Loading...
HomeMy WebLinkAboutC2005-697 - 12/13/2005 - Approved1 1 2005 -697 12/13/05 M2005 -414 A. Ortiz Construction and Paving S P E C I A L P R O V j S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R 'FIRE STATION #3 - CONCRETE DRIVE REPAIRS - 2005 ROOTS /FOSTER ASSOCIATES, INC_, ARCHITECTS 4600 Ocean Drive Corpus Christi, Texas 78412 PH: 361 -855 -6253 FAX: 361 -855 -6255 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 PROJECT NO: 5188 DRAWING NO: Pin 690 To: From: Angel R. Escobar, P.E. Director of Engineerin ervices Subject: Fire Station No. 3 - Concrete Drive Repairs - 2005 Project No. 5188 Addendum No. 1 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 ALL PLAN HOLDERS Date: November 11, 2005 Pages: 11 (including cover sheet) Comments: This fax transmission contains the signed, sealed addendum from Roots/Foster Associates, Inc. The addendum modifies the Special Provisions, Drawings, and provides a REVISED Proposal Form. 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. City of Coleus Christi ADDENDUM NO. 1 wVa November 11, 2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: FIRE STATION NO. 3 - CONCRETE DRIVE REPAIRS - 2005 PROJECT NO. 5188 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 ofthe contract documents not specifically affected by the addenda shall remain unchanged. I. PART A -SPECIAL PROVISIONS A. PARAGRAPH A-4 METHOD of AWARD DELETE: All wording under this paragraph. ADD: The following wording, in lieu thereof: The bids will be evaluated in the following order of priority, subject to the availability of funds: 1. ; Total Base Bid plus Add Alternate No. 1 2. Total Base Bid The city reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Explanation of Proposal. Base Bid, Item BB -1: Consists of all Base Bid work of the new project described in the Plans & Specifications as originally issued. Add Alternate No., Item AA -1: Add for including replacement of additional concrete drive section (approx. 8' x 25') and concrete ramp thereon, located adjacent to existing Station entry porch, and described in Addendum No. 1, Attachment la and 1b. II. DRAWINGS A. GENERAL (ALTERNATE NO. 1): ADD: DRAWINGS #1 & #2, as included with this Addendum (see Attachment No. la and 1b) B. SHEET 2 1. WITNESS WORK NOTES (in circles): CLARIFICATION: Work Note #4. ADDENDUM NO. 1 Page 1 of 2 Engineering Services P.O.Box 927 ? • Corpus Christi. Texas 78469 -9277 • (1t I RRn_zcnn The allowance for 150' of full depth expansion joint installation is that estimated smaller amount of all the expansion joint replacement where the existing sealant cap & joint material now appears to be completely gone, down to the base. III. PROPOSAL FORM DELETE: The Current Proposal Form in its entirety ADD: The attached REVISED Proposal Form, in lieu thereof (Attachment No. 2) Please acknowledge receipt of the addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM No. 1 11 /9/05 No. la and lb, Drawings #1 & #2, Addendum No. 1 No. 2, Revised Proposal Form ROOTS /FOSTER ASSOCIATES, INC. Ron W. Foster, R.A. - Project Manager ADDENDUM NO. 1 Pa•e2 of 2 C /2/2 EXISTING CONCRETE LEVEL TRANSITION STRIP/ �� WORK HERE DEPICTED "-'' / . /�//.= �1�����.� I 1S TO BE BID AS ADD / 21 ALTERNATE N0. 1 ® -.- : , ; Co ►007 EXIST GRASSED AREA � Q 0 B/2/2 ,.BASE BID EXIST. WALK �- • • - ,. EXIST. RAMP 1, :, ,,, . , . ' . WITNESS WORK NOTES IN SQUARES) •. . , [7] SAME AS NOTE [2] EXCEPT N W DOWELS WILL BE REQUIRED AT ABUTMENT TO BLDG. & ENTRY PORCH. , . [8] REMOVE EXISTING CONCRETE RAMP (APPROX. 4' W. X 16' LO.) AT ABUTMENT TO EXISTING CONCRETE ENTRY PORCH, LEAVE EXISTING DOWELS IN PLACE, REMOVING CONCRETE FROM SAME. WITNESS WORK NOTES (IN CIRCLES) is_____" 9) EXISTING DRIVE SLAB HAS SETTLED/DROPPED APPROX. 3" AT CORNER ABUTMENT TO EXISTING BUILDING AND - - CONCRETE ENTRY PORCH. RESET NEW DRIVE SLAB TO OLD - - - \''N'N's---- ORIGINAL LINE (VISIBLE) AT ABUTMENT TO THESE ELEMENTS. (10) CONSTRUCT NEW CONCRETE RAMP PER PLAN -1 AND N SECTION B, DRAWING #2, ADDENDUM #1. _�� 1 1 C ..- MORGAN AVENUE PARTIAL PLAN ' NOTE: WORK NOTES HEREON DESCRIBED 1' =15" ROOTS /FOSTER ARE EXTENSION OF ORIGINAL WORK NOTES. ASSOCIATES, INC. ARCHITECTS X c H O Z m Ow Q- Z O w m w0gw aZCOCD a —ww CC emC0 wC7�H J zw Zcn-WI- W =Ocr¢ Ymw�m • w ▪ » >. cn • ommcmZ C7mw wz ZZwJ WX0Z 1-wHZC'3 � Yo ADDBJDUM 190.1 Attachment No. la Page 1of1 G -SEAL. #628 EXP_1? CAP VARIES W/ DRIVE SLOPE y 7 CONC. DRIVE SLAB 2° SAND BED w CO w w U 74 CC < U CO 7 a CO O U 6O x 2 <cr ;f-n. a W SECTION - A rn N O 0 0 1- z O 3dOlS ci /M S3IHVA O N _Li,: I. X VARIES W/ SLOPE -I+ ..o -,z i,E t W¢ F- H w M MW 0 Ocn LL, cc w° OW N.00 Zw Z> n w FI w i 1=U m CO2 p WO ri Q < WW Z0m v 0 3dO1S -r) MS • W owm _I o m o w CCl) m`v W W w LL >? •cc E<iDa w <�C¢ Z CC F O0 Z WOZwu OwYZO w�xwzp wo_o< Wv)<OQ maw fr_.1 13A31 ■o -,t 110 14 —H3UOd / UIN3 313LIONO0 ONIISIX3 SECTION - B co O) O 0 0 0 PARTIAL ENLARGED PLAN - RAMP T ADDENDUM No. 1 Attachment No. 1b Page 1 of 1 P R O P O S A L F O R M F O R FIRE STATION #3 - CONCRETE DRIVE REPAIRS - 2005 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form (Revised) Page 1 of 6 ADDENDUM No.1 Attachment No. 2 Page 1 of 6 P R O P O S A L Place: Date: Proposal of a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: FIRE STATION #3 - CONCRETE DRIVE REPAIRS - 2005 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 (Revised) Page 2 of 6 ADDENDUM No. 1 Attachment No. 2 Page 2 of 6 FIRE STATION #3 - CONCRETE DRIVE REPAIRS -2005 Base Bid and Add Alternate I II III IV BID ITEM QTY UNIT & DESCRIPTION TOTAL PRICE IN FIGURES Item BB -1 Item &A -1 Lump Sum Lump Sum BB -1 Base Bid. Total cost for all work $ $ described in plans & specifications as originally issued for construction of the project complete and in place. AA -1 Add Alternate #1. Total Cost for including replacement of additional conc. drive section and conc. ramp thereon, located adjacent to existing station entry porch, as described in Addendum No. 1 Drawings, complete and in place. BID SUMMARY: TOTAL BASE BID (ITEM BB -1) TOTAL ADD ALTERNATE (ITEM AA -1) TOTAL BID (ITEM BB -1 plus ITEM AA -1) Proposal Form (Revised) Page 3 of 6 ADDENDUM No.1 Attachment No. 2 Page 3 of 6 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 35 Calendar Days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : Respectfully submitted: Name: By: (SEAL - IF BIDDER IS (SIGNATURE) a Corporation) Address: Telephone: NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Proposal Form (Revised) Page 4 of 6 (P.O. Box) (Street) (City) (State) (Zip) (Revised August 2000) ADDENDUM No. 1 Attachment No. 2 Page 4 of 6 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". FIRM NAME: STREET: CITY: ZIP: FIRM is 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Consultant CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person. Title: (Type or Print) Signature of Certifying Person: Date: Proposal Form (Revised) ADDENDUM No.1 Attachment No. 2 PROP. 5 ni R DEFINITIONS a "Board Member ". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. "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 ". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non -profit organizations. d. "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest ". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f `Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form (Revised) Page 6 of 6 ADDENDUM No. 1 Attachment No. 2 Page 6 of 6 1 1 S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R (FIRE STATION #3 - CONCRETE DRIVE REPAIRS - 2005 1 ROOTS /FOSTER ASSOCIATES, INC., ARCHITECTS 4600 Ocean Drive Corpus Christi, Texas 78412 PH: 361- 855 -6253 FAX: 361- 855 -6255 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: Fax: IPROJECT NO : 518 8 DRAWING NO: PBG 690 361/880 -3500 361/880 -3501 /0/10795- (Revised 7/5/00) FIRE STATION #3 - CONCRETE DRIVE REPAIRS - 2005 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/(W) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A-3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A 17 field Office NOT USED A -18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification A 21 Project Eigna NOT USED A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A 23 Inspection Required (Revised 7 /5/00) NOT USED A -24 Surety Bonds A 25 Calm Tax Exemption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A 27 Rc.3ponnibility tor Damage Claima NOT USED A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents ? 35 City Water Facilities Special Requirementa NOT USED A -36 Other Submittals (Revised 9/18/00) A - Amended ' Ac i ai.yen:eut and Charge tor Water Furnished by the City" A-38 Worker's f'ompens, -tion Coverage for Building or Construction Projects for 0\ r-nmei.t Ent l t, es 44 t if icat,e rncy and Final Acceptance NOT USED 40 nmc ndment to Sect ion B -H 6- Partial Estimates A 4} E3sc+ne Adviaory NOT USED -42 OSHA Rules & Pegi)ations A -43 Amended Indemnificat_ ion & Hold Harmless (9/98) A -44 change Orders (4,26/99) A -4S As Built Dimensions and Drawings (7/5/00) A 46 -i sa- l -e_> €. 44 4ce -ry Chlorinated Water (7 /S /00) NOT USED A 47 Prc Construction Exploratory Excavationa (7/s/00) NOT USED A -48 overhead Electrical Wires 17/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) r`TTACHMENP CITY DANDY [LL WASTE PROFILE SHEET PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART T TECHNICAL SPECIFICATIONS SEC'T'ION 2 SITEWORK 02001 02072 02315 02754 SECTION 3 03200 03300 General Sitework Requirements Minor Demolition for Repairs Excavation & Fill Portland Cement Concrete Paving CONCRETE Concrete Reinforcement Normal Weight Structural Concrete LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, a'dressed to the City of Corpus Christi, Texas for: FIRE STATION #3- CONCRETE DRIVE REPAIRS -2005 consisting of approximately 2,470 SF of tepAir /replacement measures For existing concrete drive paving to include, but not ne essarily 1cmiied to: :..oncrete drive demolition /repair /replacement; subgrade preparation calichu base; reinforcing steel, steel dowels and expansion joints, ail i1 accordance with the plans, specifications and contract documents; received at the office of the City Secretary until 2:00 p.m. on Wednesday, November 16, 2005 and then publicly opened and read. Any bid received after •iosing time will be returned unopened. A Pre -Hid Meeting is scheduled for 10:00 a.m. on Tuesday, November 8, 2005_ The pre -bifi meeting will be conducted by the City and convene at Engineering Services Conference Room on the 3rd Floor of City Hall, 1201 Leopard St., Corpus Christi, TX and will include A general review of the project. The Consultant A/E will be present tor questions and answers A bid bond Ln the amount c >t 5% of the highest amount hid must accompany each proposal_ Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bond:; foT contracts over $25,000.00 will result in forfeiture of the 5% bid bond ro the C,ty .,:; ! quidated damages. Bidder's plan deposit is subject to mandatory forfeiture t.r the City if bidding documents are not returned to the City w thin rwo week:, of receipt of bids. Plans, proposal form:; specifications and contract documents may be procured from the 'ity Engineer upon .3 deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non -- refundable postage /handling charge. The bidder is hereby :rotitied that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor- shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City .111(1 in the bent interest of the public_ CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engrg. Services /s/ Armando Chapa City Secretary Revised ' /5 /00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage in the following amounts is required : TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage Commercial General Liability including: l . Commercial Form 2 Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Insurance 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY- -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -tern environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT REQUIRED x_ NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED _x NOT REQUIRED INSTALLATION FLOATER See Section 13-6 -11 and Supplemental Insurance Requirements REQUIRED x NOT REQUIRED Page 1 of 2 oTbe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage oThe name of the project must be listed under "description of operations" on each certificate of insurance_ oFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. .Should you have any questions regarding insurance requirements, please contact the ContractAdministratorat 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S CO "PENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR CCVERNMENT ENTITIES "_.xas law requires that most contractors, subcc:cractors, and others providing work cr services for a City building cr construction prc ect must be covered by worker's compensation insurance, authorized sei= -_:= surance, or an approved worker's compensation coverage agree-nt. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) 7o provide 1 of the 3 forms of worker's compensation coverage, the C tv will require such coverage for all individuals providing work or services on this Project at any time, includinc during the mai_te:.ance guaranty period. 'Motor carriers which are required to reg: er with the Texas Department of Transportation under Texas Civil Statues Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not Provide 1 of the 3 forms of worker's compensation coverage. -he Contractor agrees tp comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project the Contractor `s required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project, and the Contractor is required to post the reauired notice at the job site. By sicning this Contract, the Contractor certifies that _= will timely comni- with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - 8 (Revises 1/13/98) Page 1 of 7 8/7X78 Title 2S. INSL R-.NCL- Part II. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED iNOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES § 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule. shall have the following meanings, unless the context clearly indicates otherwise Terms not defined in this nrie shall have the meaning defined in the Texas Labor Code, f so defined. 1) Certificate of coverage (eer n...k le copy of a certificate of i^surasice, a certificate of authority to seif- insure issued by the commission., or a workers' compensation coverage agreement (TWCC -S1, TWCC -S2, MCC-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 services on a project, for the duration of the project. (2) Building or construction —Has the meaning_ defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor --A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage — Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.0 1 1(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -S2, form WCC -83, or form TWCC -34, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project — Includes the time from the beginning of work on the project until the work on the project has been compieted a.- d accepted by the govermiental entity. (7) Persons providing se: -vices on the project ( "subcontractor" h § 406.096 of the Act) —With the exception or persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person cone -aced directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. "cervices" includes but is not limited httr-i /www ses_ state. tx.us'tad23/IUE 10/B/110.110 html ]NOTICE TO CONTRACTORS - Revised 1/13198) Page 2 of 7 8/7/98 :s I Page 2 ef :0 e-v c: Oe.::.-..-ering equipment cr or oroviding labor, transportation. or other rc:a:tsc :o a project.. 'Services" does not activities unrelated to the prole .Foch as fOoc -.CT`.r1:.! vendors of-ice supply deliveries, ar.C. Ceiivery of portable toilets. (8) Projeo-..—L:ciudes the provision of all services retated to a building or construction coot:act for a g over:In:en:a: enury. (b) Providing or causing to l-,se provided a certificate of coverage pursuant to this rule is a representatico by the insured that all employees of the insured who are providing services cn the projec: are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the aonrooriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or falling to provide or maintain require:: coverage, or failing tc report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to admin.istr7,:ive penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity fr_az enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of param-aph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by para=ph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain fi-cm the contractor a certificate of coverage for each person providing services on the project, prior to that pet son beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project, (5) retain certificates of coverage on file for the duration of the project and for three years thereafter, (6) provide z copy of the certificates of coverage to the commission upon request and to any person entitled `..c them by law; and (7) use the lanc-..dage contained in the following Figure 1 for bid specifications and contrac:s. without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: T28S110 1 10(c)(7) tbl http://www sos.szatetx us/tar-128/11A 10/B/110.110.html NOTICE TO CONTRACTORS - 3 Revised I/13/98) Page 3 of 7 8/7/98 TV 1 10.1 10 Page 3 of 6 ) A contractor snail: i) provide coverage for its empic v ees providing services on a project, f:_ the duration of the project :;sod on proper reporting of classi=cal on codes and pal.-roil amounts a:.L Wizg of any coverage _greements; 2) provide a certificate of coverage showing workers' compensation coverage to the governmental >nuty prior to beginning work on the project; .3) provide the governmental ent_r:, poor to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current ertificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on :e project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person rnav verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both Fngiieh and Spanish and any other language common to the worker population_ The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be coverer by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee:" "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." hrtpiAvl.vw.sos.state.tx.us/tac128/EUI10/B/110.110.html NOTICE .J CONTRACTORS - 8 Revised 1/13/981 Page 4 of 7 8/7/98 —\ 1-.3.110 ?age 4 or 6 (8) co t :ac:Laily recuire each person with whom :: contrars : = 'oxide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroii amounts and filing of anv coverage aim-cements for E of i :s empioyees providing services on the project_ for the duration of the project, (13) provide a certificate of coverage to the cant: actor prior to that person beginning work on the project: (C) inciude in all contracts to provide services on the project the ianguage in subsection (e)(3) of this section (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of cover age, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom :s contracs, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning worn: on the projec ; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter-, (G) notify the governmental entity in writing by certified mail or personal delivery, vkithin ten days after the person lalew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)--(H) of this paragraph, -with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project for the duration of the project based on proper reporting of classification codes and payroll amonnrs and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage http . so s _ state. tx _usltac/28III/ 1 10/B/1 10.1 1 0.html NOTICE TO CONTRACTORS - B Revised 1/13/981 Page 5 ct 7 8(7/98 VA t 1 V rage) at o for t .e gyration of :.e project, that the coverage will be based on proper reporting of c.assification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance =ler or, the case of a self - insured, with the commission's Division of Self - Insurance Reguiauon. Providing false or misleading information may subject the contractor to administrative pen2izics. criminal penalties, civil penalties, or other civil action." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on :he certificate of coverage ends during the duration of the project (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the projcc:; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person 'mew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreennents for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the http: / /www sosstate. rx. usftac/28/II/ 1 10/B/110. 110.html NOTICE TO CONTRACTORS Revised 1/13/98) Page 6 of 7 s 8/7/98 'S 1Al_ 1:U i iV duration cI :1e contract, Page 6 of 6 (F) retain ail reeuued ce •,L::cc:es of coverage on file for the duration of the project and for one year thereafter (G) notify the governmental entity in writing by certified mail or pe:sonai delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this - subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services_ (f) If any provision of this rule or its application to any person or circu.-nstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994 - This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 4(1)_ (i) The coverage requirement inthis rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index hup://www. sos,siate_tx.usitac/28/IU110/B/110.110.html NOTICE TO CONTRACTORS - 6 Revised 1/1]/98} Page 7 of 7 8f7/98 PART A - SPECIAL PROVISIONS FIRE STATION #3 - CONCRETE DRIVE REPAIRS - 2005 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receivin — Q Pro 2 jS /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project_ Proposals will be received in the office of the Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 A_m 1 Wednesdav Nov City following manner November Proposals mailed should be addressed in the City of Co City Secret 1201 Leopar Corpus Chri ATTN: BID ) A pre -old meeting wi The •re-bid meetin Services Conference Christi, TX and will will be present for Cot Christi :ary's Office d Street sti, Texas 78401 ROPOSAL - FIRE STATION #3 11 be held on Tuesda CONCRETE DRIVE November 8 2005, beginning at 10:00 a.m. will be conducted b the Cit Room on the 3rd Floor of Cit and convene at En.ineerin. include a Hall 1201 Leo.ard St general review C luestions and answers. project_ The Consultant the ro' o us REPAIRS - 2005 p J onsultant A/E No additional or separate visitations will be conducted b A-2 Definitions and_ Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project This project consists of approximately 2, 470 SF of repair /replacement measures for existing concrete drive paving to include, but not necessarily limited to: concrete drive demolition /repair /replacement; subgrade preparation; e reinforcing steel, steel dowels and expansion joints; all in accordan e with the fplans, ns, specifications and contract documents; p A!4 Method of Award The bids will be evaluated based on Total Base Bid, subject to the availability of funds. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the hest interest of tho public A =5_ It_ per$ to be Submitted with Pro The following items aria re aired to be submitted with the proposal: 1_ 5% Bid Bond (Must reference Project Name as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) the Cit Disclosure of Interests Statement Section A - SP (Revised 9/18/00) Page 1 of 22 A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 35 Calendar Days. The ;'ontractor shall commence work within Len (10) calendar days after receipt of written notice from the Director- of Engineering Services or designee ( "City Engineer" Engineer"1 to proceed For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, Five Hundred and no /100 Dollars ($500.00) per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate )f the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Enginetcrng Services (City Engineer) may withhold and deduct from monies otherwise due the contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors gr others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section R 2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Revised 9/18/00) Page 2 of 22 A -10 Wage Rates (Revised 7/5/00) Labor ,,reference and wage rates for Heavy Construction. Minimum Prevailing Wage Scales The co /pus Christi City Council has determined the general prevailing minimum hourly wage rites for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay Less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contra ( t -or or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, tor each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -halt (134) times the specified hourly wage must be paid for all hours worked In excess of 40 hours in any one week and for all hours worked on Sundays or holidays (See Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours_) A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project_ The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess at 1 -800- 344 -8377, the Lone Star Notification Company at 1- 800 -669 -8344, and the Southwestern Bell Locate Group at 1- 800 - 828 -5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer A /f: Project Engineer Praffic Engineer Police Department Water Department Wastewater Services Department Gas Department Storm Water Department 880 -3500 880 -3500 Roots /Foster Associates, Inc., Architects 4600 Ocean Dr., Corpus Christi, TX 78412 PH: 361- 855 -6253 FAX: 361- 855 -6255 880 -3540 882 -1911 857 -1880 857 -1818 885 -6900 857 -1881 (880 -3140 after hours) (880 -3140 after hours) (885 -6900 after hours) (880 -3140 after hours) Section A - SP (Revised 9/18/00) Page 3 of 22 Packs & Recreation Department Streets and Solid Waste Services AE P SBt iit y Street Div. for Traffic Signal /Fiber Optic Locate Time - Warner ACS 1 (Fiber Optic) ) i`enturyTel ,Fiber Optic) `hoiceCom (Fiber Optic) :'APROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 880 -3461 857 -1970 299 -4833 881 -2511 (693 -9444 after hours) (1-800- 824 -4424, after hours) 857 -1946 857 -1960 857 -5000 (857 -5060 after hours) 887 9200 (Pager 800- 724 -3624) 813 -1124 (Pager 888 - 204 -1679) 881 5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972 -753 -4355 The Contractor shall take all precautions in protecting existing utilities, both above and below ground The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, t is his responsibility to maintain the services in continuous operation at his own expense In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other Liquid must not be pumped, bailed or flumed over the streets or ground surface and ' ontractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the 3atisfact,on of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by he <,ontr;e' tor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided o all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the iemands of inclement weather. Section A - SP (Revised 9/18/00) Page 4 of 22 The contractor will he required to schedule his operations so as to cause minimum adversr impact on thE- accessibility of adjoining properties_ This may include, but is not limited to, ,working driveways in half widths, construction of temporary ramps, +'tc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are availahle through the City's Traffic Engineering Department_ The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. Al) oots for t-raff c control are considered subsidiary; therefore, no direct payment will be made to Contractor A -14 Construction Equipment Spillage and Tracking The Contractor shall keep t materials going to or from equipment must be used where materials. Such work must_ be he adjoining streets free of tracked and /or spilled the construction area. Hand labor and /or mechanical necessary to keep these roadways clear of job - related completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could he washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted, All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation "; therefore, no direct payment will he made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 9/18/00) Page S of 22 A 17 Field Offiee (NOT USED) The Contractor must office -mot the conotruction -4tc. The field office muot contain at loot 120 oquare feet of +incablc apace_ The field office must be air chairo. The Contractor ahall move the field office on the site ao required by the City Engineer or hia reprcocntat - -- - , telephone (with 24 hour per day answering oervice) and FAX machine paid for by the Contractor. There i ,paratc pay item for the field office. A -18 Schedule and Sequence of Construction The Contractor shall submit days. This plan must ,ietai Engineer It least three (3) The plan must indicate the to the City Engineer a work plan based only on calendar 1 the schedule of work and must be submitted to the City working days prior to the pre- construction meeting. schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2 Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re- Submission: fevise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A -19 Construction Staking The drawings depict, but not necessarily include, lines, slopes, sections, measurements etc., that are normally required to construct a project of this nature. on the drawingo, bench marks required for oetting up a project, if not ohown The Contractor shall furnish all lines, slopes and measurements for control of the work_ If, during construction, it is ncc000artr to diaturb or dcatroy a control point or bench mark, the Contractor 48 hours notice ao that - - •- be establiahed by thc City Surveyor ao he decmo ncecaaary, at n c at to the- Contractor_ Contrel p into or bench marko damaged as a reault of the Contractor's negligence will be rcatorcd by thc City Surveyor at the expenoc of -thc Contractor. properly execute-the work, the prior to deviation----If, in the the required deviation Section A - SP (Revised 9/18/00) Page 6 of 22 would neeeaa tate —,3 revioion to the drawinga, the Contractor =z-tel-as required f r The Contraetor ahall -tie prepoocd, for the- pttrpese of adju3ting paving proccoo. -Aloe. the Ci-t - maximum of two -f2) eemp--1 -c-ted work- ahall provide A -20 Testing and Certification All tests required under this selected by the City Engineer the City. In the event that corrective measures nave been Contractor and deducted from at the completion of the thc Contractor furni3h a item must be done by a recognized testing laboratory . The cost of the laboratory testing will be borne by any test fails, that test must be done over after taken, and the cost of retesting will be borne by the the payment to the Contractor. The Contractor must ,provide all applicable certifications to the City Engineer. A 21 (NOT USED) The Contract r muat following drawinga. (Attachment II beg-ins-and will be maintained thronghorl-t location of thc furn'3h and inatall one prolcct sign ao indicated on the t-hc - Project period by the Contractor. The A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) i- Policy it is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2 'Definitions a Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract b Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: Section A - SP (Revised 9/18/00) Page 7 of 22 1 Owned la) For a sole proprietorship to he deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . it) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3 Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction_ The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Section A - SP (Revised 9/18/00) Page 8 of 22 Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15% b These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer o' minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor 'o the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments tc the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required The Contractor ahall aju Fno_.e_t D. ___.._. �..., .. , .�.. .rte -P s o4- rni - -clr (Revised 7 /5/00) (NOT USED) cctiona by thc Building and to annure a final inapcction occupancy. Contractor must btain thc Certificate of Cecti n B 6 2 of the general must pay all fccn and chargco levied by thc City's Building Inspection Department, -all- other City fora, including water /wa .,tewater meter feed and tap fcca as required by City_ after the building io completed and ready for Occupancy, when applicable_ A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved surety Company authorized to do business in the State of Texas. If peiformance and payment bonds are in an amount in excess of ten percent 1.0%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds fen percent (10 ) or the Surety Company's capital and surplus with re]rrsurer(n) authorized to do business in the State of Texas. The amount Section A - SP (Revised 9/18/00) Page 9 of 22 of the bond reinsured by any reinsure/ may not exceed ten percent (10a) 01 the reinsurer's capital and surplus. For purposes of this section, the amount of allowed c-apital and surplus will be verified through the State Board Tif insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets ail Lhe above requirements. The insurer or reinsurer must be listed in the Fe=deral )?egister as holding certificates of authority on the date the bond was issued -" A 25 Calcn Tax Exemption (NOT USED) Ccction B 6 22, Tax-- Bxcmption - Provini: _ - - - = }-n 1 icu thereof. Contracts for improvemcnta to real property awarded by the City of Corpus Chriati elects to operate under a acparatcd contract a3 defined by Cccti n 3.291 of Chapter 3, Tax Administration • or ouch ether rules or regulations Public Accounts of Texas. If t- 1. Obtain the 33- mat, be premul-9a- ed by thc Comptroller of under a separated contract, he shall: into thc Project the cost of materials physically incorporated 3. Provide resale ecrtifictc3 to aupplicrs. ¢— Provide the City with cop4es f value of material. tantiatc thc proposal If the Contractor does not elect t operate under a separated contract, he must pay for all Sales, Bxcisc, and U3c Taxes - "ubee"'` arc eligible for - - eomplic3 with the above requircmcnta. The Contractor moat issue a resale f'ee't= i44-eatre -_ . the subcontractor and the aubcontractei-, in 3, issues a resale certificate to his supplier. A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: Section A - SP (Revised 9/18/00) Page 10 of 22 in the event of cancellation or material change that reduces or restricts the nsurance afforded by this coverage part, each insurer covenants to mail prior �ritten notice of cancellation or material change to: 1 Name: City of Corpus Christi Engineering Services Department Attn. Contract Administrator 2. Address: P.O_ Box 9277 Corpus Christi, Texas 78469 -9277 3 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents_ Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall Engineer with a certificate of insurance certifying Contractor provide the ide g s worker's compensation insurance coverage for all employees ofthe Contracttor employed on the Project described in the Contract_ For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy_ The City need not be named as additional insured on Worker's Compensation coverage For contractual liability insurance coverage obtained in accordance with Section B- 6 -11 (al of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. (NOT USED) 3-14ty of Section B 6 11 of the -Genera -1 Previsions is Section A - SP (Revised 9/18/00) Page 11 of 22 A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require i bidder te provide documentation concerning: Whether any li services or m, preceding two party holding and the date eleased the enr have been filed against bidder for either failure to pay for rterials supplied against any of its projects begun within the (2 years. The bidder shall specify the name and address of the the lien, the amount of the lien, the basis for the lien claim, of the release of the lien if any such lien has not been birder shall state why the claim has not been paid; and 2 Whether there are any outstanding unpaid claims against bidder for services or material; supplied which relate to any of its projects begun within the preceding two (2; years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim ha ; not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer The criteria upon which the City Engineer makes this determination may include the following: 1 The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project.. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. For -emen, if utilized, shall have at least five (5) year recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent: without prior written approval from the r i t v - Documentation concerning these requirements will be reviewed by the City Engineer_ The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Section A - SP (Revised 9/18/00) Page 12 of 22 Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract_ If the Contractor fails to obtain prior written approval of the City Engineer concerning .iny :substitutions or replacements in its field administration staff t :r this Project_ during the term of the Contract, such a failure constitutes a basi to annul t he Contract pursuant to section B-7-13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit `.o the City Engineer the following information: A list of the major components of the work; 2 A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE- if the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -]3; Section A - Sp (Revised 9/18/00) Page 13 of 22 A preliminary progress schedule indicating relationships between the major components of the work The final progress schedule must be submitted to the City Engineer at the pre- construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff, 9. Documentation as required by Special Provision A -35 -K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the hollowing Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must slso be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to.the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents fn case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the Section A - SP (Revised 9/18/00) Page 14 of 22 General Provisions w,ll be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, especial Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A 35—C i y Water Facilitica_ Cpecial Rcquzrcancnta Visitor/font station Prior to Jubc ntr,ict r (NOT USED) a- valid f and certify icntation Program Personnel. A Visitor /Contractor conducted who do not have such a card, any City water facility. For additional in by the City Water Department Safety Orientation Program will be F -Oper4iert The Contr operator- Department. --E. Protection of Water Quality The City must times. T1 cite and opal protect the quality f the water. All materials and equipment transportation, reinstallation, items, which c uld c me int c ntact used -in the repair, reassembly, (ANSI /NSF) Standard with potable-water, -just conf rm - = mot8 thread compounds, coatings, or hydraulic quip mcnt. -These items must not be used ualcs3 they the Immediate4y—p. or tease . The Contract r shall e€ ANET /NSF Standard Cl a eva� €er azl materials which could come inte Section A - SP (Revised 9/18/00) Page 1S of 22 C. contact wt_h potabl -e welter_ • All trash gent a -t-e by the Contractor or hie employeca, agcnta, or oubcontract:ora, oitc. Blowing- trash will not be- a3lecred. TIC -Gentractor shall keep work .rf clean at x4-1- its Owr CITE pNEPAfl TION Cont--e3 peraonnel muat wear eelered uniform ove-ralla other than e—angc , Contractor shall e-s for Contractor pc 3onncl. Plant telephones -a-r-e not available for Contractor usc- fi- Working hours will- be 7.00 A.M. to 5-:00 P.44_, Monday thru Friday. Contractor moat not previdc -ewn aanitary facilities- by City Water Department staff. All Contractor vehicles must bc clearly labeled with c mpany name. No private employee vehicles arc allowed at 0. N. Ctcvcna Water Treatment Plant. All peraonncl muat bc in company ACQO TI- QImnON4- Any work t the cuter baacd m nitoring and control ayatcm mu3t be determined—by-meeting meeting the qualifications 1 thru 9 below. This work includes, but in not limited to, modifications, additions, changes, oclectiona, customising, furnishing, installing, connecting, programming, debugging, calibrating, or placing in operation all specified or required by these specifications. The Contract -er -er his subcontractor proposing to perform thc CCADA work mue be able to demon3trate the— following_ 1. He 13 regularly- engaged in thc cemputer based meeritering and water and wastewater industry_ 2. IIe has performed work oft aystcros of comparable ai e, type, and complexity an projects -- )lc h.ca been actively engaged in tor at least E- yearn. He eRip1 y3 a - Rcgiatcrcd rrofcaai nal Engineer, a Control Cyatcma Section A - SP (Revised 9/18/00) Page 16 of 22 Engineer, or an Blcctri work required by thha apeeifieations_ He cmpl y3 per3onncl on thin c mpl.ct.ed ' - n �_9-- t-`== spei is computer3, pr- He facility within 46.0 miles repair, - -4- -- -He ahall Project who have 3uccc33fully of the RTUS'3, Pr'oj -ect cite and aoftware to maintain, farni3h equipment which i3 the product of one pr-ietieal, all equipment of a given type will be the product of cxr marrn t3-rer- be tht. new work for thia Project. Th- Contractor ahall produce all filled out programming bloeka . 14rt3c two ay3tcm3 to thc cxi3ting City CCADA 3yotcm. Attached la an example f re( ch shcct3. The Contractor will provide all in and given t thc City Engineer with --a-1 ----q=renehin*4 Requirements rogramAnia blocky used. Plant ahall be performed u3ing number of be allowc <l - -orr thc pr ject. A -36 Other Submittals a backhoc or -hared dig ng due to thc 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c= Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d Contractor's Stamp: Contractor must apply' Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. Section A - SP (Revised 9/18/00) Page 17 of 22 Scheduling. Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submis ion of related items. Marking Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. A Variations. Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. Space Requirements: Contractor must provide adequate space tor Contractor and Engineer review stamps on all submittal forms. Resubmit.tals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of to subcontractors and suppliers and instruct suppliers to promptly report, thru Contractor, any with provisions. Samples: The Contractor must submit samples of finishes of manufacturers' standard colors, textures, and patterns selection. Test and Repair Report reviewed submittals subcontractors and inability to comply from the full range for City Engineer's When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", R -6 - -15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors -B "" are incorporated by reference in his Special Provision. Section A - SP (Revised 9/18/00) Page 18 of 22 A-39 Certificate of Occupancy and Final Acceptance (NOT USED) The - a-nonce of a ccrtifieatc of occupancy for improvements does not constitute final aeceptanee of t-hc impr vements under General Provision B 8 9. A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show That the material supplier has been paid for the materials delivered to the Project worksite A 41 (NOT USED) Prima -n, and hot mi esene adviao -ry has -h< , except fer rcpaira_ The City Fsnniaccr will notify Contractor ab ut ozone ase t If a delay such as this is -experienced, the day will not be :� n,tee --a-s-a work day. pri -e-- indicated in the. proposal. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub- contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. Section A - SP (Revised 9/18/00) Page 19 of 22 A -45 As -Built Dimensions and Drawings (7/5/00) (a Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) -)f all .aci1i. ties. (b Upon compl:,tion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed_ As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Namepiat.e" data on all installed equipment. (4) Deletions, additions, and changes to scope of work_ (5) Any ,ether changes made. A 46 Diopooal of Highly Chlorinated water (7/5/00) (NOT USED) The Contractor ahall be responsible for the disposal of water u3ed for tooting, dioinfcction and line fluohing in an approved manner. Contaminanto in thc water, thc permiaoibl -e limit3 for diz,ehargc into wetlands or environmentally 3enoitivc ar an. These are regulated by numerous agencies such an TNRCC, J3PA, ctc. It will be thc Contractor _ shall be Submitted to the City di3po3a1 of highly for approval_ There ahall be no separate pay for uic thc City sanitary sewer- 3y 3tam for di3pooal of c ntaminatcd water. (NOT USED) Prior to any con3truetiox whatever on the project, Contractor Shall excavate and expose all existing ppclincs of the project that cr 3s -w4-th 2-0 feet of propo3cd pipclinc3 of thc project and Contractor shall aurvcy thc exact vertical and horis ntal location of For existing pipclinca pipclinc3 of the project, Contractor shall excavate and cxpeac said exiting pipclinco at a maximum of 444 feet_ O.C. and Contractor shall survey thc accurate horizontal and vertical locations of said parallel pipelines at 399 feet maximum O.C. Contractor -ahall then prepare a report and - submit it to the City fer approval indicating thc Owner of pipclinc3 ex station thereof, diotanec to the cxi3ting pipclinc3. u • 11 a3 the iipproxi Section A - SP (Revised 9/18/00) Page 20 of 22 Engineer-and l- Contractor receives Engineer's approval of report. 4 pI -e rat assoc -atcd- with exploratory catabf- i.3hcd until earvey work effort (no separate pay) for exploratory excavation3 ex ovations shall c paid for according to the A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the constriction route and along the construction route. Contractor ;hall u -E all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP &L and inform CP &L of his construction schedule with regard +o said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard !c, overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Revised 9/18/00) Page 21 of 22 PROJECT: OWNER ENGINEER: CONTRACTOR: SUBMITTAL DATE: SUBMITTAL TRANSMITTAL FORM SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 9/18/00) Page 22 of 22 ATTACHMENT CITY LANDFILL WASTE PROFILE SHEET SAMPLE CITY OF CORPUS CHRISTI - GENERATOR'S WASTE PROFILE SHEET INSTRUCTTONs The information contained in these instructions may be used to determine the acceptability of waste intended for J. C. Elliott Municipal Landfill. This information is strictly confidential and will only be disposal the it compliance with the Texas Natural Resource Conservation Commission. The form mu filled out tool eto maintain ppmK out In its antler PART A 1. GENERATOR NAME - Euter the name oldie facility where the waste is generated. 2. FACILITY ADDRESS - Enter the street address (Not the P. O. Box) where the waste is generated. 3. GENERATOR CITY/STATE - Enter the city and state of the site where the waste is generated. 4. ZIP CODE - Eater the generator's zip code S. GENERATE USEPA ID - Enter the generator's identification number issued by the USEPA, if applicable. 6. GENERATOR STATE ID - Enter the generator's identification number issued by the State, if applicable. 7. TECHNICAL CONTACT - Enter the name of the person who can answer technical questions about the waste. 8. PHONE - Eater the telephone number of the person who can answer technical questions about the waste. PART 0 1. NAME OF WASTE - Enter the name of the waste (e.g. putrescibk, construction/demolition debris, contaminated soil, etc.) 2. PROCESS GENERATING WASTE - List the specific process or operation that generates the waste_ (e.g. municipal refuse, manufacturing, City construction project, etc_) 3. ANNUAL AMOUNTS - Enter the amount of waste that will generated and transported annually: (Use cubic yards, gallons, tons) 4. WASTE TYPE - Based upon the attached definition found in State of Texas Municipal Solid Waste Law, indicate if the waste type qualifies as a special waste_ 5. SPECIAL HANDLING INSTRUCTIONS/INFORMATION - For all wastes, describe any special handling requirements and any additional information applicable to its disposal. DEFINITION OF SPECIAL WASTE According to TAC 30: Special Waste - Any solid waste or combination of solid wastes that because of its quantity, characteristics:, or bioloeicat properties requires special handling and disposal to concentration, or physical or mcnt chemical DIY handled, meted, stored, processed or disposed protect the Nampo pose se the environment if to die human health or the environment of a otherwise managed, it may pose a present a potential danger A. Haz�us wastes from Special wastes arc. Raz:ta ons wastes of this h , exempt small-qvantity generators that may be exempt (min fun controls under B Class t (relating to Household Materials Which Could Be Classified As Hazardous Waste); l nonhazardous waste not routinely collected with m C. Special waste from health-cam-related facilities (refers to certain item solid waste; D. Mona' medics waste); plant treatment nt plant sludge, Other of sewage treatment sludge; types domestic a treatment plant sludge, and water - supply F. Septic G. Wass trap wastes; commercial or industrial wastewater treatnent lants; air pollution control facilities; and tanks, drums, or containers used for skipping a storing any material that has been listed as a hazardous constituent in 40 CFR, ndoc VII but has not been listed as a commercial chemical FR, Part 261, H. Slaugltagda� wastes; product in 40 CFR, S261.33 (e) or (1); L Dead animals; J. Drugs, contaminated foods, or contaminated beverages, other than those contained in normal household waste; K. Pesticide (secticide, herbicide, or rodcnticide) containers; L Discarded materials containing asbestos; M. Incinerator ash; 1 N. Soil contaminated by petroleum products, crude oils, or chemicals; 0. Used oil; P. Light ballasts and/or small capacitors containing polychlorinated biphenyl (PCB) compounds; Q. Waste from oil, gas, and geothermal activities subject to regulation by the Railroad Commission of Texas when those wastes are to be processed, treated, or disposed of at a solid waste facility permitted under this chapter, R. Waste generated outside the boundaries of Texas that contains: 1. Any industrial waste; ii. Any waste associated with oil. gas, and geothermal exploration, production, or development activities; or iii. Any item listed as a special waste in this paraeraph; S. Any waste stream other than household or commercial garbage, refuse. or rubbish; T. Lead acid storage batteries; and U. Used -oil fthers from internal combustion engines. 6. INCIDENTAL AMOUNTS OF SPECIAL WASTE - incidental quantities of special waste that do not materially change the physical or chemical identity of the bad or make it hazardous waste must be identified by type and amount PART C 1, METHOD OF SHIPMENT - Indicate the anticipated method of shipment by checking the appropriate box. 2 SUPPLEMENTAL SHIPPING INFORMATION - Enter any additional shipping information. 3 REPORTABLE QUANTITY - Enter the pounds. Cubic Yards, gallons, etc. of TOTAL waste for disposal. PART D TECHNICAL MANAGER DECISION - (Tote completed by the City of Corpus Christi] PART E PHYSICAL CHARACTERISTICS OF WASTE (Fill out from the analytical laboratory analysis; then also include copy of the laboratory analysis sheets] 1. COLOR -Describe the appearance of the waste (e.g., green, transparent, varies). 2. ODOR -- Do Not Smell The Waste! If the waste has a known incidental odor, then describe it (e.g., acrid, pungent, solvent, sweet). 3_ PHYSICAL STATE - Check the applicable box, if "OTHER" enter a descriptive phrase in the space provided 4. LAYERS - Check all applicable boxes. Multi- layered means more than two layers (e.g., oil/water or solvent/sludge). Single phased means the waste is homogenous_ 5_ SPECIFIC GRAVITY - Indicate the range. The specific gravity of water is 1.0. most organics are less than 10. Most iaotganics are grater than 1.0. 6. FREE LIQUIDS- Check -YES" illiquid is usually present when packaging for shipment and estimate the peramt of liquid volume_ Check "NO" if there are no Gee liquids as determined by the Paint Filter Test or direct observation. 7 . p11 - Indicate for liquid portions of the waste_ Check the appropriate boxes, which cover the pH of the waste. Use the RANGE" space if appropriate. For solid or organic liquid wastes, indicate the pH of a 10% equenous solution of the waste if applicable. Check "NA" for runt -water soluble materials. 8, FLASH POINT - Indicate the flash point obtained using the appropriate testing method, PART F CHEMICAL COMPOSITION 1. List all organic an/or inorganic components of the waste using special chemical names. If trade names are used, attach Material Safety Data Sheet or other documents that adequately die the composition of the waste_ For each competent, estimate the range (in percents) in which die component is present. to addition, dedicate whether any Toxicity Characteristic •be Leaching Procedure (ELI') constituents are present in the waste. The total of the maximum values of the components must greater than or equal to 100 % including water, earth etc. 7 2. lithe ate conteinsPC6's, cyanides, or sulfides indicate the concentrations_ lithe are present in die waste_ The total of the maximum values of the be waste does not include these 100% including 'wader, earth. etc. components must be greater than or equal to l00' /o including 3. Indcate whether the method used to determine the chemical composition in F I was the TCLP method, an analysis to determine the total concentrations, or another method. Specify the method. PART G SAMPLING SOURCE Describe exactly where the sample was taken fix., drain lagoon, pond, tank, etc.)_ PART H REPRESENTATIVE SAMPLE CERTIFICATION This section on' needs to be coo , lesed when roridin a waste sam • to it lab for testis — chain ofcust r wired Some wastes require analytical data to determine their chemical composition, regulatory treatment or disposal. The sample should be collected in accordance stews, if they are acceptable for Evaluation of Solid waste, Physical/ /Chemical Meth , atdaor 0 C "Test o for die A suitable sample container for most wastes is a wide mouth glass bottle with pll�Cap 261.200, a ng a on equivalent rules. Plastic Mainers are recommended for struts plastic cap having a n shipped in liner. ace with US. DOT regulations and g �� or ��_ Fill to aPProximately packed and shipped in samples may be disposed upon receipt. any specific requirements imposed by the carrier. [mtprt>pe, ly packaged 1. PRINT SAMPLER'S NAME — Enter the sampler's name. 2. SAMPLE -DATE — Enter the date that the sample was collected. 3. SAMPLER'S TITLE — Enter the sampler's 4- SAMPLER'S EMPLOYER Pkr's title- s. SAMPLER'S SIGNATURE —FS Sign the haspa a pro sampler's employer. ran in the space provided PART -I GENERATOR / TRANSPORTER CERTIFICATION By signature of this profile sheet, the generatortransporter certifies that statements in Nos. 1, 2, 3, 4, S, and 6 are true and accurate respect to die waste streams listed. F '7- SIGNATURE — An tpttfatizod employee g- TITLE — Enter the emrp yet of the Transporter must sign the Trensporter's Waste Profile Sheet. 9 NAME— Eater the employee's tide. 10. DATE — employee's name. Enter the date signed. KEEP A COPY OF THE TRANSPORTER'S WASTE PROFILE SHEET FOR YOUR RECORDS, SEND THE ORIGINAL AND ALL ATTACHMENTS TO THE CITY OF CORPUS CHRISTI — DEPARTMENT OF SOLID WASTE. 3 CITY OF CORPUS CHRISTI — GENERATOR'S WASTE PROFILE SHEET ART A 1. GENERATOR NAME 2. FACILITY ADDRESS: 3. GENERATOR CITY/STATE: 5. GENERATOR USEPA ID: 4. ZIP CODE: 7. TECHNICAL CONTACT. --- -- 6_ GENERATOR STATE ID: 8. PHONE: PART 8 _ I. NAME OF WASTE: 2. PROCESS GENERATING WASTE: 3. ANNUAL AMOUNTS: - -- 4. WASTE TYPE: 5. SPECIAL HANDLING INSTRUCTIONS/INFORMATION: 6. INCIDENTAL AMOUNTS OF SPECIAL WASTE: PART C --- -- 1. METHOD OF SHIPMENT: Baik Liquid Bulk sludge 2. SUPPLEMENTAL SHIPPING INFORMATION: Other 3. REPORTABLE QUANTITY: Bulls Solid PA ' T D — TECHNICAL MANAGER DECISION (to be completed by the city) _ APPROVED DISAPPROVED [(Disapproved, Evlain [(Approved , continue, 1. Maaagartear method(s): 2. Precautions. conditions, or _ Limitations on approval : Tech. Mgr. Signature: ame(Priat) _ ADDITIONAL INFORMATION NEEDED Date PART E — PHYSICAL QIARAC1ERIST/C OF WASTE (FROM LAB ANALYSIS, it applicable) 1 COLOR 3 PHYSICAL STATE 70°F/21° 2.ODOR: Semi -solid Liquid Powder 4. LAYERS: Multi-Layered Other. 5. SPECIFIC GRAVITY: ange 8i- Layered _ Single-Phased 6. FREE LIQUIDS : _ Yes No 7. ph: Q »� 4-7 Volumc: y� 8. FLASH POINT: Nom _ 7 a 7 -10 10<12.5 Zl2.5 _. 1404/60 C 140-199°4760-90°C Range _ NA _ Closed cup _ Open cup- 2200°F!'93°C PART F - CHEMICAL COMPOSITION RANGE ( MIN- I. Total: 2. Does the waste contain any of the following? (provide concattratioo if known): NO or LESS THAN or ACTUAL y PCBs _ _ <50 ppm Cyanides <30 Ppm Sulfides pp ! <500 pp m ppm Please Note: Unkss analytical notes are attached, the chemical composition identification should include at a minimum, Arsenic, Barium, Cadmium, Chromium, Lead, any other TCLP constituents that may be Meratry, Selenium, Silver, Pesticides, Herbicides,. and to 100% (.0001 % = 1ppm or Imgg 1) present in the waste. The total concentration must be greater than or equal Indicate method used to determine composition ( if provided): TCLP Total Other PART C - SAMPLING SOURCE (e.g_, Drum, Lagoon, Pit, Pond, Tank, Vat)- PART H - REPRESENTATIVE SAMPLE CERTIFICATION 1. PRINT SAMPLER'S NAME: 3_ SAMPLER'S TITLE: 4. SAMPLER'S EMPLOYER (if other than generator) : 2. SAMPLE DATE: The sampler's signature certifies that any sample submitted is representative of the waste described above pursuant to 40 CFR 26120 0 or equivalent rules. 5. SAMPLERS SIGNATURE: PART 1 -- GENERATOR / TRANSPORTER CERTIFICATION By sighing this profile sheet, the generator certifies- !. This waste is not a "Hazard Waste" as defined by USEPA or 30 TAC. 2. This waste does not contain regulated radioactive materials or regulated concentrations of (Polychlorinated Biphenyls). 3. The information provided on this sheet and the attachments is a true and accurate oldie waste . been disclosed. material. All relevant information regarding known or suspected hazards is the possession of the generator has The generator has read and understands die Definition of Special Waste included in the instructions form. The analytical data presented herein or attached hereto were derived from testing a representative sample taken in accordance with 40 CFR 261.20 O or equivalent rules. _. If any changes occur in due character of the waste, the generator shall notify the City of Corpus Christi, prior to its delivery to the I. C. Elliott Municipal LandfrlL 7. SIGNATURE: 8. TITLE: 9. NAME (T}pc or Print): 10. -DATE: PART C - FEDERAL WAGE RATES & REQUIREMENTS Page 1 of 2 Genera Decrsibn Nurnuc:r °:'X030039 06/13/2003 TX39 Supers, -oed D= cis an No. TX020039 St at TEXAS ConsL HEAV. tion '.'yr,€ 2oun[_y =res) i NUECES SAN Pi)TRICI0 HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Consrru..7 ion and i'ra >nag( Projects) Modilb Lion Number Publication Date 06/l3/2003 COUNT (i•,$) - NUECE` $At' PATRICTO SUTX20.`:.'A 12/( / 1 98. CARPENTERS (Excluding Form Setting) CONCRETE FINISHER ELECTRICIAN LABORERS Common Ut.iiit. Rates $ 9.05 7.56 13.37 5.69 7.68 POWER EQUIPMENT OPERATORS: Backhoe 9.21 Motor trader 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted lassifrcations needed for work not included within the scope of the class - :.fictitious listed may be added after award only as provided in the labor standards contract clauses (29 CFR `,.5(a) (1) iii)) In the listing .above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailirg. WAGE DETERMINATION APPEALS PROCESS .) Has there been an decision in the matter? This can be: an existing published wage determination a survey underlying a wage determination httpJ /www wdol. goy/ wdoVscafttes /davisbacen/TX39.dvb 10/20/2005 Page 2 of 2 * a Wag F and hot r Divi lion letter setting forth a positi )n on a wage determination matter ti a conf =)rmance (additional classification and rote) rul;nc On survey related matters, initial contact, ncluding requests for summaries of surveys, Mould be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis Bacon survey program If the response from this initial contact .s not satisfactory, *hen the process described in 2.) and 3.) Mould be followed With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations_ Write to: Branch of Constrn.ti_on Wage Determinations Wage and Hour Div sion it Department )f Labor 200 Constitution avenue, N. W. Washington, D. C. 20.10 2.) It the answer to the question in 1.) is yes, then an interested party (those, affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 ' ER Part 1.8 and 2'4 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department el Labor 200 Constitution Avenue, N. W. Washington, C 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly he Wage Appeals Board). Write to: Administrative Review Board 0. S. Department of Labor 200 Constitution Avenue, N. W. Washington, f C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http: / /www wdol. gov/ wdoVscafiles /davisbacon/TX39.dvb 10/20 /2005 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 13TH day of DECEMBER, 2005, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and A.Ortiz Construction and Paving, Inc. termed .n the Contract Documents as "Contractor," upon these terms, performable in Nuece° County, Texas: In cnnsideratior o the payment of $36,354.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: FIRE STATION #3 CONCRETE DRIVE REPAIRS 2005 PROJECT NO. 5188 (TOTAL BASE BID + AA -1: $36,354.00) ac. :cording to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached yid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including Dverseeing the entire job. The Contract Documents include r.hi_s Agreement, the bid proposal and instructions, plans and spe - ificat uns, 1_ncl ding all maps, plats, blueprints, and other drawings, the Pertormanre 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 Y AID /TAN Item BB -1 Item AA -1 QTY i OMIT Lump Sum Lump Sum BID SUMMARY: rims STATION #3 - COUCUTA ORIYE RAPAIRS -2005 Same Sid and Add Alternate DESCRIPTIO1 BB-1 Base Aid. Total cost for all work described in plans & specifications as originally issued for construction of the project, complete and in place. Ak-1 dd A1t rj_ #1. Total Coat for including replecexent of additional conc. drive section and conc. ramp thereon, located adjacent to existing station entry porch, as described in Addendum No. 1 Drawings, complete and in place. IV TOTAL PRICE IN tIOIIRES s 5_1_1 —1-7 TOTAL BASE SID (ITEM 1513-1) TOTAL ADD ALTERNATE (ITEi AA -1) TOTAL AID (TUN AA -1 plus rAElt AM -1) Proposal roan (Revised) Pegs 3 of 6 s Z41-11T-1. s-- --a.E. I ^1-1- CO : 5L91554. 00 rnr,nevwnTne. ADDENDUM- DDEND Ma' 1a 1 Atttaohmunt No. 2 pap 3of! 117•1•T e•nri, ,TT ITT The " ontractur .ai 1 i commence wore within ten (10) calendar days from o to the, receive u,rit:en work order and will complete same within 35 CALENDAR DAYS after co struct_on is begun. Should Contractor default, ntrac tc r may be iab_ie for ntract Document. City will pay `on ractor liquidated damages as set forth in the in current funds for performance of the _ntract in accordance with the Contract Documents as the work c ogresses. Signed in 4 parts at Corpus Christi, Texas on the date shown aTove , APP AS TO LEGAL FORM: Asst. CITY OF CORPUS CHRISTI By:‘ Ronald F. Massey, Asst. ty Mgr. of Public Works and Utilit es By: City.? Attorney�� i / 6/ , : Angel Dire ATTEST: (;f Corporation) (meal Below) IA. (Note: If Person signing for corporation is not President, attach copy of authorization to sign) t Za.dos•- /;,fp4f7,4 Escobar, P.E. or of Engineering Services CONTRACTOR A. O,iz Construction and Paving, Inc. By Title: 102 AIRPORT RD. (Address) CORPUS CHRISTI, TX 78405 (City) (State) (Zip) 361/882 -2122 * 361/883 -4188 (Phone) (Fax) Agreement Page 2 of 2 1 I 1 WWO Uk ) . err !C }E „.,,. 5 P R O P O S A L F O R M F O R FIRE STATION #3 - CONCRETE DRS REPAIRS - 2005 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TXXA6 Proposal Form (Revised) Page 1 of 6 I /98 390d 9NId334I9N3 ADOINNGLM Nos 1 Attachment No. 2 Pew 1ofB t85F 7RT.QF. IT:TT Caa7►TT#TT P R O P O S A L Place: Date: 1 1 IL' Proposal ofcr- f I Z cons---1 (,l Gil n ` a Corporation organized and existing under the laws of the State of (tf,, Q j OR a Partnership or Individual doing business as TO The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: FIRS STATIC 43 - GYSOru DRIVE =PAIRS - 2005 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 (Revised) PMge 2 of 6 Ti/LO 39 d Ei1Id33NI ADDENDUM No.1 Athdilent No; 2 Page2dis TG CPQ7QTQC ) T _TT V /TT /TT Iz BID QTY s IT= O11IT Item Lump BB -1 Sum TIRE STATION 53 - CONCUTA ORM IMPAIRS-2005 Base Bid and Add Alternate DRSCRIPTION TOTAL PRICE IN rxeueES 88-1 Ba)je mod, Total cost for all work deacribed in plans & specifications as originally issued for construction of the project, complete and in place. Item AA -1 Lump Sum AA -1 Odd Alternate 41. Total Coat for including replacement of additional conc. drive section and conc. ramp thereon, located adjacent to existing station entry porch, as described in Addendum No. 1 Drdwinga, complete and in place. BID SUMMARY Ti/80 39Vd TOTAL BASE BID (ITEM BE -1) TOTAL ADD ALTERNATE (ITEMS AA -1) TOTAL BXD (IflM SR -1 plus meg ea -l) Proposal Farm (Revised) Page 3 of 6 gINITNTINTrINa s h--J I l —1. 00 $ I 1- 00 $ 3cpt 554. 00 . AD Batik N No. 1 Altsollwant No. 2 Page 3 d • TI CFQ7RTQF /T!TT CQI 7 /TT /TT The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City. are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5t of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation; The apparent low bidder shall within five days of receipt of bids, submit to the city Engineer, in writing, the names and addresses of MBB firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. NUItber of Signed Sets of Documents; The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Coppletioa; The undersigned agreee to completes the work within 35 Calendar nays from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt f the following_ addenda is acknowledged (addenda number) : A i'1 d ltri -I 1 Respect �tti�ly submi rYII _ 1 2- /- liri r ed (P.O. Box) (8t eGt, -i 4QS (City) (State) (Zip 1�a By (SUL - IF BIDDER IS a corporation) Address: Telephone: VOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. T T 160 39tid Proposal Foim (Revised) Page of6 9NIa33'1I9N3 (Rewisad August 2000) ADDENDUM N01 Attaciment Na 2 Psas 4 aF B T05£9Z8t9E LT :TT W02 /TT/TI STATE OF TEXAS § COUNTY OF NUECES § P E R F O R M A N C E B O N D BOND NO. PRF08393474 KNOW ALL BY THESE PRESENTS: THAT A. Ortiz Construction and Paving, Inc. of Nueces County, Texas, he reinafter cal led "Principal ", and FIDELITY & DEPOSIT COMPANY OF MARYLAND;* a -iporat icr or:ani zec under the laws of the State of MARYLAND aro duly -:uthc� /zed T.o ,lo business in the State of Texas, hereinafter called Surety , are held and firmly bound unto the City of Corpus C' ist i, r: municipal corporation of Nueces County, Texas, hereinafter cailed "C -t_y ", in the penal sum of THIRTY -SIX THOUSAND, THREE HUNDRED FIFTY -FOUR AND NO /100 ($36,354.00) DOLLARS, lawful money of the United Sttes, tc be paid in Nueces County, Texas, for the payment of which sum wee an Truly to bb,, made we bind ourselves, our heirs, executors, ad :__nist.ra =ors and s :ccesscrs, jointly and severally, firmly by these p?_ -sent s: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the pr ncipal entered into a certain contract with the City of Corpus Christi, dated the 13TH of DECEMBER , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: FIRE STATION #3 CONCRETE DRIVE REPAIRS 2005 PROJECT NO. 5188 (TOTAL BASE BID + AA -1: $36,354.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shat repair and /or replace all defects due to faulty materials and /or workmanship: that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be vcid; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration cr addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. ULONIAL AMERICAN CASUALTY & SURETY CO. Performance Bond Page 1 of bore meet th requirements of Article 5160, tHt_:tes t exas, and other applicable statutes of the .ate of Texas The undersigned ag-nl is hereby designated by the Surety herein as A:ent Resider i_ Nueces "aunty to whom any requisite notices may be :veree and m c Tn S :2 of pr oc�ss may he had in matters arising s.h ie vnhip a rrovided by Art. 7.19 -1, Vernon's Texas gran ,e joie IN WITNESS WHEREOF, this instrument is executed in 4 copies, each of wh : ch shall b deemed an original, this the 2ND day of JANUAW � nr PRINCIPAL A ORTIZ CONSTRUCTION & PAVING, INC. By: Arr4-10-LilAc ‘-jr 'Print Dame & Title) ATTES' Secretary k ta_ Preslder* (Pr 1 n m ifu SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO. By: Ica L i-(2 7'r Attorney, -i,tx-fact MARY ELLEN MOORE (Print Name) The Resident Agent of the Surety-in Nueces County, Texas, for delivery of notice and service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORE Address: p.:?. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 301 -F 83 -1 713 (NOTE: Date of Performance Eor_d -nu,.t not. be prior t.D date of contract) (Revised 9/02' Performance Bond Page 2 of STATE OF TEXAS § COUNTY OF NUECES § P A Y M E N T B O N D BOND NO. PRF08393474 KNOW ALL BY THESE PRESENTS: THAT A. Ortiz Construction and Paving, Inc. of Nueces County, Texas, ei?.af t ; t called "Principal ", and FIDELITY & DEPOSIT COMPANY OF MARYLAND * *a ci pozati(.n ordaniceo under ne laws of the State of MARYLAND :uthcl iz.e -z o Jo busir:ess in the State of Texas, hereinafter c:. led "S!retV ", are held and firmly bound unto the City of Corpus Cr ist i, h municipal co:porat :,gin of Nueces County, Texas, hereinafter nS led "C-:ty ", and unto a!1 persons, firms and corporations supplying ladr and materials in prosecution of the work referred to in the attached contract, in the penal sum of THIRTY -SIX THOUSAND, THREE HUNDRED FIFTY -FOUR AND NO /100 ($36,354.00) DOLLARS, lawful money of the United States, to be paid in Nueces aunty, Texas, for the payment of which sum wf and _ruly to be made we bind ourselves, our heirs, executors, adrrinistrat ors and s :ocessor.s, jointly and severally, firmly by these sent s: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 13TH day DECEMBER , 20 05 , a copy of which is hereto attached and made a part hereof, for the construction of: FIRE STATION #3 CONCRETE DRIVE REPAIRS 2005 PROJECT NO. 5188 (TOTAL BASE BID + AA -1: $36,354.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action he filed upon this bond, e shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of -.he contract, or tc the work to be performed thereunder. ** 2OLONIAL AP1E`:ICAN CASUALTY & SURETY CO. Payment Bond Page 1 of 2 This burl is :i en to meet the requirements of Article 5160, rnon's ivi tatutes oi Texas, and other applicable statutes of the ate of Texas. The terms "Claimant ", "Labor" and "Material ", as used rein are in accordance with and as defined in said Article. The ,elder -Ted agent is hereby designated by the Surety herein as t: Agent Resident i' Nueces County to whom any requisite notices may be de ivered and on ., rcr s r-.-i e of process may be had in matters arising c, of such saretynip, as provided by Art. 7.19 -1, Vernon's Texas I I uranc e ode IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 2ND day of JANUARY 0c, , PRINCIPAL A. ORT1.Z CONSTRUCTION & PAVING, INC. I ry--Y -)c b �C,r �-1- P- Ps i rI fl-E rant Name & Title) ATTEST attAU-1(( Sfetary ekk,(-7._J ( rin ame! SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO. By "� z.. , e-Z Attor>xeyin —fact MARY EfLEN MOORE 'Print Name The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: SWANTNER & .3ORDON INSURANCE AGENCY MARY ELLEN MOORE P.O. BOX 87) CORPUS CHRISTI, TEXAS 78403 301 -883 —]711 NOTE: Date o Payment Bard :rust not be prior to date of contract) fRevi sed 9/02) Payment Boni Page 2 of 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of a .• t3 . l, Section 2, of the By -Laws of said Companies. which are set forth on the reverse ' •.: Article V ti � �.• er •me red to be i1 full force and effect on the date hereof, does hereby nominate, consti �. �.��� o j�'• �l �![� en MOORE, R. M. LEE, Diann EISENHAUER, Michael A. WHI ► .u: ` 1 :: ;' :> ���`us Christi, Texas, EACH its True and lawful agent and Attorney -in -F • • r - , and on its behalf as surety, and as its act and deed: any and all bo U,�, s ! �� s� ehalf of Independent Executors, Community Survivors and Co 'l'� a ;tans •,,,��. All of such bonds or undertakings in pursuance of these presents, shall be as binding and amply, to all intents and purposes, as if they had been duly executed and acknowledged b, +. 1 - cted officers of the Company at its office in Baltimore, Md., in their own proper persons. This power '° .rney revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R. M. LEE, Diann EISENHAUER, Michael A. WHITNEY. Irene BLUEMEL, dated July 22, 2003. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF. the said Vice- President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this lath day of October, A.D. 2003. \TTEST FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY T E. Smith By: Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: City of Baltimore On this 13th day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and Lach for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such lfficers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOI=. I have hereunto set my hand and affixed my Official Seal the day and year first above N ritten. ?OA -F 168 -9883 Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND 'Article VI. Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior \ ice-Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, ;hall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents. Assistant Vice- Presidents and Attomeys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts. agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages.... and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI. Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice-Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, ;hall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident `,ice- Presidents. Assistant V ice-Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts. agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments m the nature of mortgages.. and to affix the seal of the Company thereto." CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May. 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY .OMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice- President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and hinding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF. 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 2ND day of JANUARY 2006 Assistant Secretary Fidelity and Deposit Company of Maryland Home Office: P.O. Box 1227, Baltimore, MD 21203 -1227 IMPORTANT NOTICE Fo obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll -free telephone number for information or to make a complaint at: 1 -800- 654 -5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages. rights. or complaints at: 1- 800 - 252 -3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -9104 FAX # (512) 475 -1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S8543f1TXl ' 08;01) ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1% of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90 %. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States govemment participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. ( opyright Zurich American Insurance Company 2003 - 0050749.doc CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires ail persona or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question Is not applicable, answer with "NA ". tom, FIRM NAME' A �rl Zn 5 1,u'�,i� STREET: 1C. C. CITY: FIRM is: 5 Other 2. Partnership 3. Sole Owner 4. Assoolation! DISCLOSURE QUESTIONS if additional space is necessary, please use the reverse side of this page or attach separatejheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership In the above named "firm ". Name Job Title and City Department (if known) u\i 2. State-the names of each 'official" of the City of Corpus Christi having an 'ownership Intereer constltulting 3% or more of the ownership In the above named "Erin ". Name Title 3. *tats the names of each "board member" of the City of Corpus Chrlsd having an "ownership Interest" constituting 3% or more of the ownership in the above named "firm'. Mame Board, Commission or Committee 4. Mate the names of each employee or officer of a 'consultant" for the City of Corinna Chrkti who worked on any matter Waled to the subject of this contract and has an "ownership Interest' constituting 3% or mare of the ownership in the above named "flttn ", Name Consultant CERTIFICATE I osrtiFy that of information provided Is true and correct as of the data of this statement, that I have not knows Iy with he'd dIaobsure . ny Information requested: and that supplemental statements will be promptly submitted to the City of Corpus Ch � exit as pgangles occur. Certifying Person: A ype or Print) Signature of Certifying Person: , ` rTr-r . c `) Q!"-ii 2— Date: Proposal Form (Revised) nwrm 7AITri r Tltis: MOT 39Vd csi,d --- DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the ity of Corpus Christi, Texas. b. "Employee'. Any person employed by the City of Corpus Christi, Texas, either on a full or pert time basis, b t not as an independent contractor, c. "Firm*. Any entity operated for economic gain, whether professional, industrial or commercial and w ther •etabNshed to produce or deal with a product or service, including but not limited to, entities of sole proprietorship, as sett- employed person, partnership, corporation, Joint stook company, In the m a, receivership or trust and entities which, for purposes of taxatbn, are treated as non-profit organizationls. ve sure, d. "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, i, Department and Divisbn Heads and Municipal Court Judges of the City of Corpus Christi, Texaa` t City Man era, e. "Ownership Interest ". Legal or equitable Interest, whether actually or constructively held, in a flan, Including hen such Interest is held through an agent, trust, estate orholding entity. "Constructively held refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. `• 'Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi f the purpose of professional consultation and recommendation, TIM 3-md Proposal For (Revised) Page 6 of 6 ENIKFANTnn TOCCO7OTOO AIXIENDLIM. AI0. Attachlitent No. Pays 0 e /T.TT rnnw JTT,TT CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires ail persons or firms seeking to provide the following information. Every question must be answered. If the question Is 'NA '. A FIRM NAME: A (Qy t STREET: 10" FIRM is: (1. Corporation 5. Other )r1 to do business with the City not applicable, answer+ with • 2. Partnership 5 Ch11Si -1 ZIP: `1$ 3. Sole Owner 4. Association! DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separatesheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership In the above named "firm ". Name Job Title and City Department (if known) 1 2. State the names *leach `official" of the City of Corpus Christi having an "ownership interest" conatitulting 3% or more of the ownership In the above named "flan ". Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership Inter at" constituting 3% or more of the ownership In the above named "firm ". Name Board, Commission or Committee N 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 Intaraat" constituting 31 or more of the ownership in the above named "firm ", Neme Gansulant CERTIFICATE oerdfy that ail information provided is true and correct as of the date of this statement, that I have not knowb withheld disclosure ny information requested: and that supplemental statements will be promptly submitted to the City of Corpus Ch exam as pi nges occur. Certifying Parson :, (Type or Print) Title : T ►' cs i t(, Signature of Certifying Person: At _ d!-1 1 Z- Date: TI/OT 39ad Proposal Form (Revised) 9NI2133JI9N9 1 1 I l No.1 Attlidtment No. 2 a.r..• a• TAgE9Lgt9E /t:tt Gnn7. /tt /tt DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the ity of Corpus Christi, Texas, b. "employee'. Any person employed by the City of Cvr us Chri as an independent contractor, p sd, Texas, either on a full or part time basis, b t not 0. "Firm °. Any entity operated tor economic gain, whether professional, established to produce or deal with a product or service, including but not mited to, entities operated n h w ether sole proprietorship, as serf- employed person, partnership, corporation, Joint stock company, rea I l �e �m e, receivership or trust and entities which, for purposes of taxation, are treated as non -profit orgniztions vesture, d. "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Divisbn Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e• "Ownerehlp Interest ". Legal or equitable Interest, whether actually or constructively held, in a firm, Including when such interest Is held through an agent, trust, estate or holding entity. "Constructively held- refers to hokltng or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. 'Consultant ". Any .person or firm, such as engineers and architects, hired by the City of Corpus Christi fcr the purpose of professional consultation and recommendation. Lt /IT 3610d Proposal Form (Revised) Page 5 of 6 WI2133VI9N3 ADDENDUM Na AtbleC4uasnt No, Parps a et e t65E9Z8t9E LI:tt 9862 /tt /tt ACORD CERTIFICATE OF LIABILITY INSURANCE PRODUCFP Swantner & Gordon Ins Agenc P 0 Box 870 Corpus Christi TX 78403 -0870 Phone 361- 883 -1711 Fax:361- 844 -0101 INSURED A Ortiz Construction & Paving,/ Inc. 102 Airport Road Corpus Christi TX 78405 COVERAGES CSR RT ORTIZ -3 DATE (MM /DD/YYYY) 01/02/06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL # INSURER A American Cas. Co. of Reading INSURER B Valley Forge Insurance Co. 20508 INSURER RSUI Indemnity Company INSURER D INSURER E THE ANY MAY POLICIES LTRNADD POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS O TYPE OF INSURANCE POLICY NUMBER NC POLICY EFFECTIVE DATE (MM /DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS A GENERAL LIABILITY EACH OCCURRENCE $1,000,000 X C O M M E R C I A L .3ENERAL'L.IABILITY C1072039277 10/29/05 10/29/06 / ,/ PREMISES (Ea occurence) $ 100,000 (7LAIMS MADE - _X OCCUR ✓ MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE M' r 000 r 000 -3EN'L AGGREGATE ' POLICY 1 kn. LIMIT APPLIES PER PRO- r PRODUCTS - COMP /OP AGG $ 2 , 000 r 000 JECT I LOC AUTOMOBILE LIABILITY / B X ' ANY AUTC, Y C1072039280 10/29/05 10/29/06 7 COMBINED SINGLE LIMIT (Ea accident) 000 r 00 r 0 A L L O W N E D A O S if SCHEDULED AUTOS BODILY INJURY (Per person) $ X HIRED AUTOS X NON -OWNED AUTOS - -- — - - -- _ -- BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO " 10/29/06 OTHER THAN EA ACC $ —� AUTO ONLY AGG EACH OCCURRENCE $ ,000,000 EXCESS/UMBRELLA LIABILITY V C X OCCUR 1 CLAIMSMADE NHA032273 10/29/05 AGGREGATE $1,000,000 $ DEDUCTIBLE 1 RETENTION $ ✓ $ $ I WORKERS COMPENSATION AND EMPLOYERS' LIABNJTY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under WC TO YSLIMI S O ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project: Fire Station #3 Concrete Drive Repairs 2005 / Project #5188 / See Attached Addendum V elen. .-.n a T.- ..w. .w. -.. ELLATION City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi TX 78469 -9277 ACORD 25 (2001/08) CICC -CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORESHE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* /DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ,AU D REPRES VE D CORPORATION 1988 City f Corpus Christi az; Additional Insured on the General Liability & Auto policies General Liability includes: Commercial Form; Premises - Opertions; Explosion & Collapse Hazard; Underground Hazard; Products /Completed Operations Hazard; Contractual Insurance; Broad Form Property Damage; Independent Contractors; and Personal Injury. *30 Day Notice of Cancellation does not apply to the Excess Liability policy 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 the certificate holder in lieu of such endorsement(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 holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) ACORD CERTIFICATE OF LIABILITY INSURANCE PRODUCER Swantner & Gordon Ins. Agency P. 0 Box 870 Corpus Christi TX 78403 -087C Phone 361- 883 -1711 Fax:361- 844 -0101 INSURED A. Ortiz Construction Company V 117 Airport Road Corpus Christ. TX 78405 COVERAGES CSR RT ORTIZ -9 THIS CERTIFICATE IS ISSUED AS A MATTER OF NFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DATE (MM /DD/YYYY) 01/02/06 INSURERS AFFORDING COVERAGE —r NAIC # INSURER A American Home Assurance Co. INSURER B I INSURER C INSURER D. INSURER E: City of Corpus Christi Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi TX 78469 -9277 ACORD 25 (2001/08) CICC-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. D REPRES VE I,lit_ D CORPORATION 1988 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR INSR TYPE OF INSURANCE POLICY NUMBER PDOAT (MMIDD!YY)E DATEY(MMIDD/Yl ))N LIMITS GENERAL LIABILITY r 1 EACH OCCURRENCE $ 1 COMMERCIAL -GENERAL LIABLE ITS CLAIMS MADE 'OCCUR — — — UAMAbt I U KtN t tU PREMISES (Ea occurence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ ,3EN'L AGGREGATE LIMIT APPLIES PER_ POLICY I— PRO- JF j LO i iJECT C PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS S SCHEDULED AI 170S COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) $ HIRED AUTOS NON -OWNED UTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT $ GARAGE LIABILITY ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR r 1 CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE RETENTION $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOFVPARTNER/EXECUTIVE I WC9515767 OFFICER /MEMBER EXCLUDED? X WC S1AEU- TORY LIMITS OTH- ER 11/19/05 11/19/06 E.L. EACH ACCIDENT $500,000 tl yes describe under V SPECIAL PROVISIONS below V E.L. DISEASE - EA EMPLOYEE $ 500 r 000 E.L. DISEASE - POLICY LIMIT $500,000 OTHER I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project Fire Station #3 Concrete Drive Repairs 2005 /Project #5188 Workers Compensation provides coverage for Proprietor /Owner. CERTIFICATE 140118 _._.__.. ____ City of Corpus Christi Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi TX 78469 -9277 ACORD 25 (2001/08) CICC-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. D REPRES VE I,lit_ D CORPORATION 1988 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 the certificate holder in lieu of such endorsement(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 holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) 11111111(11 ii111iiii11111tNii uiuini uii n41 CNA Policy# C1072039277 . G- 140331 -A (Ed 01101) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVNT OF OCCURRENCE, THESE E, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C..1. OF THIS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET OPERATIONS COVERAGE ENDORSEMENT WITH PRODUCTS-COMPLETED This endorsement modifies insurance provided under the following: f COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization, including any person or organization shown in the schedule above, (called additional insured) whom you are required to add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the "bodily injury," "property damage," or "personal and advertising injury". B. The insurance provided to the additional insured is limited as follows: 1. That person or organization is an additional insured solely for liability due to your negligence specifically resulting from "your work" for the additional insured which is the subject of the written contract or coe rage applies to liability result g from the sole negligence of the additional insured. 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. C. 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the definition of "insured contract" under DEFINITIONS (Section V) do not apply to "bodily injury° or "property damage" arising out of the "products- completed operations hazard" unless required by the written contract or written agreement. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, or inspection activities performed as part of any related architectural or engineering activities. As respects the coverage provided under this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDRIONS are amended as follows: 1. The following is added to the Duties In The Event of Occurrence, Offense, Claim or Suit Condition: Par>F1 1 of 2 e. An additional insured under this endorsement will as soon as practicable: (1) Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance; (2) Tender the defense and Indemnity of any claim or "suit" to any other insurer which also has Insurance for a loss we cover under this Coverage Part; and (3) Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. t. We have no duty to defend or indemnity an additional insured under this endorsement Count (Authorized Representative) G- 140331 -A (Ed. 01/01) until we receive written notice of a claim or "suit" from the additional insured. 2. Paragraph 4.b. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing. Pont of9 POLICY NUMBER: C1072039280 v COMMERCIAL AUTO CA 04 03 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE TRUCKERS COVERAGE FORMFORM S With reaped to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. -Endorsement e Effective: �- Maned Insured: ✓ A. Ortiz Construction & Paving, Inc. Countersigned By: SCHEDULE Name and Address of Additional Insured: City of Corpus Christi Dept. of Engineering Services P.O. Box 9277 Corpus Christi, TX 78469 -9277 is endorsement will be shown in the Declarations as (if no entry appears above, information required to complete th applicable to this endorsement.) A. Who Is An Insured (Section 1I) is amended to C. include as an "insured" the person(s) or organization(s) shown in the Schedule, but only with respect to their legal liability for acts or omissions of a person for whom Liability Coverage is afforded under this policy. B. The additional insured named in the Schedule or r Declarations is not required to pay any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. D. E. You are authorized to act for the additional insured named in the Schedule or Declarations in all matters pertaining to this insurance. We will mail the additional insured named in the Schedule or Declarations notice of any cancellation of this policy. If we cancel, we will give 10 days notice to the additional insured. The additional insured named in the Schedule or Declarations will retain any right of recovery as a claimant under this policy. _ icn PrnntsrtiAZ Inc.. 2003 Page 1 of COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY ✓ TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: Schedule 1. Name: SEE BELOW 2. Address: SEE BELOW 3. Number of days advance notice: THIRTY (30) `/ City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 Named Insured: A. Ortiz Construction & Paving, Inc. Policy Number: C1072039277 Effective Date of This Endorsement: 10/29/05 Authorized R resent 've: Name (Printed) : R.M. Lee Title (Printed) : Managing Partner CG0205 (11 -85) ATTACHMENT 3 1 OF 3 TE 02 02A ✓ CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 10/29/05 ✓ Policy Number ✓ C1072039280 Named Insured A. Ortiz Construction & Paving, Inc. V/ Countersigned by (Authorized Representative) THIRTY (30) V days before this policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to SEE BELOW SEE BELOW (Enter Name and Address) City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 Authorized Representative: Name (Printed): R.M. Lee Title (Printed) : Managing Partner FORM TE 02 OZA - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November 1, 1987 ATTACHMENT 3 2OF3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7 -84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will notice to the person or organization named in the Schedule. The number of notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone the Schedule. 1. Number 2. Notice Schedule of days advance notice: 30 V will be mailed to: City of Corpus Christi Department of Engineering Service Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 mail advance days advance not named in This endorsement changes the policy to which it is attached and is effective on the issued unless otherwise stated. (The information below is required only when endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 11/19/05 ✓ Policy No. WC9515767,/ Endorsement No. Insured A. Ortiz Construction Company « p Insurance Company Countersigned By: American Home Assurance R.M. Lee WC 42 06 01 Name (Printed) : (Ed. 7 -84) Title (Printed): Managing Partner date this ATTACHMENT 3 30F3