlC~:' attached and deemed i~corporated into the project contract. Please ~ote that under sectlen 110.110: certain language =ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors ana others providing services for the Project; the Contr2.ct:or :.s required to submit '::0 the City certificates of c:::>verage for its employees and for all subcontractors and others providing services on the proj eet. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the Contractor ~s required to post the required notice at the job site. By sis~~ng this Contract, the Contractor certifies that: i~ will timely r::on::::l" .-lith these Not:..ce to Centractors "3" requirements. NOTICE :-0 CONTAACTORS .- B (Revisea 1/1.3/981 paqe 1 of 7 8/7198 :-~Le l ~\i. C Title 28. I~SCRA_.:\CE P:ln II. TEX.AS \YORKERS' CO~lPE~SA TION CO~IMISSIO~ Chapter 110. REQUIRED NOTICES OF COv"1:RAGE Subch:lprer B. E:\lPL01'ER :\OTICES ~ 110.110 Reporrin? Reauirements for Building or Construction Projects for Governmenul Entities (a) The following words and terms, \vnen t.:sed in this ruie, shall b.ve the following meanings, unless the context c:e:llly indicates otherwlse T e::-:ns not defined in this ruie shall have the meaning de5ned in the Texas Labor Code, if so de5.ned. (1) CerUDUte of cove:c.ge (ce::rnC2.::e J-...... ccpy of a cer-.llC3.te c:- i.::surance, :! ceniiicate of authority to seLf-insure :ssued by the ccr.unissicr:., cr a worke:-s' ccm;Je:1S2.ucn coverage agreement (1WCC-S I. T\\'CC-82. TWCC-83, or TWCC-84), showing statutory worke:-s' ccmpensation insurance coverage for the person's or entity's e~ployees (inducing those subject to a coverage agreement) providing services on a lJroject, :or the duration ofille project. (2) Building or consuuc:on-nas the me2.!'.ing defined in the Texas Labor Code, S 406.096(e)(1). (3) ContIc.c~or--A person bidding for or awarded a building or co~uuction project by a govemrnent21 enuty (4) Coverage-Workers' comlJensation ins'...:.rance meeting Lhe statutory requirements of the Texas Labor Code, S 401.011(44) (5) Coverage ~greement-A written zgree~em on form TWCC-o 1, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a rdarionship between the parries 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 or the project-Includes the time from the beginning orwork on the project until the work or. the project has been compieted ~.:1d accepted by the govem.'11ental entity. (7) Persons ~roviding se".;ces on L'1e projec: ("subcontractor" i;: 9 406.096 of the Act)-With the exception or persons exc:uded under subsections (h) and (i) of this section. indudes all persons o~ entities perrorming all or part of the services the contractor has undenaken to perform on the proJect, regardless of whether th3.t pe;son contrac:ed directly wlth the contractor and regardless ofwheIher that person has emolovees. TIis inciudes but is not limited to inde:Jendent contractors, subcontractors. leasing companies,' m~tor carriers, owner-operators, employees of any such entity, or employees of any entirv fi.:rPjsrung persons 1Q perform se:-vices on the proje::t. "Services" includes but is not lL"1ited - httlJ//v."NW scs.st2.tetx uS.itad23!IlJlI0fB/110.110 htmi :IOT ICE TO CONTRACTORS - - Revised 1/13/981 paqe 2 ot ., 8/7/98 Page 2 c:-:) ;;~:.. ~:::; -:'~iing, O~ de:.;.:er-:ng e~U1~rr:e:1I cr ~::.:~r-:2.is. cr :r2\1ciing labor, tr~'spc~2.::cn.. or oth~:- sc;\,::~ . ~ :::.: ~= ::J .? prOJec::. '':: ~;vices" does not L-::;:..:~e 2C11\-i:: e~ C1,:eiated to the prO.1e:;:. ~:":ch as :coe.:;t> ~;::.=~ ','endors. I C:ce sUDpiy de!.iveries, 2....--:::::, ce!iverv of :orc2ole toilets. (8) Prclc:-;-;...;'1c:udes the crc"1sion of all services r~:::.,ed to a cu:.:c:i..,g or cOnstruCT-ion C::;:::;-act for a g:] ve :-:'.::: :~::: 2.~ ~:: tHy (b) ProVjQir.~ or causmg to ce provided a cerrifica:e of coverage ~ursuant to this rule is 2. r~presc::2.:ic:: ov the ins'Jre::: :hat all employees of :he insured woo are pro,;ding services en the proJec: :::..:-e c~'..ered by workers' compensation coverzge, that the coverage is based on proper repomm; of classiiication coces and payroll amoucts, and that all coverage agreements have been filed vmh L~e c.?;:ropriate insurance carrier or, in the case or" a self-insured, with the commissioG's Division or Se:.:-bSi.lf2..:>Ce Reguiatiof'_ Providing false or misle2.ding ceX:5cates of coverage, or :ailing to proVlde:x r.:cimain reqUIred coverage, or failing to report any c:-.znge that materially arre::-..s the provisioQ of coverage may s'Joject the contractor or other person providing services on the project to adrrunis:;:.::vc r-c:1a1tics, c:i.minal penalties, civil pe:12.ities, or other ci,,;] actions. (c) A gcve:-:,_-::e:1tal entity tl:2.~ emers into a buildi.--:g or construc-..:on contract on a projeCI shall: (i) indude ir. t~e bid specrnwtions, all the provisions of parag:rz;;j (7) of this subsection, L:sing the language re:::uired by paragraph (7) of this subseCIicr...: (2) as pan o,-Lle contract, using the language required by paragrc.ph (7) of this subsection, require the COmIc.G:or to perfonn as required in subsection (d) of this section: (3) obtam :Tc;n the cantra.c:cr a certificate of coverage far each per-son providing services on the project, ::nor to that pe,son beginning work on the project; (4) obtain ITem the contractor a new certificate of coverage showing extension of coverage: (A) before tr.c end of the c..rr:-e:J.t coverage period, ift..1e contrac:or's current certifiC.:!te cfcoverage shows that the coverage pe~od ends during the duration of the project; and (B) no iater 0.2..D seven days a..i:er the expiration oft!le coverage fur 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 ce;1mcates of coverage on file for the duration of the project and for three years thereafter, (6) prow)e a copy of the ce;ificates of coverage to the commission upon request and to a...1Y person entltle::! ':; them by law; and (7) use the la::gaage comaine:: in the following Figure i for bid specmcations and contracts. '.l,'ithour any additional words or cnanges, except those required to accommodate the specific document in which th~v are :::omained or to impose stricter standards of doc1.lr:1entation: T28S1 10 110(c)(7) tbl http j/v.~.vvv' sos Si2.te, LX usltac.'::SIIIJl 101B/1 10 110.htrrJ NOTICE TO CONTRACTCRS - 3 Revised 1/13/961 paqe 3 of 7 8/7/98 ~ ..... o ill! Page j of 6 :) A comractor snail. j) provide coverage ror lIS emplcyees ;:roviding services on a project, f::: L.~e duration of the projec~ :2.Sed on proper re?orring of class i::;:;;.:.:on codes and p2.:Tcil amounts a.-:c E::g of any coverage 2.~ee:nents; ,2) provide a certificzte of coverage s~o\Ving workers' compensation cove:-age to the governmental ~:1rity prior to be~"g work on :he ;::rojecr; (3) provide the governmental entir:(, ;::ior to the end of the coverage pe:i.cd, 2. new certificate of ::overage showing extension of ccverage, if the coverage period shown on me contractor's current :errificate of coverage ends during the duration of the project; . (4) obtain from each person providing services on a project, and provide te th.e governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental e:Jury wiil have on file certificates of coverage showing coverage for all pe:-sons providing services on :.::e projecr; and (0) no later than seven days after :-ecei;n by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certiiiczte of coverage ends during the duration of the project; (5) retain all required ceruficates of coverage on file for the duration of the project and for one year thereafter: (6) notify th.e governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have ir..nown, of any change that materially affectS the provision of coverage of any person providing servi~ on the project; (7) post a notice on each project si.e informing all persons providing services on the project that they are required to be covered, and stating how a person may verify cwrent ccverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed. by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, mthout any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE ~The taw requires that each person working on this site or providing services re!ated to this consuuction project must be covered by workers' compensation insurance. T-is 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. It ~Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers failure to provide coverage. " ~rrp:flwwv.r sos.state.tx.usltad281II!110fBIlIO.l10.html NOTI~ ~o CONTRACTORS - B Revised 1/13/98) paqe 4 ot. 7 8n/98 ~';) . j~.\:- 11 C t'age 4 or 6 (8) cc:::~?cx:llly rec.'..:U"e ~~:1 ~e;scn \'mn \"l;r.cr:: :: comrac:.:s :: ::;o.....ide services c:: :!. ~;oject to: (A) provlcie coverage based on pro~er re?oni..~~ or classifi~tion caces 2...'1d payroii 2..r::aums and filing; of anv c:).....er2~e agree~e:::s r;)r ~ of i:s empieyees proviciiIls se:--;ices en the proje~. :~r the duratio~ or the ?,ojec; (B) pro\lde a certiiiC3...e 0:- cover2.ge to the can~2.ctor prior to that person beginni...~g '.;-ork on the proJec:: (C) inciuce in aU comrac:s .0 orovide semces C~. tne projec:: :::.e iacguage in subse::-.icn (e)(3) of this sectlon.. (D) pro\'ide the contracc;-, prior :0 the end of ~~e coverage pe:-iod, a new certiiicz:e or coverage showine extension of coveral!e, if the coveral!e ceriod sho\.Vl1 on the current cerriiica..e of coverage -- -- --- . ends dering the duration or the project: (E) obtam from each othe:- ~erson v.rith whom :: cantrac::s, wd p:-ovide to the con::!7-c::or: 0) a ce:-tiiica.te of coverage, prior to the other ;;e:-son begin...iIlg work on the projeG:; l..:.d (ll) prior to the end of me coverage period, a Ilew cenificate of coverage showing eXIe~ion of the coverage period., if the coverage period shown on the CUITe~!. ce:-rmca.te of coverage eIlds during the duration of the project; (F) ret2.lI1 all required ce;+.ilicates of coverage on file for the duration or me projec:: 2...:.0 for one year thercier; (G) notify the governmental entity in writing by certified mm or personal delivery, v,ithin ten days after the person knew or should have known, or any change that materially affects the provision of CDverage of any person providing semces on the project; and (H) conrracrually require e:lcn other person with whom it contrac-~, to perform as required by subparG.graphs (A)~ of this parc.graph, with the cenificate 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. sb.all: (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 or any coverage agree;:}eIlts; (2) prOVide a certificate or coverage as requird by its contract to provide services CIl the project, prior to beginning work on the project; (3) have the foUowing language in its contract to provide services on the project: "Sy signing this contrae:: or providing or causing to be provided a certificate of coverage, the person signing this contra::: is repr~senting to the goverrunental entity that all employees of the person signing this contrac: who will provide services on the project wiU be covered by workers' compensation coverage hnp:fi\\-"\llW.sos.state.tx.usltacJ281II11101B1l10.110.html NOTIC& TO CONTRAC.ORS - B Revised 1/13/981 paqe 5 c f 7 8/1/98 o .. llV t'age :) or 0 for ti:: d:.::-ation of ,-~e or01ect, :hat the cc';erage will be :::~ed on proper reponing of dassiiication cooes 2.!lO oayroll 2..o.-::o~nt~, and that ail coverage agree::1e:::s '.vill be filed with the appropriate insurz.::ce ~er or, :..-: the case of a self-ir..scred, with tl:e commission's Division or Self.Insurance Re~i2.tion. Providing false or misleading i...-:,:orw.aUon may subject the contractor to administrative pe~alues. c;iminal Fc;alties, cj...;J penalties. or other civil ac..:ons." (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 cen:nc~l!e or coverage, a new certificate showing extension of coverage. if the coverage period shown aD :he certificate of coverage ends during the duration of the proJec:, (5) obtain from each person providing services on a project under contract to it, and provide as requrred by its comract: (A) a certificate of coverage, prior to the OL1.er 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 currenr cenificate of coverage ends during the duration of the proj~; (6) retain all required certiiicates of coverage on file for the duration of the project and for one year thereafter; (7) notify the goverffiTIental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agr~:nents for all of its e::1ployees providing services on the project, for the duration afthe project; (B) provide a certiiicate 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 subsectio~ (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 ofcoveraee ends during the duration cf the project; - (E) obtain from each other person under contract to it to provide services on the project., and provide as requireci by its contract: (i) a cert~cate 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 showine extension of the coverage period, if the coverage period shown on the current certificate of cov~ge ends during the http://www.sos.state.tx.usltad28fIl11101B1l10.llO.htrnl NOTICE TO CONTIIACTORS - e Revised 1/13/98) p.aqe 6 ot 1 817/98 , ..J i ~ \.. Page 6 of6 duration cI :~e contra~: (F) retaJ11 ail reqUlred ce~::::~:es or coverage on file for the duration c:- .I.e project and for one year thereme; (G) nouiy the govemme::~?i e::tiry in wming by ce:rified mail or person2.i delivery, within ten days after the person knew or should have known, of any change that IIl2.ter:aliy affects the provision of coverage of any person providing services on the project; and (H) comrac:ually require ~c~ 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 "'\"hom they are providing services, (f) If any provision of this rule or its application to any person or circ.1:TIstaIlce 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) TIlls ruie is applicable for building or construction contracts adve~.ised for bid by a governmental entity on or after September 1, 1994, TIlls 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 far bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil StauJtes, Article 6675c, to register with the Texas Department ofTranspoItation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, 94(j), (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, 9 406.097(c). and who are explicitly excluded from coverage in accordance with the Act. S 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, 9 1,20). TIlls 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: The provisions of this 9 110.110 adopted to be effective September 1, 1994. 19 TexReg 5715; amended to be effective November 6, 1995.20 TexReg 8609. Return to Section Index http://wwwsos.state.rx.usitaci23/II1110/B/1IO.110.htm1 NOTICE ~o CONTRACTORS - B Revised 1/13/981 Paqe 7 ot 7 8n/98 SECTION A SPECIAL PROVISIONS CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receivinq Proposals/Pre-Bid Meetinq :ealed p oposals wi 11 be leeei'fed in conformity with the official advertisement nvit ing hids for the !,eojcct Proposals wi 11 be received in the office of the City iecretary, located on the fast floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, September 28, 2005. Proposals mailed should be addressed in 'he following manner: ATTN: CIty of CorpuH Christi City Secretary's Office 1201 Leopard Street, Corpus Christi, Texas 78401 BID PROPOSAL CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH '\ pre bid meeting 1.S scheduled for 11:00a.m, Tuesday, September 20, 2005. The location of the meeting will be the Engineering Services Main Conference Room, Third floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be ( lnducted by the City and will include a discussion of the project scope. A-2 Definitions and Abbreviations iection B 1 of the (;ent'ral Provisions will govern. A-3 Description of Proiect 'he proj,"ct conslsts of the removal of approximately: 46 linear feet of 18" .:orrugated metal/reinforced c()ncn~t~e pipe, 185 linear feet of arched 21" corrugate'd lletalheinforced concrete pipe, and 65 1 inear feet of arched 24" corrugated metal/ leinforced concrete pipe and replacement wi th proposed reinforced concrete pipe. Replacement of storm pJpes includes the installation of 3 typical concrete manholes uld 2 special concrete junct ion boxes. Project also includes cleaning of approximately 2270 linear feet of concrete channel liner (5' wide rectangular ,:hannel). The projecti ncludes all appurtenances and associated work in accordance with the plans, specifications, and contract documents; A-4 Method of Award rhe bids will be evaluated based on the Total Base Bid subject to availability of funds The City reserves the] ight. to reject any or all bids, to waive irregularities and 'j accept the bid which, in the City's opinion, is most advantageous to the City and n the best interest 01 the public The Bidder shall bid for all Base Bid Items in ne proposa I. A-5 Items to be Submitted with Proposal (he following items a!:E' ElC'_qll_iJ'ed to be submit:ted with the proposal: ; .k 5% Bid Bond (Must reference; CONCRETE LINED CHANNEL REHABILITATION - CARROLL WEST DITCH as identified in the Proposal): (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) DIsclosure of Interests Statement Section A- SP (Revised 9/18/00) Page 1 of 22 A-6 Time of Completion/Liquidated Damaqes 'he wOlking time for :::ompleLion of the project w-H+ shall be FORTY-FIVE (45) ~:alendar days, The .~ontractol shall commence work within ten (10) calendar days Ifter receipt of writt en notice from the Director of Engineering Services or tesigne,' "City Engineec"l to proceed, Should either the Base Bid or the Alternate " d be :;elected, the time (f :ompletion for 'he Project shall remain the same. r ed.cll alendar day t hat any work remains Lncomplete after the time specified in fIe contract foe comp] et ion of the work 01 after such time period as extended ursuan1 othel provisions of this contract, $500.00 per calendar day will be ,"sesserl dqainst the Ccntractcll df: ] iquidated damages. Said liquidated damages are 1t 1 mposed as a pena ty but as't11 estimate of the damages that the City will ustain fllm delay in cumpletion of the work, which damages by their nature are not ipable oj precise proof, The DIrector of Engineering Services (City Engineer) may ""' thholo J.nd deduct f rom monies otherwise due the Contractor the amount of quidate,' damaqes due he Ci,-y A-7 Workers Compensation Insurance Coveraqe i J the Contractor's workers' compensation Insurance coverage for its employees 'Norking OIl the proj ect is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract not in ""ffect on the effective date of cancellation of the workers' compensation [lSUranee -:overage to be repl aced, then any Contractor employee not covered by the "quiIed ",,'-)rker:,' ~Ompe[lsat 1011 insurance coverage must not perform any work on the r oject Furthermol e, for each calendar day including and after the effective date of t erminat ion or cance lL,tion of the Contractor' s workers I compensation insurance coverage tor its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, lS 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 t c) the Contractor and wi 11 be assessed and paid even if the permitted time t complete the Project has not expired. III accordance with other requirements of this Contract, the Contractor shall not permit subcontractors 01 others to work on the Project unless all such individuals working on the Project dJ:'e covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the CIty Engiw'er A-a 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- of the General Provisions. A-9 Acknowledqment 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. S nee addenda can have ,;ignificant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Revised 9/18/00) Page 2 or 22 A-10 Waqe Rates lRevl;ed /e ,;()i)) H Lnirnum I't evai L ing Wage._~c=a!es abol prf feren,:e dnd w<.l.ge rat es for Heavy Construction__ "'he C'orpu Chn st i eit:, Counc; 1 has determined the general prevailing minimum hourly wage rates for Nueces County Texas as set out in Part C. The Contractor and any ubennt ra,.tol must not pay J es,; than the speei f ied wage rates to all laborers, ,.;orkmen ,ind mechanic.; employed by them III the execution of the Contract. The ';)ntldctc' or ~;llbColltrlctor shall forfeit Sixty dollars ($60.00) per calendar day, pnrl iei thereof, fo; each Laborer, workman, or mechanic employed, if such person ,; paid 1.";s than the ;,peCl fied rat es for the classification of work performed. The '.lntl act:o! and each subcont ractor must keep an accurate record showing the names and iassificd ions of all laborers, workmen, and mechanics employed by them in lnnect ie- with 'he Project and :;howing the act.ual wages paid to each worker. "ie 'ont ,;ctor will make hi weekly certified payroll submittals to the City --,nginee r-. !'he Cont ractc.r wi 11 also obtain copies of such certified payrolls from all ubcont ra', 'Lors3.nd others wOI~k i ng on the Project __ These documents will also be ubm 1 t t ed to 1. he eit:. Enginee rbi-weekly (See sect ion for Minority/Minority ilsi ness ,';nterprise Par ticipat i.on Pol icy for addit ional requirements concerning the IDper fo m and canten of the payroll submittals.) ne dnd oile-halt '';'Jrked In excess ul ida}' ,0, (See ~~)urs 11 1/:; time~3 the specified hourly wage must be paid for all hours of 40 hours in anyone week and for all hours worked on Sundays or Sectiun B 1 1, Definition of Terms, and Section B-7-6, Working A-ll Cooperation with Public Aqencies (ReVised ';/5/00) he Conrr~ctor shall cooperate with all public and private agencies with facilities perating >,;ithin the Lmits of the Project. The Contractor shall provide a forty- 'ght 148 hour notice t.o any applicable agency when work is anticipated to proceed ii the ,Ii lnity of any facility by using the Dig Tess System 1-800-344-8377, the "me 3tar Notification Company at 1 800-669-8344, and the Southwestern Bell Locate ;roup at 800-828-5127 For the Contractor's convenience, the following telephone !lUmbers are listed. Clty Engineer AlE Project Engineer fraf! JC EnglIleer Police Department Water Department Wastewater ServiCt"S Department Gas Department Storm Water Department Park,_ & Recreation Department Solid Waste Services Department AEP/ Central Power & Light Co. SBe/ Southwestern Bell Telephone Co City Street Div. For Traffic SLgnal/Fiber OptlC Locate Cablevision ACSI {Fiber Optic) KMC Fiber Optic) Choi,eCom (Fiber Opticl CAPROCK (Fiber Opt i.c) BruoKs Fiber Optic (MAN) Reqi, 'na] Transport atlon Authority (RTA) 880-3500 HDR Engineering, Inc. 5151 Flynn Parkway, Suite 314 Corpus Christi, Texas 78411 Phone: 857-2216 Fax: 857-0509 880-3540 882 - 1911 857 -.1880 857-1818 885-6900 857 1881 880-3461 857-1970 299-4833 881-2511 (880-3140 (880-3140 (885-6900 (880-3140 after after after after hours) hours) hours) hours) (693-9444 after hours) (1-800-824-4424, after hours) 857-1946 857-1960 857-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624) 813 1124 (Pager 888-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972-753-4355 289 2712 Section A - SP (Revised 9/18/00) Page 3 of 22 A-1.2 Maintenance of Services 'he Contractor shal j Like al I precautions in protecting existing utilities, both lbove and below ground Due to the nature of the work proposed, the drawings do not nclude dny utility locations It is the Contractor's sole and complete :esponslbi lity to locate such underground features sufficiently in advance of his 'perat,ion: to preclud, damaging the existing facilities. If the Contractor 'ncounten ut ilL ty serv ces along the I ine of thi s work, it is his responsibility to uintai 'he services in c(mtinuou,; operatioll at his own expense. n the eVt'nt of damage Lo underground utilities, whether shown in the drawings, the \mtractol shall make the necessary repairs to place the utilities back in service construct the work i,S intended at no increase in the Contract price. All such '<-'pai rs must confc'rm t the requi r"ements of the company or agency that owns the iliti(.s ItJhere exist ing sewers dre encountered and are interfered with (i. e. broken, cut, cc.l, fl'lw must be maintained. Sewage or other liquid must be handled by the 'mtractOI either by connecti on lnto other sewers or by temporary pumping to a itisfacto,'youtlet a] I with the approval of the City Engineer. Sewage or other quid mUf,' not be pumped, balled or flumed over the streets or ground surface nor Juted through underground storm sewers and ContTactor must pay for all fines and 'emediat ion that may re,;ult if sewage or other liquid contacts the streets or ground ,.rface The construction of temporary gravity flow lines, force main lines, pumping Hlu.ipments plugs, fJow diversion structures, etc., required to maintain and control stem 1'1 )WS shall be the responsibility of the Contractor. It is also the I Jntractol s responsibility to make all necessary repairs, relocations and ddjustment to the sati faction of the City Engineer at no increase in the Contract pi ice Materials for 1 epairs, adjustments or relocations of sewer service lines must be pL)vided by the Contractor A-1.3 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 t all res idents and businesses at all times during construction. The Contractor must provJ de temporary driveways and/or roads of approved material during wet weather The Contractor must maintain a stockpile to meet the demands of inclement weather The Contractor will be "equired to schedule his operations so as to cause minimum adverse impact on the a,:cessibili ty of adj oining properties. This may include, but i not limited to, working driveways in hal f widths, construction of temporary , imps, etc Fer work WIthin the City controlled right of way, the Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted b" the City, Copies of this document are available through the City'S Traffic Engineering Department, The Contractor shall secure the necessary permit from the '::, ty' s Traf f ic Engineer] ng Department. l\ 1 costs for traffIC ,:ontrol are considered subsidiary; therefore, no direct pdy'ffient wi [1 be made to Contractor. If the site needs any adjustment in the traffic r:untrol sign location, which may be required for safety of traffic and pedestrians, no additional payment for the implementation and enforcement shall be made to the (:, )ntractor Section A - SP (Revised 9/18/00) Page 4 of 22 A-14 Construction Equipment Spillaqe and Trackinq ;'he ContI 'llater ia Is -quipment T\-3terials actor shall keep the adjoining streets free of tracked and/or spilled going to or from the construction area. Hand labor and/or mechanical must be used where necessary to keep these roadways clear of job-related Suet work mllst !)e :ornpleted withcut any increase in the Contract price. reetF a:"j curb L1l1(' !l'ust fJEe: clt,aned at the pnd of the work day or 'more frequently, ptev('nt material fr-om washing into the storm sewer system. No that ,auld he washed into storm sewer is allowed to remain on the adjr'ln ng ;tn:'et:; I t nf~Ct:~sf:,lry( l'- !sihlf'miterLa !-oje,'{ ~; 1 e ,JI A-~~'...ation-anG Rcmo....aBJ (NOT USED) rhe---t*€avd-tefi---rtFe-aS -belrl-R4 u-€U-r-Bs-dnd-adjaeentc-tB--O idc\lo.lko o.nd dri vC'.Jo.yo muot--be fi llcd W'l t-fl-JieleanlJ ---B 1Ft. -"-{~aHJ.1 -ili-rt i-s dcfined- 0.0 dirt tho.t iD co.po.blce-f troviding a~--<jrew-t+l -e-f qr-dsswhe-n-aw-l-ie4 'lith occd/ood o.nd fertilizcr. The dirt ~ be-fF-e-e-e-f-tle-b-Hs,---ea-l-t-efte--j-ct-Dpho.lt,' concrctc o.Rd- o.ny othcr mo.tcrio.l tho.t tetrae-t s. t -r--e-m- -4 -t.-B-- ~,FafH~ ...~ ltaHlfte-FS---tRe-- ~h--e--f- g-F-aS-S--o- .;] 1 CiCl-s-E+ng cone+-e-te-doo-~~ha..jt -w!-tH:--H1--tche -l-i-m-i-ts-----e4' thc Projcct muDt bc rcmovcd ,,-R-less- *4\ c nJ i oe. -netee .:,+-l-----Re-t-;esS<H'Y ['crnov.J.lo ~-OO-t----fiet.+imitcd to pipc, drivc..,o.yo, Didc\Jo.llm, ""t~---a-Fe t-e--ee---eeRs---Hie-f'€d--5-\:iBs-i4i.J.ry to thc -&Hi- i tcm for "Strcct E](co.yo.tion"--1l.fle.i-fit Repa-ci-r-sU, a-IHi--~ ititt'-i-e-R--e-E- ~1.J.nholeo":-thercforej- no direct po.ymcnt '.lill bc '!lade w -tfffit-Fae-t-e-t., A-16 Disposal/Salvaqe of Materials Excess excavated matelial, broken asphalt, concrete, broken culverts and other ;nwanted material becomes the property of the Contractor and must be removed from r he site by the Contractor The cost of all hauling and disposal is considered ubsidiar',- therefore, no direct payment will be made to Contractor. A-I? Field Office (NOT USED) Ffte---t.~thlctor ~.-RiFnioh t-lte----€-ity Enginccr or hio rcprcocnto.tivc \Jith 0. ficld .)fficc o.t thc conotructi€Hl- oitc. Thc ficld officc muot conto.in o.t lco.ot 120 oquo.re fect of uoco.blc opo.cc. .-'Ffle-- ficld~-officc muot bc o.ir conditioned o.nd hco.ted o.nd muot bc furniohed '.lith o.n inclined~c tho.t mC.J.DurCD o.t lco.ot 30" ]( 60" o.nd t\IO (2) '"ho.iro .--'fhc Contro.ctor --ehal+--meve- t'-he----+-i-eM- office on the oitc 0.0 required by the "i4=y--~nee-F----B-F-lt--i-s---f-ep-Fesentato~vc. The ficld office mUDt bc furniohcd with 0. telcphonctwi--Efl----2-4--fle\:ir-13eF~ o.no'....cring Dcrvice) o.nd FAX mo.chinc po.id for by thc 'ontractof There H-H<} ocpo.ra-te-~ay itcm -for thc field office. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. ThlS plan must detail the schedule of work and must be submitted to the City ~~ngineerlt least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: Initial Schedule: Submit. to the City Engineer three (3) days prior to the Pre- Constructi-onr;lJeet i ng an initial Construction Progress Schedule for review. Items to Include Show complete sequence {dent~ifyrng work nf separate stages and other Identify the first work day of each week. of construction by acti vi ty I logically grouped activities. SubmIttal Dates: Indicate submittal dates required for all submittals. Section A -- SP (Revised 9/18/00) Page 5 of 22 Re Sibmisslof R. Jl;3" and resubmit as required by the City Engineer. periodic ~f29<ite, progress of each ',ubmit Updated Construction Progress Schedule to show actual 'tage by percentage against initial Schedule. A-19 Construction Stakinq The drawings deplct haselines, etc that lines, slopes, grades, sections, measurements, bench marks, are' ncr'mally required to construct a project of this nature. t,e mdJ r 'ontroLs and oencn marks required for setting up a project, if not shown the draw'ings w JJ I b.. pr,wi ded by the City Surveyor he Clty Engineer will 'ontractor shall furnish all lines, slopes and measurements r control of the work during construction, it is l1:~ce~s..!3ary to disturb or destroy a control point or bench mark the Contractor shall provide the City Surveyor 48 hours notice so that c; t:ernate control points can be established by the City Surveyor as he deems necessary, d.t no cost t, the Cont ractor. Contl'ol points or bench marks damaged as a 1"SUlt of the Contractor's negl igence wi]] be restored by the City Surveyor at the f,.:pense :>f the Contrdct 'r' it, 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 Engineer pt jar to deviab on ! f, in the opin ion of the City Engineer, the required deviation w.juld nec,'ssitate a revision to the drawings, the Contractor shall provide E.upport i ng measurements as requ i led for the C1 ty Engineer to revise the drawings, rhe Contea tor shall tit in or reference all ','alves and manholes, both existing and proposed, tor the purpose ot adjusting valves and manholes at the completion of the paving process. Also the City Engineer may require that the Contractor furnish a mdximum of two (2) per;onnpl for the purpose of assisting the measuring of the -)mpleted .Nork, A-20 Testinq and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Pro;ect Siqns The Contractor must fur nish and Install Two (2) project signs as indicated in Specification 021010. The signs must be installed before construction begins and w ]1 be maintained throughout the Project period by the Contractor. The location of t:he signs wi 11 be determined in the field by the City Engineer. A'L work and materials required for providing project signs shall be considered subsidiary to other wor~ A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Po}icj It is the policy uf 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 Section A - SP (Revised 9/18/00) Page 6 of 22 ,.1 ,';qual Employmt:nt OppCn-tUIll ty goals dnd objectives of the Affirmative Action Pol cy Statement of the City dated October, 1989, and any amendments thereto. :n 3ccordance WJ th such po] icy, the City has established goals, as stated flel'.in, both for minority and female participation by trade and for Minority BUf' less Ente rpI se. Dei nitiuns d. Prime Cant ractor .l\ny persun, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a eit ';.)ntra t. Subcontract()r associat Ion 01 ] abor. serv 1 ces, foregolnq under Any named person, firm, partnership, corporation, joint venture as herein identified as providing work, supplies, equipment, materials or any combination of the contract with a prime contractor on a City contract. ~i~)J:~i.t...y Busi-ll~,,!::>_Ell_L-,"-!pris~: A business enterprise that is owned and cont:rolled by one or more minority person{s). Minority persons include Blacks Mex can AmerIcans and other persons of Hispanic origin, American Ind:ans, Alaskan Natives, and Asians or Pacific Islanders. For the purposes at th is sect ion, women are also considered as minorities. Minorit.y person(s) must ('ollectivt:'ly own, operate and/or actively manage, and ,;han' ir payment:: horn such an enterprise in the manner hereinafter set t-,)rtt'i> 1 C)'wned (d) For a sole proprietorship to be deemed a minority business ent:erprise. it must be owned by a minority person. t>l For an enterprise dOIng business as a partnership, at least 51 0% of the assets or interest in the partnership property mu:;t be owned by one or more minority person (s) . For an enterprise doing business as a corporation, at least 51 0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2 Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person{s) . 3 . Share in!,i3jr!~e~!s Minority partners, proprietor or stockholders, of the enterprise, as ttle case may be, must be entitled to receive 51.0% or more of the total prof its, bonuses , dividends, interest payments, commJssions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business entel-prise d Minori ty, ~;ee definition under Minority Business Enterprise. e Female Owned Business Enterprise, A sole proprietorship that is owned an-Ci control] ed bY-awo-man~-partnership at least 51. 0% of whose assets or partnersbip interests are owned by one or more women, or a corporation at least 51 0% uf whose asset:s or interests in the corporate shares are owned by one or more women. Section A - SP (Revised 9/18/00) Page 1 of 22 f cJ91Et \i~!1tUl e: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carTY on a ~;ingle business activity which is limited in scope and direction rhe degree to which a joint venture may satisfy the stated MBE 90al cannot exceed the proportionate interest of the MBE as a member ')f the jOint venture u] the worl<. to be performed by the joint venture. POI xamp Ie a oint 'Jenture which is to perform 50.0% of the contract worl<. itself Cind in which a minority joint 'Jenture partner has a 50.0% interest:, stidll be deemed equivalent to having minority participation in 25 O~ of th, work Minority members of the joint venture must have, -'ith'?J tlnan:::iai managerial, or techrdcal skills in the work to be per fur"med by thE j (,j nt Vf~nture Goal,; a The goals Enterpr"lSeS work force follows for participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate un a 11 construct ion work for the Contract award are as Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 % 10 % b These goalS dre applicable to all the construction work (regardless of feder'al part icipation) performed in the Contract, including approved change ordeL;. 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 C()rI1E 1 i anc~ a. Upon completJ.on of the Project, a substantiated by copies of paid Contractor to the City Engineer. final breakdown of MBE participation, invoices, shall be submitted by the b. The Contractor shall make bi -weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate. in writing, the overall participation in these areas which have been achieved The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Insoection Required (Revised 7/5/00) (NOT USED) The Contractor ahall aaoure the appropriate building inapectiono by the Building Inopection Divioion at--the variouo intervalo of \:or]( for which a permit io required .::md to aooure a final inopection after the building io completed and ready for occupancy. Contractor muot -ooE-a-Ht the Certi f icate of Occupancy, \lhen applicable. 8ection B 6 2 of the~neral provioiono io hereby amended in that the Contractor muot pay all feeD and chargeo levied by the City'o Building Inopection Department, and all other City fee~:J-, including ,...ater/'...aote',..ater meter feea and tap feeD aD rcquircd--by "~~ Section A - SP (Revised 9/18/00) Page 8 of 22 A-24 Surety Bonds Paragraph two 12) of rection B~3 4 of the General Provisions 1S changed to read as follow,,: "No .'wrety wlll ,e accepted by the City from any Surety Company who is now n default 0 delinquent on any bonds or who has an interest in any I It:qation againt the City All bonds must be issued by an approved IIU.t y Company duthcnized to do bus j ness in the State of Texas. If p,~r' nrmance and layment bonds are j n an amount in excess of ten percent ,:oc of tilt' ';un?ty Company',; capital and surplus, the Surety Company sha provlde certification satisfactory to the City Attorney that the ~:lll-,t y Company hos re insured the por'tion of the bond amount that exceeds t ,'n percent i 10~) of t he Surety Company's capital and surplus with It,in:c;urer(s) authurized to do business in the State of Texas. The amount o' he bond [ein~lured by any r-einsurer may not exceed ten percent (10%) he r'einsurer s capital and surplus. For purposes of this section, the dmount of alJwed capital and surplus will be verified through the St a! ~ Board ot 1 nsur ance d,; of the date of the last annual statutory f lnc1ficial statement of the Sur-ety Company or reinsurer authorized and admitted Co do nusiness in the State of Texas. The Surety shall deSlgnate an agent who is a resident of Nueces County, Texas. Each bond must be execut ed by the Contractor and the Surety. For contracts in exc".ss of $100,000 the bond must be executed by a Surety company that is cer! ] fied by the !Jnited Stat es Secretary of the Treasury or must obtain reiJisurance for any liability in excess of $100,000 from a reinsurer that itTtified by the Unlted States Secretary of the Treasury and that meet; all the ab>Jve requi rements. The insurer or reinsurer must be lIsted in the Federal Regis~er as holding certificates of authority on tl,e late !:he bond was i,;sued." A-25 Sales Tax Exemption (6/]1/98) (NOT USED) hcction---B-6---2-2- ,- ...':faK----Bxemp tion- -P-F-e-v-i-s-i0fl-;- i-s--dekt:oeB--icft- i to ent irety ~nd the f~~ {~4tutcd lR----licett~e-FeGf""7 Contr~ctG for improvemento to ~ property ~'.l~rded by t-fie- City of Corpuo Chrioti 00 not qu~lif~- exe!Rptie-ns-~--s-a:les, Excioe,---anel Uoe T;J.](eo unleoo the Contr~ctor eiectD ~ oper~te ~. ~ Dep~r~t~contr;J.ct ~o defined by Cection 3.291 of Ch~pter ~;-~^dlRiniotr~ti-en--ef Title-3-4, Public Fin~nce of the Tex~o }'.dm.iniotr;J.tive Code, {Cl-f' ouch---..e-ther ruleo-er regulaH-EffiS ~o !R;J.'l be pro!Rulg~ted by the Comptroller of P~~-e4'--T~&o ; f---tfle-{:ontr~ctoF-e+eete----t-B- oper~tc '~-a- oep~r~ted -€ontract, he oh~ll. - ~+~ neCCDGd-FY--o~lcG-E-alf permi to from the et~te Comptroller. Identify in -the ~ppropri~te op~ce on----E-he- "8t~tcment of H;J.tcri.:llo ~nd Other Ch~rgco" in the propoo~l--fuFffi- the coot -eE--matcri~lG phyoic;J.lly incorpor~ted iffi;.e -Ffle-.-PFGj-e€h l=4'ov t tle---res-a-f e eel t-i--f-ie-atoes +0 D u pp 1 i e r 5-.- 4 PrO'l:ldc the--Gi-Ey--wiffi-€Bf'ies-of m~teri~] invoiceD to GUbDt;J.nti~te the propoo~l v-a~ M' 1lla-Ee-fl ak; cLt the Cont~7F doeo not elect --83-. oper~te. under ~ oep~r~ted contr~ct, he muot p~y -for .:1l1--8-aleD, Excioc, and Uoe T~)(cG ~pplic~ble to thiD Project. Bubcontractoro complieD with ecrtifica-E€ to pe-ff4-f4-eat e to -are---eligiblc for o;}lco t;}JC cxcmptiono if the oubcontractor alGa ~requirementD. The Contractor !Ruot iooue ;J. rCG~le the Bubcontr-aet::-eF- ~nd the oubcontr~ctor, in turn, iOGueo ~ rCG~le h iB.-SUWl4-e-E. Section A - SP (Revised 9/18/00) Page 9 of 22 A-26 Supplemental Insurance Requirements Fer each lnsurance coverage provided in accordance with Section 8-6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance r licy, siqned by the insurer, stating: En the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior WI! tl en not ice of ::ancellation or materia_l s:hange to: Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Addref3s: 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. W,thin thirty (30) calendar days after the date the City Engineer requests that the Cmtractor sign the Contract documents, the Contractor shall provide tlk City Engineer with a certifi cate of insurance certi fying that the Contractor provides w:Jrker I s compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. F..;c each insurance coverage provided in accordance with Section 8-6-11 of the Contract, the Contractoc shall obtain an endorsement to the applicable insurance po Licy, 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. Fur contractual liability insurance coverage obtained in accordance with Section B- 6 11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder A-27 Responsibility for DamaQe Claims (NOT USED) P.:lragr.::lph (.::1.) Ceneral Liability of E:ection B 6 11 of.. the Ceneral I'rovioiono io ~mended to include: Contr.:lctor muot provide builder's risk insurance covera~e for the term of the eontr~ct Up to ~nd-including the datc the City finally accepto the Project or weflhn 8uilder'o riok covcr~ge mUGt be an "All RiDIc" form. Contractor muDt pay .:111 cootD ncceGo.:1ry to procure ouch builder '0 riok inouraRcc co'.rcrage, including ~ny deductible. The City mUDt be n.::lfficd .:1dditional inGurcd on any pOlicieD providing ouch inour.:1nce coYer.:1ge. Section A - SP (Revised 9118/00) Page 10 of 22 A-28 Considerations for Contract Award and Execution ['all lJW Jbli ga t i 'equllt' the 'ity Ene; i.neer to determine that the bidder is able to perform it:s ns under the proposed contract, then prior to award, t:he City Engineer may ; biddel tc pI )vide document:ation concerning: Whet her allY 11 em have been tiled agaj Ilst bidder for either failure to pay for [;er,- tces 01 matel ia1s supp1 ied against any of its projects begun wit:hin the pr-e,'eding two (2) years The bidder shall specify the name and address of the par' holdIng th, I ien, the amount of the lien, the basis for the lien claim, dnd the jate <)f the release of the lien. If any such lien has not been l,~l. dsed, t he bidder shall state why the claim has not been paid; and Wher. her there are any outstanding unpaJd claims against bidder for services or mat lials supplj "d whj eh 1 el ate to any of its project:s begun within the pre,eding two (2) years The bidder shall specify the name and address of t:he cla,mant, the .1mOU.nt of the claim, the basis for the claim, and an explanation why t he c I aim hat not b'~en pa i d . bidder may also be !equlred to supply construction references and a financial tatement prepared [1(. laLer than ninety (90) days prior to t:he City Engineer's ,equest, '3igned and d.,ted by the bidder's owner, president or other authorized part:y, specifYJng allurrent assets and liabilit:ies. A-29 Contractor's Field Administration Staff rhe ContI act:or shall employ fOl this Project, as its field administ:rat:ion st:aff, superintendents and fOlemen who elrE' careful and competent and acceptable to t:he Cit:y Enginee r . ['he enter La upon whicl the Ci.ty Engineer makes t:his determination may include the ollowjng The superLntendent must have at least five (5) years recent experience in t:he day~to-day field management and oversight of projects of a similar size and complexity to chis Project This experience must include, but not: necessarily limited to, scheduling of manpower and mat:erials, atructur;],l ateel erect:ion, masonry, safety, coordinat ion of subcont:ract:ors, and familiarity with the archltect:ural submit:t:al process, federal and state wage rat:e requirement:s, and City contract close-out procedures The ::;uperintendent sha 11 be present, on the job site, at: all t:imes t:hat work is be ing performed. Foremen, if utIlized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prlor written approval from the City Documentation concerning these requirement:s will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent subst:it:ut:ions or replacements thereto, must be approved by the City Engineer in writing prior t:o such superintendent or foreman assuming responsibilities on the Project. Such wrltten approval ot field administration staff is a prerequisite to the City Engineer'S obligation t:o execut:e a contract for this Project. If such approval is not obtained, the award may be rescinded. Furt:her, such writ:ten approval is also necessary prior to a ch3.nge in field administration staff during the term of t:his Section A - SP (Revised 9/18/00) Page 11 of22 ntrdCl. If the ContJactor fails to obtain prior written approval of the City Engineer cuncerning any Substltutions or replacements in its field administration slaff for Ihis Project during the term of the Contract, such a failure constitutes a bclSis to annul the Contract pursuant to section B 7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements tor Municipal Construction Contracts" Sc'ctio~ B- l:1: Cons_i_c!era! iOrl of Contract add the following text: Wl t~hin 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 sclbmit to the City Engineer the following information: 1\ liE;t of the major components of the work; ~ 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 .r, schedule of anticipated monthly payments for the Project duration. 10' 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 Ir signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the ('ontI actor 1S 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 lias, in fact. been made to meet said requirements but that meeting such t equi remen,-s is no! reasonabl y possible 6 A list of subcontractors that will be working on the Project. This list may "ontain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not. be given if the replacement of the subcontractor will result in an increase In the Contract price. Failure of the Contractor to comply with this provision constitutes a basL~ upon which to annul the Contract pursuant to Section B-7- l 3 ; ') A pre 1 iminary 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; H 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. Section A - SP (Revised 9/18/00) Page 12 of22 Documentation as requ~red by Special Provision A~35-K, if applicable, 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Chanqe Orders indel "General Prav isions and Requirements for b _8--=-:,_pol i 9':~~l__E~tra~~r~ and Chcmge Orders ! eplaced ".-.Ii th the foll"Minq: Municipal Construction Contracts" the present text is deleted and Cont ,actor acknowLedges that the City has no obligation to pay for any extra worr for which change order has not been signed by the Director of EngJ neering Set'vi ':es or his designee, The Contractor also acknowledges that the i~ity Engineer may authorize change orders which do not exceed $25,000.00. The ':ontractor acknowledges that any change orders in an amount in excess of $25, 00 00 must also be approved by the City Council. A-32 Amended .Execution of Contract" Requirements nder 3 " "General Prav i si uns and Requirements for Municipal Construction Contracts" 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 desi gnees Contractor ha.s no cause of act ion 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 Cc,nt ! acto)' A-33 Conditions of Work Each bidder must fami j iarize himself 'ompletion of the Project Failure obligation to carry out the provisions ittend the Pre-Bid Meetinq referred to fully with the conditions relating to the to do so will not excuse a bidder of his of this Contract. Contractor is advised to in Special Provision A-I. A-34 Precedence of Contract Documents [n case at conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be q i ven to the Special provi siems, third precedence will be given to the Technical :3pecificat ions construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the fovent of a conflict between any of the Standard Specifications with any other referenced specifi cations, such as the Texas Department of Public Transportation :;tandard Specifications for Highways, Streets and Bridges, ASTM specifications, ,'tc" the precedence WJlI be given to addenda, Special provisions and Supplemental pecial Provisions (if applicable), construction plans, referenced specifications, tandard Specificatiom;, and General Provisions, in that order. A-35 City Water Facilities: Specia1 Requirements (NOT USED) f>rH_- '-'i oit:()J::/Co~t r~5_t o!"_()..!" i~E,t~? Prior to performing '.Jork at any City \.'ater facility, the Contractor, hio oubcontractoro,-afl€l--eaefi of thcir employeeo muot have on their peroon a '..-alid card:ccrt ify~- thcir prior attendancc at a Vioitor/Contractor 8afct:y Oricntat,iefl - Program conductcd by-t:-be- City Water Department Section A - SP (Revised 9/18/00) Page 13 of 22 Pe-r~ --A -------\.Li-s-i-E-BF/Contr;:lctor - S;:lfcty Orient;:ltion I'rogr;1m ~,ill bc ~~-by--atithori~ed -{:'-i-ty W;:lter Dep;:lrtmcnt peroonnel for thooe peroono ,.'ho do not ha-ve--oueh ;.l-eard, ;:lnd .,ho deoirc to perform ;1ny worle within afly--C--i-t)' .';1tcr f;.lcil--i-t-y For ;.lddition;11 inform;1tion refer to Attachment h &-,- Operation -*- City Owned Equipment 'I'he----e-Gftt:~r ohall--n&t - otart, operate, or Dtop aay plHllp, metor, val.."c, equipment, switch, breaker, control, or any othcr item related to City wa-t;er- facility at--any- time. -Al-l-----s-tI:efl iteffio must be oper;1ted by ;:In ~-Bl'~-BF- ~-- ;.luthorizea-m.:linten;1nce employee of the City W;1ter HefnHc{.'-ffiefi-t'7 c-- Protection of Water Quality The City muot deliver W;:lter of drinking qu;11ity to ita cuotomero ;1t ;111 t:~- The Contr;1ctor oh;111 protect the qu;11ity of the '..';1ter in the job s-it-e-- ;.lnd oh;111 coordin;1te ito work ..ith the City W;1ter Dep;1rtment to pro t c c t- -E-he--+f~a+-i-t-y--&f----t he './.:l t e r . ~-- -- -c~-..:with MrSI/NSF Standard 61 M-l ITl;1teri.:llo --aR4---- equipment uoed in the rep;1ir, re;1ooembly, tr;1noport;1tiG&, reinot;.lll;1tion, .:lnd inopection of pumpo, or ;1ny other itemo, -'.,hich could come into cont;1ct ~Jith pot;:lble \'Qter, muot conform to AffieHc;1n N;:lt-ion;11 8t;1nd;:lrdo Inotitute/N;:ltion;:ll 8;1nitution Found;1tion fAN&l-!-N&F-} 8t;:lnd;:lrd ~- ;10 deocribed in the Ct;1nd;1rd Cpccific;1tiono. Sueh-- materials include all solvents, cleaners, lubricants, gaakets, ~hread compounds, coatings, or hydraulic equipment. These it?-s must not ~uDed unleoG thcy conform with ANSI/NSF Standard 61 and unless such 4-Eems-~--inspected--en- the site by authoril!led City personael ;~ediatcly ~-~--u-se The Contr;1ctor oh;:lll provide the Engineer '.dth copieD of \rritten proof of ANCI/NCF 8tandard 61 approv;11 for all m;1terialo which could comc into contact --w-iffi- pot;1ble \J;1ter. ~ - Handling and Diapooal of Trash Al+ traoh gener;1ted by the Contr;1ctor or hio employeeo, agento, or oubcontractoro, muot be cont;1ined ;1t ;111 timeo ;1t the '~ter f;1cility ~ Blmdng tr;1oh '..'ill not be ;11lm:ed. The Contractor ohull keep ....ark ttfeafr clc;1n at ;111 timco and remove ;111 tr;1oh d;1ily. CONTRACTOR'S ON SITB PRBP~~TION F--,--- Contractor '0 pcroonnel muot we;1r colored uniform over;1110 other th;1n or;1nge, blue, or white. Bach employee uniform muot provide cs~any B~e and individual employee identification. (~-- Contr;1ctor ohall pro'Jide telephoneo for Contractor pcroonnel. Plant telephoncs arc not availablc for Contractor UDC. fu Working hour~; -'ti-:H:---l-----!3e--+. 00 1\. H. to 5: 00 r. H., Honday thru Friday. +... Contractor muot not uoe any City f;1cility reotroomo. Contractor muot provide O\ffi oanit;1rf facilitieo. Section A - SP (Revised 9/18/00) Page 14 of22 ,j -A-l+-L'efit:--F-aet~ v-eflieles-ffiUSE---be--p.:1rh:ed .J.t deoign.J.ted oitc, .:10 dcoign.::ltcd by--{~.i+y-wateF-8epaF8neHt -s-EttH,-Al-l--tent--Faetor vchiclco mUGt be cle.::lrly -l-abel-ed--w-i-t-f-" comp.J.ny -name. ~~.E.!:l:.'~~~}'c::c vehicleo .::lre .::lllm.'ed .::It _ O. N,:-::~fiS -wai::-€-F-4'rc_~trll~~_~1~_n~. ----Al-l peroonnel mUGt be in comp.::l~; veh-te-i-es---f1tl-F-iI*J-wB-Fk4-ng houro i--f..~.J.ctor employceo roUGt not le.::lve the Ei-esl~-e4-''€7fiStf-tJet--;efl -a-Fe-a--flB-r -waRder-through-.::lny buildingo other th.::ln Fe-r- f eqlH-Ff-'f.i---wnr-Ke f -d-s--4i r-ee-t-e4---by -C-i-t-y - W.J. t e r _ dUI.~,ng- -e~f.ten€y-eva"uclt i,en-o h ~EJe_t_o.!:_ ~aH+-iea-t-ien-s-- AC~H-f&I-'I'-fGN j _0..- . --b{:'Af}A-- -- (SUPERVISORY CONTROL .'\ND DATA AnYWB-r-K --t:-o 4-fi-e--+'BmfH:J-te-r'-b-a-se-€l meffi toring - .::lnd control oyotem muot be J*'-f-4-ermed otH-y by -{fuc1-1i-B-etl---to-eehnicJl a-ad oupervioory peroonnel, .:1:J de-termined By- mee~ t-he-~-i~-ien-s-- -l--- thru 9 belm... Thio '....or-k i-nc] ude:J ,--bu-t:- is -Het- l~-ffi€>€l-i+ko.tiono, .::lddition:J, ch.::lngeo, -se~~-~~~HHHfi~, i~~~i-~necting, progrJmming, cuotomizing, ~-ng-,- ea-l-4bFa-t:-ing.----B-F-iH-ae-iBg----i-n oper.::ltion .::lll h;J.rd.,'.::lre .::lnd/or -se-f-t -wiH'€ ~e4-€--t-eB--el re~-Fe-€l-i7y -ffie-se----5fteC i f i C.::l t i ono . 'I'fle-- -C'-ofJ-t+ae-re-FHFfli-s 5ubcontrJct-eF--fH'~~- to perform the E:C\D}\ '.:ark ffitfst -l*~ab-l r40 BcemBHs-t r a-t-e----Efie---fB-l-ffiw-i~ 1 -f{e---j s---feg.yl-al'-ly eng.::lged-ffi the computer b.::loed monitoring .::lnd e-ofJ-tI'e-1---s-yst-em--buoineGo, preferJbly -as- Jpplied to the municip.::ll wa-E:-er-und-waste-w-ate-r induotry. 2- - -He----hdS---pe--ffefmed--we-r-k--BH--sy-stemo of-- comp.::lr.::lble oize, typc, .::lnd e-Hmpl~t-y-- a-st-equired -i-ft-t-h-i--s ContrJct on .::It le.::lot three pri-&F p--r'ej- ee-t-s -, 3- He hao --been --a-€-t-ivcly--eng.:lged---i-ft--~--t:-ype of ',.'ork opecif ied herein [-{J-F- d-t-least-S--7ea-F-s~ 4_ -He~ys-a----Reg-iotered-flrofeGoion.::ll Engineer, .:l Control Gyotemo Engineer,------E>-f'--dfl Elect-F-i-e-al Engineer to oupervioe or perform thc woFkreqtt-i-r-e4-i7y-t--lH-s--spec if i C.:l t ion:J . 5- u-He---f~l-eys --pe-Htenfle-lc--Bfl- ---t:--b-is- Projcct ....ho h.:l,.re oucceoofully €-e-fl'IF'-~--a--ma-nuf.:lcturer I 0 ~aining couroc in configuring .:lnd implcmcntiuCJ--t-he opeci f ic computero, RTU8 I 0, .:lnd ooft-,:a.rc propooed for the ContfU€t;-, 6-,- He ffio.int.:lino-- -a - perm;J.nent; --- fully otaffed .:lnd equipped oervice f-aei-li-t:--y---w-i-t-fl-ifl- 400 milco of the Projcct nite to HlQint.:lin, rep.:lir, ~, .::lnd progr.:lm the oyotemo opecified herein. 1-, -He----o h.:l 1 1 furnioh equipment ',.hich io the product of one lflafHf-f.:1cturer4-e- the m.:lJcimum pro.ctic.:ll extent. Where thin io not IH--aet-iea-l--,-a-l-J equipment--e-f .:1 given type ',.-ill be the product of e-He-m.:lnuf.:lcturer~ s-c-- --Pf+e-l -pe-t'-f-&Fmane-e.--aF-- the O,----N--,- 8tC'Jeno W.:lter Tre.:ltment Pl.:lnt .:ill De-till-e4- in eV.:lluating '.:hich Contr;J.ctor or oubcontr.:lctor progr.:lma the new ~--f-e--r- thi 0 proj ect . 9-o---!Fhe--contr.:lct-er oh.::lll produce .:lll filled out progr.:lmming blockn ~red- --t:-e--sflewmthe progr.:lmming .:lO needed .:lnd required, to .:ldd E-fle-sf' --t:--wo---s-y-s-t-em-s to the eJCioting City SClilll\ oyotem. .".tt.:lched io an--e-~le---ef----t-he required progr.:lmming blocJm .:hich the City ~J-Fe5--t--e-be filled in .:lnd given to the City Engineer with .:lll ch;J.ngeo ~-during the programming ph;J.oe. The att;J.chcd oheet io an-€*dmfTle--ana -~ s BOt intended --t-o ohm.. .:lll of the required oheeto, 'Ffle-('{}H-l3-aet~W--t1-l-----PF-ev-ide-a--l-:l- PES?9Famming bloclm uoed. b- f-Fe-fieh~ -Ref-ftH-H:ffiE'-ftE-H Al-l--t~ thin project .:It the O. N. Steveno W.:lter Tre.:ltment Pl=t oh.:lll be performed uoing .:l b.:lckhoe or h.::lnd digging due to the number of cxioting undcrground obotructiono. .--Ne-- trenching HlQchineo oh.:lll be .:lllm:ed .:ffl---t-.he - pro j e e-E-, Section A - SP (Revised 9/18/00) Page 15 of 22 A-36 Other Submittals RevIsed 9/18/00) Shoj2 Dra,...i!l~ Subml~~~: The Contractol shall follow the procedure outlined below when processing Shop Drawing submittals: a Quant 1 ty Cmtractor shall submit number required by the City tr;J.namit ~--+6+--e<c~~ of each submittal to the City Engineer or his designated epreF;PIILd:i e The City' Engineer will retain three (3) copies. b Reproducible r'€tftlccl-n~-d- dOOve, t ranspa lency for In thc' a l] addition to the Contractor shall shop drawings required copies, a I so submit one aiJC (6) copieD (1) reproducible ~ Submlttal Transmittal Forms: Contractor shall use the Submittal Transmittal Porm attached at the end of this Section; and sequentially number each transmi tta] form. Resubmi tta Is 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 " a c h ,; 11 bm 1 t t J 1 f c) rm d C:ontlactO! 's Stamp: Contractor must apply Contractor's stamp, appropliatel. signed or initialed, which certifies that review, verificatlon of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the lequirements of the Project and Contract documents. e Schedul i n9: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submi ssi. m 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. Resubmittals Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submit tal 1 . 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.El~~: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer'S selection. Test a~ ~epair _~_epo!_t When specified 1n 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, theJe!~!:~ci _e_quiE-me!1t will not be approv~_ci for use on the project. Section A - SP (Revised 9/18/00) Page 16 of22 A-37 Amended "Arranqement and Charqe for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", 8-6 15 l\lrallge!11ent Cind Char9~ for Wat~~ Fllr:nA~!1~ci_px__tll~_ City, add the following: AI angement s fo, the u~;e ,A City I'later includes the payment of the appropriate depusit(s) for f r-e hydrant meter(s) _ City Water Department forces will install I. he meters dnd m"ve them from locat ion to location based on the contractor's 1 eqllPst - Al r angement:~; to move f ire hydrant meters must be made a minimum of one wee~ prlor to th, need to move the meter_ The Contractor is hereby advised that oth,,, Wa1:er Depdrtment activities take precedence over the moving of fire hydrant meters_ The Contractor shall schedule his work or arrange for a suff cierlt number of fin: hydrant meters so as not to delay the progress of his \".,:nt j..' "Thi- Contractor must comply with Lhe City of Corpus Christi's Water Conservat ion ana Drought Contingency Plan as amended (the "Plan") This 1 nc ] udes implementing water conservation measures established for changing conditions_ The City Engineer will provide a copy of the Plan to Contractor at the pre-construcl ion meeting. The Contractor will keep a copy of the Plan on t he Project si te throughout .:~onstruction." A-38 Worker's Compensation Coveraqe for Buildinq or Construction Pro;ects for Government Entities The requl rements of "Notice to Contractors . B'" are incorporated by reference in his Special ProviSion A-39 Certificate of Occupancy and Final Acceptance (NOT USED) f'he-ci-s&lliuree--Bf -a--eer+-i-E4eate--Bf----occup.:mcy--4-er improvemente doee not conotitute f -i-fta-l-a c c cpt .::mf-:€- -,of--ffie.---ifllJ7TBVeffieRt 0 under C c ne r.::J l-P-Fev i 0 ion I3 8 9_ A-40 Amendment to Section B-8-6: Partial Estimates ;eneral Provisions ana Requirements for Municipal Construction Contracts Section B8-6: 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 :'ontractor provides the City Engineer with documents, satisfactory to the City e~ngineer, that show that the material suppl ier has been paid for the materials ielivered to the projert worksite A-41 Ozone Advisory (NOT USED) Priming .::Jnd hot~--pa~ oper.::Jtiono muot not be conducted on dayo for which .::In OBBfie~ioor)' h.::Jo been iooued, except for rep.::Jiro. The City Engineer .:ill notify Contr.::Jctor -. about-eBefle-.:llert. ---H--a- del.::J)' ouch .::JO thio io experienced, the d.::JY will not be counted -as- --a~--aOO-the Contr.::Jctor \lill be compeno.::Jted .::Jt the unit pr-i-ee-+nd-i -eat-e4-4n--t-be- propoO.:ll-c A-42 OSHA Rules & Requlations it is the r-esponsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. Section A - SP (Revised 9/18/00) Page 17 of 22 A 43 Amended Indemnification & Hold Harmless (9/98) \,nder "General Provisiuns dnd Requirements for Municipal Construction Contracts" b~ 1_ lI1delll!lif ication & Hold Harmless, text is deleted in its entirety and the ,llowi ng is sut)st ltu-teTin 1 i euthereof : rhe untractoI shall hold the City, its officials, employees, attorneys, and agent s hal-mless cmd sha 11 indemnify the Ci ty, its officials, employees, attmneys, and ""gent from any and all damages, injury or liability whatsoever, from an act or omission of the Contractor, or any subcontractor, supplier, materialman, )r their ufficials, employees, agents, or consultants, or any work done under the cor,tract or in connection therewith by the contractor, or any subcuntractor ;upplier, 'Hater ialman, or their off i cials, employees, agents, or r~OllS t tant s Tht, 'ontractor sha 11 hold the City, its off icials, employees, attorneys, and agent s harmles~, and shall indemni fy the Ci ty, its officials, employees, attoJneys, 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 If t' contractor or anv subcontractor supplier or materialman. A-44 Chanqe Orders (4/26/991 :;hauld d change order (,;) be required by the Engineer, Contractor shall furnish the engineer a complete bredkdown as to all prices charged for work of the change order 'lnit prices, hourly rates, sub cant.r'actor's cost and breakdowns, cost of materials d!ld equIpment, wage ! at,~s, etc,) This breakdown information shall be submitted by the Contra .tor dS the basis for the price of the change order. A-45 As-Built Dimensions and Drawinqs (7/5/00) ,f 'ontI actor sha 11 ronstructed and vertical) of all make appropriate daily measurements of facilities keep accurate records of location (horizontal and facilit~ies. 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: Horizonta l and vertical dimensions due to substitutions/field rhanges. i1 Changes in equipment and dimensions due to substitutions. ] i 1 De 1 et Ions, addj t ions, and changes to scope of work. 1 V Any' ot. her changes made. A-46 Disposal of Hiqhlv Chlorinated Water (7/5/00) (NOT USED) The Contr.Jctor oh.Jll -be. reoponoible for the. diopooal of ',:ater uoed for teoting, Et-foinfection and line fluohing in an approved m.::mner. Contaminanto in the '.later, p<:irticul.:lrly high lcvelo--BE-chlorinc, '.:ill be uoed for dioinfection, <:ind mu)' eJCceed the permiooible limito .~. diocharge into \:etlando or environmentally oenoitive Clreao. TheDe arc regulatce4-by-numcrouo agencieo ouch ao TNRCC, EI\'\, etc. It '.:ill be the Contrac~Ls- reopons-il:H:lity t-B-.comp1y \dth the requircmento of .J.11 rcgul.J.tory agencieo-iH--tJie-4~--BE-.-a-l-l- ..:<:iter uoed in the project. The mcthodo of diopoo<:il sha-H---ee ~;ubmitted -Eo---the--z.~Yn---f-eT <:ipprov<:il. There oh<:ill be no oeparatc pay for Eliopooal -B-f-highly chlorin.Jted~F. Contractor. ohall not uoe the City' 0 oanitary s ewers-yrrtof' m for - 4t.spe&i't i:----ef:--e-efTt'-affl i na t e d ~. ate r . Section A - SP (Revised 9/18/00) Page 18 of 22 A-47 Pre-Construction Exploratory Excavations (//5/00 \ (NOT USED) P-rWF -t..oatty-- €OftS-tF1:le-t..i-eH---wh-a-Eevcr on ----t-He-proj ect, Contractor Ghall exca'.rate and cxpoGe --all eJuGting pipelincs---BEH-the projee-t that crOGG '.,-ithin 20 feet of propooed ~Hfle s --e-f.. - ~ttre- pRrj-e€-t..---ttfl€l- - Co n t r act 0 r G hall---f3-l:lTvey the exa c t '.'e rt i c al and ~ SBfl-t d i..- i-e{'-at-iBfl..-ef -each 0lC-BSs+~---peten-E-:i.:lll y conf 1 ict ing pipel ine .. ~e* i-sl~n"F7ipe-+i-H-€s--wh-H:ch- -pa-ral-l-e-l--d-f1-ti- -a-re--w-i-tfri-n ten feet (10 ') of propooed tri-peHfleS-eE-.. ..-the [7Ft)j-ee-t.., -C-EHl-t..r-ae-t-eF-sfia-l-l eJCcavat-e- and expoGe Gaid exiting ~l-i-fleS-a-t-~i fRax-HmJffi--e-f -3-(}{j-f-eet~~-.. --and Contractor Gh.:lll oUr'Jey the accurate he-FciBBntdJ aooV€--1t-i-€a-l--leea-ti-eRs BE---sa-ie~le-l--pipelineG .:It 300 feet ffiaJCiFllUffi ...~ '.'efit-Fa+*'-Of-..s-fla-i..l- ..-t-fien prCpLlFe--a -FepBF-t---d-f1-ti Gubmit ~ the City for approval +-fl€l4-e.a..t--in'.'J-t-fie O'.mcr---ef.-p-if}e-l iRes e7\:-eava-t.-ea--afl€l- ourveyed, ao \.'ell ao the approximate ';..t:;.a.ti-eH-the-ree-E:....j..-Eiis-tdfl€e -t-e --E-fie "p.:lvement ..-centerline .:lnd elev.:ltionG of the top of ..~t..j. fl<3 F7-i-pe-1ci-Res Cofttrac-t.er---aha-~l-~Em---n&--eenlJtruction work -en- the project until all exploratory exca....atiOfls--ha....e been madc in---t-heir entircty,--t-he- rCllulta thereof reported to the Engineer ana-unt-il C'-en~acWr--r-eeei""Cll Engineer I f] appro....al of report. e;.~-a-8Hy--e*eava-tiBfIO Ghall -be--pa-id--~-BR--a lump Gum baGiG.. l\ny pavement repair ~"-ia-ted---w.i-t-fl ~lOFa-te-ry- eJec.:l'J.:ltiono.. oh.:lll --be--p.:lid for according to the 'otabl-ts-he4--tlflE--il~F-i-ee--ef - p.:lVemerHo P.:ltching.. Contr.:lctor ahall provide all hiG mm :urvcy wOFk- -e-ffOFt +ttE:+s€-f)a-ra-t-e-p.:lY) fer ~-at-BFy- cJec.:lvationo.. A-48 Overhead Electrical Wires (7/5/00) "ont r actu t sha II compl y wi th al J OSHA safety requirements with regard to proximity f con~;truction equipment beneath overhead electrical wires.. There are many overhead "ireo; cTe,ssing the construction route and along the construction route.. Contractor ,;halJ USE' all due diligence, precautions, etc., to ensure that adequate safety is [)rovided for al 1 of h;s employees and operators of equipment and with regard to nsuring That no damag. to existinq overhead electrical wires or facilities Occurs. 'ontractol shall coordl nate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines ';ome overhead 1. ines are shown in t he construction plans, while others are not.. It shall be the Contractor's sole responsibility to provide for adequate safety with regard t-;o overhead lines whether shown in the plans or not.. A-49 Amended "Maintenance Guaranty" {8/24/00! Under "General Provisions dnd Requirements for Municipal Construction Contracts", B 8-11 M.~.in!:..e..!!9nce G~ara..!1ty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of acticHl against th,,' Contractor or any other individual or entity.." A-50 Trench Safety : f the Contract or' s pruposed construction methods require the excavation of any access pit s, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal forms.. Section A - SP (Revised 9/18/00) Page 19 of22 A-51 Pavement Restoration and Project Clean Up It is the intent of the plans and specifications that any and all areas within the llmits Df the proposed project that are affected in any way by construction operations be restored ~o the same or bettel condition than that existing prior to nstructi '11. Whel~e afphal:-i,' pavements are excavated or damaged, they shall be I ",placed w th the same Type:; and th icknesses elf materials as the existing pavement. Where COllciete pavementt, sidewalkt;, curbs, etc., are damaged, the replacement shall .... a miLlmum conform w th the Cit standard details and standard specifications d"ailabh; 'n file wit h t tie Depdltment of Eng ineering Selvices _ For work within TXDOT :::Jht at ,,'dYS, the pa, emellt ,epa r's sha II conform to their standards. If the t.cavated )f' damaged c,'nccete sect ion exceeds t.hese J'equirements, they shall be I eplaced with the same hickne:3s of concrete and amount of reinforcing steel as the existing STructure s Restoration of all improvements as described above shall be In accordance with applicable City standard specifications, as determined by the F:ngineel AIl j,-.lwns or .Jt hel cjt'assed dleas, concrete or asphalt driveway, \. egetat i ')0 ,-.lrea ell sturbi.d by const 1 uct ion ope rat ions for the items mentioned above sllall b.., ,estol'ed to ts.Jriginal condition unless directed otherwise by the Enqineel ]!,e Con: r'a -tal may be required to perfor'm "clean ups" of the entire project or s(:'ctions c,t the project during the course of construction, as directed by the Engineer Upon complet ion of construction, the Contractor shall perform a final clean up 01 the entice project, again as directed by the Engineer. UnLess shown on the proposal cH, d unit bid item, ean up shall be cons tdered subsidiary to the d reel payment shall be made. all site restoration and project various bid items, therefore, no A-52 Surface Restoration The areas disturbed by the canst ruction shal] be restored in accordance with Standard Specification 028020, Seeding, and as specified and modified as follows: 1. The contractor shall confine his work area to minimize damage t.o the existing turt 2 For purposes of measurement and payment for seeding the area shall be defined as 25 feet on either side of the centerline of the pipe or the disturbed area which ever is the lesser and from t.he back of curb to the channel liner. Areas outside the defined area that area disturbed or damaged shall be restored by the contractor at no additional cost to the City. 3, The top six inches (6") of areas disturbed by construction shall be removed and replaced with topsoil 4 The mulch type shall be straw, 5 The contractor'~; at tention is called to the maintenance and guarant.ee port ions of the specification. The contractor shall apply sufficient wat.er during the maintenance period to assure viable growth. A-53 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are se discovered and reported before t:he work to which they pertain is construct:ed, and j f correct j on of such <-'rrors or omi ssions causes an increase in the Contractor I s cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor prior to construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of Contractor. It is the intent of t hi,s ('ontr act that all work must be done and all material must be furnished in Section A - SP (Revised 9/t8/00) Page 20 of 22 ,ccordan, 'ant cact uroj eel E- with qenerd.ly accepted practice. Documents that the Cant ractor shall eady for its intended use Further, it perform all is the intent of work to complete the the A-54 Lack of Information f t hf' B nrepare t ! or addil ;hali De :ha] I 'lot cider feel:.; r nat there IS insufficient information in order for him to IS bid and/or construct the work, he is required to make a written request ,anal Lnformltion. All costs associated with the pre-bid investigation borne by the Bidder, with no compensation from the City. The Contractor use the lack of infonnation as a basis for requesting extra compensation. A-55 Amended General provisions B-2-7 Preparation of Proposal "he BicldeI has the opt Ion of submitting a computer"generated printout in lieu of the Droposal Sheet s showi ng the Bid Tables. The printout will list all bid items including any options and additives} contaIned on those sheets. The printout will [)e substantial] y in th,. form attached to these specifications (Attachment I). If the 'ontractor chooses to submit a pri ntout, properly completed remaining pages of the )ropes" 1 ~ha 11 acc:ompallY the pr intout. n addlt lon, the printout shall contain the following statement and signature mmediately following 'he Bid Summary: (Contractor) certifies that the unit prices shown on this pI intout for bid items (including any option and additive) contained in this proposal are the unit prices intended and that its bid will be ,abulated using these unit prices and no other information from this printout._ --n_. _ (Contractor) acknowledges and ayrees that the Total Bid Amount shown will be read as its Total Bid; and further dgrees tnat the official Total Bid amount will be determined by multIplying t:he Ouantity (Column II) in the Proposal by the corresponding Unit P i,e (Column IVI and then Totaling all the extended amounts. (Signature) (Ti tle) (Date) A-56 Measurement and Payment of Subsidiary Items of Work Unless specifically included in the Proposal, the measurement and payment requirements indicated in the individual standard specifications for any work do not dpply, and the cost of this item of work shall be included in the cost of the item ,f work tn which it is subsidiary. Section A - SP (Revised 9/18/00) Page 21 of22 PROJECT SUBMITTAL TRANSMITTAL FORM CONCRETE LINED CHANNEL REHABILITATION - CARROLL WEST DITCH (CITY ~-_._-_.,--- ---- .-----. -._-- PROJECT NO. 22]J) OWNER, 'rTY UF '~ORPUS CHRI STI ENGINEER: HDR ENG I NEER INC, rNC CONTRACTOR SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 9/18/00) Page 22 of 22 ATTACHMENT I SAMPLE COMPUTER GENERA TED PROPOSAL SHEETS SAMPLE COMPUTER PRINT -OUT DEL MAR AREA STREET IMPROVEMENTS PHASE III OCTOBER 23. 1996 (YOUR COMPANY'S NAME HERE) I II ill IV V Bid Item Qty. Item Description Unit Price in Bid Item Ext Units Fi~ Qtv. X Unit Price AI 37,475 SY Street Excavation 00.00 00.00 A2 5.033 SY 6" Cement STBL Salvage Base 00.00 00.00 Etc. Etc. Etc 021 33EA Manhole Inserts 00.00 00.00 Sub- T otal Base Bid "0" Items (Items D I-D21) Sub-Total Base Bid" A" Items; $ Sub-Total Base Bid "B" Items: $ Sub-Total Base Bid ''C" Items: $ Sub- Total Base Bid "on Items; S Total Base Bid Items: $ c:------ ---.---- -~-]-- Attachment No. 1 Page 1 of 1 -----~ SECTION C FEDERAI~ WAGE RATES AND REQUIREMENTS "age I 01 L ::';enpr ipC IS i Hi ~J Imt: 'r ']"0 [) 06/11/7003 TX39 ~Up;-:l PI>') Cei"'! II Dt' icn-II Nu 1" iI 00 1 '1 ;tal CC <l'<,: :on t j, or '/ ~ ;f HEA JU:;1 I] NUECE, :;!\', l'f^,"'F r 'I ( HEAV\ ,'orl ;TElH TION PP'-',JEC'I'S illl-'i I JillCJ t,'vJ,c ,Hid Water Line :on:-;t 1 1 Oi: nei I'rdl lage Pr,],," ;! t10dJtJ :a' on t"lmhe;l I'ubl l :at i'I:, Ddl e )(, Ii (i) 3 ')UNTY ( p , ;UECF;S >AN PATH [C I II ,UTX?C',? ! ) j / j u,g) Fd I" Ftinqes i\RPENTF:R, (Ex( lli<1 1 "J I l1:fIl Set t- j fit] q .. {) Cl INCREH iNJSHEF I l)b ~ECTR I I rfj ; i ;J, 58 '\BORER: : ::::omrnor Jt] 1 j 'I (,:1 (,8 i !WER EQUJ FMENT :)P~:RATOI~S: Backh:e t10t'd, G1 idet q, ] H, 1 \~ELDERS Recl' I ve I at [nescrilH'd lor craft performinq 'I,eratiun () wllJi:h weldlnq lS Lncidental, I", 1S1 ed c t (iC' scope 2weird on ly ( q eFR '). dSSIt JI:atlon nel'ded tOI d thE' I:] assi licat ions ] I as p10vided n the Labol ( al (]) (i i) ) . work not I ncluded wi thin ~ted may be; added after standards contract clauses the 11s11nq above, the "SU" deslqnation means that rates sted und,cr that ident fiel do no! reflect c:llectively ;)j[gained wage and frinqe bE>net It lell es. Oth,,[ desiqnat ions i!!dicate ullions whose r"tes have bE'erl deter'mined to be ,"vai 1 i flg WA(;E DETER1'll NAT ION APPEALS PROCESS , Has lhi're be'2n an irltial clecl;;](Jn in the> matter'? This can In exi~,tlflg pUblIshed waqe determlflation i survey underlying a wage determInation http://www . wdol. gOY Iwdollscati lesl da yisbaconffX3 9.dyb 8/9/2005 I ub\...- L VJ. L a Waqf~ lIld HC'lll [II vi ion letter setting fcr.th a POciU io; on d ',-J'JCje' d. termiIldtion matter a conformance (addit ona] ClClSsiflcat10n and rate) ru! Ulq SLLV(>Y ielatE'Cj mdtt, IS, IIlltial'ontiH't, nc'ludinCj requests I summar les of sur 'Ie s, hould be' with the Wage and Hour '-'CjionaJ 'tfIce for th" ar"d n whLch the sUlvey was conducted hccal1se tl,se Recjlollal -)ff 'e havE' respons i hi] i ty for t.he i'Jvi,c-Bac"j, survey proc;L-alll. i! the' response [rom this in1tial lnta -t 1. not saii.'ifa( 'or': I hen the> proces:; described in 2.) ;J:::! ) sr, )uJ d f L lided Vii th ! e<Jar j to 3.n'y' oLhc mattc'r not yet ripe for the formal r r GCeliS de'scrib,"d here, in1 tied cont dCt should be with the Branch COltstn, .tion Waqe Oflermjnations. Wrlte to: Branch at Constr uet ion WaCje Oed erminat ic'ns Wage dnd Hour Olvi'3ion U. S. Department at Labor ,2' 0 () C) n s tit UtI 0 n A ,,' e n u e , N. W. WashinCjton, D 20210 L ) I j the dnswer to th,. quest iOll III 1.) is yes, then an i Lerested party (those affected by the action) can request r view and reconsidelatlon Crom the Wage and Hour Administrator (;ee 29 CFP Part 1.8 and 29 eFR Part 7) Write to: Wage and Hour AdmInistrator 11.S. Department of Labor 00 Constitutj')n J\venue, U. W. Washington, [) C. 20210 The request should be ae '~ompar)Jed by a full statement of Jnterested party's posit ion and by any information (wage data, project descriptiofl, area practice material, etc.) requestor considers relevant to the issue. the payment that the - If the decision oj the Administrator is not favorable, an interested party may appeal directly to the Administrative Review BOdrd (formerly the Wage Appeals Board). Write to: Administrdtjve Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4. i All deCIsions by the Administrative Review Board are final. ~NO OF GENERAL DECISION LJ http://www . wdol.gov /wdol/sca fi lesl davisbaconffX3 9 .dvb 8/9/2005 AGREEMENT THE STATE OF TEXAS 5 COUNTY OF NUECES 5 THIS AGREEl'-1ENT s cmterej into this 25TH day of OCTOBER, 2005, by ar J betv,'een the CITY OF CORPUS CHRISTI of the County of Nueces, State of Tcx:as, act ing tnr ugC) i-s dul'/ authorized City Manager, termed in the Cc tract cuments a "i'ity," and DMB Construction, LLC termed in the Cc tract: ;'ocumen t s c s "Cent cae'tor," L:pon these terms, performable in NLPces (ollnty, Texas In c nsideratio ot the payment of $125,389.71 by City and other ot igatlOJ _ of'i t y 3.S set Jut hereiL, Contractor will construct and complete ertain imp} c)Vements described as follows: CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH PROJECT NO. 2213 (TOTAL BASE BID: $125,389.71) according to the attached Plans and Specifications in a good and we rkmanlike manner or the pr ices and conditions set out 1n their attached bid proposal supplying at their expense such materials, services, Laber and insur ance as required by the attached Contract Documents, inc uding )VerSeelng the entire job. The Contract Documents in 1 ude tl s Ag reeme 'lt, the bid proposal and instructions, plans and specifications, incllding all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents 3.11 of whiCh constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH PROPOSAL BASE BID ~_J II l III I IV I V I BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) A 1 MobilizatJon, Demobilization, 1,.'3 and Bonds per Lump Sum $L3, Lf7q~ 00 i3,47'LoO $ -- 4' Diameter Concrete AL_ l Stormwatet Manhole, complete ~,q72.u7 f q, 4 I 8.. 0 f EA and in place per Each. ------ --- Special Concrete Junction Box , (6 ' 9" x 4' - 0" ) . complete in A:! EA place per Each $ [3 /73/00 $ 8) 1"13 ,00 ______-1- __________ Sped al Concrete Junction Box A4 EA (13 . 8" x '1' -- 0") . complete in $ __ I f\]'1 ~~O ( t?>-, 7'1'1. 00 place per Each, $ 46 18" Reinforced Concrete Pipe, AS LF complete n place per Linear ( 50.00 71 I 7 ~. 00 --- Foot $ $ -- --"'--'-'~"---~-"----- 185 21" Arched Reinforced A6 LF Concrete Pipe, complete in ( 5'0,08 1.7, 7 to 4'. 80 place :per Linear Foot. $ $ -----.-- -- ---- -----------.-- 65 24" Arched Reinforced A7 LF Concrete Pipe. complete in ( Lf I 5e 1, 20Z,i 70 place per Linear Foot. $ $ ---..--..----- ---.-'--..---- - 2270 Cleaning of Concrete Channel A8 LF Liner, as specified per t-afo fp ( L~J,20 Linear Foot $ $ _. ----_._----_..~- - ------',-,,- - 2280 Surface Restoration A9 Sy (Seeding) , complete in place, $ Z,7S $ ~, l10,00 Eer Square Yard ---.---..'-'.--'------------- --- I 1 Stormwater Pollution Z-,441., AID Protection Measures, Z-(4t.f2,OO 00 LS $ $ per LU~_E>~m -..-.- PROPOSAL FORM PAGE 3 OF 7 BID ITEM -- I IIT CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH PROPOSAL BASE BID (CONTINUED) III DESCRIPTION Trench Safety for Pipe, pel Linear Foot All I S Trench Safety for Structures, I EA per F;ach ~~~~ ~=~-== ~=~~~~- QTY & UNIT All 296 LF TOTAL BASE BID (Items Al through A12) : PROPOSAL FORM PAGE 4 OF 7 IV UNIT PRICE IN FIGURES $ l1_"S9_ $ -~~ Q~~-~ v BID ITEM EXTENSION <QTY X UNIT PRICE IN FIGURES) $ 7,116 \ ()O $ t, 4- tJ 0/. 0 {J $ l L~ 38/1,.7 f Thp mtractor 'vill C'lfnmen:::e work \vithin ten (10) calendar days from ddre ~he~ receIve witten w rk order 3nd will complete same within 45 CALENDAR DAYS} ft r :on t i I,n is bequ;i. Sh uld Contractor default, trae' 0 ma" C'E' 1 ab e t r iquidated damaqes as set forth in the c trae )CUrrell :"" it y '''' 1 _ pa \ )nt ra -t 1 Ln current funds for performance of the c( ntracr n ace rdlncE: \~/ i :~ the C ntract Documents as the work r: r igres"'e Siewed u ~ uarts at rpus Christi, Texas on the date shown at ve. ATTEST: ,!~ , ~ /" V~- Ci ty Secrptary ~ CI~.~O~S CHRISTI sy:~ ~ Ronald F. Massey, Asst. C of Public Works and Utiliti ~ FORM: I i / Services CONTRACTOR A~TBtr: (If Corporation) (Seal Below) DNa Construction, LLC "'--sy: -~~ ~ Ti tIe: ~Le M-<.,,,,, bv (Note: I:f Person signing :for co.rpe.ration is not President, att... QOnv or authorization to Atiftr P.O. BOX 71118 (Address) CORPUS CHRISTI, TX 78467 (City) (State) (Zip) 361/883-1805 * 361/884-1068 (Phone) (Fax) Agreement Page 2 of 2 I~,'.n, ~Lrw;",~,lltJJ ~ ru.~:Ci( ___$ /t6 -" -. .-..0._..... ~ \F('~r.:.J;. 'v-<- DMi::> COY\Slf:. PRO P 0 S A L FOR M FOR CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH JEPARTMENT OF' ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM PAGE 1 OF 7 PRO P 0 S A L Place: Date: I 0 ~ q / 9.1) Proposal of D M D_i~~rf~~~___~_ a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen The undersigned hereby proposes to furnish all labor and mat erial s , tools, and necessary equipment, and to perform the work required for' CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit PROPOSAL FORM PAGE 2 OF 7 CONCRETE LINED CBAHNEL RBBABILITATION CARROLL WEST DITCH PROPOSAL BASE BID I II III IV V BID OTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES <OTY X UNIT PRICE IN FIGURES} Al 1 Mobilizat~on, Demobilization, LS and Bonds per !Jump Sum 13,47'1;00 - $ .('1 Lf7':t.()O $ 4 ' Diameter Concrete A2 3 Stormwater Manhole, complete fr;/J,72.&7 11,4 U3.. (j I EA and in place per Each. -- Special Concrete Junction Box ; (6 . 9F1 x 4 ' 0") , complete in AJ EA place per Each $ 8 173,9D $ 8 1'13 .00 --- ---~- 1 ------ 1 Special Concrete Junction Box A4 EA (13 ' 8" x 4' - 0") , complete in $ I 6L?~ <1 ,ao ( e" 7Cf.'1. 00 I place per Each_ $ _n..._~._.__ __'.__~ --- .- 46 18" Reinforced Concrete Pipe, AS LF complete n place per Linear ; 5 h. 00 7f t 70. 00 ---- Foot $ $ -"-- -- - ------,._~--_.- 185 21" Arched Reinforced A6 LF Concrete Pipe, complete in 1')0,08 1.7,7fc't. 80 i-: place per Linear Foot. $ $ --_...~_._- ------- -------.,- -. 24" Arched Reinforced A7 , LF Concrete Pipe, complete in l L( I .5B Cf,202..79 place per Linear Foot_ $ $ I ---------,-" -- -.------- 2270 Cleaning of Conclete Channel A8 LF Liner, dS specified per l-afo ~ ( 'l.~ J,2.0 Linear Foot $ $ I - ~-_.- ---- - ~_.~_._.- t--. Surface Restoration l\9 I 2280 (Seeding) , complete in place, t,75 ~ l10,OO I Sy $ $ per . ~u_are'Gi~..<:l ---"---.- ---- I I 1 Stormwater Pollution AID LS Protection Measures, $ .~, !ii.~,.0!! $ 2-.,4'+1-, 00 I pet LuTTlJ2....~um -. PROPOSAL FORM PAGE 3 OF 7 CONCRETE LINED CBANlmL REHABILITATION CARROLL WEST DITCH PROPOSAL BASE BID (CONTINUED) I I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN FIGURES) -- Al) 296 Trench Safety for Pipe, (J .,50 71 116.00 LF per Linear Foot $ $ _._---_._~. --. -~..._- .-' A12 5 Trench Safety for Structures, t..f t) 0/. 0 (') EA per Each $ .9 80 .~. go $ 1-, -"~---- - .. l 'L~ :3 8'1 ,.71 TOTAL BASE BID (Items A1 through A12): $ PROPOSAL FORM PAGE 4 OF 7 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 wOlk, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notificatlon of award of contract, we will within ten (10 i calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the hlghest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within two days (five days for Contractors outside Nueces County) of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 45 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth Receipt of the following addenda is acknowledged (addenda number). _. -L_____ _________._ Respectfully submitted: Name: 1)0(\1\1 ~ l ~ f\/I.; fb f'lt-c.LO By: ~~,-- .., (SEAL - If Bidder is a Corporation) Address: Telephone: NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. PR (7 / 9 0 ) PROPOSAL FORM PAGE 5 OF 7 ,e' ~:t -~~l ":J--ll~lt.f: :-"'E ~Dtj':;TRUCT ION PAGE 13 PERFORMANCE BOND# 69997618 .sOND STATE OF TEXAS ~ COUN'l'Y OF NtJECES s: KNOW ALL BY THESE PRESENTS: THAT DNB Construction, LLC of NUECES County, Texas, "lereinafter called "Principal", and_ Western Surety Company , a ~orporat Jon organized under the laws of the State of South Dakota , and duly authorized to do business in the State of Texas, hereinafter -;;alled "Surety" f are held and firmly bound unto the City of Corpus 'hristi, a municipa_ corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ONE HUNDRED ~Y-FIV:t THOUSAND, TBRBE HUNDRED EIGHTY-NINE AND 71/100 ($125,389,71) DOLLARS, lawful money cf the United States, to be paid in Nueces County, Texas, for the payment cf which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly b these presents: THE CONDITION OF Tars OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 25TH of OCTOBER , 20~, a copy of which is hereto attached and made a part hereof, for the construction of: CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DtTCH PROJECT NO. 2213 (TOTAL BASE BID: $125,389.71) NOW, THEREFORE, ~f the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repa~r and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVI:OED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the con7:ract,:>r :0 the work performed thereunder, or the plans, specifications, drawinls, et~., accompanying the same shall in anywise affect its obligation ~n this bond, and it does hereby waive notice of any ~uch change, extension of time, alt8ration or addition to the terms of ~he contract, or ~o the work to be performed thereunder. ;e:cfC!n[,'=:inc€: EC'DO r';.iG9 I ~:-,f ~ 'f. -l " -.,e [ 1'1B :Ot1'::: TRUe ; I m.j PAGE 14 ThJ, S bond Iernon' ,<<. Ci vil 3ta~e O' Texas. is gi,,'er to meet the requirements of Article 5160, S~atutes of Texas, and other applicable statutes of the The undersigned agent lS hereby designated by the Surety herein as ~he Agent Resident :n Nueces County to whom any requisite notices may be ielivered and on whom service of process may be had in matters arising .Jut of such suretyshipl as provided by Art. 7.19-1, Vernon I s Texas insurance Code. IN WITNESS WHEREOF, ~his instrument is executed in -i- copies, each ~ne of which shall be deemed an original, this the 31st day of October ._, 20~. PRINCIPAL U1B ConstrubtiOJ;l LLC e-~ ~. ~ By: -." _______ UO~~'I~ fVl \ J)fl4(CD. ~({J l~br TFrln ~e) SURETY By: Western Surety Company /./. //,' ,._r i - -'- ...' t.~-[ ./' .,..- ./ ~ ; ..- Attorney-in-fact Tim Kirk (Prlnt Name' 1'.h.. Reside1:zt Agent ox the Suret:y .11.2 Ntt.ee. CQlmty..l 'Pexas, for d.~iveq 0% no tic. .ut8 4rerv..ice o:f process i.s: Agancy: Contact: Person: Address: Phone Number: Swantner & Gordon Insllr;:mr.A Agency Mary Ellen Moore PO Box 870 Corpus Christi, TX 78403 361-883-1711 (NCTE: Date ,)f Performance '""nd ~l'l1;<Jt !lOf t'e prior t.o date of contract) {I""'ri~ed 9/02 F~:turmance ac~d ~"~:::::je 2 .:.::'2 'C ;~: ~ ~ t ./'1B : )JH~.TF'UCT I m~ PAGE 11 ~AYMENT BOND OOND# 69997618 STATE OF TEXAS ~ COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS; THAT DMB Construction, LLC of NUECES County, Texas, nereinafter called "Principal", and Westem Surety Canpany , a -orporation organized ur:der the laws of the State of South Dakota , and duly authorized to do business in the State of Texas, hereinafter :-alled "Surety", are held3nd firmly bound unto the City of Corpus -hrist , a municipa_ corporation of Nueces County, Texas, hereinafter :::alled "City", andmto all persons, firms and corporations supplying ~abor and ma"'cer ia15 in prosecution of the work referred to in the dttached contract, in the penal sum of ONE HUNDRED TWENTY-FIVE THOUSAND, THill HUNDRED EIGHTY-MINE AND 71L100 ($12S,389.71) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment f which sum well a~d truly to be made we bind ourselves, our heirs, executors, administrClto.r.s and successors, jointly and severally, firmly these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with thE! City of Corpus Christi, dated the 25TH day OCTOBER , 20~, a copy of which is hereto ~ttached and made a part hereof, for the construction of: CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH PROJECT NO. 2213 (TOTAL BASE BID: $125,389.71) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all d~ly authorized modification of said contract that may hereinafter be made, notIce of whiCh modification to the surety is hereby expressly waived, then this obllgaticn shall be void; otherwise to remain in full force and effect. PkOVIOtD PURTBE~, that if any legal action be filed upon this bond, venue shall lie in Nueces County. Texas. And 'hat said surety for value received hereby stipulates that no change, extension ,_'f tirre, alteration or addition to the terms of the cmtract, or tc tr:e work performed thereunder f or the plans, ~pecifications, drawi gs, etc., accompanying the same shall in anywise affect lts obligation on this bond, and it does hereby waive notice of ary such change, extersicn )f time, alteration or addition to the terms of the con-ract, nr t th2 ~crk a be performed thereunder. Fc~!m€r.: U(.~nlJ ?I~'-IP 1 '-,-F ') ~ -- 1 r~' ~:I ;3 1)"18 :JH:::,TPUCT ICN PAGE 12 Ihi s bend lS given t c mee~ the requirements of Article 5160, ierron's Civ~l Statltes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material", as used ~erein ece in accorjance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as ~he Agent Resident n Nueces Co~nty to whom any requisite notices may be delivered and on whom service of process may be had in matters arising J.t of such suretyship, as provided by Art. 7.19-1, Vernon's Texas -nsurance Code. IN WITNESS WHEREOF, this instrument is executed in ~ copies, each ~ne of which shall be deemed an original, this the 31st day of __ Oct~ber 20_05_. PRINCIPAL DMB Construction, LLC -----. .~ By: - -~ ,~ci\Y\~0 li\1:.~,~r,5J~ t~k- ,Pr~n Name Ii. .~ ..e SURETY Western Surety Canpany ----- /--~ } By: ,.. 1.-- /L.._... Attorney-in-fact Tim Kirk Wrint Name) '~._-- 2'be .Re..idenf: Agttlat .o~ the Snret,r ;in Nueces County, Texas, for delivery of DotJ.ce .fU2d ..:rvice of proces81 ~s: Swantner & Gordon Insurance Agency Mary Ellen Moore PO Box 870 Corpus Christi, IX 78403 361-883-1711 Agency : Conf:act Person: Address: Phone Number: _ u (NC.>1'E.' Oatp 'Paym&nt P"'1"1d :'lU3~ -~o' ~" "" Jr to c:Ja te of:::cr:t ract Inc'''sed 9/52. - "'. ~~..~.clyr,lent ECLd r-, ='lQf2 2 <~I.~ -.. Pt,J\'~..Il< U~ ,~ J J ()J{NEY 1\ ')\\1 Jell I, FI/('sl PII'\III1\ ,,"0. SP- 22739128 LI! II'. I \" if lk'''l, \tLmt \aL ill \\'l',>l('i 1~\L1;d\ ClI! :)all\ '__' Ll ,'~'UIi1 Ile, dlL, fl~idk'd h II1\. ~1\1 'l-,11L'!"'!" ... ... ,,' \\ 'h'h " dUIhUJ t /l" e \eeuted, but may be detached by the approvi ng j\]hl1111L md ,wpninl the following ONE ill AITHORIZED INI)lVIDl AI~__ ,\LTHORIZED INDIVIDUALS TIM KIRt< ;1\ CV;)RL~J ;' 1...~.'2 H Il.: h~ '1IL'!!"L" IIi '-,---. with limited aUIhority. its true ami ilk!]\, Il'd~t' Jnd dcli\'er for and on it'-> hehalf as SurC'IV, \tli.' C'i.'J,. PERFURMANCE, M,D/C,t:! PAY""dH b:JNaf I',) ADDITION THE RELATED T~ANSACT:JNS SUCH A,. CONS=NTS OF SUR~,Y, RIDERS AND LETTERS OF INTENTL MAINTE~ANCE AN~ WARQA~TY BONeS, P~OVIDI~G THE BOND PENALTY >JES ~uT [)(CEE<J F IV l-n,!i\JDQ -~) T'~OUSA'\!"' 4,~)!: '10/1:)0 DOLLARS (.**~5CO,OOC.0C). ***.*.*.~***..~*~<<~'****~~#*~*~**~***~*.~.*..*.**.******.***********.. (Ii.. r..ll\ \ It, c lllelJI ;lIh! ~. \ <.-'"..'ll: , ItlI J! ~lh_ hond h ltl 11l'L'1 i '\'1.-' III ," i1 HIl! h\ IIIl '''iIll \tt"1I1C\ Fact shall be as binding upon this itcd td klh'\\ i,'d",'d h\ 11ll' ic""larh ,'I""t,,;, "Il"'<?h of thi, Company, .liC Ih ,1\ lell'h, (,nIl (Tl'\ \11,1 \:1]1 t,'rllllILlI,' \\ Ih"lil nO!'Cl'. unless used before midnight of S t P T c \" ~ f. h :~ hut untIl '-Ul.'1l tillll' ...hall hL' irrevocahle and in full force and effect. \H.SIIR"I SURET\ CO\JPA'\\ , '''1, ) !(lL:c ,)~wit: "St'l 10n A.1I hl1tllJ. : thr' l'll..'"ident. \(,c1"l'!~u'.' :111)' A"d\1 re~idt=Pl S.:cret<ifY. a1i\ ~i"taJH SL', :3me :lC Comran- Th. lHl)orJIC~' I >1~naldJ; ..f an\ -11(11 i!'IUI ;uld the (('!pi' JI hond hI!..:! j, tJndCfV.I[II1- (III, luthon7il\ Ind. '~1 ,.1..,,'(. Ih.. B:, ,bl:~'dl \'11" 111l ~\'q1\ljatli)! i',II'h.'l..'r-. ,.l" 111\' H. I -I,. 11 \ ,'111'" \'. rll) ..iull 11<1\( l!i\kll.lhlll~~ P"\\CI' 1\\" III ,,^'esLCrIl Surely' Company, duly adoptcd and nov. ..hall he t.'\c,'lIh:d in the L'orporate no.llne of thL' Compo.lll)' qrd Ilj" Dircclor...; may aULhori/c. The Pn:"idcnl. any Vice ,iLlthuril~ 10 i""ul' honds, policie", or undertakings in the III :\ltomcy' or olher ohl1gaLion" of the c(lrporation. The VII Ill, :1 ckgrall '.uret: '.ena! ;j'ildW: ,\J ;gned tht Scp "'Ipany spcclh:ali '\ \\iTNF';<; \\HER' il\.'ll ..(\ duthorl/ln!! III the form of an cnuorsemenl, Icuer OJ 11, Trca"urcr. SeLTctary or Assistant Secretary oj" Western Of. W,.." '1111 IL' !)()~ I,' h d \Iu.' PL 'Ilk:!ll '.\ilb ih \.'11rporaLc \cal affixed Ihi,,_ ~. .wrl r thul:: WI'I" ,I~, I, ~. I,; j !)h \\ EST J.:Y-' SUR E T Y COM PAN Y i., /:::'-1 I -;/ /b-- VllI'" =~ ~Ol)~ hclme me. a Notary Puhlic. personally Iii liorl"~lId office!' or \VESTER~ SURET'( COr\'lPAN"'r' and : \ IF ,'\OJ 'H '\K( I I \ } ( II I () i \11 "is i {,\ H\ \prl I'. -"al(' , ',l:: ' 1,"1 '-l~' : !', +" ,........,..,..,....,..,.........".....""........,,,...... ~ D. KRELL : :~NOTARY PU8LIC~: '~SOUTH DAKOTA , , . , .~~~~....,..,.........,..~...._-~..."".......+ AD,~. Notary Public, South LJakota fI.,Ayeer ')iSSlon Expires Novernber 30 ..'OOb . \.' d, l'l \\ rh,:'cI I'l..'l, :~~l(' ,illd I.:rCl~ 'nil)' C.,>llli\' ( ..ill f, Ill; .- H I 111\ !ld .llll 1(' ,l <\t \\ .\1 '.llI.' ,')1;1[(' ,)1 llll' ~'llII111;1 n I- "UUl Il;ti',llLt, lL) 111..'1,.'1)\ (\.'Ililv thai thl' attached Pm.vcr 01 AlI<lrney is III full ...(1 j,'nh III '11:.: r\l\\~ ,If.\ltll~.IlCy, j" Il{m in force. '--~.._-"-- lied '-.;lllh' ,Iall. {'(ll1lpan\ 111]" -..31sL-- __da\ of WE S T Efti'I . f . ;f;;:.J H ()("'tnhl:>r . 201)5_ SURETY COMPANY [~ , IMP"RTAtsiT II, ':)1111 dlld I 11 200;. "'~' Illl)/ NOTICE: ,je' I' ;llS~ be BLUE 'l is not BLUE, this IS not a certified copy ----...... Bond No. 69997618 CITY OF CORPUS CHRISTI OEPAR'l'MIDlT OF B1NGINJERING SERVI CES P.O. ,BOX Sl271 CORPUS CSR!STI, TSXAS 78469-9277 RE: Oe:rtiE:l.caeio:n. of Pcwa.l' of Att:o:t'n~ tor Pel:'formatlc::::e and Payttl$nt Bonds C1::rrrete Line:) Ch:lrlrel REh3bilitatirn CarrOll ~ Ditch Project #2213 Project Name/NO. . Surety CompQny:~ WESTERN SURETY COMPANY . Gentlemen~ P Buechler, Ass't. Sec. hereby certify that the facsimile powe~ Tim Kirk ' fox DM~ Cons~:uctlon, LLC {CoDt~actor), a copy oC which is attached to this CGrC1f!eaea, is a true and correct oopy of ~h~ o~iginal power of atto~n~y on file in the records of the surety company j,n its. home office, has Dot been atpetu:i,ed or abridged, is still in full force and effect, and said designated agent is currently in good standing wi~h 'the surety. In the~vent of ~an~ellation of this power of atto~ey, the City of Co~pUS Ch:rj,sti shall he notified io writing by eert;i.fied mail within. sev~ (7-) da.ys thereof at the fOllowing ed.dreag~ ... - , (nam~ of otfiaQt' of ~'t'~t:r) I of attorney s~bmdtteQ by . ~Atto:t'ney--:rn....pa.(!b) Ci~y of Corpus Christi D~pa~tment of Engineering S~rvices Attn~ Contract Administrator. P.O. B~ 9277 Corpus Christi, Texas 78469-9277 Sign~d this 9th~ day of, November 20~_ P~AjAi/ Natl'll!:l: ~itle: P Huechler, ltss"t. Sec. 20 OS SWorn ancl subscribed, to,. b~fo,:r.e, me, on ,this 2~ day of November, -- ~kft~ fJlflf'-- NQtai-y .t?uJj ic ' State of South Dakota My Commi.g~;i.on 1l:xpires :-:, S, JOHNSON M.< eV""n:u~ Expires 5-16-2011 (Revised 9/03) PAYMENT BON 0 STATE OF TEXAS S; KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT DMB Cons truction , LLC hE'reinafter called "Principal", and c rporati)n organi ze j under the laws f the State of 51::! duly:wthorized to do business in the State of Texas, hereinafter ca ,-led "Surety", 3r'''' held 3nd firmly bound unto the City of Corpus Ch r ist i, mun i c ipaJ carpera t i on of Nueces County, Texas, hereinafter Cd led "C ty", and Lnt a 11 persons, firms and corporations supplying l200r ana materials lr rr secution f the work referred to in the at ached ontract, ir the penal sum of ONE HUNDRED TWENTY-FIVE THOUSAND, THREE HUNDRED EIGHTY-NINE AND 71/100 ($125,389.71) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment 01 whl cll :; urn well a' ,d ~ ru 1 y tc be made we bind ourselves, our heirs, executors, administr tors and successors, jointly and severally, firmly b~ these }resent s: of NUECES County, Texas, a THE CONDITION OF prlncipal entered i'lto Ch isti, dated the 25TH attached and made a part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract wi th the City of Corpus day OCTOBER , 20~, a copy of which is hereto hereof, for the construction of: CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH PROJECT NO. 2213 (TOTAL BASE BID: $125,389.71) NOW, THEREFORE, f the principal shall faithfully perform its duties ano make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modi~ication of said contract that may hereinafter be made, not ce of which modification to the surety is hereby expressly wa ved, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said sLrety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specificatlons, 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 t~ the work to be performed thereunder. Payment Bond Page 1 of PERFORMANCE BON D STATE OF TEXAS ~ COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT DNa Construction, LLC lkreinafter called "Principal", and l: rporati n organized under the laws of the State of a'd duly authorized to do business in the State of Texas, hereinafter called "~;uretj", ar heLl and firmly bound unto the City of Corpus C :isri, 3 municipa ccrporation of Nueces County, Texas, hereinafter C:.-:i.Lled "City", in t'.e penal sum of ONE HUNDRED TWENTY-FIVE THOUSAND, THRIE HUNDRED EIGHTY-NINE AND 71/100 ($125,389.71) DOLLARS, lawful money c,f the Un ted ;3tates, to be paid in Nueces County, Texas, for the payment c t whlch .:;umNe}1 a'ld indy t be macle we bind ourselves, our heirs, executors. administrlto s and successors, jointly and severally, firmly t\ these resents: of NUECES County, Texas, a THE CONDITION OF pi ncipal entered into Cr. t ist i ,iated the 25TH at~ached and made 3 part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract wi th the City of Corpus of OCTOBER , 20~, a copy of which is hereto hereof, for the construction of: CONCRETE LINED CHANNEL REHABILITATION CARROLL WEST DITCH PROJECT NO. 2213 (TOTAL BASE BID: $125,389.71) NOW, THEREFORE, if the principal shall faithfully perform said work i r: accordance with + he pI ans, specif i ca tions and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanshJp that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this Ob igation shall be void; ~therwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said S\lrety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to t!1e work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 ~ ~'.. ::-,,, CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME: I),vl () ~) rY'J f:nQr--, _~_ STREET:_Li7~~ (\~M~______~__ CITy:_!h.U)_Chllsn' ZIP: 7fJ;fot;' FIRM is: Corporation I 5 Other R- L ,t.. c, 2. Partnership [) 3. Sole Owner 0 4. Association 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest- constituting 3% or more of the ownership in the above named -firm". Name Job Title and City Department (if known) II eJl\i! 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name ;1 C..f\. ("___ Titl_~____ _ ______ , 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name ;10"- L ____ Board, C~=_~iS_sio~~r Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest- constituting 3% or more of the own1shiP in the above named "firm". Name ;' Consultant Q..,-\ e....- .. .-....---- ~.,-~._-~...~.~.,- -."-------.. CERTIFICATE 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: (jo flit. ~ ('- f\-( - h (A-( (() (Type or Print) ------ - Signature of Certifying Person:_ ~ s;- ~ Title: :Sole &,y CWv- blif Date: IO(~(Of PROPOSAL FORM PAGE 6 OF 7 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. h. '.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. i; "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. "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. e. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. PROPOSAL FORM PAGE 7 OF 7 11/.88/2005 i i; 05 351 88(j-1058 ,. , UU-f..UIJ:J1 !iJ[) IU'11l DMB CONSTRUCTION PAGE 02 P.OOl/OII ACORD '... - -, - CERTrFICA TE OF LIABILITY INSURANCE OP D DA'I'l:r~1 21 11 OB 05 THfS CIi~IFtCATE I$lSSucp A$ A MATTER OF IN~MAnO~ OIllLY AND IOONFER8 NO RIGHTs UPO~ THE C~T1FICATe HOLDst.1l41S e&RnFlCATE Doe~ IIIOT AMI!IlID, EXTII\lD OR AL ~ THE COveRA~ AFFORDED f1'( lliE POUCIli;S BELOW. PAOOl/CER glaoy , MSOd.at:es Su='&1:y/~ce A9ency, Ine_ 21755 IB-.S Nortb BId; *8 Spring l'X 77!BS Pb~:281-651-0002 F.x:2Bl-350-028l INSlJMlm INSURERS AFFOROING COVERAGE 1IGJm:R A: AJ._ N0l'"1oh MQ;c:iaan ~[J: '-O~.naaa. Ccnm Mu1:uaJ. 1NSURF.Re: ~ _~ ~_ co fl$./f'E~ D; Huct.c:m S Ins. CQ , ~l!; IIlA/Cft, ? DNa CoheUuot:i.on, t.I.C ,; L P 1) Box '1].118 Cozpus ebr.ill't;i. :rx 78467 CO\t'&RAGa tl'le POI.IQII OF NSI.IW<<:F. L/lITl:D OctOW IfAVC; oa:N I(IllUl;c TO",II: ItfSURr::D NIIKD ^lIOVI: 1l0R lliC Il'Cll.IcY PCRICD IHOICAmo. ~1ln'ANDING I\HY J:lCQUlAD4I:NI', TtJW Oft Cbi'lllT1l:lN or- ANY ~ OR 01'tER Dl:IOUttlErrr WITH IItGsI'ECT TO WItOl nml ~TIa WlY et! '.....g OR ~y F'F.~AlN, THE ~ oU'I'Ol:lDl;D IJY nlI< POI.JCII!$ Dli~...~ 13 ~CT TO AU. TIl[ l1:FlLls. l:Xa.U$1O"G AND CONOmoNS 01" llUCl-J POLIC1e8.I\GGRI!OII.TE LIMl1'S.$HOmo! IW\Y HAYE tiN foliOU~ llY toAID CtAIMS. . ",. LlR 43095 A 1"OI.tt:Y ~ L1M1T3 l!ACIloc~' S 1000000 12/05/05 ~=J?t,.fE~1 ~ 50000 . . / ~p(~-;':;;;i s5000 V PEASQIt/.&l. .. ADV lNJUiIl' . 0000 0 ~AGORSGAlE 2000000 ~s- eot.1P/Ot'~~_.!. ~,OJ1~O~!1.__ cpsaoooo7 r 12/05/04 I CbMlJlolCD (lIHGu: UMIT C I DC2'000004024 ::1.2/05/04 12/05105 (I1a ~I a DSSB4211S57 12/05/04 12/05/05 8OD,~., lNJORy $ , ? V" (?'8r_1 V eollll'/'~ (Pllt ICQhnlI $ ---......-.. PRQPClUY DAUllCI;; s ("'" zdtBwl Olltffi TIotAN /l,INOONLr. AUTO ONl"y. Gl\1\CCIOl;HT , F,A ACC S ~ - DIlDU(:fIflI,f IlI!T~Nl1ON WORKal.s ~11ONAIW ~LIAIIiLI'TY =~?Cl/TI\IC; ~dl:~!!'!"!II.. ~1Al.~beIow 01HllR --."..... I / 12/05/." 12/~05! Of' , LOCATI(lIIll I VEHIClU, EXl;1 AllDt;llBY EHIlORIIEMEIII1' '.....CIAL PROvIIIDNS lIE: Con~ Uaetd tbum.l ~ilit:.a~OZI."'Qaz:ol1 "'_1: J:lit:c1l 011:y o~ Corpaa ~t:i b nam.ad as Mdit:.iODal J:lurured OD ..11 pol.i.c:i._ ~t. 12/05/04 IlA01~CE 12/75 ~~T!.... .... $ 5000000 $ ~ODOOOO $ $ $ 1:) v + ~--.._.- --- Par Ita. ged.. $100,000 1 000 .E7 CIR'.\~TE O:i.~ oE Coz:pu Cbti.1:.t I!~~-~g S~QM Dept. A'te: Coe.~ a.4.oC"is1:Z'a.tloE' P. O. Boz t271 ~ 0lriAt:i, U 78U9-1277 CANcE&.U.11ON IHOllLIl Nff 01' ~ A80Vr ec~ I'O~ IC GANCIiUID ."'OI'C 'PHIElCNilA Dol"" 'IHIlIItoF. 'lMi lNUIIiIG ~ WIU. c~ 'I'ClMAIl. ~ OAn WIVmM "one,; TO TIC c~'n; tfOLC:I!R NMC to TtIE Ul,.,., fIUT"~TO 110 1IQ lIMLI. ..ose NO tltYcA'rIOtl OR LWllLI'tl' Of IlNr ICINl1lrON lHE IIliURER. m!I~ tI"- 1lEQ. ...n'A1J'ES. ACORPI$ (~ 'r~r- till ACORD co RAnOH 1988 0/ )OO~, 14 FAX 3518542~35 PARK FOWLER & CO IaJ 001/002 -'-"-- ACOIjJ}", CERTfFfCA TE OF liABILITY INSURANCE I gA,TE(NIIIDDIV'M'J 10/12/2005 THIS CERTlFICATI! IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFI!RS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIJ=1CATE DOES NOT AMEND. EXTEND OR AL TER TIoiE COVERAGE AFFORDED BY THE POLICIES BELOw. PltOtJl,ICER Insurance One Asency, ~~ 60:~ Emba.s.sy Oak, Suite 10.1 San Antonio TX 76~16 'NIII,IRE.P Employee Risk Management Company, !nc. 46~9 Corona Suite #100 V Corpus Christi TX 79~11 INSURERS AfFORCING COVERAGE INSURER A: Texa.s Mutual Insurance Co. NAIC t# 22945 INSURER B: L COVERAGES INSUR~R c: INSURER 0: INSURER E: THE PO~ICIES O~ INSURANCE LIST20 BELO~ HAVE BEEN lSSUED TO THE lNSURED NAMED ABOV~ FOR THE POLICY PERIOD INDICATED. NOTWl'J'HSTANDJ;W(3 ANY REQUIRIil/'lli1N'r, TERM OP, COt>ltll:TION OF lU'Y C'ONTIlAC'r OR OTKl:R DOCtlMB:NT WITH P.I!SPECT TO WHICH '1'>1%9 CIlRTIFICA1'E MAY ill ISSUED OR MAY Pl!:RTAIN, THE INSURANCE APE'ORDED BY THE POLICIBS DESCRlilED HEREIN IS SUBJEC'l' TO ALL ~s EXCLUS10NS AND CONDITIONS OF SUCil POLlc:nIS. l\G~~HAV! ilJ!:EN REDUCED EY PAID C:t.AIMS. 1- ' I'OUCYNUMll"R ~~N L.lMJTe ! GENERAL LIABILITY l!AQ1 OCCuRR~NC," I ~..'.". - COMMEROIA..L GEi/llERALLlABILlTY ~""'I S , ,CLAlMSMAOE 0 OCCUR ....~OEXPlA""an.a.roo.'Il I i PERSONAL" ADV INJURY S ". i ~ I liENERAl-"GIGAlillATE $ ~'l"'GGR~UMIT"'P~PER: . PRODUCTS-COMPIOPAOO S : I POlICY I I~.,: I I LOC ~~BA.E L.lA81llT'f r'~ "IN AVTO L __ ALL OWNED AUTO$ ! ~ SCIolEPULEDAUTOS COMIlINED SINGLe LIMIT (~01lO_1) Broil Y INJURY (1'0'_"' ~__ ~EO AUTOs ~._ NON.OWNI!D ,,"UTO$ BODily IN.lURY S (PWlCCldllnl) ~AOf'EI\TY DAAlAOIi S (Por ~-m) AUTO ONL \' -lOA ACCIDENT S OTHER THAN EA ACC I AUTO 0Hl Y: AOljI S EACH OCCU~EI'lCE S ~REQ,A.TE I $ s ,.- A n~~=oUTY :1 ~1IIUMIft!U..A L.IA.'~fTY U OCCUR D Cl,AIMe MAOE 1:1 DEDUCTIBle . '-1 RETENTION S WORKERe OClIIlI'IMA1lCN AND EIIPLOYBM' u.r.a.m ANYPR~O~AATNe~~ECUTIVf OfFICERIMI!M8ER IlCClUDI!t07 ~~~~~ S-.. OTM!1l TSF000114409)./ V 1/23/200; 1./237 X T wt aTATV- I TO~. E.L EACHACClDEPfT ~.~, DISEASE - EA EMPlOYliiiiO E.L. OtSe.<\$E -POL1m' UM/T sl,OOO,OOO ,1,000.000 $1,000,000 &lE.SOIVI'T1ON OF OPERATIONS I ~OCl\TlON3IVE11lClES I exCLUSIONS A.D/:I&D BY ENllORSEMI!NT I SPECIAL PII.OVIBlOt1S A1t~~nate mMployer, DNe CONSTRUCTION COV8r_se is proYided to employees leased to DMe CONSTRUCTION v/c Dr .ubcont~.ete4 throu~h Enploy~~ Rl.~ Management CQmp~ny, Inc, AT'l'It: CONTRACTS ADMINISTRATOl1. RE, CONCRRTIl LINlm UHAIlILITATION-CARROL WEST DITCH CIT~ OF CORPUS CkR1S~I DEPARTMBNT OF ENQIN!ERING SBRVICES PO &OX S277 CORPUS CkRISTI TX 78469-9277 v// / CANCEUA TION V SHOULD ANY OF 'l'HE A80VE DBSCRI88t> POLICIES BE CANCELL!O BEFORE TlU': iXPIRATIOp DATI: THIlRlOF. THE ISSUU'Q INSORaR WILL IlHDJEAVOR TO ro.:n. 30 OAYS lfRITTIDI NOTICI!: TO THlil CEl1.TIFICATE flOI.DBR JWUo TO THE t.iPT, 8tTl' FAILtmi TO DO SO SHALL IMPOSE NO OB~I~tION OR LIAStL~Tr OF ANY KIND U'ON THE I1-lSURER. ITS AG2NTS Oil. REPRG!llTATIVES. CERTlFICATlItOLJ)ER AU'THortIl!D Rl!"...I!N'I'A 'l'lYE j W,... ~~ Wr.t IlACORD CORPORATION 1988 ACORD 25 (lt01lOt) .; Policy #CPS80000BOOO Effecti ve 12/'V04-0r; .; Insured: DMB Construction / THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR / CONTRACTORS - AUTOMATIC STATUS WHEN vi REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART .; A. Section II - Who Is An Insured IS amended to include as an insured any person or organization for whom / you are performing operations when you and such person or organization have agreed in writing in a contract V or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional Insured only with respect to liability arising out of your ongoing operations perfonned for that insured A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply 2 Exclusions rhls Insurance does not apply to: a "Bodily inJUry", "property damage" or "personal and advertising inJUry" arising oul of Ihe rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and speCifications; and (2) Supervisory, inspection, architectural or engineering activities, b. "Bodily injury" or .property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) althe site of the covered operations has been completed; or (2) That porriG:' of "your work" out of which the injury or damage arises has been pul to its intended use by any person or organization olher than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. GL880016 Issued date 3/22/2004 Alea North America Specialty Insurance Company Page 1 of 1 Endorsement # 3 ell ALEA NORTH AMERICA SPECIALTY INSURANCE COMPANY 55 CAPITAL BOULEVARD ROCKY HILL, CT 0606f I Policy Number CPS800008000 V GENERAL LIABILITY DECLARATIONS Policy Period From 12/05/04 To 12/05/05 / 12:01A.M. Standard TIme ilt Ihe Named InslJr"d's Addr685 . Transaction New Named Insured and Address DMB Construction \7/ PO Box 71118 Corpus Christi, TX 78405 Business Description Pipe and steel fabrication, concrete work, water and sewer line work. IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. ..... Type of Business Contracting Audit Period An nual LIMITS OF INSURANCE General Aggregate Limit (Other than Products-Completed Operations) Products - Completed Operations Aggregate Limit Each Occurrence Limit Personal and Advertising Injury limit Medical Expense Limit, anyone person Fire Damage limit, anyone fire $ 2,000,000 $ 1,000,000 $ 1,000,000 $ 1,000,000 $ 5,000 $ 50,000 AMENDED LIMITS OF LIABILITY Refer to attached schedule, if any lOCATIONS OF ALL PREMISES YOU OWN, RENT OR OCCUpy Refer to attached schedule, ClASSIFICATIONS Refer to attached scfledule. {:'tJI" ,"ijJ1 '~r\ f j; ::. "::; I:,:' '\'-\~I ,~,?\I ,,:I[:;.~ ~" "'1.C.I~I;\I,...>," '-_.".!.... .' r-...f" "'<-"~'-T fI-' .~~ ('" .r=O tJr ~L:C ~ t'"L i. ~ )J, .../!'1l::. TOTAL ANNUAL MINIMUM AND DEPOSIT PREMIUM $ MINIMUM EARNED PREMIUM $ Forms and Endorsements Ap IIcable to this Policy See Attached These Declarations together with the common policy conditions, coverage part declarations, cover:age part coverage form(s) and form(s) and endorsements, if any, issued, complete the above numbered policy. Issued Date: 12122104 ~t:? ~ ~dthorized Signature mstmED-~ .s.cHEDULE OF FQRMS & ':NQORSEMf:NT~ ,GENeRJ:\l.UAel~JTY ~ OCCURRENCE FORM d ~I" Issued To: DMS CONSTRUCTfON Policy # CPS80000BOOO GL880000 - GENERAL LIABILITY DECLARATIONS GLDEC 0801 ~ SIGNATURE PAGE GL880001 ,. COMMERCIAL GENERAL LIABILITY COVERAGE FORM CPS99000TX ~ SERVICE OF PROCESS (Texas) 1. GL880002 - CGL COVERAGE AMENDATORY FORM 2. GL880004 - DEDUCTIBLE ENDORSEMENT 3. GL880016 ~ ADDITIONAL INSURED - AUTOMATIC 4. GL880031 - PER PROJECT AGGREGATE 5. GL880032 - SILENT ON PUNITIVE GL-SE (11/2003) Page 1 of 1 Issue Date: 12/22104 TE 99018 ADDITIONAL INSUREO ( !his endal semen! modifies insur'8[;ce provided under the followlnY /v/['BUSlNESS AUTO COVERAGE FORM' GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM .,..'.--__~._____~.,~~_L-._.__ Chis endwsement changes the policy effective on the inception date of the policy unless another date is indicated below: fEndorsement f~ff;~~~o~--T ------- Policy Number I Named \nsu~~-d - - ---- -----.T ----- ---- DCT000004024 tDMB C(~N;3TRU~.J.~'.J"_".___':""__ __'.___ _ __~_J Countersigned by -/ / /~, ~ ff/IL. ( Authorized Representative) The provisions and exclusions that apply to L.IABILlTY COVERAGE also apply to this endorsement / BU\NKET AS REQUIRED BY WRITTEN CONTRACT -...---.-..--.<- -- .-.--..---..... --- _..._.-._..._--~.----- ( Enter Name and Address of Additional Insured ) is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy The additional insured is not reqUired to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you You are authorized to act for the additional insured In all matters pertaining to this insurance We will mail the additional Insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured The additional Insured will reiain any right of recovery as a claimant under this policy FORM TE 99 018 - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed March 1B, 1992 TE 9901B V ADDITIONAL INSURED fhiS endorsement modifies Insuranca provlded under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective 011 the InceptIon date of the policy unless another dale Is Indlcaled below: I EndorB8mont Effective , 12/5/04 Named Insured Policy Number 1/ DSSB4211557 ../ DMS CONSTRUCTION / The provlslons and exclusions Ihat apply to LIABILITY COVERAGE also apply to this endorsemenl BLANKET AS REQUIRED BY WRITTEN CONTRACT ( Enter Name end Address of Addltlonalll18urvd ) / j Is an iw.ured, but only with respect to legal responslbUity ror acts or omIssions of EI pemon for whom Uabillty Covurage i5 afforded underthls policy. The IIddllklMIln8ured III not requlllld to pay for any premiums slaled In the policy Of earned from the polley. Any retlllll premium end any dividend, If applicable, declared by U6 shall be paid to you. You are authorized to act for the additlonallnluyed In all mattei's pertaining to this Insurance. We wilt mall the adtUtionalln8urud notice of any canoellatlon or this policy. If the oancellatlon Is by us, we will gll/9len davs notice to the addlttonal meuntd. The addltlGflilllnsurvd wl\l rataln any rIght of recovery as a claimant under this policy. FORM TE 119 01 B . ADDITIONAL INSURED T.xas Stan~ AuIiomoblin E:ndOl'8smonl Prescribed Mtreh 18,1992 I r1!\ (I ) ! fj --=1 00 I j r. ulIe; IJIJC THIS ENDORSEMENT CHANGES THE POL.ICY. PLEASE READ !T CAREFULLY POLICY CHANGES F'ollcy Change Number 1 POLICY NUMBEF{ CPS800008000 y POLlCY CHANGES EFFECTIVE 12/05/04 COMPANY ALEA NORTH AMERICA SF'ECIAL TY INSURANC~ COMPANY I v NAMED INSURED OMS CONSTRUCTION V AUTHORIZED REPRESENi ArtVE COVERAGE PARTS AFFECTE:D Addltlonallnsured - Automattc; CHANGES In consideration of an addltlonalllat and fully eamed premIum of $ , 00.00, It is understood and agreed that a 30 day Notice of Cancella\:lOn In fa',tor of the CIty of Corpus Christi Is added to the polley. ....1 \ l t1.~ ./ March 11. 2005 Dnte 11 GL880006 Issued Cale: 3f1 "05 Alaa North America Speelalty Insurance Company Page 1 of 1 endorsement # 6 --,.~.... ~----_. .~....._- "- ,--- .-- -.-- CLARENDON AMERICA INSURANCE COMPANY POLlCY CHANGE Policy No; DCl'OOOQU4024" ..'/ Insured: DMB CONSTRUCTION Producer: 420359 ELSE)' &. ASSOCIATES SURETY INS. Effective date of this endon;ement is: 02/1712005 V/ Type of coverage: AlI\orntJbilc Endorsement Number: ---------~ ,--~-~---'_.__._--- in toosiderntion of premium of $ it is agreed that as of the effective date hereof the policy ill hereby amended in the following particuJars: !1'EM \ .. AUTO ADDED THE COVIRA(lll.5lNDlCATED IN'1'HJ! SCHI!VUU! Of nus ~ Sf!ALL AP!'l.YTO l1ll! !~ "'...Mo_ 10--",.. 1 AlIa I~~~~:~ -:%.~u..- .....t<:.WII~ .......... .... - =.~) 1"'- AI< T_, \-L- ~ .~-- --- T ...-- _L-....- _._~----- - -~ I Nuln....d "d<lrc.u trfluu ,",yee I b. AUTO JlLIMINATI!O m1l JNSlIRAMCf! APfORDllf) BY nm~ SHALL ClWlE TO COVl!ll AUJ'OjI Olt ~ ~ .,oId I<-C<dc - ....* ~. ~ .:Y:iD~~':"'U~ ......~t'ftIIS Dd....O'..... _CollA ^" T_ .... _.-_.~-_.---.,'~------.--------- - I . _ I f rr1!M 1 0UJl!R CllANQES~- --- _ IlPDXNG EiHDOIlSZH!:Il1' TEOZ02A PER AT'mCIIEO I~ rAVOR 0'- Cl on or COMUS CIlRlSTl. OEOT or ENGINEERING 9~C~B t~~~ ----._---.~ -"--'--' LOOt} ~....---- ~---------------~ AdJJ6 ..-------'"- VIlllMlUM . AUlD ~ l'&l!MIUM . AlIIO. UMI'U OP1JA;IlUn ^"Nl/AL AIlnl1lOlfAl. JUlTtI1UI _AI. -- IIII1I11Ul ..... pculA ~b KCWnIl - ..... oc<WooI .- ..... ........ ..... ....- ---- ..... ,..... -- ..... ocddtol ..lil acddcnI .....ocddtnl -- I CaIb VoIu. ""'5 -~ ~--- ,--. I... S Do4. , nod. i Cub Value- la. , Oed. -- I... S lltd. - ,... diJabkmtol ---..- _..-----1...- -------------_.---~-- ADOnlONAL I'llEMllIM \ RETURN PI\JlM1UM TOTAL Nil NIl --~ SCHIIDUU! roVEl\AOES tladIIy 11s]1oor Uobl~IY eo. ..........., ~" .....,.,., .......IWlIl~r .c....... UoId&tt hdIU ~uJl...e ~c.-.rLalS tollll4on TuwIoa~ lJlo..- CoJb o:t5lllloi....~lo 1lJlIl'" '0 \lMNll>II',D NOTHING HER2IN CONTAINED SHALl. 8E RELDTO VARY, ALTER. WAlYE, Oil EXTEND ANVOFTHETEJlMS. CONDITIONS OR. LIMIT A nONS ON THE l'OUCY TO WHICH TtUS ENDORSEMENT IS ATTACHED OTHER TI-lAN i\S ABOVB STATED. Dated at: SOUTHLAKE, TX This Jrd Day ofMBfCh, 2005 BY........ 0~J1:l~ (lJ_ MllB2 ^",hmimd """".......'" ~ '("01: / TE 02 02A .j CANCELLA lION F'ROVISION OH COVERAGE CHANGE ENDORSEMENT i'e 8'ldorc, ::l1ler:: rnoddlBS Ins:ril1lce pm,lded uncler HII" fr:liowini] .j I" I:HJSINESS AUTO"COVERAGE- FORMJ \ GARAGE COVERAGE FORM L TRUC,(ERS COVERAGE FORM -- .~._.- .~---'--'-- -----,_.-.__.-~,~.__._----- This nndo!'iernent chaflq8s the policy eff(:cHvo on the ':nceptlon date of the policy unless another date is indicated below: F ndorsernw,j Effective _._____"______ ~H___"'_ ------ -- ~.- Policy Number - - ._-------- ._~--_.~..__. .__._--------~ OMB CONSTRUCTION j DCT000004024 v' ~--"--'--~"'-~------ / If' /'j;:1 t:l'l s:;; 5::;" - ~O~l~~slgne~~___" -,--~..Ml}l,.l-0. k~JlL.., ( Authorizea-nep~esentative) ~' 02/11120C:", Named I nE,ured ~__ ~__~___ days before lnis poliCY is cancelled or matenally changed to reduce or restrict coverage we willll1i1i1 notice of the cancellation or change to ;/ CITY OF (:;ORPUS CHRISTI, DEPT Of ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR ----_..._---------_.__.~_._.- -"--'- ..-._-_.,-_._.--~- --- --~.------- PO BOX 92T1 . CORPI~S~HRls~r!.J'~!6_S)"~0(_ ____ ---- - ( Enter Name and Address J FORM TE 02 02A. CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile EndQrsement Prescribed March 18,1992 OLD AMERICAN COUNTY MUTUAL FIRE INS. CO. I'OUCY CHANGE ..; Policy No: OSSB42115Yi insured: DMIl CONSTRUCTION Producer: 420559 ELSE.Y &: ASSOCIATES SURETY U-lS. ElTcttivB date of this endorsement is 02/1712005 I f)'pe of coverage: Automobile .j Endorsement Number: ----- ----- ~--_._.----- _._--------~--~._._- In considcriltion of premium of $ it 1s agreed tbat iI5 oftbe effective dule bereofthe polit,)' is hereby amended in the following plUtlculars: nEMI Il. AIDO AIJOI!D nm coVlllWlE51HDlCA'II!D IN 1UIi SCHEDULB 0I''IlDS1!NOO1t5EMl!NT lIHALL Al'1'L Y '10 1lIE c.._ __.-nil ~,..._.. o..oCodJl "- ::::~ ~..:::-:..i- ~~l:huI -----, tbd."bd CN'C .... _0001& .....,.., ~ T.....,. -~ -~ - -------------._._~ I ~-- -~- -_.._~----_._-------_.- I NilDl.1Ulll Addn:u .rlnu I"'Y" \ , l -- I>. AUfOELIM1tlATED ntE iMS\JRAJ'lCB AI'FOIlDI!D IY1llHPCltJcv SHALL ClWle: TO cOVI!ltAUTUI OR """"" .......-..... 151.... A.. """""'" - "- :=~-=':'==d.-;%.~D. .......1'lUlt ~o."'" _c:..& .... .------- --~ I I miM2 ollWt OlANGllS ---~. AIlDlIlG ElltlOnSF.Hf:ll1' 'ft:020ll\ PE;R A'f'fi<ClIW IN mVOII O. CIt'Y OE' COltMJ9 CHRCST!. OEM', of DroIN~ERTNG seRVICES - ~- ~--_.- ._-----------~ - Pllo.MTA: 1.000 .--- ------.- \ !IpItlIleIIc......r~ r ',,:...IC.... -~.._~--_..._~ I'IIEMlllM - Auro I I'I\JlMI1JM - MJI'O B .IMtfS OF I.IJU1JI.1TY A/lNll,u, AIIlIfJ'MII...... Ilm/RH - AIlDl'I\DHAL - - - p..... tstb .tdd tal ucIJ ...!laoI ---- _ addtn1 ....I......... -- ~pa:l1Pl1 ..... ...w... - ",dt ...... --_" - Valu< "" ~ DCII. I... S Dal. -- -- s oM. Vol"" I... S Dal -..---- .... 1 Dtd. P'"dlstliI..- -- --~ _.- ----~ .------------ ADl>fTlOIoIAL plU!MlUM \ kETlJlIN peM1UM TIJ1' AL Nil Nil SCHWULE ~-_._----.._- -------~.- WvalUlGU !B.'IIlFIJoju",u.a.mty ._~- I'IIIIIIIIf I/J1IIlPUoIol1IIY ~1JIII11I11 MMIeIIr..-.. P.....1P.IwJ ........... ~_' _, ....., u.L1I1l., "1'IopoIIIlO ....... ooWTbv .~UDI1iI, b ~.;;~ c.o.rrctrcMi'll tI C.l\l.kol --....- ..---- 1ooolsI1 "l,obllf Co.u '1SD~ IpIlIIa Kl UMlUIM r 0 L:-- 1---- L- NOTHlNO HEIlElN CONTAINED SHALL BE HELD TO VARY, ALTER. WAIVE, OK ~END ANY Of"rHE 'ffinMS, CONOmONS OR UMITA'nONS ON "Hl! POLICY TO WWCH TffiS ENDORSEMENT'IS ATf ACHED oTHER THAN AS ABOVE STATED, / ..... w, SQUTHLAKE, TX Tho "" O'Y of"",h, 2005 BL ~~t: {ff,J,... MEB1. AuthorizJ:d Reprcsentshve pen( TE 02 02A / V CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT The endorsement modifies insurBnce provided under the following: / BUSINESS AUTO COVERAGE FORM i GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the incepllon date of the policy unless another date is indIcated below: Policy Number Endorsement Effectlve j 055B4211551 / 0211 7 J2005 Named Insured I DMB CONSTRUCTION I I j counters! ned b /~ v/ 30 days before Ihie policy Is cancelled or materially changed to reduce or restrict cOl/erage we will mati notice of the cancellation or change to: CITY OF CORPUS CHRISTI, DEPT. OF ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR PO BOX 9217 CORPUS CHRISTI, TX 78469-9277 v/ ( Enter Name and Address ) FORM TE 02 02A - CANCELLAnoN PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Enoonioment Prescribed March 11, 1902 O~t" 8/2 05 1 L ':)5 F A~ 3618541295 PARK FOWLER & CO 141 003/003 we 42 '06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT ThIs endorsement applies only to the Insurance provided by the policy because Texas Is shown In Item 3.A. of the Information Page. In the event of cancellation or ottter material change of the policy, we will mall advance notice 10 the person or ol'tJanlzlUon named In the SChedule. The number of days advllnoe notIce Is shown In the Schedule. ThIs endorsement shall not operate directly or Indirectly to benefit enyone not named In the Schedule. Schedule 1. Numbar of days advance notice: 2. Nodou win be mailed to: 30 ..../ CITY OF CO~PUS CHRISTI PO BOX 9277 ATTN: SVLVIA ARRIAGA CORPUS CHRISTI, TX 78489-9277 ./" TttI tndOMment ching. tne policy to WI1lcn R IIlttaCIIICI effoctlvo on tll.lneeptlon dele or lf11 P'*Y Un/WI. dIIrerInt dlllllllnlllCllecl btilow, (The rOllllWl~ "dacl'hl clllLlB8" nslld btJ ccmpleted only when this tndmemllnt I6lllaued IU:leequlllt to Jlr'llPlfltIon Df the poloy.) / ThIs endcnement, .trectIve on Mer ct1 3, 20015 V" ~o(ley No. TSF-D001J440IU 20050123 oftheTo)(Qtl Mutu.lln,urance Company It 12:01 A.M, IItIm8/tf time. forme 8 pwt or Issued to EMPLOYEE A I BK MANAIJEMENT CO I Nt P/'$/lllum $ Q,OO EndWUDll!lat.NaL 4 ~, p....T_~ V ~..nIItIw W04U801 CED.'..4, F'LE' COpy AOBERRV 3-04-2008 O~ <'t 5 IG ',3 F A :6185~ 285 ARr, FOWLER & CO !4I001/003 WORKERS' COMP'EN8AT'ON AND EMPLOYERS LrAB/UlY INSURANCE POUCY Df') B-=- ,...- ~ we 99 03 01 GENERAL CHANGE ENDORSEMENT The policy to whIch this endorsement Is attached Is amended 8S .hown below: Added WC420601 In f,vgr 01: CITY OF CORPUS CHRISTI " 1'hIt etldClt'Hl'nn cmnl1- the pDllO)' to whlah I .. ..,.ahlld .rrtOtIY. on tn. II1cep11On IIllt! or 1111 patq' LI'IIIU . dJrr'ltI1t dllle It InlltceteeJ below. (Thl fdlowlng ..ttIOht1g clauDe" nead bl compl81td only whlln till-. IndorurnWlt Ie l.u.d IlGItquent to prep8l'lll10l'l Of tilt pOlIcy.) Thllil endomment, e1fecIlve on MI r c: h 3, 20 D E5 v"" at 12:01 A.M. II1BndIIrd 8m1l, romlG a pllrt or Polley No. TSF"'0001'.44091 200tiO 123 /ofthe Te)(l' Mutuelln.u,..noe Company Issued to EMP LOVEE R I Sf( MANAGE_NT CO I Ne f)remium $ 0,00 indo~.~Q~ 4 r ~.~--,. JJ.~ ~ ~ .A&lth~~ntatLve WClI0301 (ED. 1~~ FILE COPY ADBEAAV 3-04-2006 O~; ,J 2 c", 5 l' 'J 4 FA c 8 1 854 28:' PARK FOWLER & CO 141 002/003 WORKERS' COMPENSATION AND EMPLOYeRS LIABILITY INSURANCE POLICY ENDORSEMENT SCHEDULE CO INC POUOy NUMBeR TSF-ooa1144DG1 20060123 I$$ue DATI: 3-04-2005 rrEM 3P - ENDORSEMENT SCHEDUL.E - EDI'I'IoN STA.T! IllUMBER Ol!2CRIPTION DATe 42 TM-LHW-2001 LON9SHOREIHARBOR ACT COVERAGE 8-24-2001 42 TM-MC-2001 MARITIME COVERAGE 8-24-2001 42 TM-NTIC-ZOO3 TeRRORISM INSURANCE COVERAGE 1-02-2003 42 TM-PC-2001 POLICY CONDITIONS ENDORSEMENT 11-24-2001 42 TM-MV-2001 MUTUAL ENDORSEMENT FOItM 8-20-2001 42 WOOO CO DCA WORKERS COMPENSATION AND EMPLO 11-04-1QC1I5 42 WCOIJ 00 01 WORKERS OON~/EMPLOVERS LIA~ 1"01-1D04 42 WeDO 03 01 ALTERNATE EMPLOYER 1-01-1114 42 weoo 04 O~ PREMIUM DISCOUNT 1-01-1994 42 WC42 03 OH TEXAS AMENDATORY 1-01-2DOO 42 WC42 04 03A TEXAS EXPERIENCE MODIFICATION 3-01-H187 42 IC42 04 06B EMPLOYEE PROV/CLIENT co. END. 3-01-1087 "2 WC42 04 07 AUDIT PREMIUM ENDORSEMENT 3-23-2D02 42 WC4:i! De Q1 TX NOTICE OF MAT~RIAL C~AN 1-01-1D04 Tnle Itnaonement chang81 the pOlley 10 WIlleI'! R It dacl'llld .rrecttv. on 1he inceptIOn dlte of thl polICy lInIeM. cItJeront CIIIe IIlndlCal~ bIIow. (The fOllOWlnQ "IIIICt'lrnp ctaUM" n..u b. complllltd only when ~ .ndonltmtnll8 l_lI8CI ~UIInt to prtpInGOn or Ihe POley.) Thle liInd~, I'lI'fflctlve on Mereh 3, 2005 It 12:01 A.M..w.dlll'l:J 1Im1, falmll plrtof F'olleyNo. T.F-00011440Q1 200150123 oftheT.xa, Mutual In.urlna. Company Issued to EMP L OVEE A I SK MANAgEIENT CO I NC PremIum' 0,00 Endo...8Ineat1m. 4 --- ~i:; J... ~ AuIb _ ..... 1111_ WCOOOOO1 (ED. 1oi4) FILE COpy ADBERRY 3-04"2005