Loading...
HomeMy WebLinkAboutC2005-696 - 11/8/2005 - Approved SPECIAL PROVISION 2005-696 11/08/05 M2005-382 Angelo's Painting SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR Choke Canyon Dam Gate Hoist Protective Coating Replacement PREPARED BY: .. F'REeSE - NICHOlS \ "-- Freese and Nichols, Inc. 10814 Jollyville Rd, Bldg 4, Ste 100 Austin, Texas 78759 (512) 451-7955 FAX (512) 451-7956 COR03153 ISSUED FOR BID For WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/857-1880 I PROJECT NO: 8520 I DRAWING NO: WTR-361 ,.,,}..-'-~ FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.o. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: ALL PLAN HOLDERS Date: October 14, 2005 From: r , L~' ~/b j; ,,/~ Angel R. Escobar, P.E. r'^ ~ Director of Engineerin ervices Pages: 4 (including cover sheet) Subject: Choke Canyon Dam Gate Hoist Protective Coating Replacement Project No. 8520 Addendum No.2 Comments: This fax transmission contains the signed, sealed addendum from Freese & Nichols, Inc. The addendum modifies the Notice to Contractors, Special Provisions, Technical Specifications, and Drawings. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. I ADDENDUM NO.2 I -...- -. .. -- - October 14, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT PROJECT NO: 8520 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. NOTICE TO CONTRACTORS A. INSURANCE REQUIREMENTS A. PROFESSIONAL POLLUTION LIABILITY I ENVIRONMENTAL IMPAIRMENT COVERAGE DELETE: NOT REQUIRED ADD: REQUIRED B. INST ALLA TION FLOATER DELETE: REQUIRED ADD: NOT REQUIRED II. PART A - SPECIAL PROVISIONS AND ADDENDUM NO. t A. Para2r8ph A-33 Conditions of Work AU.,: Attendance List from Mandatory Pre-Bid Meetin2 held on October 10. 2005 (see Attachment No. I). III. PART T - TECHNICAL SPECIFICATIONS A. SECTION 09905 - PROTECTIVE COATINGS I. ReferellCe Para2raph 1.02.B. APPLICATOR'S QUALIFICATIONS DELETE: In the first sentence following the words "Applicators must", delete the words, "be certified in accordance with SSPC-QP 2 reauirements. and". 2. Reference Para2raph 1.02.D. TESTING ADD: In the fifth sentence following the word "inspection", insert the words, "of prepared surfaces and coatines". ADDDDOII HO. 2 Page 1 of 2 B. SECTION J~3 - HANDLING AND DISPOSING OF COATINGS CONTAINING HEAVY ME ALS 1. Reference Paraeraph 3.05. SEDIMENT ANALYSIS FOR HEAVY METALS, Subplra2raph A ADD: In the first sentence following the word "sediment", insert the words, "and/or wipe". 2. Reference Paralraph 3.05. SEDIMENT ANALYSIS FOR HEA VY METALS, Subparaeraph ADD: In the first sentence following the word "sediment", insert the words, "and/or wipe". IV. DRAWINGS A. SHEET 5 of 6, GATE HOIST DETAILS ADD: New Note 6. Remove sun shield plates from eate position indicators aod remove motor fao covers from hoist drive motors aod lubrication system motors. prepare and paint these items and areas concealed bv these items. re-install them utilizine existinS!: hardware or provide new hardware if neeessarv. John S. Wolfhope, P.E. Project Manager Freese and Nichols, Inc. ISW/rs Attachments: No. I, Attendance List from Mandatorv Pre-Bid Meetio2 held OR October 10.2005 ADDBlmUM RO. 2 Page 2 of 2 ** MANDATORY ** PRE-BID CONFERENCE SIGN-IN SHEET Proiect No. 8520 Choke Canyon Dam Gate Hoist Protective Coating Replacement dcrll? ~ /CJ 'Z "'''' b ,- "L', Y S p,", Thursda - S ~O.~~ 4.m. Choke erations Ctr. I Ii ~-. !~ I~ I: ii !L-- I! I~ I~-. I~ i~-~ :l .. 1 ir,:-1 14 1 ::: Name Organization Phone No./ Fax No. ~S-I- 952-- 61 (';)0 5""1 '1SZ-0!.;7B 2 el )'590-~ 20 (:) (2 Bi) 5~O ~.~ L '3 '"4- j;J()j ';G;;6.trUy --- / )I~ ~ 'I3......-AS\,( D t c... -; <:; I 4 ~.. ^ "-5\~\~" 'Yc ~~ f\...J ~ l-L~ V ST,-D /''0 I -7', /) 'ke~P. .-...t~_ ,- ~~uf'-"v-~,~{ j- . " "I '. ~ ;", ." (' I ' j , '", _ I 1 \ G ' '-'--' ' - \... ~, . n r- I.) 11 ::..-.::;:- A,- \, ~ "J'\ ".F-!. I '/ tI i},'. .' '/_ .. \.; (~,v" ,i H-i"J 1\ Utv?~-> T', 3~1- ')86-JIo I..fl 30HN Nf~ F /2. F ~ ~ t- )'} I" D j-J} U-H.L. 5 ;1\ f'(AvA""~<> sri!- Lr!) Art A"....l'-."u'..j ,j- Is:'l o~ ~r~5 ~~~"kO- CD W It' I /' 1 , I. 7;Vl-o I~ 5> I1I2LoJ e YjA q/'K q"/-~~/'I 3"1 :"57..r- '1$ L.f f \;rl ~~~ q'7 1- 1'/ O<=} J.~ -$&, 6 1 : .' ADDENDUM NO.2 Attachment No. 1 Page 1 of 1 I AI>I>EN()lIM NO. I I September 22. 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING PROJECT NO. 8520 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents The provisions of the contract documents not specifically affected by the addendum shall rernam unchanged I . PART A - SPECIAL PROVISIONS A. A-1 Time and Place of Receivinq Proposals/Pre-Bid MeetinQ and NOTICE TO BIDDERS 1. Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed one (1) week from Wednesday, October 12, 2005 at 2:00 p.m. -+ to Wednesday, October 19, 2005 at 2:00 p.m. Location and Time of Bidding shall remain unchanged. 2. DELETE: A ~ANDATOR~ pre-bid meeting IS scheduled for 10:00 a.m., Thursday, ~~J:ili;fll be r 2~L2QQ5 ADO: The following revised text in lieu thereof: A ~ANDATOR~ pre-bid meeting IS scheduled for 2:00 p.m., Monday, Qctop~LtQL2005 Please acknowledge receipt of this addendum In the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO.1 I.~!R ~4J Ln~el R Escobar, P E. Director of Engineering Services ,\REirs 1/),),/0';- ADDENDUM NO. 1 Page 1 of 1 SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR I Choke Canyon Dam Gate Hoist Protective Coating Replacement -. PREPARED BY: l1li FREESE" NICHOLS ... Freese and Nichols, Inc. 10814 Jollyville Rd, Bldg 4, Ste 100 Austin, Texas 78759 (512) 451-7955 FAX (512) 451-7956 COR03153 ISSUED FOR BID For WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/857-1880 ~. I PROJECT NO: 8520 I DRAWING NO: WTR-361 Table of Contents NOTICE TO BIDDERS (Levisc'd ' /5 100: NOTICE TO CONTRACTORS - A (Revised Sepr. 2000) Insurance ::\.equ rements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Wor ker' ~. PrO!ecto: compf~nsation Coverage For For Govelnrnent Enti Li es Building or Construction PART A - SPECIAL PROVISIONS 1 TlmE=' and Place 01 Receiving Proposals/Pre-Bid Meeting I, 2 Deflnitions and A~bbreviations 3 Desel iption of Prlject 4 Method of Award ., 5 I tems to be Submi Lted with PIoposal 6 T1me of Completicn/Liquidated Damages 7 Workers Compensat Lon .-nsurance Coverage 8 Faxed Proposals :\ -9 Acknowledgment of Addenda :\ 10 Wage Rates (Revis.>d 7/S/00) 11 Cooperation wi th Pub] ic Agenc.l es (Revised 7/5/00) 12 Mai;,tenance ot Scc:rvices i\-4:-:3----A:-rea..Aeee~k--t~ (NOT USED) 14 Cow;Lruction Equipment Spillage and Tracking ;'<.--~--Fat€dvQtion .::md Rcmo'v'als (NOT USED) A 16 Disposal/Salvage of Materials A---H---F-:t-e-J d Office (NOT USED) '\ 18 Sch~,dule and Sequence of Construction ,\-4.-9--teflS~-iBn StaL ing (NOT USED) -20 Testing and Cert1ficatiun A-~~~ c,ct- Si~.L..-:J (~J'OT USED) -22 A~ 24 .-8- 26 ~ 27 .. 28 , 29 30 31 , 32 33 34 c, 35 c\ -- 3 6 ., 37 -38 Minority/Minority Busin(~ss Enterprise Participation Policy (Revised 10/98) InJpcction nequil-e&---+Re-v-ised-+f5-fOO) (NOT USED) Suret_y Bonds [.:lie::> Tax ExcmpL-efi NO LONGER APPLICABLE Supplemental Insurance Requirements Responsibility fur Da.mage Claims Consi.deration" for Contract Award and Execution Contractor's Fie,d Administration Staff Amended "Consideration of Contract" Requirements Amended Po] icy 01' Ext ra Work and Change Orders Amended "Execution 0: Cont rdC~_" Requi rements Conditions of Work Precedence of Contract Docwnents City Water Facil tie,; Special Requirements Other Submittals (Revised 9/18/00) Arnended "Arrangement and Charge for Water Furnished by the City. Worker's Compensation CoveTnge for Building or Construction Projects for GOVi'rnment Ent it I es A~.-tert. i f i catc-B-f-Becup,:mcY--affl-- F in:ll }'.cccpt:lncc (NOT USED) :,--40 Amendment Lo Section B-8-6: Partial Estimates A-4l- -~nc }',d'v'iJory (NOT USED) -42 OSH/\ Rules & Reg1l1at,.ons (6/11/98) 43 44 45 ,. 46- 4+-- 48 49 SO AmeLded Indemnifi,:atiun & Hold Harmless (9/98) Change Onier-s (4/ 6/99) As-RJilt Dimensions a:ld DriiWings (7/5/0U) fhSf!+~+f Highly-t-fl~ffi.a-tcd WJtcr (7 /5/~ (NOT USED) .flIt- Con:Jtruction ~orotory. EXCJVJtior.:J (1/5/00) (NOT USED) Ovelhead Electric~l Wires 7/5/00) Arnerd nMa~ntenanc,c, Guaranty" (8/24/00) Cc,no~ruct on Scheiuling R.estr i ctions ATTACHMENT 1 - CHOKE CANYON DAM VISITOR/CONTRACTOR ON-SITE PERMIT PART B PART C PART T GENERAL PROVISIONS FEDERAL WAGE RATES AND REQUIREMENTS TECHNICAL SPECIFICATIONS DIVISION C 005 ( 010 (1040 (J041 C1400 CL700 (:'800 1 - GENERAL REQUIREMENTS Definitions and Terminology Surnmary Of Work Project Administration ,Tor, Management Quality Control Contract Closeout Forms DIVISION 2 - SITE WORK (NOT USED) DIVISION 3 - CONCRETE (NOT USED) DIVISION 4 - MASONRY (NOT USED) DIVISION 5 - METALS (NO'l' USED) DIVISION 6 - WOOD AND PLASTICS (NOT USED) DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8 - DOORS AND WINDOWS (NOT USED) DIVISION 9 - FINISHES OQ905 Protective Coatings DIVISION 10 - SPECIALTIES (NOT USED) DIVISION 11 - EQUIPMENT (NOT USED) DIVISION 12 - FURNISHINGS (NOT USED) DIVISION 13 - SPECIAL CONSTRUCTION 1 ;: 8 3 !Ianc:ll ng and Disposj ng !feavy Metals += O.L Coatings Containing DIVISION 14 - CONVEYING SYSTEMS (NOT USED) DIVISION 15 - MECHANICAL (NOT USED) DIVISION 16 - ELECTRICAL (NOT USED) DRAWINGS L Title Sheet 2 Notes, Legend. dnd Abbreviations 3 Site Plan 4 7-Gate Spjllway Gate Hoist Deck plan view 5 Gate Hoist Details 6 Gate Hoist Photographs NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS SeaJeu proposal , ::lddressed to the City of Corpus Christi, Texas for: CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT; consists of remOVl [;g the existing lead based cOdting system from seven (7) gate hoist~ ~nd electri, motors all the Spillway Gates and two (2) hollow metal doors 'y frame on the ('ontrol Room, surface preparation and recoating of exp,)s,j met al sLrfaces ,)f gate hoists, hoist shafts, couplings, gear!J1lcLor dssembl Les and doors and frame Ln accordance with the plans, spec i1lcationslno contract documents" wIll le receIved at the:Jffice of the City Secretary until 2:00 p.m. on Wednesday, October 12, 2005, and then publicly opened and read. Any bid received after rlosinq time will be returned unopened. * A i-mNoATORYl pre-bid meer_ing .is scheduled for 10: 00 a.m., Thursday, September 29, 2005. The location of the meeting will be the Choke Canyon Dam Operations Center, at the Choke Canyon Reservoir near Three Rivers, Texas The mcHldatury pre-bid meeting will be conducted by the City and wi 11 IIcIude d p oje,-.t overview briefing. The Consultant Engineer, Freesf and Ni,:rvJL [:c., wiLl be present. A tour of the project site will! llovc A bld Dond In trle amount of 5% of the highest amount bid must accompany each I roposal F~ilure to provide the bid bond will constitute a non- respol ive proposdl whidl WIll not be considered. Failure to provide requir "d perfcrman,oe and payment bonds for contracts over $25,000.00 will res 1 j in forfeiture of the 5% bid bond to the City as liquidated damagE Bidder's plan deposit is subject to mandatory forfeiture to the City Jf bidding dccuments ,Ire not returned to the City within two weeks of re< ipt of bid.' PlaLs, proposal form:;, speei tications and contract documents may be procmed from the City Engineer upon a deposit of Fifty and no/100 Dallal ($50.00) as a guarantee of their return in good condition within two weeks of bid ddte. [~cuments ~an be obtained by mail upon receipt of aLH:icjrUonal ($10.00) WhICh lS a nonrefundable postage/handling charge. The b dder l:::~ her, 'by noti tied that the owner has ascertained the wage rates '..,;hieh prevai! in the locality in which t_his work is to be done and that ~uch wage scalers set out in the contract documents obtainable at the 0; t ice o)f , he Ci t"j ~;nqll1eer dnd t~he Contrclctor shall pay not less thaI ne wage ra' es so shown for each craft or type of "laborer," "workrnan," or "mechaniC" empLoyed on thi:3 project. The City reserve the rIght to reject any or all bids, to waive irregl,laritie.': ,mo to :lCcept the bid which, in the City's opinion, seems mos "ivantaqeous to the elly and In the best interest of the public. CITY CF CORPUS CHIUSTI, TEXAS /s! Angel R. Es~obar, P.E. Director of Engineering Services /s/ Armando Chapa Clty Secretary Revise"j 7/',/'1(' ..' NOTICE TO CONTRACTORS - A F.<' .,., CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No 8520 NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 ;\ Certificate of Insurance indicating proof of coverage III the following amounts IS required: ---_._-- _E MlNIMUM INSURANCE COVERAGE on all certificates Bodily Injury and Property Damage ._. $2.000,000 COMBINED SINGLE LIMIT ." ard ON-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 TY/ $2,000,000 COMBINED SINGLE LIMIT VERAGE . _ REQUIRED ge; to include X NOT REQUIRED posalof . See Section B-6-11 and Supplemental Insurance Requirements - REQUIRED X NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements X REQUIRED __ NOT REQUIRED --,._--_...- TYPE OF INSURANC 30.0ay Notice of Cancellation required CommercIal General Liability including: Commercial Form Premises - Operations Explosion and Collapse Hazard L1 Underground Hazard <. Products/ Completed Operations Haz 6. Contractual Insurance Broad Fonn Property Damage X. Independent Contractors 9_ Personal Injury AlJTOMOBrLE LIABILITYuOWNED N OR RENTED WORKERS' COMPENSATION EMPLOYERS' fLABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILI ENVIRONMENTAL IMP AlRMENT CO Not limited to sudden & accidental dischar long-tern environmental impact for the dis contaminant" Hl JlLDERS' RISK INSTALLATION FLOATER The City of Corpus Christi and Freese and Nichols, Inc. must be named as an additional insured on all coverages except worker's compensation liability coverage. Page 1 of2 OThe Cit) of Corpus Christi and Freese and Nichols., Inc. must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe name of the project must be listed under "description of operations" on each certificate of insurance. OFor each insurnnce coverage, the Conttactor shall obtain an endorsement to the applicable instmmce policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract A completed "Disclosure of Interest" must be submitted with youe proposal. Should you have any questions regarding insurance requirements, please conI8ct the Contract AdministTator at B1O-35(J(J. Page 2 of 2 NOTICE TO CONTRACTORS - B CHOKE CANYON DAM CiA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No 8520 NOTICE TO CONTRACTORS B WORKER'S COMPENSATION COVERAGE FOR B( TILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and lthers providing work or serVlces for a City building or onstr-uction project must be covpred by worker's compensation nsuran('e, aut-:.hor zed sel t -- insurance I or an approved worker 's 'ompenscition coverage agreement. Evpn if 'rexas law does not requlre a contractor, subcontractor r other s performi'19 project services (including deliveries to the ob s 1. t to pro\' Lde 1 uf the 3 forms of worker I s compensation 'overage I the C -j t) wi 11 require such coverage for all individuals providing work or services on this Project at any time, including luring che maintenance guaranty period. Motor carriers which are "equired to regis' er w! tb the Texas Department of Transportation mder Texas:i vi ;tclLutes Article 6675c I and which provide iccident al Lnsurance coverage under Texas civil Statutes Article 67 5c, ;ect,i on 4 (ji need not provide ] of the 3 forms of worker's 'ompensdt,ion coverage_ '['h, Contracto: agrees to comply with all applicable provisions .)f Texas Administrative Code Title 28, Section 110.110, a copy of Nhich s attached and deemed incorporated into the project :ontrac: please TIlte that under section 110.110: ertain language must be included in the Contractor's Contract wi th the City cind the Contractor t s contracts wi t~h subcontractors and others providing services for the Project; the Contrdctur LS required to submit to the City cert if iCdte::.; of coverage for its employees and for all subcontractors and others providing serVlces on the Pr oj ect. Th,? Contractor j ,; required to obtain and submit updated ;ertificates showing extension of coverage during Uie Proj f~ct; and 3. the Contrac:tor is required to post the required notice at the j ob;i tE". ;3y sign ing tb i~; ('ont ract I the imel V (~omply 'Wi tb theSE' Notice Contractor certifies that it will to Contractors "B" requirements. NOTICE TO CONTRACTORS - B (Revised 1/13/981 Page 1 of 7 817/98 .. "'!:"" '" \""'t Title 28. L'lSI7R.\.~CE Part II. TEXAS \"ORKERS' CO!YIPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. E?\1PLOYER NOTICES 9 110.110 Reponing Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rille, shall h2.ve the following meanings, unless the context dearly indicates otherwise. Te:ms not defined in this ruje shall have the meaning defined in the Texas Labor Code. if so dennen. (1) CertifiClte ofcovef2ge (cerri.iiClte)-.~_ copy ora cerdiicare ofinsurnnce. ;!. cenmC<lte oraumon!)' to self-insure issued by the cammission, or a workers' compensation coverage agreement (lWCC-Sl, TWCC-82, TWCC-83, or TWCC-S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing seMces on a project. for the duration of the project. (2) Building or cODSU1Jcrion-Has the meaning defined in the Texas Labor Code. S 406.096(e)(I). (3) Comractor-A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage-WorkerS compensation insurance meeting the statutory requirements afthe Texas Labor Code. S 401.011(44). (5) Coverage agreement-A written ~greement on formTWCC-81, fonn lWCC-82. form TWCC-83, or form TWCC-84, filed with the Texas Workersl Compensation Commission which establishes a relationship between the parties for pwposes 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 afme project-Includes the time from the beginning of work on the project until the work on the project has bee.'1 completed ::.::d acceptd by the governmental entity. (7) Persons ~roviding services on the project ("subcontractor" i...~ 9 406.096 of the Act)-\Vith the exception or persons excluded under subsections (h) and (i) of this section. includes all persons o~ entities perfonning all or part of the services the contractor has undenaken to perform on the proJe~ regardless of whether that person contrac:ed directly with the Contractor and regardless afwhether that person has employees. This includes but is not limited to independent contractors. subcontractors. leasing companies, motor carriers. owner-operators, employees of any such entity, or employees of any entity furnishing persons to perfo~ services on the project. "Services" includes but is not limited http://wwwsos.state.tx.usltacl281II11101B1l10.11O.html ~lonCE TO CONTRACTORS - S Rev1aed 1/13/98) Paqe 2 of ., 8/7/98 Page 2 ct" ~o pr::\~'::::g, :::?:.iling. or deEvering equipment or ;;:::.:er:.3!s. or ~ro\iding labor, trai1spcr:~~on. or othe:- service :e:~::~ to a projecr. "ServicesN does not bch.:de acthities ur.related to the projec:, s~ch as foociJbe\'er:!;~ vendors, offic~ supply deliveries, ar:d delivery of~ortable toilets. (8) Prcje~-i..ndudes the provisjon of all services re::ned to a building or construction co::tract fora govern.men::!.! entity. (b) Pro\ldir.g or causing to be provided a cenifica~e of coverage Fursuant to this rule is a ~epresem2.ticn by the insured :hat all employees of the insured who are providing s~rvices en the project ~e ccvered by workers' compensation coverzge, that the coverage is based on proper reponing of classification codes and payroll amOUnts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commissionls Division of Self-Insura..ce Regulation. Providing false or misleading certificates of coverage, or failing to provide or r.:aimain required coverage, or fulling to report any ch21lge that materially affec....s the provision of coverage may S'Joject the contractor or other person providing services on the project to administrative oenalties, criminal penalties, civil pe:1aities, or other civil actions. (c) A goveP.'~enta1 entity that enters into a building or construc+...:on contraGt on a proje~ shall: (I) include in tbe bid specifications, all the provisions of paragrzpn (7) of this subsection. csing the language required by paragraph (7) of this subsection: (2) as pan of the contract, using the language required by paragraph (7) of this subsection,. require the contrac:or to perform as required in subsection Cd) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain frem the conLractor a new cert:!ficate of coverage showing extension of coverage: (A) before the end of the CUI7ent coverage period, if tIle contrac:ors current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; . (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the cep-ificates of coverage to the commission upon request and to any person entitled :0 them by law; and (7) Use the Ja...guage contained in the following Figure 1 for bid speciiications and contracts. wi~out any additioncJ words or changes, except those required to accommodate the specific document U1 which the)' are contained or to impose stricter standards of documentation: T28SIIO.IIO(c)(7) tbl http://WWw.sos.state.tx.usltac..Z8lIJ/1101B1l1O.J JO.htJrJ NOTIC~ TO CONTRACTORS - 9 Revised 1/13/961 Paqe J oL 7 sn/98 Page 3 of' :) A contractor shall; (1) provide coverage for its empioyees providing services on a project, f.c:' the duration of the project :ased on proper reponing of classi::ca::on codes and payToll amounts and f!!::g of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the govenunental entity prior to beginnbg work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing eXtension of coverage, if the coverage period shown on the comractor's current ~e.rtificate of coverage ends during the duration of the project; . (4) obtain from each person providing services on a project, and provide to L~e governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates or coverage showing coverage for all pe:sons providing services on t.~e project; and (B) no later thaIl seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notifY th..e governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or shouJd have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) pOst a notice on each project site wonning all persons providing.services OIl the project that they are required to be covered, and stating how a. person may verifY current coverege 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 sha1I be the fonowing text provided by the commission on the sample notice, without any a.dditional words or changes: REQUIRED WORKERS' COM:PENSATION COVERAGE "The law requires that each person working on this .site or providing services related to this construction project must be covered by workers' compensation insurance. T:-Js'includes persons providing haufin& 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." "CaJJ the fexas Workers' Compensation Coarmission at 512-440-3789 to receive information on the legal requirement for coverage. to v~ whether your employer has provided the required coverage, or to repon an employer's fiWure to provide coverage. .. ~np;//v.ww.sos.~te.tx.usltad2~11 OIB/II 0.1 IO.html NorlCE ~ CON"l'AACTORS - B ~eY1.ed 1/13/18. ~{_U~.l sn/98 ~O J. r.. \... i 0 I 1 v Page 4 or 6 (8) ccm:-ac~aily require e:ich person with wncr:1 :t contra~s :: ~:o\-ide services 0:: J. ~roject to: (A) provide coverage based on proper reporting of classification codes and payroH 2!:lounts and filing of any coverage agreemenrs for ~ of its empioyees providing services en the project, for the duration of the project; (B) prmide a certificate or- coverage to the COnL'"2ctor prior [0 that person beginni.~g '.vork on the projec:;; (C) inciuce in all cootrac\s to pro\ioe services on the project the language in subsection (e)(3) of this section; (D) provide the contractor, prior to the end of tile coverage period, a new certifica~e of coverage showing extension of coverage. if the coverage period shown on the current ceniiicate of coverage ends during the duration oime project; (E) obtain from each other person with whom :: contracts, and provide to the comractor: (1) a ceruiicate of coverage, prior to the other person beginning work on the project; ~,d (U) prior to the end of the coverage period. a new certificate of coverage showing exteIlsion of the covea.ge period, if the coverage period shown on the current ce....tificate of coverage ends during the duration of the project; (F) retain all required cerdficates of coverage on file for the duration of the project a:1d fol" one year thereafter; (G) notify the govemmer.w entity in writing by cecti.fied mzil or personal delivery, v.ithin ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require e:!.cb other person with whom it concrac-..s. to perform as reqUired by subparagraphs (A)-(H) of this paragraph, -with the certificate of coverage to be provided to the person for whom they are providing seivices. (e) A person providing services on a project, other than a contractor. shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classiiiC:ltion codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate or coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the fonowing language in its conuact to provide services on the project: "By signing this contract or providing or causing to be provided a certi1icate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contraC: who will provide services on the project will be coverCd by workers' compensation coverage ~/W~WW.sQS.nate.tx.usltarJ281IIlUQI}.3Jll() .110.html _.. --------- NOt'lCE 'lO cotttMCTORS - B ReYiaed 1/13/98t Pave S ~7 sn198 for ti:e duration of the project, that the coverage will be based on proper reponing of classification codes and oayroU ~ounts, and that all coverage agreements will be tiled with the appropriate insurance ~er or, ~ the case of a self-insured. with the commissionls Division of Self. Insurance Reguiation. Providing false or misleading i:-:ibrma.uon may subject the contractOr 10 administrative penalties. criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period sho\VTl on its current cenificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the cenificate of coverage ends during the duration of me project; . (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the ot.her person beginning work on the project; and (B) prior to the end of the coverage period, a new certiiiC3.te of coverage showing enension of the coverage period. if the coverage period shown on the current certificate of coverage ends during the duration of the projea; (6) retain all required ceniiicates of coverage on file for the duration of the project and for one year thereafter. (7) notifY the governmental entity in writing by certified mail or personal deUvery, of any change that materially affects the provision of coverage of any person pmviding services on the pmject and send the notice within ten days after the person knew or should bave known, of the change; and (8) comracwally require each other person with whom it COntracts to: (A) provide coverage based on proper reponing of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a cenificue of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection;. (D). provide, prior to the end of the coverage period. a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coveraec ends during the duration of the project; - (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a ce~cate of coverage, prior to the other p~on beginning work on the project; and (u) prior to the end of the coverage period, a new certificate of coverage showing extensioa of the coverage period. if the coverage period shown on the current ceni1icate of coverage ends during the bttp:/lwww.sos.state.tx.usltad281II11101B1l1O.IIO.html MOTra; 1'0 ~ - 8 Iteriaed 1/13/9' J . .'---.qe , of ,- 8nl98 ---.._~----- .. w..e,""' '" -. ..... duration of ::.e contract: (F) retain ail required certifca~es or coverage on file for the duration or the project and for one year thereafter, (0) notify the governmental entity in writing by certified mail or personai delivery, within ten days after the person knew or should have known. of any change that IIl2.terially affectS the provision of coverage of any person providing services on the project; and (H) contracrually require each person with whom it contracts, to perform as required by this - subparagraph and subparagraphs (A}-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision ofthis rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications ofthis rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This ruie is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered Lf1to on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor caniers who are required pursuant to Texas Civil Statutes, Article 667Sc, to register with the Texas Depmment of Transportation and who provide accidental iIlSUrWce coverage pursuant to Texas Civil Statutes. Article 6675c, 9 40). (i) The coverage requirement in"this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, ~ 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, ~ 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, ~ 1.20). 'This subsection 2!>plies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to s..e1f-insure that is delivered, issued for delivery, or renewed on or after January I, 1996. Source: The provisioos of this ~ 110.110 adopted to be effective September I. 1994, 19 TexReg 5715; amended to be effective November 6, 1995.20 TexR.eg 8609. Return to Section Index H_~ttp:{/~.S9$.state.tx._usltacl28/U/110/B/110.110.htmJ NOTICE to CONtRACTORS - B ReYiaed 1/13/'., 'aqe ., of 7 sn198 CHOKE CANYON DAM GA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 PART A SPECIAL PROVISIONS CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting S'dled proposal.'; 'NLl I b,,~ u:ceived in conformity with the official advertisement i Jitlng b ds for the pruject. Proposals will be received in the office of the City ~":::retary, located on the fj rst floor of City Hall, 1201 Leopard Street, until 2:00 E..ro. , Wednesday, October 12, 2005. Proposals mailed should be addressed in the t llowinq manner: CIty 01 Corpus Christi CIty Secretary s OffIce 1 01 Leopard Street Curpus Christi, Texas 18401 ATTN: BID PROPOSAL- CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT - PROJECT NO. 8520 * 1\ ~TORil pre-bid meetinq is scheduled for 10:00 a.m., Thursday, September 29, 2005. The location of the meeting will be the Choke Canyon Dam Operations Center, at the Choke Canyon Reservoir near Three Rivers, Texas. The mandatory pre-bid meeting will 0' conducb,d by the C ty -'lnd wi 11 include a proj ect overview briefing. The ~ .nsul tant Engineer, Fn.ese and Nichols, Inc., will be present. A tour of the I. 'Jecl';irc. will follm'i. A-2 Definitions and Abbreviations 3ection B- of the Generll Provisions and Section 01005 will govern. Section 01005 cakes precedence over a I other sections. A--3 Description of Project Th s project consists at removing the existing lead based coating system from seven gate hoists and electric motors on the Spillway Gates and two (2) hollow metal d()()rs & frame on the Contra I Room, surface preparation and recoating of exposed metal surfaces of gate hoists, hoist shafts, couplings, gear/motor assemblies and dC'lrs dnd framE' In dccor'1ancC' W l th thp plans, specifications and contract documents. A- 4 Method of Award 'rh" bjds Wl Ii he ('va] uat.'d based on the Total Base Bid, subject to the availability .)! funds, 'rhc' City reserves the rLjht to reiect any or all bids, to waive irregularities and accept the bid which, in the City's opinion, is most advantageous to the City and the best interest')f 'he public Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 A 5 Items to be Submitted with Proposal '(O fd O\-, ']g ]!,'ms :lrE~equiIe~ to: be submitted with the proposal: 'J f'. j Bond it4us' reference Proiect Name as identified in the Proposal) C,.,hlEl',; Chec" c('rtlfied check, money order or bank draft from any State or Nitionitl Hank \'Iill also be acceptable.) Qualification Statement provided with Bid Form. Dl sc iosure ul int.prest s Statement A-6 Time of Completion/Liquidated Damages Trie wor": ir ntract ,-)r WLitten n. [, qineer") tIme to! C iffipl tion of the sha 1 L:omme"ce wOt k w L thin tice from tIe I'in'cto[' of TO plOl:E.'eci Project will be 180 Calendar Days. The ten (10) calendar days after receipt of Engineering Services or designee {"City reach c! endar day t lat my work remains incomplete after the time specified in t ne Cont ra,"t for compl",tion uf the work or after such time period as extended " rsuant other pro';! sic,[]s of t his Contract, $250 per calendar day will be sessed a'1<1in5t t he Cor trci( to: as l.iquidated damages. Said liquidated damages are t impOSE d as a penal ty but as an est imate of the damages that the City will ,-,stain fr'm delay in completion of the work, which damages by their nature are not Jpable .)f precise prool The Director of Engineering Services (City Engineer) may '^) thhc ld "nd df'duct f' om mon iE'S otherwj Sf' due the Contractor the amount of quidat<'d damages due he' i t'y'. A.7 Workers Compensati.on Insurance Coverage the :'OJtract ['S worker:;' compensation insurance coverage for its employees w r king )n 'he Project is t f,;rmini'lted or canceled for any reason, and replacement N" rket:o' c, 'mpensat ion illsurdnc,-" coverage meet ing the requirements of this Contract not III "ffect on the effectJve date of cancellation of the workers' compensation surane.' uve r'age t be rep 1 a,:ed, then any Contractor employee not covered by the r"']uireej Wi rkers' comper sat ::In insurance coverage must not perform any work on the ec I [thermor,~, for each :alendar day including and after the effective date of "rminat 1 OL or i :ance lla tion 0 t the Contractor's workers' compensation insurance '.,verage f r its employees working on the Project until the date replacement -lurkers' cumpensatlon in;uraflce coverage, meetIng the requirements of this Contract, in eiCe'! for those :ont ractor employees, liquidated damages will be assessed dldinstln<: paid by tile :ont ractor at the highest daily rate elsewhere specified in ~, .s Coni I. t. Such 1 LqU dat(,d damages will accumulate without notice from the City .. ,qineer tc the ':onLt'jci )r and wil I be assessed and paid even if the permitted time compJeti the Pcoje','t 'lciSlO! explred, accorda'I' e wi t h 01 he' re',;uJ cements of thi Contract, the Contractor shall not fl' Jmit sub< ntractocs OJ other, t work on the Project unless all such individuals ~)rking on rhe Project a e covEled by workers' compensation insurance and unless the n-quired dc,,:umen',a t ion 1'" sll'h::overage has been provided to the Contractor and the ("'Y EngInE""r, A-a Faxed Proposals p ~posal t3xedjirecrl) to 'hE.' Cjty will be consjdered non-responsive. Proposals rm,;t cont ai iI oriqinal sl',Jnat Illes and quaranty and be submitted in accordance with ~;<-' ,tion P-.; ()f the !-;pnetll FrOVlSl.nns. Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 A-9 Acknow1edgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate soace provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have ~;ign i ficant impact on the proposal, failure to acknowledge r ceipt, and a subsequent interpret ation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Rev i sel 7/ 'dOO) Labor preference and wage rates for Heavy Construction. Contractor :::;hall UelC ~Jhcr ,Jagc rate. In C.J.GC of conflict, t-1; nimu~Pre~vai!j!1<L!Ja~Sc~l~s The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Like Oak and San Patricio Counties, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to '3 j 1 laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per ~:llendar day, or portion thereof, for each laborer, workman, or mechanic employed, il such peJson is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed bv them in connection with the Project and showing the actual wages paid to each worker. .'- The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and other"s working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Partlcipation Policy for additional requirements concerning the proper form and content of the payroll submittals.) '" Jne and one-half (l 1/2) times the specified hourly wage must be paid for all hours ~orked in excess of 40 hours in anyone week and for all hours worked on Sundays or holidays. (See Section 8-1-1, Definition of Terms, and Section B-7-6, Working '-lours. ) A.-II Cooperation with Public Agencies (Rev] sed ) /~/OO} ,. The Contractor shall cooperate with all public and private agencies with facilities )peratlng within the limits of the Project. The Contractor shall provide a forty- ~"'~lht (48) hour notice to any applicable agency when work is anticipated to proceed ill the viCinity of any facility by using the Texas One-Call System 1-800-245-4545, the Lone Star Notificat ion Company at 1--800-669-8344, and the Southwestern Bell ~CJcate Group at 1-800-878-5127. For the Contractor's convenience, the following cYlephone numbers are listed. \II'-r- Clty Enqineer Freese dnd Nichols, nc. John Wolfhope, P.E , Project Engineer Water Department Norman Kuenstler, Reservoir Supervisor Danny Ybarra, P.E., Assistant Director Mucio Garza, P.~. Traffl.C Engineer Police Department Karnes Electric Verizon 361-880-3500 512-451-7955 361-857-1880 (880-3140 after hours) 361-786-2641 (361-215-1115 cell) 361-857-1821 361-857-1809 361-880-3540 361-449-2271 888-807-3952 800-483-3000 Section A -- SP (Revised 7/25/01) CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 A.12 Maintenance of Services 'Ie (cm;rl tor shal] t,ke ,11 precautions ifl protectlng existing utilities, both oove and below gr,)und. The Drawings show as much information as can be reasonably ltained j rom existing Is~buiIt drawings, base maps, utility records, etc. and from much fJ ,'ld worK a:. nc rma! 11' deemed necessary for the construction of this type of Loject w.lh n:gacd t. th, ')Catlun and nature of underground utilities, etc. )Wever, t '1~Cl(:;C\~E?<=Y~L~_(:')m2Jete~e5~oL?uch_~nfor~~~1()n is not guaranteed. It is .eOl tr i :tor'., s,_'le ane complete respon,.,ibil ity to locate such underground atule- ,ffic (~nt Iy ir ad'1fl ." f i1is operat ions to preclude damaging the existing cil1tie: if the :or ra, 'J' [j':<Junters utility serVIces along the line of this rk, ] t hlS re.;p,m: b11 t:, nla lnta I n the services in continuous operation at -.::; (\i,oJn e).( cn~:,e the. VE .,t t ,idmdne () uLideu]l')und utilll_ies, whether shown in the drawings, the :!truct OJ shal mak, t'le nee,ssdlY repairs to place the utilities back in service cOflsLrllt. the work ,,; int-pnded d\ no increase in the Contract price. All such ""pairs mllst ':onfcrm t Uv rf'guln~ments of the company or agency that owns the ili tis h'here eKL ~ing sewers dre "'ncountered and are interfered with (i.e. broken, cut, c.), '1, w must be me Lnta lned. Sewage or othe r liquid must be handled by the ,ntractol either by c,nne.tion into ot.her sewers or by temporary pumping to a dtisfartcry outlet, al with the dpproval ot the City Engineer. Sewage or other quid mUD ~ not be pumpi'd, bai led OJ fl umed over the streets or ground surface and ntractor must pay tor 111 fines and remediation that may result if sewage or other 'luin :o:tacts the s ree's or ground surf'ace. It is also the Contractor's spans bj Lty ,) make )11 ne~esscn1' repairs, relocat.ions and adjustments to the ,tisfacti ,n of the it Engineer at no increase in the Contract price. Materials yo repair, adjustment or relocatIons of sewer service lines must be provided by 'le Cont- ra r.or. A-I3 Area Access and Traffic Control (Not Used) b-u ~-i-e-A4 --i::Taf-.f-Te- ~t!~ flTeaStH'eS----ffiU5-t:- be-----Bsed-,.t~urc .:1 a.:1fc condition .:1nd to jOH'ovidc-a-minimum -&t"--HTeOftvefl-i.enee-+D motoriatc,,---M-l---wea-t_hcr ;:loccaa muat bc proTJ"idcd t++ ;:lll rc~;ident:::;--aftEt bU:Jinc"-S-freS a-E-' a+l-~ conGtruction. The Contro.ctor mHs-t-~ry- '€iHvc"aY:::;~E-----roa4&--eF--.:1pproTJ"ed m.:1tcri;:l1 during \;et wei:H:ft€-F---.---'ffte---Gontr.:1ctor ifttf-Sf maintT11n ;:l :::;tee-k~-e--ofl-the Projcct Gite to FRcet the E+ '-fflafT€is- ,.B'f , n c 1 c me n-t.Tied t+te-t , r h c Con t Fael~F-~-LI--fte-f~ Hoef'i-+o-schcdu l-e----ft+.s-- ope r;:l tT onG GO ;:lG to C.:1UQC minimum ct-d',rcr:Je .iffipaet:.-'Oft---t--fte--acee&Si-&i-li4:-y-~ u4j-eining propcrtieJ. ThiJ m.:1Y includc, but is not lirni4::e€i-to, \lOrk-Htft--&!'-+veWity-s--+R---ft-alf '.lidthQ, n-eBnGtruction of tcmpor;:lry f C:'~i---etce H't€- Contri)t~{~haH €e!~ w4+fl-the-~l::y--et:,teE-pI:r5--Gfl-riGti' G Uniform B;:lrric.:1ding &t cmdo.rd:::; and PrClctiBe";...crs--adett+€4'-By-.+he--., Ci ty. Copie~ of this document ,:lre 3'/.:1 i l;:lb I ('- t hr 0 U q h u+fie--B-+-t;y' 1T-----'F Fa4:r+e--5mJ:i:fte-e-f:i:~---Hepa-E tmc n t. The Con t r.:lC tor :J h.:lll ",-"e\:HOf'-4<--i+e Aeee~':;ilf'ype~fft:i:4..' f'--t';-7ffi the CitY's-'F-Fa-f.He.~incering Dcp.:lrtmcnt. 1\+1- -e&5l s-- j &r 1. r-ttH-~-e- ee~! 'dre- --eon-s-~f+~---sttfrs-.Hi-MFyT-therefore, no direct C'd '(mcn t w4- ;!-be~ mat;!e- t-e {-';en+--Ft-t(;E-A r A-.14 Construction Equipment Spillage and Tracking ['II' Cont ra . Lor ,ha 11 k( ep 'he adJoi ning streets free of tracked and/or spilled %iterial:3 joing tc- r lrom the construct ion area. Hand labor and/or mechanical ~(luipment must be used wherl necessary to keep these roadways clear of job---related !n,'erial.. ~uch we,rk mll.'t bF' e')mpleted without any increase in the Contract price. ::eet.'; -jn, curb [llle mu neeessa.I'I, to prover ibJe ma'erial that c< jeet i: or1d10illil t b~' e leaned at the end of the work day or more frequently, mate ria I from wash lng into the storm sewer system. No \lId be washed into storm sewer is allowed to remain on the ) st r:e,~r-:~ !) Section A .. SP (Revised 7/25/01) CHOKE CANYON DAM GA TF HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 A-IS Excavation and Removals (Not Used) T.ft-e--e*€a-\"-ate€l- -:lre~::; behind ~-and -:ldj-:lccnt to ::;idc',:-:llk::; -:lnd dri';c.l-:lY::; fflUOt bc ftJ:-1-et!--w+4 R-'!cl€ctfl!-'--ffif~ "Clc<1~ dirt i::; dcfincd <1::; dirt th-:lt i::J c-:lp-:lblc of f+f'-&V-i-EiHtrd ~~tfi-t+f-tfr<1::;:; ,:heR -:lpplicd .:ith ::;ccd/::;od .::md fcrtilizcr. Thc dirt fllH::;t bcf-fee-e-f~4-s, c.:llichei~ .A::;ph<1l~7 concrctc <1nd .::my othcr m<1tcri-:ll th.:lt ~r-:lct:;-4ffflft-445- :lppe.:lr.:lncc' -e-r--hampcro the grm:th of g~ All cJCi:=tittq concrcte <:lnd .Jsf~fta-l:-twithin the +imit::J of ~hc Projcct mU::Jt bc rcmo'Jcd \:IF, ~,o the n: i 5t--Re-~+'€h- Aj~€€S-S~remo'J;:l1:s- including but not limitcd to pipc, dri\Tc\.-:lYo, ::;idcH-:lIJc::;, e+e.--,- ttre-to be con::;idcred-- :Jub:Jidi-:lry to the bid item for "Street E}{c-:lv<1tion"; ~ r c for -, , fte---d-:i r eef:-- -j3-a-vffieR-t--w-~- -- b e 1fl.J d c -t-e-- Con t r .J c tor .- A-16 Disposal/Salvage of Materials E.,<cess excavated materIal, concrete, and other unwanted material becomes the property ot the Contractor and must be removed from the site by the Contractor. The - 'ntractor shall be responsible for the proper disposal of all hazardous waste j,c'nerated durinq the project. The cost of all hauling is considered subsidiary; t'lerefore, no direct payment will he made to Contractor. A-I? Field Office (Not Used) fh-e---- Contr.Je-tor Ifluot--f-tl--Fft-i-sfi -t-fi-e-----E-ity Enginccr or hi:; reprc:Jcnt-:ltivc \;ith J field ':H f-i-ee----a-l=-!:fl-e-----eBfl-&t~efl---G-~Thc ficld officc mu::;t cont-:lin -:It lC-:lot 120 ::;qU-:lrc ff'e+-e-f- tiOl ablespa-e-e-,--'I'h-e--f-'i:--e--:l4----o-fficc Ifluot bc -:lir conditioncd <1nd hcatcd and mU::3t Oc furni:;hcd w~-ft---a-ft--~-i-Rclincd t-aBl--e--that ffieacurC8 at le-:l:Jt 30" }{ 60" and t.w (2) ch~ir8. The Contr.Jetor ~h<1~l~movc thc ficld officc on thc ::Jitc -:lG requircd by thc G:tty Engi-flccr OF- fii:-s---------:R:prc:;cnt.Jtive. Thc ficld officc mU8t bc furniahcd .;i th a t:e:i-epftoR-e-u-+-w-Hh 21 hour'I7e-f---4ay--tin8.Jcring 8crvicc) and F.nJ( ffl-:lchinc paid for by thc , ~ f) n t r Cl c t () r 'I'h-e--r--e------i-s- - ft&--~ r--a-t--e-----j3it-y i t emf 0 r --HTe- f i c 1 d 0 f f i c c . A--IS Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. Thi~' plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The' plan mll,;t indicatE' tile 5chedule of the following work items: .r1:0:ti.~l Schedule :;ubml t to the City Engineer three (3) days prior to the Pre- Canst t uction MeE'tinq an 1 ni t i,al Construction Progress Schedule for review. Items ~rl_~~de: Show complete sequence of construction by activity, identifying Work ot separate stages and other logically grouped activities. Ident! fy the first work day of each week. Submittal Dates: indicate submittal dates required for all submittals. Re-Submission: Re' I se and resubmit as required by the City Engineer. 'per ~_s>.d~ UEc!Cl~i<=:: Submi t Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Staking (NOT USED) ':f'-fl+:-- dr;H:iftl.ts dcpict line ::;, s-lopC:J, grLldc::3, ----s--e-el::ion:J, mC-:lOUrcfficnto, bcnch m-:lrlco, t+cl-,;clincG, Pt-e--.----tfta-tc._ ,-H"e RB-Fma-4+-Y---Fcquircd to-conGtruct a projcct of thi:J naturc. Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 he-----m-ttj-e-f- .;ontr)L; -a++e- H-eftd+-~-required --fe.tc-~ififf-1:l-p .J. projcct, if not .:;hmm ., '! the dh+w~,W-H tl'~fw-T€lecl By-.the- City Surveyor. r~--t+ty-~teer- w-i-d turni:Jh. t-fie-- G~r-aetor \lith .:111 linc:::;, fH?-a-S-\:H''€fflef, t 5--~ C ()Il t r 0 +~ the--+KH--jr.- ::;lopeG .:1nd il'o,-4ti-r-H'NeeHs-tEtte".:ber. ,---+-t ~~:J~ to--di.:;turb or deotroy .:1 control point or je,cnch Hurk, 4-fte Cant [,.:1cf,e.r-~;hall pr~the---City Surveyor 18 houro notice 00 th.J.t .,4;e-rft-ate- ~'"E>>1-He-l--fte-Ht t-s---- .ean --Be---+::J t.:1bl i :Jhed---&y----t-fle----G it y Surveyor .:10 he deefR::; "'-!' ce::;:::;;1r-y-, d-~--ftH--ees-t+,,-tJt+~-toAtraetor. Control pointo or bench lR.J.rlco d.J.fR.J.ged .J.G .J. , t-, 0 u 1 t 0 f t-fie---Gen-E+-ae-t.t) r..!.s-. P.-e€J+-i-Ej€'ftee- T,l i 11 b c' ---Fe-5-E~ t h c C i t Y S U r'JC Y 0 r .:1 t the f '~se B4 . t.fle---.'.;en t~ r ,j e t~. . , r.-----+EH'-wh ,j ~'_rea-tiBfL -'i:-t is---fK'ee:.;:::;.:l r y ~:-v-i.-a-te-€-rBfft- p r opO:J cd 1 i DC .J.nd gr .J.dc to p~r+Yel<<~ +-Ae--.Wf)F*-,--t he-Ceotr.:letor -sfl-al! obt.:1in ;1pprov.J.l of the City Engineer r+--Wf t-f)--6f~-f.Hr.--jf.i -:if! tho ep-i:-A-Lon oft+te--G:i:ty Engineer, the required dC'Ji.J.tion wo.ti-:H}-neeC':rs+t-a-t.€--a--:l: e-v-+td-on--t.{) +fie- dr.:1'dingJ,-- the Contr.J.ctor oh.J.ll provide s~r-t--.i-fH] ffleetStl-:feffie+J-8.; 'a5-. ['e~tri fe.fr-.--E 0 r the C i t yEn gin e e r tor e vi G e th e d r.:m i n g::; . The--BBftt--F.a.ctor sha.-l+---t-i."---:ift ef' reference .J.llv.:1lve::; .J.nd ffi.:lnholco, both clCiating .J.nd r-~/- f-o-r---Efte-pBfpB;-e-- .of----a4j-u-r-.A.-ing v.:llvc:J.J.nd ffi.J.nholeo .J.t the completion of the t+.,ving I=rc"'e-5-5-;-A~). tHe t~i-ty~neer ffi.J.y-~ui-r--e---toh.J.t thc Contr.:1otor furnioh .:1 ffidJdfRUffi-&! ~n ---\+1 f~--;BfHF'l HH t.-.fte--f7+.J:-F~,c::----B-f--d'5:Ji:.;ting the me.J.:Juring of the , ,~,~- "",,*1\ 0 A-20 Test1ng and Certification ^ 1 tests !.equired under thIS item must be done by a recognized testing laboratory ~2lccted approved by th, City ~ngineer. The CO:Jt of the labor.J.tory tenting ~ill bc B-tH'fle--l7y-t fte---&i-~ I n ~ he evellt that any test fails, that test must be done over after corrective measur~s h3ve been taken, dnd the cost of retesting will be borne (' the Conr [actor and d,'duc"ed from the payment to the Contractor. 1':le C(Jnt ca r~or must fro ide all appllcable certifications to the City Engineer. T';{' Contra.:tor 1S respnsLhle for controlling t~he quality of work produced and n'rifying t hat the work performed meets the standards of quality established in the 'ntract D"cuments - Thee' Cont ract or shall provide and pay for the services of an 3pproved 1 ecognn:ed te5 tine; IbcJt:atory to ensure that products proposed for use t tly ~;ornp ',' wit h t h( C,nt rdct Documents. A-21 Project Signs (NOT USED) -:n-+e-~,Fi.tetBF-f!lu-s-t- f-ttHH5~-Cl-R€l- inotall---PF-&j€€-t-- s~.J.o indic.J.tcd on the f,;llm:ing dr.:1'.Jings-.----f/\ttdehmcnt -.H+f---Thc 8igi-\; muot be inot.J.lled before con:Jtruction begin.J -aoo -wH+- ee---ma-t-A-t-a-l:-tK;ff1:-!trDughout-the Project period by the Contractor. The b+eat+eft- -B l+-fte- ~---w 'H---he--+1e-te-Fffiifi€El--i-nut h e field b y-t:. he City Engineer. A-22 ~nority/Minority Business Enterprise Participation Po1icy (Revised 10/98) t-'Ol.ic r t i~ the policy f U1C' it Y of Corpus Christi that maximum opportunity is afforded minoritie:, warnell and Minority Rusiness Enterprises to participate in the performance of contra,~ts awarded by Lhe City of Corpus Christi in support ,)f Eq.Jd l Ernpl ayment Op~'(HI un i t Y qoals and objectives of the Affirmative Action POllC, Statement 0 the' City ,idted October, 1989, and any amendments thereto. In a( ordallce wltl su:h pol icy, the City has established goals, as stated herei", both fOl m,nor Lty and female participation by trade and for Minority 8u::;in~'3s Er,tprpI is Section A - SP (Revised 7/25/01) CHOKE CANYON DAM CIA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 Uet iI, t tion:; -J .. Prime Contractor: -_..--.. ----_._._----- -~. ------..- ~ssociation or joint ity :ontract Any person, firm, partnership, corporation, venture as herein provided which has been awarded a ;ubcontractor --------- lssociation,Jr abor, services, oreg')lng l!no"r Any named person, firm, partnership, corporation, ioint venture as herein identified as providing work, '3upplies, equipment, materials or any combination of the C'ontri'lct with a prime contractor on a City contract. rv!inor~~ll.~~.J I~SS_~I1~~~rise: A business enterprise that is owned and :ontrolled by one or more minority person(s). Minority persons include 'Hacks, MexiCcw-Amer icans and other persons of Hispanic origin, American [ndlans, Ala:,kan Natives, and Asians or Pacific Islanders. For the purposes of '.hi:, section, women are also considered as minorities. MinorLty persJn(s) must collectively own, operate and/or actively manage, )nd share In oayments trom such an enterprise in the manner hereinafter ;et fnth: Owned (a) For sole proprietorship to be deemed a minority business nterprise, it must be owned by a minority person. (b) bor an enterprise doing business as a partnership, at least 1.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) -or dn enterprise doing business as a corporation, at least 1.0 of the assets or interest in the corporate shares must he owned by one or more minority person(s). Contre, Lled Tho Plimary power, direct or indirect, to manage a business enterr,rise n,sts with a minority person (s). Share III l'ayments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterrrisp. d, rVlL.!:l~:_t:y Se., def in i t Lon under Minor i ty Business Enterprise. b'emale Owned Bus i ness Enterprise: A sole proprietorship that is owned lOd corifrolTeTDy a woman, a partnership at least 51.0% of whose assets lr partnershi~ interests are owned by one or more women, or a corporation It least Sl. 0' of whose assets or ] nterests j n the corporate shares are ,wned by one r more women. ,Joint Venture. i~ ~loint venture means an association of two or more persons-;" partnerships, corporations, or any combination thereof, founded Lo carryon d single business acli vi ty which is limited in scope and lirection. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member )f the joint venture in the work to be performed by the joint venture. F'or examplt', .j -joint vent.ure which is to perform 50.0% of the contract '..;ork Ltsel f and in which a minority joint venture partner has a 50.0% interest, shail be deemed equivalent to having minority participation in ').0% of the work. Minority members of the joint venture must have '.,ither financial, managerial, or technical skills in the work to be performed by "he Joint venture. Section A - SP (Revised 7/25/01) CHOKE CANYON DAM UATE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 "he goal:,' _:n par.tl c [pation by mLnori ties and Minority Business t,nterpr Ises f:x::prcssed if! percentage terms for the Contractor I s aggregate work [oc('" n a 1 :~onst:ruction ',Jork for the Contract award are as 0] t ow~ Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 % o % t, rhese goals dre applicable to all the construction work (regardless of federal part I cipation) performed in the Contract, including approved 'hange erder:;. rhe hours of minor i ty employment must be substantially 'miform throughout the length of t.he Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from t'roject tc F coject for the sole purpose of meeting the Contractor's "ercent age pr<,h i hi t'''d ompl lance ',Jpon complet )n ( f the Project, d ubstantiated by copies of paid ontractor t( the CL ty Engineer. final breakdown of MBE participation, invoices, shall be submitted by the I'he C:Of1'trdct "r :oha II make bi-weekly payroll submittals to the City r:ngineer. Th" ContI actor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with U,e nquest 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 Dayments to the Contractor for failure to submit bi-weekly payrolls in a imel y fashj)fl -)r to submit overa Ll participation information as ,equired. A-23 Inspection Required (NOT USED) (Revised 1/5/00) Ht{~--Geftt-Fa<~tThu-:l:-:l:---a55-tl-fe-t:-He- uppropr i .:lte' bui Iding in opectionG by the Bui lding fH:JpeetiOfl ~i-sf-BR.~-Ihe van,OUG interTv".:lls of ~iOrk for ~..hich ,J, permit iG rcquired "lo.a--8:>--dG:ure ,J,----t'-ifiacb-ln:::;peetfflR-. .:lfter the building iG completed .::lnd re.::ldy for oceup.:lney.Gontr.:lctor mUGteffia-ift,-the Certificate of Oecup.:lney, ",hen applic.:lble. Sc ction B t, 2 of~-tfle~l ~i :::;iono i-s----fteFeby amended in that the Contractor FltU::;t p.:ly -a!c!---E-ees--;:md cha-r~l,evicd by thc G-i-ty--!-s- Building In::;pection Dep.:lrtmcnt, +Hd .:lllB+hcr City fccs-,-+~~-wa-tcr/>l.:l::]tc',".:1tcr meter fee::; .:1nd t.:1p fceo .:1::; Fe qui rcd--fry-tl-t'-'t~ A-24 Surety Bonds C:"ragraph wo (2) of Set t iOli B 3- 4 of t.he General Provisions is changed to read as ilows: "Nt :ilrety WI 1 be accepted by the CIty from any Surety Company who is now i'l default or ielinquent on any bonds or who has an interest in any litigdtion against the CJty. All bonds must be issued by an approved ~3uret'/ Company <1ut horl zed to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) )f the Surety Compdny's capital and surplus, the Surety Company shall provide cert lfication satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten pt;rcent (10%) of the Surety Company's capital and surplus with relnsurer(s) authorlzed tc do business in the State of Texas. The amount f the bond rpinsu ed hy ~ny reinsurer may not exceed ten percent (10%) Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 ;)) t"" reJnsurer' capital and surplus For purposes of this section, the ,mount of ~ll wed capital and surplus will be verified through the ;ldt Board jf Ir ,urance dS of the date of the last annual statutory f} na,-,(:ial stateme t of the ')\Jcety Company or reinsurer authorized and 1dmi ted ':0 d, I ISlfl',S:, L!l the State of Texas. The Surety shall if'3} Jrrate an agent whc: i:; a resident of Nueces County, Texas. Each bond :-mlst be executed l)y . he Contractor and the Surety. For contracts in -?x~e of $100, DOc the bond must be executed by a Surety company that is :ect,fied by the [Jnited States Secretary of the Treasury or must obtain rPln~urance for any liability in excess of $100,000 from a reinsurer that L~ c('rtifled by the United States Secretary of the Treasury and that me'~t all the abrNe requirements. The insurer or reinsurer must be 11St0d in the Federal Registec as holding certificates of authority on the iate the bond was is:c;ued." A-25 Sales Tax Exemption (NOT USED) Se~ -B 6 22,- - ~~)[cmption -fl-rDvision,- ,s dcleted -- in its entirety :::md the kJ 11mJ i fH'j- 51::ibB-t--ict uted i n-t-ieu the reo-f--o- ':ontr:1ct8 f-e-r imprmlemeJ\t8 to re:1f:- property :1\.arded by the City of Corpus Chri8ti do rl~!=: qU.::l1 ij y~---e-xeFflpt J on8-e+ S:11e8, Eltci8e, :1nd Une T.::lJCes unle88 the Contr.::lctor ,e'leet-s-L&- oper.::lt:e- undera-sepaFa-ted eontr:1ct :18 defined by Section 3.291 of Ch:1pter ,,~1\dIflini8triltion at Title 31, Public Fin:1nce of the TeJ[;Jo .".dminiotrilti'Jc Code, "f ouch, other- rule.::; -----&l'r€quLltion:-; -as- m;JY be proFllulgoted by the Comptroller of l-'ttB-l+e--Aeeottfl-t--& -tr:f--TP*a 'i--=- tt---t-he-{"Bfitr.::letHF clect5-t-e Bf'Crilte under a .3epilr;Jted eootr.::lct, he oh;Jll: --- Obt-a-Ht----t-he neces-B-,', cy ~',11c3 ta* permi tc:; from the State Comptroller. ~-rPt---4n the ;Jppropriilte Dp.::lee on the "St;Jtemeot of H;Jteri.::lls ;Jod Other Ch~.lrqes" in the~ropoo;Jl form ,ffie cost of m;Jteri.::llo phy:::;ic;Jlly incorpor;Jted ~ t~r-&-jeetc. Pro'n de re s-a-:l:-e-ee-!t:i-fi ca te o--t:-e--- :::;upp 1 i e c:; . 4, fl-Ee.v.::tde the Ci-tY---'rH th copiee, of FlI;Jtcrial, iw'roices to sub8t.::lnti.::lte the propoo;Jl v-a-:l:--w. 0 f FA.::l t e f'-t ah H the eBB! r.::letor doc:; not c~!:-ee4:--E&- oper;Jte under a :::;epilr;Jted contr;Jct, he must p;Jy -:to-E-a-l-l-SOlC8, !~)[ci8c, -Clft€l--U-s-e T,:uccc:; o.ppLi~:1ble to-t-fH:--s Project. .':ubcontr-aetorG :lre---e1:4+Jffi-l-t~ for ----50.1e:::; t;JJ( e)(emptiono if the Qubcootr;Jctor ;Jloo e~-e&-'.Jith the-ilbo'Je -~remento. The Contr.::lctor muot i::;oue ;J reoale cl,rtif iC;Jt-e to the c:;ubcontr~ - ilnd the subeontr.::lctor, in turn, isouco ;J reoo.le Ci.' rtifico.t (~ to--h-~~l-i-e-E A-26 Supplemental Insurance Requirements !. reach 'mtract p',licy, nsurCJflCE :ov'''rage provtded in ~he Contractc shal obtain an sjyned bv the i surer, stating: accordance with Section B-6-11 of the endorsement to the applicable insurance ; n the event ,)1' carlcell at ion or material change that reduces or restricts the Insurance afforded by this coverage part, each insurer covenants to mail prior writt en notice of :;an<;~llat~_on or !flater_lal_change to: Sect ion A -- SP (Revised 7/25/01) CHOKE CANYON DAM GA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 \jame Cit ot Corpus Christl Engrneering Services Department Attn: Contract Administrator ~ddress: P.C. Box 9277 arpus Christi, Texas 18469-9277 Nurnbe t of days advance noti ce: 30 he Cont ra,.tor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer. wIthin thirty (30) calendar days after the date e City F gineer requests 'hat the Contractor sign the Contract documents. Iti t,hin t tlil Ly (:W) calendar day's after the date the City Engineer requests that the ntract or sign the Ccntra...t. documents, the Contractor shall provide the City ',qineel wlt.h a cerr lfJcate 0 insurance celtifying that the Contractor provides " [kef' 'mpensat ion nsu rance ,~overage for all employees of the Contractor i'ployed 0" the Pn'ject des rined in the ConI ract. , eacn [ISUrdnce'ov'c'ragc, provIded in accordance with Section B-6-11 of the ntract, the Cont ra,:to r sha I J obtain an endorsement to the applicable insurance licy, ;iqned by the insurer, stating that the City and Freese and Nichols, Inc. is additioiial iIlsur.ed under the iIlsurance policy. The City need not be named as 'l'jditional nS\lled or W, rker's Compensation coverage. " r contra, tua! lIability insUldnce coverage obtained in accordance with Section B- 1 (a) t the Contrc!ct, the [-:ontractor shall obtain an endorsement to this 'leraqe s dt i.no: onlr 1:tO[1gn-ps 0 uldemnity, save harmless and defend the City and Frees" and Nichols, Inc., their agents, servants, and employees, and each f thl,m against and hold It and them harmless from any and all lawsuits, Idlm' demands, 1 abilities, Losses and expenses, including court costs dnd at t,orneys' fee, f,',.r or on account nf any inJury to any person, or any death at clny t [me resulting from such injury, or any damage to any property, which maj arise or which may be alleged to have arisen out of or in connectiol wlth the work covered by this Contract. The foregoing lnd'?mI1 ty sha].! apnly ,except 1 t such injury, death or damage is caused din~c! y by UlC' nH:11 iqellc(o or other fault of the City and Freese and Nicho r , I 'Ie., th.-,ir iqf"nt s, servant s. or employees or any person i ndem' 1.2 f i ('0 hf~ n Unl!e r A-27 Responsibility for Damage Claims Paragraph dfTiended t. 0 la) Genera] !leI Ud,?' L ] ab i li t Y ;:-)f Section [\-6- 11 of the General Provisions is Contractor must pro'lide Installation Floater insurance coverage for the term of the Cuntract up to 3nd including the date the City finally accepts the Project or work. Installati.on Floater insurance coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Installation Floater insurance coverage ; ncllld ing any deductibl e. The City must be named additional inslJrf'd on 'lny p')lJ,~ie~ providIng s11ch insurance coverage. A-28 Considerations for Contract Award and Execution Tc allow the City Engiwel 0 determine that the bidder is able to perform its obi igations under the prcposed l'(mtract, then prior to award, the City Engineer may ['~'juire a bidder to prov de documentation concerning: I, Whether any I H'ns h"ve been fi led against bidder for either failure to pay for servic,"> or matericlls supplied against any of its projects begun within the preceding twu 12) years The bidder shall specify the name and address of the party holding thE llen, the amount of the lien, the basis for the lien claim, and th." datE' (It thE] n le'l-sf' of the lien. If any such lien has not been releasPd, the hidde shall st at( why the claim has not been paid; and Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 Whether there are ~ny outstanding unpaid claims against bidder for services or mate: lals supplie'l which relate to any of its projects begun within the pn~c>'ding two (.2) lear s. The bidder sha tl spec! fy the name and address of the "1a1;;;o1nt, the o1mOl ilt (.] the c taim, the basis for the claim, and an explanation .vh; fie ~laim has not be.'n paid. bidder may also be requlred to supply construction references and a financial "atement, prepared no later than ninety (90) days prior to the City Engineer's 'quest. igned and dat.ed by the ladder's owner, president or other authorized rarty. spf'cifying all c lrrent assets and liabilities. A-29 Contractor's Field Administration Staff 'Itle Contrdctor shall employ for this Project, as its field administration staff, uperintendents and forpmen who are careful and competent and acceptable to the City Fjiqinc~er .. 'Ihe cr iter La upon WhIch the City Engineer makes this determination may include the ,llowing: ThE; :;uperintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheliuling of manpower and materials, safety, coordination of subcontractors, and famillarity with the submittal process, federal and state wage rate ~equ lements, and City ~ontract close-out procedures. ChI,' ::uperintendent sha i 1 be pnosent, on t he job 5i te, at all times that work is belnq per"formed. F"orernen, if utili/ed, shall have at least five (5) years recent experience in :; i rni i '-1r work and be subordinate to the superintendent. Foremen cannot dcl as superintendent without prior written approval from the 'i t Y IJcumenlatlon concerninq these requirements will be reviewed by the City Engineer. "'he Contractor's fie ld administration staff, and any subsequent substitutions or ,-,placements thereto, must be approved by the City Engineer in writing prior to such .':'lper i ntendent dssuml ng responsibil it ies on t he Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is nnt obtained, the award may be rescinded. Further, such written approval is also necessary prior to a chdnge in field administration staff during the term of this ("((ntract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration laff for Ihis Project during the term of the Contract, such a failure constitutes a Llsis to allnul the Contract pursnant to section 8-7-13. A-30 Amended "Consideration of Contract" Requirements Under "Cencral Provisicns dod Requirements for Municipal Construction Contracts" ~;('ction B- J-1 Consideration of Contract add the following text: The Contractor, subcontractors, and suppliers shall be qualified and experienced in the performance of the work required by the Contract Documents. In evaluating the bidder's qualifications to perform the work specified in the bid, the fol~owing factors will be considered: a) whether the firm performing the lead abatement has previous experience successfully completing similar lead abatement projects; b) whether the firm performing the painting and protective coatings has previous experience painting and coating similar equipment on similar structures; c) whether the Contractor has adequate personnel, plant, and equipment to perform the work properly and expeditiously, and d) the Contractor's approach to performing the Work. Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 the I line of iLd, tile ontcdctcI shall format Hir' demonstr:tte tha' 'he i::':>iltractor '''2 fiiliovJlng speclfic 'equ [('meIHei' submi t quali fications and experience ~nd its subcontractors meet or exceed ,\ Ti,e cOllt.rdC'OI ane silbe-ontr-actor shall submit a list with a minimum of t. fee (5) pcoJect: cumpleted wlthin the last five (5) years, where the Cilltractor/subi ont:ac::.or has abated lead based paint; El. The contractor and pa Lnt ing/protect l ve coati ngs subcontractor shall submit a ist WJth a inimum of three (3) projects completed within the last five year:" whe:.:, the ('on: Tdctorlsubccntractor has painted similar equipment simjlclI trtctu:e:,;; fo, brief d",scription fOl ea,:h project shall oe Lncluded for each project listed. F lih pruje.t descrlption shall cordelin the nelme, address, and telephone number of t !ie Owner' agent 0 The p:Ojioct S ;;ubmj tLed for exper-ience qualifications shall j,'monsLrdt.' the qualJfiiat.i,>ns of the proposecl staff. For each project description lbmitted, the prc.jeet des riptLcJn shall identify the name of the Contractor's stalld tl n super j fit en,jent key r cchnical st aff, dnd quality control personnel to sist in "Jaluatlnq th, qu,lliticatlons of: the contractor's proposed staff. T e b 1 dd e r ,mpllan::e 3 cprove~) r '.mer mdl shalL with re jeet pque,.t submit cUlcefll resumes for the proposed key staff demonstrating the qUllificat ion.': and experience requirements. The Owner will the Clntractor's qualifications prior to Award of the Contract. ,H) Iwerv ew wi t h the bidder as part of the bid evaluation. o/'i thin tiv., (:J) workir"1 ddYs tull'lWing the publIC opening and reading of the c, ()po~;al 3, 1he three (3 appar i:'nt lowest bidders (based on the Base Bid only) must 'lomit t j 'he City EnqiJleer the following information: P'} 1 ~ /\ i c of the majo~ components of the wurk; of t tw products tc be incorporated into the Project; A schedule of vallies which .C3pecifies est imates of the cost for each major ':omponent of the w.rk; 1 A schedule of anti ipaled monthly payments for the Project duration. The names clnd addn'sses of MEE firms that will pa cticipate in the Contract, Along with a description of the work and dollar amount for each firm; and substantiation, either throuqh appropriate certifications by federal agencies or Signed affidaVits fr<)rn thE' MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the ContrH:tor 1."; dn MBr: If the responses do not Clearly show that MBE par::i lpaUon Will me.'t the requirements above, the bidder must clearly demon trate, L:> he" satlstact ion of the CLty Engineer, that a good faith effort lid'" "1 fact hee mdue to meet said requirements but that meeting such n?qlJi "mente [:C' '101 ["edsolldbly possible. f\ of all ubcuntractors that 'Nil I be working on the Project. Subcolltractor~ tdenLifH~d in the Statement of Qualifications provided as part of thp Proposal form shal~ not be modified. The City Engineer etalns the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the C ty Engineer- of all cf LtS subcontractocs prior to beginning work on the ProJect. If the Ci y Engineer does not approve all proposed subcontractors, it may r"scind the i:or'Lract award Section A - SF (Revised 7/25/01) CHOKE CANYON DAM GA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 In tl,G event that . subcontractor previously listed and approved is sought to :le SLtSt 1 trted tor or :eplaced during the term of the Contract, then the City r:nqir,,,:er retains the light to approve any substitute or replacement ~UbC(lntractor prier to its participation in the Project. Such approval will flat iJe' givf,n If the replacement of the subcontractor will result in an increase in the COnLrd(:t price. Failure of the Contractor to comply with this provision 'O[:st 1 tute'3 a b:1Si' upon wh i ch to annul the Contract pursuant to Section B-7- 3. l\ pre i iminary proqress schedule indicating relationships between the major :omponents :)f the work. The final progress schedule must be submitted to the ('i t Y Engineer at the pre- construction confet:ence; f' Documentat ton reg\; i.red pursuant to the Special provisions A-28 and A-29 concfrning ConsIderations for Contract Award and Execution and the Contractor's ,.'j,,:ld Admi'1isLrlti 'n St.aff. l, DOCuOH'ntation d3 r 'gur led by ~;pecial 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 Aaended Policy on Extra Work and Change Orders lhder "General Provisions and Reguirements for Municipal Construction Contracts" B- {< :)__~oLic'y on Extra Wo~J.:. ~-.9_Qlang~_nQrders the present text. is deleted and replaced vJ th the fi !lowi ng: ontldctor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that th,,' City Engineer may a.uthorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $2<,,('00.00 must a] '0 be approved by the City Council. A-32 Amended "Execution of Contract" Requirements tinder "Ceneral Provis ions and Requirements for Municipal Construction Contracts" B- -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the ,'ity r~ngjnE'er deli'lers a ':ontract to the Contractor which bears the signatures rlf the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, again t the City, nor is the City obligated to perform under the Contlcict, \lnti 1 the date the Ci ty Engineer delivers the signed Contracts to the 'ontlJctor A- 33 Condi tions of Work Each bidder must familr ari ze himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Mandatory Pre-Bid Meeting referred to in Special Provision A-l. Section A - SP (Revised 7/25/01) CHOKE CANYON DAM (iATE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 A--34 Precedence of Contract Documents case at conflIct 1n the Contract documents, first precedence will be given to ~ Jdenda 1ssued during the bidding phase of the Project, second precedence will be (ven to UtE.' Speclal Pr"vislons, t.hird precedence will be given to the construction ans, tOI r th precedene WIlJ be given to the Standard Specifications and the .-neral ?r ,visIons will oe given last precedence. In the event of a conflict between y' at t'letandard Spec LficdtJUn:i w1th any other referenced specifications, such as t c 'I'CXU3 Icpartment Jf Pub ie Transportation Standard Specifications for Highways, '-eelS and Bridges, A:TM ';pecifications, etc., the precedence will be given to :denda, Sp"cial Pro-'Ji:c ions and Supplemental Special Provisions (if applicable), nsLru, 1 Ii plans, refe'ren,-eo spe,'jfications, Standard Specifications, and General ')Vi.:,i'115 in t hat rd. r:. A-35 City Water Facilities: Special Requirements A. Visitor/Contractor Orientation frior to performing work at any City water facility, the Contractor, his subcontractors, and each of their employees must have on their person a 'Jali.d card certlfyjng their prior attendance at a Visitor/Contractor iafety Orientation Program conducted by the City Water Department rersonnel. A Vi itor/Contractor Safety Orientation Program will be ffeu'd b'y ac, the)] i zed C (ty Water Department personnel for those persons .,ho de not h"ve ::uch iJ. card, and who desire to perform any work within my City wdtEr L'i'i ity For additional information refer to Attachment L Operation of City-Owned Equipment The Contractor shall not start, operate, or stop any pump, motor, valve, equipment, switch, breaker, control, or any other item related to City water facility at any time. All such items must be operated by an ,perator (:r ,t.her 'luthorized maintenance employee of the City Water lepartment Protection of Water Quality ,'he CLty must delIver water of drinking quality to its customers at all imes The Cmtractor shall protect the quality of the water in the job ite- 3nd shall ()ordinate its work with the City Water Department to ;rote,~t t.hi~ qual i Ly of the water. U. Conformity with ANSr/NSF Standard 61 !\ l1 mater ia s dncl equ ipment used in the repair, reassembly, ransportaLicn, reinstallation, and inspectjon of pumps, or any other tems, which 'ouli come into contact with potable water, must conform to ';mer i Cdn Nat t ana; ::t.anda rds lnst] tute/National Sanitation Foundation i!\NSI !W)~-) St lnddrd hI d~' descr1bed in the Standard Specifications. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds, coatings, or hydraulic equipment. These items must not be used unless they conform with ANSr/NSF Standard 61 and unless such items are inspected on the site by authorized City personnel immediately prior to use Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 The Contractor shall provlde the Engineer with copies of written proof of /,NSI/NSF Standard 61 approval for all materials which could come into _'ontact Wl th ootablf' water. t.: . Handling and Disposal of Trash All trash generated by 'ubcontracto13, must be site. Blowing trash will dreas clean t all rimes the Contractor or his employees, agents, or contained at all t,imes at the water facility not be al lowed. The Contractor shall keep work and remove all trash daily. CONTRACTOR'S ON-SITE PREPARATION F'. Contractor's personnel orange, blue, or white. and individual employee must wear colored uniform overalls other than Each employee uniform must provide company name identification. Contractor shall provide telephones for Contractor personnel. City telephones are not available for Contractor use. l' \] .. Working hours wiJ I he ]'30 A.M. to 4:30 P.M., Monday thru Friday. Contractor must not use any City facility restrooms. Contractor must rrovide own sanitary facilities. 1\11 Contra,;to vehicle:'> must be parked at designated site, as designated t,y City Water Department staff. All Contractor vehicles must be clearly labeled with ::ompany name. No priv2l.!:e employee vehicles are allowed at :hoke Canyon _Dam. All personnel must be in company vehicles. During working houri, contractor employees must not leave the designated 'onstructi()D area 'lor wander through any buildings other than for required work or as directed by Clty Water Department personnel during c?mergency ,_,va,;uat ion. K. ::ontr.:lctor QU.:llific.:ltion:J _____---&€A-9A------fS~VISORY CONTROL }\ND Dl\.T}\ }'.g2_LJ:r~~_'!'_!QtiL (Not Usedt 1\Ry- .,'ork t__~-+-fte- cemputer b.:l:Jee--- moni tOLing .:lnd control oyoteHl mU:Jt be pcrformedefi.t y-----by-----qu.:llificd technic.:ll - .:md supervioory peroonnel, .:l:J ,:lctermi~------by mcet i ng the qUCll i fic.:ltHm5---l- thru 9 below. Thi:J Hark lncludes, -l:H:t't---i-5----ft6-t- limited to, mOdific<ltion:J, <lddition:J, ch<lnge:J, ;clections; furniGhing ,-----4-fi:Jt<lll ing ,--connecting, progr<lJIlfRing, cU:Jtomizing, dcbugq ing, - ca 1 ibr cl t i ng ,-0 r plClci n~-------4-fr--ope r cl ti on ClII h<lrd\:<lre .:lnd/ or -:;oft ',;(1 re~4-i€-d-e-F-- Fequ i red-!'7y---ffie-se--::;peei fi co. tion::; . ['he Con-l::-Fa-et:Br-e-r hi::; :Juoeentr.:lctor propooing to perform the SC.\Dl\. ',<'Drle fftB-S-t-hC .:1blcto dcmon:Jtr.:1tc the fo-llor.:ing: t ~--~- -He----3:-s- --F-e{'ftH--af 1 y --e-ng<lgcd---t.-ft----the- compu tcr bCl::;ed monitoring o.nd eefi-E-R,l:--5y::;tem bU:Jineo:J, prefer.Jbly aD <lpplicd to the municipClI wa-to-e-r--- dfle---- 'oJ.:1 :; t c.; a -Ie e r i n d U:J t F-y--=- ~---- He hCl::-~rformcd---~-&Fl-S'i:Jtcm::; of compo.r<lblc :Jize, type, <lnd complctH-t-y -a-5------FeftUi-re4----i-n-----tfi-i:J Contr<let,---on <It le<l:Jt three prior projecto. ~.------ He h<l:J been Cleti vcly cngo.ged in thc type of Horle opecified herein ~e--F ----a-t ---l--e-a s-E--~ -yea-r--5--;- .:; .-- --- He empH:ry-s--a--l\egi:Jtercd Profeo:Jion<ll Engineer, <l Control Syotem:J Engineer ,B-f-- -d-fi - J-:lectri eo.l Engineer to :JuperT.Ti:Je or perform the ',.'ark r~Fe4---B~ :Jpcci fic.:ltion:J. '~.--------He--- employs---f7eroonncl 6-A--+-fH:-S- projcc;-t:,- ',:ho h.:l7e .::mcceoofully compl('-toeEi--a---~-Ls--- trClining course in configuring <lnd ~lemefitiflft- t.fle- speci fi c computer::;, I\TU '0, <lnd ooft,i.:J.re propo:Jcd Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GA TF HOlST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 t-{} r-+~ i~fi t' f'-aet~~ ~~ --H€-~--t!h:J-i-.Rhl+Wi----d- pCrffi.:lnent, fully :>t.:lffed .:lnd equipped ser-;iee f-af~lty-~-i:-fl-~ mile::; --&t-- the Project site to Hl.:lint.:!in, rep.:!ir, '~F-ate i Bn6-f'Hrtj-f'affl----tfte- sy::;telfls specified herein. -He--sft-a-H--f-\:l-f'n-i-sh-- equipffieftt-- ',<hich is the product of one RTa-fH:r-f+ehH€f --{eft- t-he----m.))CimUffi pro.etieo.l e}ctent. Where thi:> i:> not pht-€-E '~T-~BJ+~uipffient-+rf-rr--'tiV€-ft-type '.Iill be the product of '*H"--ffld-fH:rfa~F. """ ~l-lr--re-r perHrrffidfte€ at thc--GAI. Stevens W.:!ter Tre.:ltment Pl.:lnt -,Jill be ~.4 i-n--ev-a-luo.ting I;hich Contr.:lctor--{)r Gubcontr.:lctor progrJffi.3 I -It I' -R-"-I+-W{}~F-k - fB-f: -t ffi-s--I:-'-rej-eet-:- -~-fK'-trlfl-tTd.e+_-Bf-5fta.-1-l.- produce 0.11 filled out progrJffiffiing block.3 ,~re4-- te- s-ftew..-the progrJffifRing 0.:> needed .:!nd required, to Jdd tflf'5e --t-Tffi &'fst-effis-~e-e}{iGting City SCl\Dl\ :>)':>teffi. l\tto.ehed i::; i+fl €*ilillp}e--+rf tfte- rcquired----progro.mming blocko \:hich the City r~fe-&-tcfT-~-+i-lled in o.nd given to- the City Engineer lJith Jll ~"-S---ffh'Hi€--EH:l-Fi~e-~FDgrJffiffiing phJ:>e. The .:!tt.:l.ched oheet i::; -tn €*,~Je -a-Htc} i~; not intended ~EB-- ohmJ .)11 of the required eheete.. ~'hf'+ffi+'d-e-tc,F- w-il--l provicif'J_!}-.-.p~.::lmming block:> ueed. b-; r~~S~hifl9.. n~qu_~.!:~C:~l~ AH----tI"e-nelH-llif--feF4:-fH:-s ~roj ect -a-E---t-he--G. N. Steven:> Wo.ter Tre.:l.tffient I'Lmt 5fl..aH--beperformcd using .:l b.:!ckhoe.or hJnd digging due to the number of ~~ --H-H4ergrcund - ef7.s-jc /lJctionc,.. No trenching Ifl.:!ehinee eh.:!ll be JIIO'.lCd 'c'fi- -t-fl+2-. j3 r&tec 1:"7" A-36 Other Submittals Shop Drawing Sybmi t t:.(1_~: The Contractor shall follow the procedure outlined in Secti nT1 01040 when pro.-essing Shop DraWl ng submittals except that: d Reproducibles_ dso,ubmit e:le In addition to the required copies, the Contractor shall (1) reproducible transparency for all shop drawings. :s..~ITlPl~:s: The ContI actor must submit samples of finlshes from the full range of manuf dcture roo', ' tdnda rd ('01 or:" textures, and patterns for City Engineer's ~:'~e (':;C!lon. Test_clnd Rep"(1~~ Report Whenopecified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and allan-site test data 'wi. thin the specifH:d l.. ime to the Ci ty Engineer for approval. Otherwise, tJ1P ~c l~ted equ~Ement_ wi} 1,..'1ot b~ipp!,o~_E:....c! for use on the proj ect. A-37 Amended "Arrangement and Charge for Water Furnished by the City" Ii, del "GE'nEral ProvisLOlS and Peqlllrements for Municipal Construction Contracts", B -l~ ~L!:-,'-lngelllen_~_and__Charge to..!::_.I:'lilter F'urn~shed_E::'i th~ s:.~, add the following: "Th" ontractor must comply with the City of Corpus Christi's Water Conservation and I:rouqht Contingency Plan as amended (the "Plan"). This includes implement Lng wat er conservaLi on measures established for changing COfl(ii t ions - The Ci r y Engi fleer wi 11 provide a copy of the Plan to Contractor at the pre-constructicn meeting_ The Contractor will keep a copy of the Plan on t he P "j eet s tc tl ~.o\lqhollt i:UIlstruct ion " A..38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors "B'" are incorporated by reference in th s Specia PrO\'lS on. Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 A-39 Certificate of Occupancy and Final Acceptance (NOT USED) f'''I( i:;:::;u.:lncc of u--€e-Ft-t ficltc~--B-t~-<c)ccup.:lncy for improvcmcnt:::; doc::; not constitutc f-~aeeept..:lncc ~B~f~ +fte~F-oVCfllcnt::; under Ccner.:ll Provi:::;ion I3 8 9. A-40 Amendment to Section B-8-6: Partial Estimates ~eneral Pruvisions and ReqUIrements for Municipal Construction Contracts Section B- E 6: I)artial Estimates is arnended to provide that approximate estimates from which partial payments will De calculated will not include the net invoice value of - ceptable. non-perishable materials delivered to the Project worksite unless the ntractor provides thf Cit.y Engineer with documents, satisfactory to the City Enqineer, that show thdt the material supplLer has been paid for the materials j,jivered 'Cl thE' Projec worksitc:. A-41 Ozone Advisory (NOT USED) f'r i.ming '--aM hot mil( po.vIng ~t-i-Bfl::; mU:Jt7not be conducted on days for \Jhich an E>-:&efi€-a6-v-iETOry ho.:J ~beeft~+SSlJeBT---e-*cept for-.r~r:J. The City Engineer \lill notify ::'~)ntr~ uOOB-t B-2-efie- df:e-E-t-;- f-f-a- del.:1Y such .:1::; thi::; is eJtperienced, the day will not be counted .:18 0. WEH'k day .:1nd the Contr<:lctor '.:ill -Be-compen:Jated o.t thc unit F' r i-ee Htffi ''i1-Ee4- -in-- the pro pos-a h ~ A-42 OSHA Rules & Regulations I is the responsibility of the Contractor(s) cO adhere to all applicable OSHA rules 3:ld regulatlons while pprforming any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Onder "General ProvisioI1S and Requirements for Municipal Construction Contracts" B- E ~"'-~!.EdernnUl-_.c::,~t-02-[l ~ Hold Harmless, text is deleted in its entirety and the f llowing s substituted in lieu thereof: The C.,otractor shall hold the City, Freese and Nichols, Inc., Texas Parks and Wildlife, their officials, employees, attorneys, and agents harmless and shall indemnify the CIty, Freese and Nichols, Inc., Texas Parks and Wildlife, their c,fficJals, employees, attorneys, and agents from any and all damages, injury or liabi lity whatsoever from an act or "mission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the i:ontractor, r any subcontractor, supplier, materialman, or their nffic ials, employeps, :tgents, or consultants. The contrac:to[ shall hold the City, Freese and Nichols, Inc., Texas Parks and WildlIfe, their of+icials, employees, attorneys, and agents harmless and shall inderrmify the CIty, Freese and Nichols, Inc., Texas Parks and Wildlife, their ()fficlals, employees, attorneys, and agents from any and all damages, injury, .r lability what:;oever from a negligent act or omission of the city, its f: ic lills, employee-s, "ttilrneY:3, and agents that directly or indirectly causes njurj to an empL yee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the -:?ngineer a complete breakdown as to all prices charged for work of the change order (1lnit prIces, hourly ratps, sub-contractor's costs and breakdowns, cost of materials :llld equipmlC'nt, wage rates, etc ). This breakdown information shall be submitted by ~',ntractor as a basis f( r the price of the change order. Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GAl E HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 A 45 As-Bui~t Dimensions and Drawings (71')/()('1 :ontrdclOl ',nal :onst c\Jetl'd and fertJ l:a ) of all nlilke appropr late dally measurements of facilities kpep accurate records of location (horizontal and f a~ 1 1 i tie s . fl' IJpon complet on "f ('ach facility, the Contractor shall furnish Owner with me 3et f 1i rei't prlnts, marked with red pencil, to show as-built -Hmer.slons aJid },'cat Ions of all work constructed. As a minimum, the final drawJf1q,,'.hail j'lcludf the following: 1) Hociz'mtaJ <lnd vertical cl1menslons due to substitutions/field :hang"s. 2) ':hang"s il equipment and dimensions due to substitutions. 3) "N,uneplat.." :lat d.n all Inl.talled equlpment. 4) .)e1et ons. addJt lons, and changes to scope of work. !5) Anv olher changes made_ A-46 Disposa~ of Highly Chlorinated water (NOT USED) (7/5/00) 'l'{+e- Contr;)'~8::H'~-s.fi-ali-bf'~spB~e--f.&F---ffie. diopoG.Jl----e-f'-\,;lter uaed for tC.'Jting, 4,<;infcction ;lnd -i-i-ne------!-:l:--tt5+l1-fttt-~fl cHt ;lpprovcd !!l;lnner.Cont;lHlin;lnta in the \l;lter, p"r-t-i-ett:la-r \-y high I€~-cl- efH:-fH'l-fte, wi-l-l----ee.-B-S-e4--for diGinfection, ;lnd H1;ly eJwecd { h-e--permi~-_; ibl e l---HR-i{:.s- fur-4i sch.:1 rgc in-te--we-t.-l.JndG or ew.rironHlent;llly Denai ti ve ,~~,.. ::Irc reguL:!t~-tT\-tflleFDU8 .:1geneicG --5-tfefl-.:lG nmcc, Ern, etc. It '.lill be t.ri€- Cont r,Jetor' ~; f-e-sp&ft-s-ib++-i--t-y--tce--.eomply Hci:+fl----tOC requireHlentG of 0.11 regul;ltory aq-eft€-i€s --+t-t--4:-ft-e D i:JpoG,:l!~ ili l----wu-tceF u8cd - in the proj eel. The H1cthodD of diapoa.:1l ~rR--a-:l+be---7tibffli~-*=O-t-fte--4>i-t:-y-----t-eE .:1pprov.:11; There Dh.Jll be no Gep;lr;lte P;ly for t+i:;po:JC11 -'B 1--fl-4-Etfl--ly €-l+l-e-r .i-fta-t-e4-;+.,'l-t-er"----WR-t-FdC:. or Gh.Jll 00 t uoc the City' G D;lOi t.:lry c. nwe-r--.s-y g-t.>c' m for.. ~d l--e+-+~ORf--a-fft4n.J t cd .. '..'.J t cr. A-47 Pre-Construction Exploratory Excavations (NOT USED) (7/5/00) Pr.lor to----a-R-Y---coo8tructiBft-Wha{:-e-v-e-F.on the project, Contr.:1ctor ah;lll eJW;lV.:lte ;lnd ::)cpoGe---a-H cJdotingpipclinco of ffie.~j-e-et --th.Jt croaG '..'ithin 20 feet of propooed j3-ipelineC3 of the-- project dfte----Contr.Jctor-8h.:111 8urvcy the eX;lct vertic;ll ;lod 9."ri zont-iH +-ee-a-t iDn 0 f (--aeft- -e-f4t5-54-wt-.Jnd po~a-l-icy con f 1 icting pipeline. .. '+T---e-*i-5-t:-ifttJ-fr~i-fte.t.r- wfti-eh pa-r-a-ll c 1 .J n d .J r e \,' i. t hi n t c n fee t ( 1 0 ') 0 f pro p 0 a c d P ~fl€5--- BE- ---t:.-fie-- f'Hl-j-e-et-, Gett-Efac-tor ::;h.Jll C1CC.-:l V.Jtc ;lnd cnpODC G;lid cui ting Oc~-Re-5--,tt .:l ma*~ o-~--300--fee+-~. -aft€!. Contr.Jet-&:F- 8h.:111 8urvcy thc ;lccur;ltc ft+-'fizontal and \'C~-r-f--i...'-d-l --!--e-ed-tioftt+---of J.Jid pa-r-al-:le-l pipelinc:] ;It 300 feet m;lxiHlum i-:1 ;.-::--;- ;;t)ntrLlctor :Jh.Jll nt.-he-ft--p~re- -a-n:port ttftd----~t---H-- to the City for .:lppro''{;ll H:dic,Jt~!ttj- t,.fie-O\.'ncr of pipchfl-es--€*C.Jv.:1tcdUftf'l--survcycdi a-s '..'ell .:18 thc .JpprOJ{iHl;lte ;1 ;1-t-Hm---i::.-fu"-fee+,----4tstcaftPe---Bf +R-e-pdvc!!lcnt-e-eftterlinc-and elcvo.tiooo of the top of .< ,.-,+S{::i--ftEt-f7 i pel in cs ,- Contractor!>hall pcrform--fle ~f~weH on the project \lnti~ all exploratory exca"..ation::;--have--been made i.1l-- their entirety , .~ refiul tGthereef reported to the Engineer-and until Contrae-OOr--recei ....e~ Engineer · su .J.Ppro".'al of report. !-T~.a-t-e-r-y . elCC.:1 <Ja t:-4-e-Fts- sfia-l:l:--l,p u~uf.e-r----en--_i1 1 ump. '-5-\:iffi-_. b;lo iG. !'1ny p.:1 veHlent rcp;lir ,E:~ oei.J tc4---w-:i:-ffi--..-; )CP 1 or-tt:-B-r-y---;'7*€d-'ih:H:. ionG c;hc.ll-be---pai d for .:1ccording to the tCst;lbl iGhe4-~l-pHcee- crt:- p.:1vcment -P.Jtehing . Gefttr.Jctor Gh;lll provide .:111 hiG o~m ,r-H'V€-'f-wo-r-J.: ~t . fft-f,u-c'~Trl-t:-t-Lf'd y ) for c lC pI CE-a-tB-F-y-e J{ c J V.J t i:-Effi-s-.- Section A - SP (Revised 7/25/01) CHOKE CANYON DAM CiA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 ~_:'48 Overhead Electrical Wires (II /00) Cuntractor (;; constru w res cr::lS ,':all use t'I :Jvided f ';ur 1 no t- shall comply with all OSHA safety requirements with regard to proximity tion equipmeLL beneath overhead electrical wires. There are many overhead Lng the cons ruetioD route and along the construction route. Contractor ill due diligence, precautions, etc., to ensure that adequate safety is r all of hi employees and operators of equipment and with regard to elt nc damage to , x:j ;t In'] overhead plectrlcal wires or facilities occurs. ntrdct.JL ;halJ-oordi iate h: s work with AEP and inform AEP of his construction hedule w th reqard to sa ld overhead linE~s. ~-- .me overht!dd lines dre shown in the construction plans, while others are not. It ~ all be the Contractor's sole responsibility to provide for adequate safety with lard t)verhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) uder "Gen."ral Provislons and Requirements for Municipal Construction Contracts", B- e 1~~~~-,~t'n~I1c:~5;\l<:lr~l1.ty"dd the following: "The Contractor' s guarantee is a separate, additional remedy available to benefLt the City ot Corpus Chrjsti. Neither the guarantee nor expiration of the quarantee period w1.1I operate to reduce, release, or relinquish any rights or remedles available to the Clty of Corpus Christi for any claims or causes of dcticn aga nst' the Contractor or any otber individual or entity." A--50 Construction Scheduling Restrictions intractor ',halJ abide by~:onstLuction scheduling restrictions as indicated on i 'lwings Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 SUBMITTAL TRANSMITTAL FORM PROJECT: CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT PROJECT No. 8520 OWNER: CITY OF CORPUS C'HRlSTI ENGINEER: FREESE AND NICHOLS, INC. .--- -- ...-.,.--- ---_.. ~- --'---~ CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 7/25/01) CHOKE CANYON DAM GA TE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 ATTACHMENT 1 ~ City of ~~ =:' = Chnstl ..... - ~~ CHOKE CANYON DAM VISITOR/CONTRACTOR ON-SITE PERMIT As a visitor and/or contractor, you will be required to adhere to our operational safety policies at all times while at the facility. We require that you carefully read and familiarize yourself with the following information: FACILITY SECURITY: All visitors and/or contractors, upon arrival, must register at: South Shore State Park Head Quarters and give intentions. Prior to leaving the facility, you must sign out as well. This must be done each time you enter or leave the facility, unless departure is after 5:00 p.m. 2 Please obey all traffic and informational signs. 3 Please obey all speed limit signs 4 Visitors and/or Contractors will be escorted at all times while at Choke Canyon Dam unless authorized in writing by: Reservoir Supervisor. If authorized to proceed unaccompanied, you will strictly limit yourself to only those areas specified in the written authorization. S Entrance gates are opened at 5 a.m. and locked at 10 p.m. SMOKING: Smoking is prohibited in all building and in all other areas posted as "No Smoking". Dru2S: Possession of illegal drugs is grounds for immediate expulsion from Choke Canyon Dam. Persons expelled due to possession of drugs may be refused re-entry into Choke Canyon Dam. SAFETY EQUIPMENT: Safety equipment will be issued by: Contractors for his employees and City of Corpus ChrIsti for visitors to the dam. Attachment I Page 1 of 4 EMERGENCIES: Choke Canyon Dam has a specific and detailed Emergency Contingency Plan covering fires, explosions, release (s) of hazardous materials to the air or to the ground, injured or ill personnel requiring immediate medical assistance, intrusion of unauthorized persons, any other event (s) not listed which present an eminent hazard to personnel, equipment, facilities or the environment. 2 Should you observe any of the above conditions, immediately notify the nearest Choke Canyon Dam personnel and follow their instructions regarding safety actions to take. 3 All accidents or injuries must be reported immediately to: Reservoir Supervisor. In the event the Emergency Contingency Plan is implemented, follow all instructions given to you by Choke Canyon Dam employees since all employees are trained in emergency response. Do not initiate any action on your own. EMERGENCY COORDINATORS 1. Primary Coordinator: Reservoir Supervisor 2 First Alternate: Senior Water System Foreman 3 Second Alternate: Note: Contractors who will be required to conduct operations at this facility for extended periods oftirne will be required to receive additional training. *Visltors/Contractors to retain Pages 1-2 for their information. Attachment I Page 2 of 4 VISITOR/CONTRACTOR AGREEMENT (Must be returned to Choke Canyon Dam Water office signed & dated before entry will be permitted) 1, __ _______ _ (Name/please print) have read and understand there requirements and agree to abide by them as condition to my being allowed access to Choke Canyon Dam I understand that failing to comply with any ofthese requirements may result in my being asked to leave the facility. SIGNED: DATE: EMPLOYED BY: ADDRESS: CITY 1ST A TE/ZIP: TELEPHONE NO: Attachment I Page 3 of4 Attachment I CHOKE CANYON DAM VISITOR/CONTRACTOR ON-SITE PERMIT Photoco of Driver's License or Other I.D. :- - ! Attachment I Page 4 of 4 CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT City of Corpus Christi - Project No. 8520 PART C FEDERAL WAGE RATES AND REQUIRMENTS ... "6"".L '-II.,L" .enera [-H'iSleII Numbe TX()30T3'J 06/13 ! 2003 TX 39 'rpers"ie! Gem-'d IJee'SJ'" NJ TX020039 t,ate. fE'".:/\S lost [ 't lO rypc' F:AV'f .>unt y e \.fECES AN PATf, Ie 10 F:AVY C'lN TRUCl ION PRO, ECT!; (, n( I ucilOg Sewe r aod Water Lioe lost r\i,~t 00 and [lrain"ge Prole, t:3) "'Jodil 1('Jt ,10 Number Publl.:atLon Date 16! 1 ) / 200,5 iiJNTY ( ,os ~j: 'F:CE5' SJl.NATR CI ) JTX?O'. 'A /(i;19f</ RateE FLLnges J\RPENTEES \ Exc] '.ld i oq F rm -;ett iII'l) $ 9.05 'NCR~TE F :-JISHEF 1.56 ECTR I ( Ar 15. n 2.58 ,/\BOR~R~ ammOI ti lit / ').64 1.68 ,WER EVlJ I !'MENT OPERATORS: '3ackhc' : ['''lator ,r ,de r 9.21 8.n WELDERS )perai I()n ReCEIve ratl prescribed Ear craft performing which weldJog IS nCJdeotal. h isted '- ~ rlf-:" sco'p~~ ~;"idTd on J y ( '1 CF'H lssif ICdt 100 the claS:3i! s prov'lded \ a) (I) (1 i) , . nelde,j tor work not ,ncluded WI thin i Cd) ions I isted may he added after n the: 'lhor' standards contract clauses " the ] S' I ng above, the .. fJu deslqnation means that rates ted Wid, r that rdent: fiel du not reflect co! lectively fJrrgained"""ge ar.d frln(;{~ b.'neLd rates. Other designations ~ dicate u: Ions \4hcse r<,te~' ha'Je bc'cn determined to be pn'vai !. i ng WACE UETERMINATlm A.PFl':A,,!; PROCESS Has :h(re been an 1! Iti ,!r:C:l:3iOIl in the matter? This can HI ex] t_fr,g put-llshed ,-lag, di:terrnlnatioll 1 surVE"Y 1JnderlY1nq a wage determination http://www . wdol. gOY /w do IIscafi I es/ da visbaconffX3 9, dvb 9/1812005 rage L. or L. a Wage dnd Hour DIVi ion letter setting forth a position on a wage determination matter a confo~mance (addit anal classification and rate) n1 1 n q survey r-elated matt, rs, initial contact, including requests )r su~nar1es of surveys, should be with the Wage and Hour pegiona I ')ffice for th, area 1n which the survey was conducted Decause those Regional OffIces have responsibility for the C'lvis-Bacon survey proqram. If the response from this initial mtact is not satisfactory, then the process described in 2.) ind should be fo IIi'wed With regard to any other- matter not yet ripe for the formal Ifocess described here, inltial contact should be with the Branch Constrl:ation Wage Determinations. Write to: Hranch of Construction Wage Determinations Wage a.nd Hour Di vi ,ion U. S. Department of' Labol ;00 Constitution Avenue, N. W. Washlngton, D. 20210 I If the answer to the question in 1.) is yes, then an lnterested party (those affected by the action) can request lpview and reconsideration from the Wage and Hour Administrator '.ee /9 CFR Part 8 awJ 29 CFR Part 7). Write to: Wage and Hour AdmInistrator I). S. Department of Labor 00 Constitution Avenue, N. W. Washington, D C. 20210 I'he request should be a,'companied by a full statement of the interested party's posit ion and by any information (wage payment Jdta, project description, a.rea pt:"actice material, etc.) that the requestor 'onsiders relevant t() the issue. If the decision of the Admlnistrator is not favorable, an I r: Lerested party may appeal di t:"ectly to the Administrative Review Hoard (formerly the WagE' Appea 1 s Board). Wri te to: AdministrativE Review Board U_ S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 L AI] decisions by the Administr-ative Review Board are final. END OF GENERAL DECISION http://www . wdo1.gov Iwdo II scatilesl da visbaconlTX3 9. dvb 9/18/2005 AGREEMENT THE STATE OF TEXAS ~ COUNTY OF NUECES 5 THIS i\GREEMENT 1S entered into this 8TH day of NOVEMBER, 2005, by anj between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Te xas, act ing througn its dul y author 1 zed City Manager, termed in the Ccntract [ic)cuments aE "City," and Anqelo's Paintinq, Inc. termed in the Ccntract :'ocuments 2,S ":::::ontractor," upon these terms, performable in Nueces ('ounty, Texas In ccmsideratior of the payment of $113,000.00 by City and other ob igations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT PROJECT NO. 8520 (TOTAL BASE BID: $113,000.00) according to the attached Plans and Specifications in a good and war kmanl i ke manner j or Hie prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including averseelng the entire job. The Contract Documents in Iude Hns Agreeme:tt, the bid proposal and instructions, plans and specificat ions, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 TOTAL BASE BID r - j .. III -- 8lD QTY& I ITEM UNIT DESCRIPTION .-1 1 1 LS Mobilization and demobilization, complete and in place, per LUMP SUM. I , , 2 1lS Spillway gate hoist and control room door I coating removal and replacement, complete J 1- in place and in place. per LUMP SUM. I - IV ~ TOTAL PRICE IN FIGURES T'~ ~ '/ /\.. ~b $_ / :/-uDD" $~ .;?/~4CJ~ t? Z> TOTAL BASE BID (Items 1 and 2): $,L/ ~ ,OOLJ -: .~ <') DESCRIPTION OF PAY ITEMS: BASE BID ITEMS This item shall consist 01 the mobilization ot personnel, (,"Quipment and supplie5 at the project sites in preparation for beginnillg work on other contract items and the demobilization of personnel, equipment and supplies from the project sites at the completion of thb project. Mobilizatiot, shalllncJude. but is nollirnited to, the movement of equipment. personnel, material. supplies. ett:, to the projl3ct sites; the estabtishment of office and other facilities necessary; any preliminary engineering or adminis,trative work performed prior to beginning the wort<; and permitting. Demobilization shan mcludt'. but is not limited to, the removar of equipment, personnel, material, supplies, etc. from the project t;ltes. Compensation for both mobilization and demobilization shall be incIuqed under the lump sum bid item "Mobilization and Demobilization". The amount bid for "Mobilizabon and Demobilization" shall not exceed ten percent (10%) of the total amount of the BASE BID excfusive of this item. A. maximum of one-half of the lump sum cost for mobifization/demobifization shaU be paid upon completion: of mobilization. The remaining half shall be paid upon complete demobilization from the job site. 2 This item shall consist of removing the existing lead based coating system frpm the int~rior _Ind exterior of two double doors. including frames and seven (7) gate hoist ass(~mblies, including gear/molor assemblies, drum hoist assembfies, drive shafts, and flexible couplings and surface prepflration ~Ind p~lntiog of exposed metal surfaces of existing gate hoist assemblies, including gear/motor asseOlbfies. drum hoist assemblies, drive shafts, and flexible couplings as indicated on drawings and ~cifications, and handling and disposal of af' waste material at approved disposal facilities. PROPOSAL FORM PAGK 3 OF 11 The ontractor viII cumrnence work VIi thin ten (10) calendar days from date they receive wr ,-ttc:n wcrk order and will complete same within 180 CALENDAR DAYS after ~on~.:.:tluction is begun. Should Contractor default, C, tract 01 ma" be 1 ab e for liquidated damages as set forth in the C ntract Uocuments. ity will pay Contractor ln current funds for performance of the (lntract Ln accordance witn the Contract Documents as the work progresses. Signed Hi ~ parts at Corpus Christi, Texas on the date shown at )ve. City CITY OF CORPUS CHRISTI By,~~'l~~ Ronald F. Massey, Asst. C Mgr. of Public Works and Otilitles AS TO LEGAL ( By, /rIt;:..,,~ #'6 Ange1 . Escobar, P.E. Dir~ctor of Engineering Services B". j. P.s st. qJl)b , ) CONTRACTOR ATTEST: (If Corporation) Anqelo's Paintinq, Inc. ,.- ...~ t ..::;-,...,- ...~/ (Seal Below) '. By: .~ l( ~ ;:,/';J "/t"J~k"J //';;;'::11<"4/'(,,, Tit] e : /),K. C: '> I LJ L' /v,' (Note: If Person signing for corporation is not President, attach cqpy of authorization to sign) 8830 AMANDA LANE (Address) MANVEL, TX 77578 (City) (State) (Zip) 281/692-0055 * 281/692-0056 (Phone) (Fax) Agreement Page 2 of 2 1\ '. . i 12 7 :':} I ) ii,')., L ~'nw\"'!A..... t".",::~,__~~, ""'.v ~T ,: ,,',v'. oJ i, : \'} ..' ':\ "kO' "'<'" \ i .' r v:::;. ". ~..11'.~~,..,~.. ~_. ~"""''''''l't.....+-.J.":',_.+,,,,,....~ .' ......,q~~ ,~~..'7'Ci.VV We.. .' ,~;;.,.o.,,,",~'lW;_-"" .......,~. -_. PROPOSAL FORM FOR g- r11-fJ,Jr. CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM PAGB 1 OF 11 PROPOSAL Place: l'170/<'b' &NJ,/.tJ~# Date: ClOi:v:!.K7? /7. d? ~c>-:r- . Proposal of dN6-~.L<J.s 7-4-/A.////r/6 /.;(/L, a Corporation organized and existing under the laws of the State of ~x~~~ OR a Partnership or Individual doing business as ## TO: The City of Corpus Christi, Texas Genllemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment. and to perform the work required for: CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT 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 PAGB 2 OF 11 TOTAL BASE BID - t II II' BID QTY& -f ITEM UNIT DESCRIPTION -_-1 1 I 1 LS Mobjlization and demobilization, complete I and in place, per LUMP SUM. ! 2 1lS Spillway gate hoist and control room door \ i coating removal and replacement, complete I in place and in place, per LUMP SUM. J -r-----;-- ~_._. - -- -- TOTAL PRICE IN FIC.;URES =1"- $- 1~L2C20/"-' $-.& .,{.1 ~'-'CJ, ~ C'> '=~-'-" "='" //3 "It.':1 TOTAL BASE BID (Items 1 and 2): $c~,..i ."' OO~~ DESCRIPTION OF PAY ITEMS: BASE BID ITEMS This item shall consist of the mobilization of personnel, oquipment and supplies at the project sites in preparation for beginning work on other contract items and the demobilization of personnel, e<1uipment and supprleS from the project sites at the completion of th(;, project. Mobilizatioh shall include. but is not limited to, the movement of equipment, personnel, material, supplies, etc. to the projoct sites; the establishment of office and other facifities necessary; any preliminary engineerillg or adminis,trative work performed prior to beginning the work; and permitting. Demobilization shan ;ncludt~, but is not limited to, the removal of equipment, personnel, material, supplies, etc. from the project ::;,t05. Compensation for both mobilization and demobilization shall be included under the !umpsum bid item "Mobilization and Demobifization-. The amount bid for -Mobilization and Demobiljzation~ shall not exceed ten percent (10%) of the total amount of the BASE BID exdusive of this item. A maximum of one-half of the lump sum cost for mobiizationldemobilization shalf be paid upon completion; of mobilization. The remaining half shaft be paid upon complete demobilization from the job site. . .2 This item shaD consist of removing the existing lead based coating system frpm the intelior iifld exterior of two double doors, including frames and seven (7) gate hoist assmnbfies, including gear/motor assemblies, drum hoist assemblies, drive shafts, and flexible couplings and surface preparation and ~inting of exposed metal surfaces of existing gate hoist assembfies, includifl9 gear {motor asserllbJies. drum hoist assemblies, drive shafts, and flexible coupfings as indicated on drawings antl ;;pecifications, and handling end disposal of ar. waste material at approved disposal facilmes_ PROPOSAL PORI'! PAGE) OF 11 s r A TEMENT OF QUAUFICA liONS The Contractor, subcontractors, and suppliers shall be qualified and experienced in the performance of the work as described tn the Special Provisions, Item A-30. The following statement shall be filled out in order to demonstrate compliance with the qualifications and experience requirements. All questions must be answered and the data given must be dear and comPfehe~s~e. If necess~ry, questions may be answered on separate attached sheets. Do not attach general advertismg and marketing literature; non-related materiaJs will not be considered as part of the proposal. COMPANY INFORMATION 1 Name of Proposer: /-l )..)kb' ~--P-A.LN-;; A../ 6 / /V C . 2 Permanent main office address and telephone number: h'~A..LD "', _ ?//N,/;..yI~ /A/~ %8":?~ /I,ij4A/~ "-4.A/~.-d#~/;/,J6L 7Y '77S:7~. 1 When organized: /9.9:..')'- If a corporation, where incorporated: ..L5!..2.,j- 4 Contracts on hand: (Provide a schedule of these, showing name and address of Owner, amount of each contract and the approximate anticipated dates of completion.) '5 Have you completed all contracts awarded to you? -..tt:::::.. Yes _ No. If no, submit details. Nff . .____.__.. S. Have you ever defaulted on a contract? /Jl2 If so, where, why, name of project, name and address of the Owner, and name of Bond carrier? }.fA- 7 Is your firm presentJy engaged in litigation with respect to any claim regarding contract performance? _ Yes ....l::"No. If yes, submit description and state case number, style of case and court in which pending or in which judgment was entered. }J~ R Has your firm ever been assessed liquidated Damages on any project? _ Yes J No. If yes. submit details, Including the name and address of the owner of the project. /11./ ' 9 Bank Credit availabfe: $ /av~~.~Name of Bank.1//2.sr Ct'..N'~V&LZJI A~.q~ 10. Attach a copy of your most recent detailed financial statement submitted to a bank for credit and a current detailed (mancia. statement 11. Have t~ principals of your firm been engaged in the GOflstruction contracting business under any other name ~thin the past five (5) years? If so, please provide the name of such principal(s) and Ute name and address of the former business. NO PROPOSAL FORM PAGE of OF 11 lNORK PLAN Provide below or attach to this sheet a brief statement describing the bidders approach to completing the Work within the specified completion time. Include a bar chart scheduJe of the major work activities to demonstrate the feasibility of the bidder's approach. Bar chart may be hand written on this sheet or provided on an attached printed page. :5.cr CNL/,OSU/(~ 70 /4.~ ~..s- USTOFSUBCONTRACTORS In conformance with the Contract Documents, listed below are the names, addresses, and phone numbers of the subcontractors, and to what extent they will be used it awarded this contract. This list shan not be modified except as requested and approved in writing by the Owner. State if work is to be self perfonned. MaIM and Address of Subcontractor Type of Work IYbA/6- Lead Abatement AlbAl~ Painting and protective coatings JVPA/~ Other work P L:> A/ ,;I';: Other work PROPOSAL FORM PAGE 5 09 11 '1J(j) ~ ... Al ~ .2- (1)" CD ~ S:I: Z Q. t.'!r.:l o en . - r""I \ (X)"tJ 0 ~a 00 oS" ~ ~ n. ~ ~" P\. (") ~\ 0 Z ~ m ct p ::J CO \A ..... ~ ~ k ~ ..... "0 0 i\) i>> ~\ 0 ~ 0 C11 3 CD ::J - ..... ~ e '" o o C11 LIST OF SUPPLIERS -- ---.-....... ' ., In conformance with the Contract Documents, it is required that the names, address, and phone number of the manufacturer and SUpplier shall be inserted berow. Only named manufacturers shall be allowed in the list below. Any manufacturer listed which is not named are grounds for bid rejection. Item Manufacturer/Model A. Paints and Coatings 7:i/I/o/'AC' -d( D S~./b"L7 s: ----. .--.---.-.-.... B. Other /A/J./T5 ..fill/:) Ctl/l):.I/v&.--~ SII~ iJ.,;NJJ/Lt/A-.N',.$ C. Other />LA.sr/ A/ ~ A&/2.-9-$J ~.K,~ () 5' ~/#~~ 4-__ LIST OF DISPOSAL FACIUTlES SUDDHer &~Hd~ 4;tgp.4.u/;f;./c. ~'fI't:'6 ~~~.;;"._ ~ .~.-f#.5.f~ ~ry ~ ~.y/dR../37'...2 3/~ 1/3'3 v$9CD ~.At.iu/,II(,/ k.//L,J/-4:.~5 ~c:::> /.V 4pJrN~.,pr // _ k<~6A:t.L_ ~._ 7,7#/7/- d.t>/o<- ~r /. 3~~'~~ 7/ -- , /-/6~ 7S-al>? ffiU5/4J..N 7Y j'?~7~'':7~~:;>- ;'/3 ~?/ PL>7D In conformance with the Contract Documents, it is required that the names, address, and phone number of the disposal facilities shall be inserted befow. Only named dispOsal facility shall be allowed in the list below. Any disposal facility listed which is not named are grounds for bid rejection. IxK Name Address Phone,Number A. Hazardous '~/./sr~ #/Ah~.G.~.,.#T&../S/J}(. .s;:~.vL)T -----.--.----~_____ hbV~f;JJH T:;L J' ~~_ . . J7'.tt>f" ?/.3 1.1(.. ~t.. f/r ;'t'ZU~ ~ ~ B. Other ~--------~._----~ c. Other .A1# PROPOSAL FORM PAGB 6 OF 11 EXPERIENCE In conformance with the contract documents. provide information demonstrating compliance with the experience requirements', Lead Abatement Experience No. 1 project Name: ~LJ;Y/Z L~AlJ,h.J C~.N~y e~ANP 7i'A~.A/L/U-f~~_ Description: aNN "N~/~LJ/,o-A/' 4'A-I"7J ;1(.,6./b~A./~~~~/~~n,L/6- :':tj;~~,r~~<y/ . Contact Person: .I1A....v .{ ~.6'Y"-,i/ p~~~ Cunent Phone Number: , ?, / - 8" I' ~ - 'J1{ Month I Year substantially Complete: ~ /..;2bz:)LJ E~ No. 2 project ~ame: ,df. LJ 4.L;;./~r-6''?J .5J2,~~E 7A-Al/~ /AI.~p7./.oyf ~~K$~h~M'/;.O...c/ Description: 7?'-/~A-r:l..d~ /0. ~ K"' ".1.4 ft. N.J r"., f/nJ .. =:~~ ~ . ===-~- ContactPe : A. ~~~ ___~_.___ Cunnt Phone Number: .? (.J f'f' 3' 17J; -- Month I Year substantially Complete: 0 ~ / ,,(~C> _ ___ ExDIrI8nce NO.3 ~Name:~4f/..i...~~A/ 4.N.V A>r.//>A-f/.vL~b/""'~ ~~~.HrJ?/..rAtY De8cription: ~r-~A-7/d.? ~ ~~~4/~~"'/ . . __ _ ~: /;7~~ ~ =~~: .r,,"'~..~~. P.E. Current Phone Number: 77 ? - 11:J L ' LL.., l' / Month I Year substantiany Complete: j'. :ti". ..2Po/ PROPOSAL FORM PAGE 7 OF 11 ~ ,............ ",. , PAfNTiNGANO PROTECTIVE COATINGS ~~No_1 Prctect Name: "JA~ ?UdtL::. NO, .2 o.tnp\lon; TA~ I<" /,;~4-:n.J-tt.. 4;;;) ;er~~L~...:;/===~----- P................ ...U'nxluct: ~~ __'" ""'" .,.~ ~~~~~ ---------- Owner: _ _ ~. _ __ _4:- ~_~__.__ _ .____.._..__..___ Con18ct. : c.#A'#{",.$~. K~L Kb~.-~~_______..___ Cullent Phone Number; ~~t' / ,f ~.2 ~el..Y___.___ .~_____._.__ Month I Year substantialy Compfete: L:'a-q-~~L_._________ ___ "'___ --.~_._--_.----- ~U18denc8 No. ~ PnJfect NIIme: b-#A'~J'-JJ:'<I:J:)'p.;./ /' /'P. ;7S:..6tt.-~~d/~~-222'.t.~_ _'_ OeIcription; Rq,.~..,~7A-~//nJJ~r..vT 4t'L~~g..dL6-____._~ ___ '----- ~_.__._~ -~._------_...._. PalnlManufacturerandProduct. 7A/~~d"~ ~ 5~..:V~_______ lOC8tlon; L.AL.~~~~~~~~~~~ A!/c.iC'_____.__ ___.. Owner: I"A/;-::; _.. _ -,-__________ _ ______ ContactPersoo.__ _ ___ __ .1____ _.___________.. .____ Cunent Phone Number: 7/ 3 ~.2. -%? i:.. .. ___.___.___..______..~__. Month / Veer substantially Complete: ~_~ ~ --------____h_______._ ~No. 3? ~./.I' "'\ .. ..up PrajIId NIfte: K..oI(- ~4/... ~"'r~ ?M..vTN~, J;__ ~.f...LH.Q..../-L.~_ D1.CI~: Kr./t""-'~~#~h"'~~TNI<~~ _____.__~-----.-_-- Paint ManufeGtufef and Product ~~.,#' ;;:;:.-_~ .~.a..cpu-~_.:::.._=~.__ LocIIiorI: ~h.A'1~ L'LH"/..N~___ .-------______.Hh______ OWner: Nb:I~.s ('p,~.KJry___.._~____~_____.___ ConIIIdPtwson: .LA~y J"~;11/'/~...~~~ .____d__________ Cement Phone Number: _ 7/3 -7??' ,'S-:y~.:Z..~-_______._.._________._ Month f Year 8Ubstantlally Complete: Lj ~~.'r .____ ____..._. _.________ PROPO$AJ, FO';.~ PJ\G'B a CoP ,l The undersigned hereby dedares that he has visited the site and has carefully examined the plans, specifications and contract documents refating to the work covered by his bid or bids. that he agrees to do the work. and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid. is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. MinoritylMJnority Business Enterprise Participation: The ClPparent low bidder shaH. within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. TIme of Completion: The undersigned agrees to complete the work within 180 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 tbe work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal. ;n strict accordance with the contract documents and the reqt.*ements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda ;s acknowledged (addenda number):~~~:;:;:-; ~ Respectfutly .submitted: Name: "".A/~%L.o.s ';::>...n.N"'v.A/h /PL ,. (SEAl- IF BIDDER IS a Corporation) By: ~ ./ ~~_______ (SIGNATURE) Address:<??3o~..,#2:J# -'A#~ (P.O. Box). (Street) ~uJ/P-L .~ ?,?:S--z.Y , (City) (State) (Zip) Telephone: A~/~~~_Q~S- NOTE: Do not detach bid from other papers. FIt In with ink and submit complete with attached papers. (Hevi$eu August 2000) PROPOSAL PORM PAGE 9 OF 11 P~~E 0 R MAN C E BON D Bond #4349026 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Angelo's Painting, Inc. 0: BRAZORIA County, Texas, relnafter called lI:Jrinclpa}", and SureTecInsuranceCompany a rpc:ratl:m orga:u ze. u,de: the laws cf the State of Texas ,: j,LY duth n zed 0 JC bl;siness in the State of Texas, hereinafter lled " uret/" .:lI' h,:,L: :;nc firmly bO"-lnd um::o the City of Corpus ris:, c mU,l ipaJ c:::q::'.co"C-ie,n of Nueces County, Texas, hereinafter lIed "i'ity", ~n t' e r::,::,nal SJ:Tt of ONE HUNDRED THIRTEEN THOUSAND AND NO/lOa ($113.000.00) r d id ~n N eces Ccur:t'y, DC;~___~:w~~:_5 , Lavlful ~nc~.e~/ of the United States, to be f8~ the pavment of which sum well and truly ur heir:::' I executors, administrators and be nac we 21n~ c Texas, 1 r s 1 \' e s , --'ces;:::.-:r- ..; .::.' -, >-,.....- : ~o se"!e!al_j, firm~.y by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ~. ~nclpal er:1'.ered 1i"C-C a celtain ccmtract witi', the City of Corpus risti Bted the 8TH~.f NOVEMBER , 20~, a copy of which is hereto ;;:t:ache,j '1d made '1 rart ht"rpof r fo~ the c:mstruction of: CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT PROJECT NO. 8520 (TOTAL BASE BID: $113,000.00) NOW, THEREFORE; if the pr'ocipal shall faithfully perform said work . accordance with t he pI ans, speci fications and contract documents, i~cluding any changes, extensions, or guarancies, and if the principal - all repair and/or eplace all defects due to faulty materials and/or N .::krnansh_p th3t appe:?r 'dithin :1 perlod f one (1 year from the date of ::)mplet _0 anc; 3cceutar:CE of improvement s by the City 1 then this igatio- shelJ be ,~id: echerwlse to ~emain 1n full force and effect. PROVIDED FURTHER, tha- ,if any lega ac":-:..on be filed 00 this bond, lcnue shal lie in Nceces County, Texas. And that sale s ret for value received hereby stipulates that no ::::ange, e~:tension,)ftime, alteration.:-r addition to the terms of the : ntrac, or :: ) 1'.;e ''''erk performec thereunder, or the plans, specificatlor.s, drawlngs, f.tC.r acco:npar:ying the same shall in anywise affect ]t~ obligatlo~ on t~is tond, ana it does hereby waive notice of a~i such change, exte~s~ n of time, alteration or addition to the terms oT the co~tract, or t the ~ork to be performed thereunder. ~jcr t"2rrr,ance Bcnd Fa.ge 1 cf =' 'Tt.i bond _os Jiven t meet the requirements of Article 5160, ernan S:iVll Stat :es c Texas, and other applicable statutes of the -ate f ~exas. The Inderslgnec agent is hereby designated by the Surety herein as ne Agen~ ReSident i Nt;eces County to whom any requisite notices may be eliverec and on wham ser~ice f process may be had in matters arising It )f uch s" re t y" hir _"_ pr::)vided by F.rt. 7.19-1, Vernon I s Texas :-1SU ~ aLer- C>:'dj~. IN WITNESS WHEREOF, ttns _-Llstrument is executed in ----1- copies, each ne f Wi-1Ch shall t." deerred.::r. origHla':', this the 20th day of December_,':) _o_~ PRINCIPAL _ Angelo's Painting, Inc. --.. . I l #).; .,,/' ATTEST .., ~/ _ t '-..-' / ' C~_ I-/. l<~-~-- C;pcre:"'f-ar" ~- ~ y 7 ,'- ~ Jrr?#,,!d ~ Ll1Clt.- "TlLt Narr,e') SURETY SureTec Insurance Company ~3J' :i_~1l4 111. (~M'Vta/l - I At~orneY-l~-fact Kelly M. Coleman i Prlnt Name' The Resident Agent of the Surety in Nueces Countv, Texas, for delivery or notice and service of process is: Agency: Keetch & Associates Contact Person: Mike Rhyne Address: 1718 Santa Fe Corpus Christi, TX 77404 Phone Number: 361-883-3803 i);.JTE: Dcte of E'erforma",ce "lond :nu'" nct ::Je prlc:: ~_c date of contract1, ::ievised c/C Performance Bond Page 2 c.f 2 PAYMENT BON D Bond #4349026 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES 5 THAT Anqelo'sPainting, Inc. ____ of BRAZORIA County, Texas, -crei-rk'f+","r c311ed ":Jri:l:::ipal", and SureTecInsuranceCompany , a Jrpcr2.:"C" ,:m C'2: ';arL =0 1 urder -::hc laws c;.f the State of Texas L;d july duth')rized ~.O JO bu~ine5s :..n '.he State of Texas, hereinafter ;:lled ". n:ety" f ;51r,o hc'::":- ,:cd firml'.,' ;:-,o\..:ncJ unto t.he City of Corpus hristl, a munlc.:..paJ ccrpcration r.:.f Nue:::es County, Texas, heieihafter ;illed ,. ;,ty" ani nt:" a L p~'rsc:l5!fc.rYns and corporations supplying :~,bO:l ~T'~ Ir.a~_'?::l::-:i..E -,~_r,:S-:-~,:'>j:.l.C'L,' the worK referred to irL the "tached ont 1 act.! i t h.", penal sum (,f ONE HUNDRED THIRTEEN THOUSAND AND NO/IOD ($113,000.00) DOl,Lj"',.~~S ~j..:L.:.l IT;()ney of the United States, to be eC2E" (~Cl.lnt ! T':::X2. : y t-~..=.. y-o-.::::':'mcr,f- ,-.:: t.:h -i f-..h C:1HY'l \...1.0.11 .::::.nri t- rll1 \/ .' _, _ '-_;_ r'-'';'1'''_'"'- __,~. .~~..i."""'_'''''' ,,-,'-..-~' .-...........- .................... '-...............-.] :~~ y.}e t,'~ r Jr2;:1' 2S, 'Y 1Iei:-s, executc,rs, administrators and nd se~erally, f~rmlv by these presents: ......c-cessOl s, je':lntl'l THE CONDITION OF THIS OBLIGATION IS SUCH THAT: ivhereas, the princi;:a entered i ~;to ,. certa in con':racc: with the City of Corpus hristl, jated the 8TH jay NOVEMBER f :20~f a copy of which is hereto rtached :end made a Darr h"'n:=;of. for the c:.mstruction of: CHOKE CANYON DAM GATE HOIST PROTECTIVE COATING REPLACEMENT PROJECT NO. 8520 (TOTAL BASE BID: $113,000.00) NOW, THEREFORE ,i.f ~hc principal snall faithfully perform its duties HIQ make! prJmpt payment to 2U.1. persons, firms, subcontractors, ~rpcr3t ans and claimants supplying labor and material in the prosecLtlon of the work p~ovided for in said contract and any and all :iuly auth(:Jrized modifL:ati'..:m cf sa id c:.f1tract that may hereinafter be made I no;- ice of y;h i ~"h mo"j 1 f icali on to t:he suret.y is hereby expressly ~aived, ~hen tjis ob iqa::2n ~hal_ be void; otherwise to remain in full -oree anu effect. PROVIDED FURTHER, tL:::. it o1:Y legal actio;, DR filed upon this bond, "enue she; 11 1 e in N leeE'S >:"'J;lty, Texas, And tha: 5cid sureT:y for \'alue re:::eived hereby stipulates that no 'nange, '::~xter..sicn 01 ti:ne, alterat:.:..or. r addition to the terms of the :.-ontract, ::,r to 1 he wcrk ::,erfcrmed thereunder, or the plans, ,'pecificc t ior:s, draw i.Og5 f etc. I accompanying the same shall in anywise affect i-5 Qbligation on th.:..s oond, and 't does hereby waive notice of y su~n chanqe. extiDsion c~ {lme, alteration or addition ~o the terms f tr-le ':> ~',t.ra(:: y 0 :he w':!r~ :'0 De ;:.'e.::--fc:>rmed the:::eunder~ Pd~\-TTI1eDt Bon.:! F2,:,;e 'Eli bord j..", .:ivec. to meet the requirements of Article 5160, ernon s ivil 5tatc::es or Texas, aod ~ther applicable statutes of the ,tate,f Texas. .."hE te:'ffi.:-' "Claimar:t" "Labor" and "Material", as used ere:n aiE in acccrci,nce with and as de::'ined in said Article. The ,mders~::JLec agE:!: is C1ereby designated by the Surety herein as he Agen' Res~den~ i N~eces County to whon any requisite notices may be e1i',6:'6: and or ,,'hen :3en'lce::: process may be had in matters arising .It)f ch 5\ire'y,'u;:3S :Jvided t.,! n.rt. 7.19-1, Vernon's Texas . 'lsurar:c~' Cc.de. IN WITNESS WHEREOF, t .::': :r,strurnen: is executed :>6 ::;f which ,.,hall b cieem.2d2n or1,::Fna~ r thlS 'Che December in ~ copies, each 20th day of , .: :J 05 PRINCIPAL Anaelo's Paintina, Inc. - /'-"? By': C' -z.",..__. //l-"c...- t. i/ ,1 (Ve, t. &--c \ ~1::;'::: j r,/J /( /:., F,e C 5' I Pc 1// / 'Prlnt Name & T;tle) 1 ATTEST ) 7 / _ A' ~Lf~ Secretarv " -'J I A~-'NCIL f1'/":ibcli: ?::lnt Name~ SURETY SureTec Insurance Company 3Y:(;~ /fj. (~A1Iltut ,:::t::orneY-l"1-fact Kelly Me Coleman ~;oTlnt Ncrce. The ,Resident Age.nt of the Surety in Nueces County, Texa.s, for delivery of not~ce and serv~ce of process is; Agency; Keetch & Associates Contact Person: Mike Rhyne Address: 1718 Santa Fe Corpus Christi, TX 78404 Phone Number: 361-883-3803 NOTE: Date of Pdynent BO:.d rm.;,,' :."t .,'" ,-::ior tc da-", CI cuntrarti Revisec: 9.'~) t'ayrnent Bond ~;age :.- ,.....~ SureTec Insurance compan~d~4349:=----.1 LIMITED POWER OF ATTORNEY Know All Men by These Presents, Ihat SLRE] H,' INSLRANC'I~ CO\1PANY (the "Company"), a corporation duly organized and eXisting under the law, of the State of Tc'\as. and having its principal offIce in Houston, Harris County, Texas, does by these presents make, constitute and appoint Brent Beaty, Barbara Betancourt, Christina Breining, B.J. King, Kelly M. Coleman of \Ioust()J] , Texas its true and I a\d'u I Attomey( s)-in-fact. with full power and authority hereby conferred in its name, place and stead, to execute, .1Lknowledge imd dehver any and all bonds. recognizances, undertakings or other instruments or contracts of suretyship to Include Hdlvers 10 the conditions of contracts and consents of surety. providing the bond penalty does not exceed Five Million Dollars and no/tOO ****** ($5,000,000.00) and to blTld the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the' Company and duly attested by tts Secretary. hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises Said appointment is made under and by authority of the follow ing resolutions of the Board of Directors of the SureTec Insurance Company, Fie it Resolvee: that thL President. ;iIlY \' iLe-President. any Assistant \ Ice-President. any Secretary or any Assistant Secretary shall be and is "L'reb) ,estcd IIlth full pm\t:r and a\llhorit\ to appoint anyone or ml"'e suitahle persons as Attomey(s)-in-Fact to represent and act for and on "ehalf of the Company ,uhject to the ll111m\ ing prmisiolh Irtornev-il/-F,ld may be gi\ en full power and authority !(Jr and in the name of and of hehalf of the Company, to execute, acknowledge and !cliver. dny and all bonds. reeognizdnces. Lontracts. agreements or indemnity and other conditional or obligatory undertakings and any and all 'otices and documents eaIH.:eling o[ terminating the Compan\ 's liabIlity thereunder. emd any such instruments so executed by any such \tlomt'\ -in-Facl shall be hinding up, In the ('ompany as If ,;igncd by the President and sealed and elTected by the Corporate Secretary, it Resol1'ed that the "ignaturc of .il1) authori/ed ot!icer and seal of the Company hereIOf()re or hereafter affIxed to any power of attorney or ';1) certificate relating thereto hy fac,;imik, anu any PO\\ er of a1torne) (\r ecr1itieate bearing facsimile signature or facsimile seal shall be valid 'l1d bind in),' UPoH) the Celmp;;n\ with respect to any bilnd or undertakim' to \\hieh it is attached, (Adopted at a meeting held on 20th of April. 199 ) In Witness Whereof, "lRETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hew.) affixed this 16th day of June. \.D, 200:', State 01 l (,as County 0: Ilarris ')s: By: NCE COMPANY On Ihis J 6th day of .Iun': A.D, 2005 he!;,lre l11e personally came BJ, King. to me known. who, heing by me duly sworn, did depose and say. that he resides III Houston. Texas, that he is President of SIJRETEC I'\SLJRANCE COMPANY. the company described in and which executed the above instrument. that he kno\h the seal of said Company: that the seal affixed to saId instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company: and that he signed his name thereto by like order. . , Michelle Denny Notary PublIc State of Texas My Commission Expires August 27, 2008 1Y\1U1~ ~ Michelle Denny, Nota ubhc My commission expires August 27,2008 L \1 Breni Beat\. A,sisli1nt Secretan eJf "LRI TEC I"\ISIIRA!\C E COMPANY, do hereb\ certif\ that the above and foregoing is a true and correct copy of a PO\\l"1 of Attorney. c'\ecuted b)' said Conlrany. \\hich is still In full l(lree and effeet'and furthermore. the resolutions of the Board of Directors, set ,Jut lT1 thl Power of Attorney are in full l(llTe and effect. Given undr:r my hand and the seal of said Company at Houston. Texas this __29t~ day of __December }I)J Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. ~ Cif:y of ..~ CITY OF CORPUS CHRfSn . DISCLOSURE OF 'NTERESTS ~ City of Corpus Christi Ordinance 17~ 12, as amended, requires aN persons or firms seeking to'do business with the city to provide the following information Every question must be answered. If the question is n01 apPucable, answer with "NN. FlRMNAME: ./1A//....E~'O S -&-I/lI//H6 STREET: ffg?L) 4HA.",i{)A ) 4- >>~ FIRM Is: 1. Corporation-L 2. Partnership__ 5. Other /A/C. CITY: filf,A/J/d"L 3. SoteOwner_ ZJP:2Z.SP 3' 4. Association_ 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 interesf' constituting 3% or more of the ownership in the above named "firm". Name Job Title and City Oepartment (If known) itA- ._____ NA N~ NA 2. State the names of each "off'lCial" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "linn". Name Title Nff #4 N# NA State the names of each "board member" of the City of Corpus Christi having an "ownership in~f' constituting 3% or more of the ownership in the above named "firm". . Neme Boal'd, Commission or Committee 3. #...1 1'1# II'; NJ 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 interesf' constituting 3% or more of the ownership In the .bove named "finn". N8me N.I- AlA Consultant ..lid N4- CERTIFICA TE I certify that all information provided is true and correct as of the date of l"is statement, th<;lt I have not knowingly withhetd disclosure of any information requested: and that suPPlemental stat~ments!wi" be promptly submitted to the City of Corpus Christi, Texas as changes occur. . Certlfying Person: AN"?J~ .J.., ~c-;{)5j,...J __ TiltH: ..1E~~ . - (Type or Print) /) /J /) Signature of Certifying Person: (_r::? /) L ./~ Dat~:~~ PROPOSAL FORM r... al"1P! , n (lJ: , 1 DEFINITIONS a, "Board Member". A member of any board. commissfon or COI11IJ1ittee appointed by the City Council of the City of Corpus Christi, T exes. b. "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. , c. "Firm", Arty entity operated for economic gain. whether professionaJ, industrial or commercial and whether estabJished 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 entitles which. for purposes of taxation, are treated as non-profit organizations. d. "Ofliciar. The Mayor, members of the City Counci', 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 'nterest", 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 speciaJ terms of venl~re or partnership agreements. t "Consultant". Any person or flfl11. such as engineers and architeds, hired by the City of Corpus Christi .for the purpose of professional consultation and recommendation. PROPOSAL FORM D~~ " "IP 11 Dale 6/20012 1 im,' 8 34 AM fJage To Silvia @ 1 361-880-3501 I ACORQ. CERTIFICATE OF LlABILITY~i'~.isURANCET.nb;f~;~/~~;) PROOl!CER (281)890-9294 . FAX (Z8l)890~2229 THIS-CERTIFICATE IS ISSUED AS A MATTE!'l OF INFORMATION III Souther" Allleri can Insurance Agency. Tne ONLY AND CONFERS NO RIGHTS UPON THE CI!:RTIF'ICAr~ .' .' HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTENo OR ' 8203 Wlll Ow Place South. SUHe 500 ALTER THE COVERAGE AfFORDED BY THE POLICIES BELOW. Houston. Texas 77070'--~ U<... I Vick i Pearce I Ex t 3G2 INSURERS AFFORDING COVERAGE NAIC II INSURED Angelos Pilinting Inc. V "'lSJ~[~A Evanston Ins. Co/Houston SurpluJ~HollstO" 8830 Amanda Lant' '>'''''[ American Me;;-~ury-i"s':-co. -Oklahifmdn..n. Manvel. n 7757S-S0C!6 %.;,'CKC Great American E&Sy!Myron Stelle~-Hou ,~3L~::? c' Te)(as Mutual Insuran(;e Company- lust in i'Je..rlc;,C Great American Ins. Co.-Hou'ston FAX #281-692 0056 --,...._.._--_.~_.- COVERAGES __,__u_ ___ .___._ I ~1'iE POLICIES 0> N.SURANCF I STfl' fl!':lClW HAvr 'lffN '~~I;Fn ro nlF INflIJf<Fn C>JM1EO AIJOVf. FOR rHf POLICY Pe:I"OfJ INrJICAre-.D. NOiWITHSTANOINt; I',NY REQUi"EMENT TERM OR CONDITION OF ANY CONTRACT CR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY O( ISSU[[l 01, I MAY PIi.RTAIN, THe INWHAN(:r ^FF(JR{)f,IJ ," I Ht "'OLlCI~$lJr-SCI@~(J HHit<I\J IS 5iJHJI'(;i TO ALL THE TERMS, EXCLUS:ONS AND CONDITIONS OF SLCH 1f::~r,,;;;:;::1:;,;~~~;~~~~~^" ';~~;f~;:::~~~'~T'1t~~l=,,;~::':;~--C"1"--~~:~, '00 X OM'AH:;;,. "'K'. l4~ii . rJAMAl1t', IOHI:NIHlj ~-;:;-,_u50 00 :..~F:-Mli5f.5.(r.-i.rt'r,IN'"(;nr.ilJ '" , A J ,!~ .1t.", X 'y/ I ::&:~:~~0:~~:~':" i,ooJ:ri~(j "GeNERAl ^G3REGAT[ . ;;. V"2, 000':000 ''''''''61 11/16/'005 ll/16/1000 ! ::::' :.::~:.~ t-': ~:~o I (~..",,<J."I) I /' 1., O. (I.O., 000 J I:. v . ! O.X)ll Y INJURY ;. : \?e~ 1)l;lrj'j.J',\ . ..nnn! f>nn ".;it '\GGk~G/':t, ,"-".4i" !lS 1 l.-)Cj(:y X At. rO~OBll[ U",~UTY X -NY/.J,',' / OV~';~[C " B ~'-::li[D..:~([ A~ x x. .~,)~~ ~!\V~;E;:: i,'rc~ REC ...cTC3 : H;)OI' Y IN.IIJHr : (f\ljI !t';I~j,jitl~li , r~()p"~lnl."Wil' {~lElI'clC(~t) GNt.i\C~ U,AJ31IJ'r l' x CLiP ( :";"'l"'~'~ MAJ XMR01662~ 11/16/2005 ! UMBREU II FORM! A.;T n ONJ.Y. f.A. A(:CI1!~Nf 1 $ ~---____._._ n.. _. . i OTIIER TI ~AN [II I\CC ~ , AUIQrJNlV AGG, S 11/16/2006 I ';~CH ()(;cuR!;EN(i.......~.~. .;~..y:t.~Q.90~.oij... I AGr;Ri;QH. ,1,000,000 v ,\:\';'AJ~::: El(Co~li/lJ"'6RE~cA .:A6!1.HT V c )t:.:xJCTll3l..:: .1, X i ;U:-ENTION S-.! o. OOL _~El'l$ c;O(lII~NSATIQI< ANO 0/" EMPLO'I'FRS' UA6U.lTY I D ANY PI<O'RltlO!llP.~TN~RitXt''-' n ! Off'ICl:RMtM~o~ "XI.". J~l:l' l !fyee:.. de~r~ uudef ! j !;jrotLlAl,. Y~\.JVIStoNS ~ ow i~""F.R E ft',qulpment Policy OCSCRJr.TION OF QPERATIONS f ..Or..',JtONS f ~HI~lE51 liXClU6lOHS f-OOEr>.JlV ENqoItSefENT .(SPEClAl P~Q'1IilQN~ tl8 ~20 : choke canyon Dam yate ItOlst Protectlve Loat'ng ~ep'acement proJect ~ e City of Corpus Christi and Freese and Nichols, Inc. are additional insured with ubrogation as r@quir@d by written contract. (Endorsements Attached) 30 days notice xcept 10 days for non-payment of premium. ertificates are Subject to Polky Terms, Conditions, Limitations & Exclusion,.. ---- TSf-'OOOI083031T. 11/1--6/2005 I' 11/16/2006 ,<OX I we STAll!. I jOT!-I' ____._m_._ o ; 1_ ; 'I!)H.Y llMrt'j r:~ . ./ '~'='~;~~~:~~'~~~~;'y-- .;. _'h_}:'~rit~o . E '.. Di~cA5" POJ Ie;. J .'.MIl' $ 1 000 00 . --TlMI99B08111/16/Z00S i 1l/16/Z006 Scheduled Equipment $105,495 Deductible $1,000 " ~$S,OOO Theft & VMM waiyer of of cancellation, r,~~~,TJB.C.~IJ;. .I:1QLOER I I i , CANCELLATION City of Corpus Christi Dep~rtmnnt of Engineerlng Serlllces Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 \I SHOULD MlY QF THe "BOllE nf'CRIBF.n "our:"'~ BF. CA"G~Ll~a ~~~Ofl~'r fl~' E~PIR!'.T10" r>~n T'ilOllEll". THE I~~V"'G INSUflER WlLLl!l4DEAVOR TO MAil ,J"<L_ tlA Y$ WlIlmN N<>rIC~ Tll rH~ C~RT"'ItArf ~OlDER NAMED TO THE LEFT Bcrr ~AlLUIlf TO MAlL SUC~ ~o 11(;( SllALLlIlIl'OSC NO OBlIG^ TlON OR LJADlLlTY O. AHY.K!NO UPON T11[ INSURER, ITS AGENTS OR IIEPRE5ENTATM5. ^UTKORllEO RE:/'ReSENTA.TtVl; .n... .~<<?~~.,,~t~....~!:.i.can Ins. I ACORD 25 (2001/08) FAX: (361)826-3501 @ACORDCORPORAnON1988 'I!::. 1 0 o-~ r:: Iv v 'V j ,) --__.~m I ACORQu CERTIFICA TE OF LIABILITY INSURANCE ~ATE (MM/OPIYYYY) 12/16/2005 '~ROO~R (231)390-9294 FAX (281)890-2229 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Southern American Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8203 Willow Place South HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. Suite SOO Houston, TX 77070 INSURERS AFFORDING COVERAGE NAIC# INSUlll;O Angelos Painting, Inc -:/ _.. -- - I'NSURER"A Everest Indtllllity Ins. Co ./MC)) 8810 Amanda lane .- INSURER. Manve 1 , TX 77578-5006 r---- - "-_.. .0_.. .- _. --- I INSURER c: ~--_. ---'-~'-'-- "',- -- IN~URER D r" -.-.__._.~-------- ^" -....------ --.-------.--.--- I INSURER [: ~OVl!RAGE:S . THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN Issueo TO THE INSU~ED NAMED ABOVE FOR THE POLICY pe~IOD INDICATEO. NOlWlTHsrANDING I A.NY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT DR OTHER OOCUMENT WITH RESPl;CT TO WHICH THIS CERTIF'CAT~ MAY BE ISSUED OR I' MAY pe~TAIN, THE INSlJRANCE Af'FOFl!.OeD BY THE POl'CIES DESCRIBeD HEREIN IS SUBJECT TO All THE TERMS, eXCLUSIONS AND CONDitiONS OF SUCH ~,.' POLICIES. AGGREGAT.e LIMITS SHO~ MAY HAVE BeeN FleDUCE~ BY PAlO CLAI_M~$ IN TYPE OF INSURAHCE ' POLICY NUMBEI'l POl.lCY fFFI! POLICY ~A'rION UItlI'lll - --.... _._.~_._---- , GENERAL UA!IILITY EACH OCCUAAENcE S ' '----1 COMMERCIAL GI!NERAl dASk 'TY DAMAGe TO RENl'EO $ ~_.--+-~ ;.. --"-..-! '....IMS MADF "CGUfi /.lED ~ (Anyone P8l'8Oft) $ peRSoNAL '" ADV INJURY GEN~~LAGGRI!GAT[ I PRODUCTS - COMF'IOP AGO !-- -. -"-"-- ~'L~GGR~GATE "f>IIT AP~S ~~R, i ,. . . . ..l~OLlCv i I r;~~T . . lOC ~ AUT(JMOeILE LIABILITY L.~J A~Y A.)T1) E1j' ALL Ow "ED AJTD, . ~CHEOULE.o AL/TO$ HIREC ~l.'TO$ ~. ." NQN-CWNED AUTOS I I 1----- -1 I $ J -- ~-l---+- CO/vlBINED SINGLE LfMlTi= (& oco1denl) - - ----- BODILY INJURY $ (per pergon) '-;;D1LY IfIlJUIlY' -.. (per Da;ldenO I~. PRoPERTY DAMAG[ (per IlCCIdBl\l) ~- GAAAGE U4illlITY __I ~",y Acr( I '1 OTr;[R THAN AUTO ONL Y: AlJ1'o ONLY - eA ACCIDENT $ &. ACC $ EllCfSSlUMBR!!LLA I.IM'UTT OCCUF " ClAIMS W.oE AGG S i--~-..J I 1_ F -, :;~;;~E W'OIlICEA8 COMF'ENMll0N AND I!MIOLOVtlIU' L_urr , ANY f'l'<<)""IETOMARTNER/EXeCVTIVE I ! O~AA.fl;;"'IeR EXCLUOlOO7 i : ItYII,d_l.fttler : j I SPeaAL ""OVISIONS below ----7+ . /fPoWlItion Liability V i A EACH OCCURRENCe s AGGREGATE I r L_ S - .--t- $ $ e... blSEASE . POUCY lJMIT $ $1,000,000 Per Occu~rence $1.000,000 Aggregate $5,000 Deductible 40PH0032S1-051 12/07/2005 12/07/2006 I V' DI!SC~ ~ Rl"EIIA TIONS I LoeATlQNIj I VIiH~LES II,XCLUSlONjl A~DI5P ey ElfDORSREIIIENr '1I1'1iCIAI. I'AOVISJOt p ~ t .8 S 20 : CftOke lallyon Dalll Cate Hont prtectlVe (.oatlng epl acell1en ro)ec I ~j,ct to policy to,... co.dltion, & excl..10., CERTIFICATE HOLDER I ! v C;ty of Corpus Christi Dep.rt..nt of Engineering Services Attn: Contract ~d.inistrator P.O. Box 9277 Corpus Christi, TX 78469-9277 I Y LunON llIIOULO AN" OF TIlE A80VE lleSCIlBEQ POl.ICIES I! CANCa.LE~ eEFORE TH/! PIRATlOfiI DATE TtlERliof, TIlE ISSUING INSU~Ell. Wll.l. ENDeAVCIIl TO MAIL ~ DAYS WAITTEH N01lC~ TO THE CERTIFlCATI! HOlDe/( NI\foIIEl) TO THE LI!'" BUT FA/LUliE TO IIAIL SUCH NOne!! SHALL 'MPQIIIi NO OBUGATlOIiI OR LIABlLITY O~ ANY KINg UPON THE 1N$u.R. fl'8 AGENTS OR IWlItaEMTA'nVES. AUTHORIZED REPllQiNTATIVE / c.... 1988 I I L- ACORD Z5 (2001108) /,IO--'Q'I?-f 6" I~ . ! vI. J ' , y ~~'~"-' -- .._-~.. '-'---'-~----..-...-,..__.~- IMPORTANT if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to thB certificate holder in lieu of such endornment(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate '1older In lieu of such endorsernent(s), DISCLAIMER The CertJficate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authori:>:ed representative or producer, and the certfficate holder, nor does it affirmatively or negatively amend, extend Or alter the coverage afforded by the policies listed theraon. I L ACORD 25 (21101108) Date 501 :)/2006 T IffiE ::,: AM Page To SIlvIa (City of Corpus Christi) @ 1-361~880-3 1 1 ..- MDIIl EVANSTON INSURANC'E COMPANY BLANKET ADDITIONAL INSURED ENDORSEMENT ~ Fr'r,,' "OfH)l'l~' if thultJl Ifl Hie ConJirJDF' (-CflJCV ()G{.I;2r~~'<; ,: nQ ~?J.tv :'.,- ~ho""r;. ,':'(1 G'ff!~""I'l' n;II,.,. ,)( (/,r: ~ndor!f.tlJH/~ni '!.- (!t1~ ,".:1(r,'~ /1:: m_'t..~.rr~'0Y.11.SJ~lf._~(,lQ:'.~~P:::--,.",,~~.. 'lcr'ACHl:::tt ':.,)N-I:':, ~otuA~!'r:: 1'E~~E.(.:-~tVE O.l<ft=. i .is.-::It:.r~ if) Dmf 8F ,c,:JLk 'NO I :;~'cN[;();';ScMF.>;T I I II _,S:L41(j4{)L~~Y6 1__E:'L6(OL_d..._..'1!!.g!f~~}~~?!!futj!.,g_ _"'''___~'_'' THIS ENDORSEMENT CHANGES THE POLICY. ~ SECTION II - WHO IS AN INSURED of the COtl1l11erc,.qj GCJ)C'[;llll~blllty F0f111 is Hfll('ll(h:d to Jll,,'llldc: Person (of [.:111\-, \~ M; ,.\f}iJf'llONAL INSURED, A,NY PERSON OR ORGANIZATION TO VdlOJ\l YOU ~\RE OBLlGATED BY V AUf) WR1TI'EN CON'11{ACT TO PROVIDE '~un; ,XlVERA(1h HI~T ON!"r:\:'\ lzE..,1'i!,CiSLlA131LlTYI/OR <'nODlIX1NJURY"I)H "PROPER fV UAMAGt-:'IAUSED BY THE NPGLlGENCE or TIlE Named bsurec' and ,mly lor occ'.u'rences claim; Qr CQVe.,..,ge nor oth"T",..i'>C excluded III the policy. [t IS funt'er ,lgrC:0d l"at wh!:rr.: no covcr:Jg~ ~hall aDply hc'rem II,,' the Named ImurtXl, no (;(lvrr::\cf' tl{,r defense ~hg)! be a/forded ((' rhe ilboVf; ldent.lfled llddllinn.al !1Nm.:d MOleovel. It lS weed th3t no l'vverage shall be afforded 10 the above-idt'/Itlfied additional Insured tor any "bodily ':JJury' "p;:;rS0n,,! Ifl;lllY." 01 "prope;ty dmrll1g,~" to iiny employee of the- Na.med lllsund Ot' 10 any obJji~atinn "f t'K additional mS\I]'\,d to !nde'll1lllfy anothel because of damages arising out of sLich injury. Addltiomd Pr<rliIum$5QltQlJ.(FLAI .\NI) FULL't'EAIiNEl)) ( r....' \ ,."-. .-', , \ ;..' (" / .......-: ,..,i , ~1.c:.~/v'r . ,/ ( ,~,f..<)' (/ AUTHORIZED HEf"RESENTA TIVE DATI:: 'A'F:-0O9.01 (4tqf)) NO, 1 ~03 '" .1"1 L _MERCURY INSURANCE GROUP o,gent'< CO~) ( TEXAS Commercial Auto Policy Page 3 Effective Dale: 11130/2005 Applies w. TEXAS YOlJTH COMMlSSlON TE2046A ~ 0392 WaIver of Subrogation ApplJes [0 BLUE RlDGE WEST MUNICIPAL UTILITY DISTRICT TEZ046A - :))92 Waiver of Subrogation Applies '0 CITY OF BRENHAM CO CYJ-.-iALLEY ENGINEERS LLP PO BOX 1976 BRENHAM TX 77834-1976 dL' ,/ TE2046A - 0392 WalVl:r ofSubrogauon $42.00 -'f.- ( Apphes to CITY OF CORPUS CHRlSn DEPT OF ENGINEERING SERVIC ATTN: CONTRACT ADMINISTRATOR PO Be '''"- -~-'-'---'- ----~.~-, Policy Number: BAP4505661 Insureds Name: ANGELOS PAINTING INC 4900 NORTH LAMAR AUSTIN TX 78765 ( $55.00 C/O JONES & CARTER INC 6335 GULFTON, STE 200 ] $55.00 TE0202A - U392 Cancellation Provision or Coverage Change Endorsement Number of days: 30 Apphes to: City Of Burton Attn: Cel)' Bovey Po Box 255 Burton TX 77835.0255 TE0202A. 0392 Cancellation Provision or Coverage Change Endorsement Number of days; 30 ,4.pp1ies to' Rankm Road West Municipal Utility District C/o Jones & Carter, Inc 6335 GulfQn suite 200 Houston TXn08 i TB0202A - 0392 Cancellanon Provision Or Coverage Change Endor~ent Number of days, 30 Applies to. Texas Y Ollth Commission 4900 North Lamar Austin TX 7B765 TB02Q2A - 0392 Cancellation Provision or Coverage Change Endorsement Number of days: 30 Applies to Fort Bend County Municipal Utility District #81 AI:tn: Richard Golden P E 15335 Gullion Ste 200 Houston TX 77081-1112 TE0202A - 0392 Cancellation Provision or Coverage Change Endorsement Number of days: 30 Applies to: City Of Brenham C/O O'Malley Engineers Up PO Box. 1976 Brenhaln TX 77834-]976 TE0202A. 0392 CancellatiQn Provision or Coverage Change EndQrsement Number of days: 30 Applies to' City OfLllkeJackson Attn: Sal Asuirre P E 25 Oak Dr Lake Jackson TX ~7566-5289 TE0202A - 0392 CancellatIOn Provision or Coverage Change Endorsement Number of days: 30 Applies to: BIlle Ridg~ West Municipal Utility District c, a , tJ1c~ Da te 1 812006 I mE 8 34 AM To. SIlvia @ 1-361-880-3501 Page 4 POLiC, NUMBEP ( /4:}UoI(}U96 \/ COMMERCIAL GENERAL LIABILITY CG 02 OS 1204 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE 7hJS endorsement 'nodifle~ il1Surance wovided uride" the fOllowing COMMERCIAL GENERAL LlA811.1TY COVERAGE PART ../ LIQUOR liABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PAr~T POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVFRAGE PARr PRODUCTS/COMPLETED OPERATiONS liABILITY COVERAGE: PART RAil ROAn PROTF(;TNf: LIABILITY ('I\\If;RAGE PAR'!" In the evenl of cancellaliof' or 'l1alena! change that reduces or restricts the Insurance <'Jffotded by this Cover"ge P~rt, we agree to meil prior wrHtefl notice of cao(,'slIation or material change !n SCHEDULE r 1.: ';':;'e: PER CERTIFICATES OF INSURANCE Of~~F'ji.'EWrrH THE COMPANY I : I i !2.!Address: ------ i I ! i I tLk~!!.'~~! of ~~~~;-;;~~~-yL~ -~===_==~ '. Ilnformati,?n reqUired !Q.~!f1p1~le this Schedule, If nOl shown above, WlII be sQ.?:!If.1 inlhe Occlarfltions ,....,....."'....".........-----... I '1 i --I I I I I i --~ ._. .__.=J e. a , 1J1c~_ CG02051204 fj ISO Properties. Inc" 2003 Page 1 of 1 o _MERCURY INSU~ANCE GROUP Agent s COPy Cia Jones & Carter Inc 6335 GuItlan, Stt 200 HQuston TX 770R 1 TE0202A. 0392 CilJlcellation Provision or Coverage Changt: Endorsemem A~plie$ to; City OfWaxahachie Texas ero BlUrkhoffHendricks Eml 7502 GreenYllle Ave Ste 220 Dallas TX ~5231 TE0202A - 0392 Cancellation Provision or Coverage Change Endorsement Applies to; City OfTomball Attn: City SecretaJ, 401 W Market St Tomball TX /7375 TE0202A - 0392 CancellatIon Provision or Coverage Change Endorsement Applies to: City Of Rosenberg C/O Pledger Kalkomey 1815 MODS Ave Rosenberg TX 77671-5909 TB0202A - 0392 CanceJllltion Provision or Coverage Change Endorsement Apphes to: Brazoria County Municipal Gtil1ty DL~t No 2 C/O Jones & Carter Ine 6335 Gulfton Ste 100 Houston IX 7708 ] TE0202A. 0392 Cancellation Provision or Coverage Change Endorsement Applies to: Northhampton Municipal Utility District C/O Jones & Carter Ine 6335 Gulfton Sle 100 Houston TX 77081 TE0202A - 0392 CaneeUation ProvIsion or Coverage Change Endorsement Applies (0; Pecan Grove Municlpll) Utility District C/O Jones & Carta Ine 6335 Gulfton # 100 Houston IX 77081 1169 TE0202A - 0392 Cancellation Pronsion or Coverage Change Endorsement Applies to: Klein Public Utilily Dish-i!;! ClO Aei Engineering Ine 400 R.andal Way # 200 Spring IX ~73 88 j . \1{ (TE0202A - 0392 Cancellation Provlsion or Coverage Change Endorsement -;;r; ApplIes to, City of Corpus Christi, Dept of Engineering Services Ann: Contract Administrator N ('! ~ Q (i ') ,I......, U \) J ~', ~ TEXAS Commerdal Auto Policy Page 4 11/30/2005 EffeClive Date: Pol icy Number: BAP4S0566I Insureds Name ANGELOS PAINTING INC V ~umber of days; 30 Number of days; 30 Number of days; 30 Number of days: 30 J\wnber of days: 30 Number of days: 30 Number of days: 30 Number of days: 30 / v C~a,#l~~ N C. 1 803 ~ 4 MMERCURY INSURANCE GROUP Agenr, Cop~ TEXAS Commercial Auto Policy Page 5 Effectjve Date: 11130/2005 / Policy Number B/\P4S05661 ~ Insureds Name; ANGELOS PAINTING INC / PO Box 92r Corpus Christ! IX 78469-92" i\'. ! TE0202A - 0392 Cancellation Provision or Coverage Change Endorsement Applies 00: City of Co~pus Christi, Dept of Engineenng Services Atll!: Contract Administrator PO Box 9277 Corpus Chmn TX 7B469-92T Number of days: 30 V Vch Sl 1m Descnpnon '. " - ",', I.' ,,_. SCHEDULE OF C6VEREnAU~~S~OU~N . VIN '----~7''"7''''"~i";'':---;''..'..~,.,~-_;_'-,.~ ITIM,riME t ~, Cost New/Symbol Stated Amt. 1 TX 03 2002 CHEVROLET PICKUP TRUCK IGCIC331XlF186566 $36,083.00 Veh Radius of Operation Business Use -_.,'-'-~--.-- . , ,1 II ) .~I,',': :>,:~ .' I ---~~,.,-' 'c-.------;---------r---- --- ',,:-';, , . \'d ~' ': .~ ~,t!, :. ,.j ~~, Size Vebiele Seating Capacity Age Group Primary Rating Factor Liab. Coli. aTC L' Liab. PHYD, ._.._...__...~__._..... ",..___,. ..,_____J.. _.J 1 Intermediate Service LighT N/A 1.1 0 1.90 1.35 0,00 0.00 01283 - -------- --i:ovE&~Gts.;"i' "~itdfui~~lti1;wcTiBtES: '. . '.' ... ...~. ,'........'..'c.......~.'"""'......: "'."; L1ABD..ITY PERSONAL INJURY PROTECTION :,:"~';~l~":'::' V eb Limit Premium Limit premiumJ $23.00 $1,000,000 Combined Single L:mit $1,180.00 $2,500 Per Person AUTO MEDICAL P A ThIENT UNINSUREDIUNDERlNSURED MOTORISTS '.--..---, , p_urnj ._~--_...... ---- :~e~ Llml~_ Premium Limit No Coverage $0.00 $1,000,000 Combined Single Limit $189.00 COMPREHENSIVEI SPECIFIED CAUSES OF LOSS COLLISION ..-...- -.-.-,.-....--- '''1 veb Limit Premium Limit Premium Comprehensive $500 Deductible: $261-00 $500 Deductible Per Accident $630.00 / C~o.~1J1~~ -I~C. '8 ~'~-r , " J " J has~~~ WORKERS' COMPENSATION At~MPLOYERS LIABILITY INSURANCE POLICY ------,._._.-..~--- we 42 03 04 A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shOwn in Item 3A of the Information Page We have the right to reCover our payment$ from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bOdily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. Specific Waiver Name of person or organization / j X) Blanket WaNer Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2,00 percent of the premium deve/oped on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4, Advance Premium INCLUDED, SEE INFORMATION PAGE. ThiS endorsemern changes the policy 10 which it jg attached eff!Ctlve on the inception date or the policy unless a different date Is indicated below. (T/1@ follOwing "attaching clause' need be completed only ..men thi$ endOlument is issued subsequent to preparation of the porIOY,) This @ndon;ement. etrectiv~ on Policy No. \.. TSF-OOO 1083831 20051116 of the Texas Mutual Insurance Company ANGELO'S PAINTING INC ~ at 12:01 A.M. standard time, forms a part 01 Issued to Endorsement No. PremIum $ ~J~1 ~ / WC420304A fED. M1.2000) Authorized Representative AGEW 'S COpy LDWILSON 11-21-2005 rexasMutuaJ~ ~__ WIllaDCC~___ TEXAS WORKERS'COMPENSAnC"AND EMPLOYERS UABILITY POLICY NO. 180S-J 3 J See, ~~ J we 42 03 01 F TEXAS AMENDATORY ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page GENERALSECTlON 8, Who Is Insured is amended to read You are insured if you are an employer named in Item 1 of the Information Page. If that employer is a partnership or Joint venture, and if you are one of its partners or members, you are insured, but only in your capacity as an employer of the partnership's or joint venture's employees o State is amended to read: State means any state or temory of the United States of America, and the District of Columbia. PART ONE - WORKERS' COMPENSATION INSURANCE E Other Insurance is amended by adding this sentence: This section only applies If you have other insurance or are self-insured for the same foss. F. Payments You Must Make This section IS amended by deleting the words "workers' compensation" from number 4. H. Statutory Provisions This section is amended by deleting the words "after an injury occurs" from number 2. PART TWO - EMPLOYERS UABILITY INSURANCE C. Exclusions Sections 2 and 3 are amended to add: This exclusion does not apply unless the violation of Jaw caused Or contributed to the bodily injury. Section 6 is amended to read: 6. Bodily injury occuning outside the United States of America. its tenitories or Possessions, and Canada. This exclusion does not apply to bodily injury to a citizen or resident of the United States of America, Mexico or Canada who is temporarily outside these countries D. We Will Defend ThiS section is amended by deleting the last sentence WC42 03 Oi F (l - 01 - 2000) Page 1 of 3 r j I I i , J i t I f I I f f. r ~ ) , , ~ f ~ ~ - "NO. 18:)5-P ~ ) t-- '., PART FOUR - YOUR DUTIES IF INJURY OCCURS Number 6 of this part is amended to read: 6. Texas law allows you to make weekly payments to an injured employee in certain instances. Unless authorized by law do not voluntarily mak.e payments, assume obligations or incur expenses, except at your Own cost PART FIVE - PREMIUM A Our Manuals are amended by adding the sentence: In this pert. "our manuals" means manuals approved or prescribed by the State Board of Insurance. C. Remuneration Number 2 is amended to read: 2. AU other persons engaged in work. that would make us liable under Part One (Workers' Compensation Insurance) of this policy. This paragraph 2 will not apply if you give us proof that the employers of these persons lawfully secured workers' compensation insurance E Final Premium Number 2 is amended to read: 2. If you cancel, final premium will be calculated pro rata based on the time this policy was in force, Final premium will not be less than the pro rata share of the minimum premium. PART SIX - CONDITIONS A Inspection is amended by adding this sentence Your failure to comply with the safety recommendations made as a result of an inspection may cause the policy to be ~nceled by us C. Transfer of Your Rights and Duties IS amended to read. Your rights and duties under this policy may not be transferred without our written consent If you die, coverage will be provided for your surviving spouse or your regal representative, This applies only with respect to their acting in the capacity as an employer and only for the workplaces listed in Items 1 and 4 on the Infonnation Page, Cancellation is amended to read You may cancel this policy You must mail or deliver advance notice to us stating when the cancellation is to take effect. 2 We may cancel this policy. We may also decline to renew it. We must give you written notice of cancellation or nonrenewal. That notice will be sent certified mail or delivered to you in person. A copy of the written notice will tit! sent to the Texas Workers' Compensation Commission. 1; 3 a. Fraud in obtaining coverage; b. Misrepresentation of the amount of payroll for purposes of premium calculation; c Failure to pay a premium when payment was due; wc'" ro 01 ~ (1-01_ 20001 Page 2 of 3 NC 18 ~-: 5 ~_.. (, d An increase in the hazard for which you seek coverage that results from an action or omisSion and that would produce an increase in the rate, induding an increase because of failure to comply with reasonable recommendations for loss control or to comply within a reasonable period with recommendations designed to reduce a hazard that is under your control; , e A determination by the Commissioner of Insurance that the continuation of the policy would place us in violation of the law, or would be hazardous to the interests of subscribers, creditors, or the general public. 4 If another insurance company notifies the r exas Workers' Compensation Commission that it is insuring you as an employer, such notice sha" be a C8nceUation of this policy effective when the other policy starts. Part Seven has been added as follows: PART sevEN. OUR DUTY TO YOU FOR CLAIM NOTIFICATION A Claims Notification We are required to notify you of any claim that is filed against your policy. Thereafter we shall notffy you of any proposal to settle a claim or, on receipt of il written request from you, of an administrative or judicial proceeding relating to the resolution of a claim, including a benefit review conference conducted by the Texas Workers' COmpensatIon Commission. You may, in writing, elect to waive this notification requirement. We shall, on the written request from you, provide you wtth a fist of claims charged against your policy, payments made and reserves established on each claim, and a statement explaining the effect of claims on your premium rates We must fumish the requested information to you in writing no later than the 30th day after the date we receive yOur request. The information is considered to be provided On the date the information is received by the United States Postal Service or is personally delivered COMPlAINT NOTICE: SHOULD ANY DISPUTE ARISE ABOUT YOUR PREMIUM OR ABOUT A CLAIM THAT YOU HAVE FILED, CONTACT THE AGENT OR WRITE TO THE COMPANY THAT ISSUED THE POLICY. IF THE PROBLEM IS NOT RESOLVED, YOU MAY ALSO WRITE THE TEXAS DEPARTMENT OF INSURANCE, P.O. BOX 149091, AUSTIN. TEXAs 78714-9091, FAX # (512) 475-1771. THIS NOTICE OF COMPLAINT PROCEDURE IS FOR INFORMATION ONLY AND DOES NOT BECOME A PART OR CONDITION OF THIS POLICY. This endorsement changes the policy to which ~ is attached effective on the inception <nIte of the policy unless 8 diffl!A!nt date is inciieatea below, (The following "attaching clause" need be C!)ffipleted only 'M'len this endorsement is issued SUbsequent to preparation O(\he policy.) This endorsement. effective 011 at 12:01 A,M. standard time, forms a part of Policy No. TSF -0001083831 20051116 ofthe Texas Mutuallhsurance Company Issued to ANGELO'S PAINTING INC Endorsement No. Premium $ ~ J.l~ ~ we '2 03 01 F (I - 01 - 21)0(, Page 3 of 3 Authorized Representative