Loading...
HomeMy WebLinkAboutC2006-457 - 9/26/2006 - ApprovedF O R M 2006 -457 09/26/06 M2006 -321 Haeber Roofing Company S E C I A L P R O V S P E C I F I C A T I O N S A N D F C O N T R A C T S A N D B O N D S F O R FIRE STATION NO.8 - ROOF REPLACEMENT - 2006 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: Pax: PROJECT NO: 5i9'j FRAWING NO PBG-697 1 361/880 -3500 361/880-3501 eito& (Revised 7/5/00) FIRE STATION NO.8 - ROOF REPLACEMENT - 2006 Table of Contents NOTICE TO BIDDERS Revised 7/5 /0u) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A i Time and Place ot 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 ot 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 -1.3 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A 15 Excavation and Removals NOT USED A -16 Disposal /Salvage of Materials A 17 Field Office NOT USED A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A 21 Project Cigna NOT USED A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A 25 Calca Tax Exemption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A -27 Responsibility for Damage Claims A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A 35 City Water Fae- ilitiee Cpccial Requirement° NOT USED A -36 Other Submittals (Revised 9/18/00) A -i7 Amended "Arrangement and Charge for Water Furnished by the City" A -9 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A i9 Ccrtific,ato _ _ - NOT USED A -40 Amendment to Section 8 -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A-46 I3iopoaal of Righly Eh4orrnatcd Water (7/5/00} NOT USED Exciwationo (7/5/00) NOT USED A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Additional Certifications and Requirements - Windstorm ATTACHMENT II CITY LANDFILL WASTE PROFILE SHEET PART B PART C PART T GENERAL PROVISIONS FEDERAL WAGE RATES AND REQUIREMENTS TECHNICAL SPECIFICATIONS SECTION 1 GENERAL REQUIREMENTS 01106 Procedure for Removal of ACM SECTION 2 SITEWORK 02072 Minor Demolition /Removal SECTION 6 WOOD & PLASTIC 06114 Wood Blocking SECTION 7 THERMAL & MOISTURE PROTECTION 07181 Water Repellent Coating 07510 Coal Tar Pitch Built -Up Roof System (Section includes Insulation) 07631 Roof Flashing 07900 Joint Sealers SECTION 9 FINISHES 09900 Painting SECTION 16 ELECTRICAL 16000 Electrical LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS S e a3 ed proposals, addressed to the City of Corpus Christi, Texas for: FIRE STATION NO.$ -ROOF REPLACEMENT -2006 consisting of removal of existing gravel surfaced coal tar pitch roofing, to include certain Asbestos 'ontaining Material <,ACM) flashing and the installation of new 20 -year coal car pitch roof with gravel Surface, including replacement of metal gravel ▪ t_p fascia, flues, °-ents and relocation of certain rooftop utility lines e!e t:i al & refrigerant) and certain miscellaneous painting on approximately 6,200 :1F roof area at Fire Station No. 8, 4546 Kostoryz Road, Corpus Christi, Texas 7841 ,in accordance with the plans, specifications and contract do men! s; will be received at -.he office of the City Secretary until 2:00 p.m. on Wednesday, September 13, 2006, and then publicly opened and read. Any bid received after closing time will be returned unopened. A Pre -Bid Meeting is scheduled for 10:00 a.m. on Thursday, August 31, 2006. The pre - -bid meeting will convene at Engineering Services Conference Room, 3rd Floor, City Ha111 1201 Leopard Street, Corpus Christi, Texas, will be conducted by the City, and will include a general review of the project with time for questi_cns and answers. bid bond in the amount o 5% of the highest amount bid must accompany each proposal. Failare to provide the bid bond will constitute a non - respons ve proposal which will not be considered. Failure to provide equired performance and payment bonds for contracts over $25,000.00 will result in forfeiture hf the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if ridding documents are not returned to the City within two weeks of receipt of olds Plan, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within we 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 r.<)tified 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 or ea -h 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 r`7ost advantageous to he City and in the best interest of the public. 'ITY OF CORPUS CHRISTI, TEXAS !s/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa, City Secretary Rev iced "'f.:/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS -- A INSURANCE REQUIREMENTS Revised May, 2006 A :ertificate of Insurance indicating proof of coverage in the following amounts Is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required all certificates Commercial General 1. 2. 4. S.. on Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Liability including: Commercial Form Premises - Operations Explosion and Collapse Hazard Underground Hazard Products/ Completed Operations Hazard 6. Contractual Liability 7, Broad Form Property Damage independent Contractors Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY -- OWNED NON -OWNED OR RENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100, 000 $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -tern environmental impact for the disposal of contaminants BUILDERS' RI -SF INSTALLATION FLOATER $2,000,000 COMBINED SINGLE LIMIT 0 REQUIRED X NOT REQUIRED See Section B -6 -11 and Supplemental Insurance Requirements X REQUIRED LI NOT REQUIRED $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements D REQUIRED X NOT REQUIRED Page 1 of 2 Cl The City of Corpus Christi must be named as an additional Insured on all coverages except worker's compensation liability coverage. _] The name of the Project must he Listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to Insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS -- B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project roust be covered by worker's compensation insurance, authorized self- insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes 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. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed _icorporated 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 is 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 required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comnly with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - 8 (Aevisea 1/13/981 Page 1 of 7 8/7/1.9 rage 1 '1i 0 fide 23. INSURANCE Part 11. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES § 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terns, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate or-coverage (certificate ) —A copy of a certificate oc risurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC -S 1, TV/CC-82, TWCC-83, or TWCC -S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction --Has the meaning defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity, (4) Coverage — Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44` (5) Coverage agreement —A written agreement on form .TWCC -8 1, form TWCC -82, form TWCC-83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employerlemployee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project— Includes the time from the beginning of work on the project until the work on the project has been completed and d accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" i:, § 406.096 of the Act)—With the exception o4 persons excluded under subsections (h) and (i) of this section, includes ail persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless or-whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. "Services" includes but is not limited htto: / /www sos.state,tx.us/tac/2S/IUl 10/B /110.110.html r1GTtCE TO CONTRACTORS - H Revised 1/11/98) Page 2 of 7 8/7/98 Page 2 cf 6 .o prcv c : :K, �z21.iag, or delivering :'ering equipment or ..:.•erials, or providing service related to a project. g labor, transportation, "Services" does not i. .:de activities unrelated to the proiec..* uch as °thc: foodioevera: t vendors, o> ce supply deliveries a,d delivery unrelated p Y rvery or portable toilets. (8) Prefer,-- i:nciudes the provision of all services related to a building or construction contract fora governmental entity (b) Proviarg or causing to be provided a certifica :e of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case ofa self - insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading cerfificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially aizeots the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection: (2) as part of the contract, using the language required by paramoh ( contractor to perform as required in subsection (d) of this section; (3) thus subsection, require the (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of shows that the coverage period ends during the duration of the project; and coverage (B) no later than seven days atter the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter, (6) provide a copy of the certificates of-coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: T28S 110,110(c)(7) tbl http: / /www. sos, state.tx.us/tacI2S/E1/110/B/I 10.110.htrrl NOTICC To CONTRACTORS - 9 Revised I/13/981 Page 3 of 7 8/7/98 S T AC 110.11( Page 3 of , ::) A contractor shall 1) provide coverage for its employees providing services on a project, for Yased on proper reporting of classic; :ion codes and payroll amounts and the or any coverage project agreements: ge 2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entire, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor`s current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on ile project; and �'"r3) 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 }mown, 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 oa, the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements unposed by the Act or other commission! rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPE?NISATION COVERAGE "The taw requires that each person working on this .site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512- 440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer`s failure to provide coverage." http://www.sos.state.tx.us/tac/28/11/110/B/110.110.hunl NOTICE TO CONTVACTORS - a Revised 1/19196! Page_CA1V7 8/7/98 28 I'AC x.110 t'age 4 or 6 (8) contractually require ezch person with whom it contracts tc provide services or: a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and Siring of any coverage agreements for all of its employees providing services en the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project: (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; (D) provide the contractor, prior to the enoof the coverage period, a new certificate of coverage showing extension of coverage, lithe coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certuicate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the govemmrr.tal entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known., of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it commas, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to begixming 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 Attp://www.sos.state.tcusittac/28/10 10/B/1 10. 1 1 0.html NOTICE TO COMPACTORS - B Revised 1/13/981 817/98 1.0 ._ ^.\r ..i. t 1V rage ) or o for the cierarion of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self - Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (13) 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; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the projects (13) 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 httpl /www.sos. state .oc.us /tacf28/11/; [0I8/11O.11O.html NOTICE TO CONTRACTORS - B Revised 1 /13 /901 8/7/98 ILL W.1 1 i V duration of the contract: Page 6of 6 (F) retain ail required ce.-ti cases of coverage on file for the duration of the project and for one year thereafter; (0) notify the goverameritai entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of :overage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this - subparaeraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable, (g) This rule is applicable for building or construction contracts adve.sed 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 carders 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, § 4G). (i) The coverage requirement in-this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who arc 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 httpl /www. sos.state.tx.usitac./28/Q/I 10/B /110.110.html NOTICE 70 CONTRACTORS - 8 Revised 1/13/981 Pape 7 of 7 8/7/98 PART A - SPECIAL PROVISIONS FIRE STATION NO.8 - ROOF REPLACEMENT - 2006 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will e recF`ved in conformity with the official advertisement nv.ting bids for the p oject. Proposals will be received in the office of the City ecretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, September 13, 2006_. Proposals mailed should be addressed in the following manner: _ City of :orpus Christi City Secretary's Office 1201 Leopard S reef Corpus Christi. Texas 78401 ATTN: BID PROPOSAL - FIRE STATION NO.8 - ROOF REPLACEMENT - 2006 A Pre -Bid Meeting Is scheduled for 10:00 a.m. on Thursday, August 31, 2006. The pre - bid meeting will convene at Engineering Services Conference Room, 3rd Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas, will be conducted by the City, and will include a general. review of the project with time for questions and answers. additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Sect on b -1 of the .general Provisions will govern. A -3 Description of Project The project consiss of removal of existing gravel surfaced coal tar pitch roofing, to include certain Asbestos Containing Material (ACM) flashing and the installation of new 20 -year coal tar pitch roof with gravel surface, including replacement of metal gravel stop fascia, flues, vents and relocation of certain rooftop utility lines (electrical & refrigerant) and certain miscellaneous painting on approximately 6,200 SF roof area at Fire Station No.8, 4546 Kostoryz Road, Corpus Christi, Texas 78415,in accordance with the plans, speciE_ cations and contract documents. A -4 Method of Award Th.oids will be eva1ua ed based on the following priority order, subject to availability of funds: 1 Total Base Bid The City reserves the right to reject any or all bids, to waive irregularities and °:o accept the bid which, .n the City's opinion, is most advantageous to the City and <n the best interest of the public A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: Section A - SP (Revised 9/18/00) Page 1 of 22 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.) Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 70 Calendar Dave . The Contractor shall commence work. within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, Five Hundred and no /100 Dollars (x500.00) per calendar iay will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise doe `.he Contractor the amount of i quidated damages due the City. A -7 Workers Compensation Insurance Coverage It the Contractor's workers' compensation insurance coverage for its employees working on the Project s terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract io not in effect on the effective date of cancellation of the workers' compensation assurance 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 tc complete the Project las not expired. Ir accordance with othe± requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the Thy Engineer. A;$ Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals rnust contain original signature:; and guaranty and be submitted in accordance with Section A - SP (Revised 9/18/00) Page 2 of 22 Sect i nn if-2 of the General Pro - isions . A - -9 Acknowledgment of Addenda The : :cntractor 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 :ignifieant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non- receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00 Labor- preference and wage rates for Building Construction. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates 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 Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Cent ;actor 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 ,f the payroll submittals.) One and one -half (1.5) 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 DigTess 1 -800- 828 -5127, the Lone Star Notification Company at 1- 800 - 669 -8344, and the Southwestern Bell Locate Group at 1- 800 -B28 -5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer A E Project Archite =et 880 -3500 880 -3500 361 -855 -6253 Fax 361- 855 -6255 Section A - SP (Revised 9/18/00) Page 3 of 22 traffic Engineer Police Department Water Department Wastewater Department was Department Storm Water Department Parks & Recreation Dept. Streets & Solid Waste Services AFP SPC Municipa:. inter ;,ect ion System Traffic Sgnal'Fiber Optic Locate 'ablevision ACSI (Fiber Optic) KMC (Fiber Opti ) ChoiceCom tFiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 880 -3540 882- 1911 857 1880 857-1818 885 -6900 857 -1881 880 -3461 857 -1970 299 -4833 881 -2511 for (880 -3140 after hours) (880 -3140 after hours) (885 -6900 after hours) (880 -3140 after hours) (693 -9444 after hours) (1 -800- 824 -4424, after hours) 857 -1946 857 -1960 857 -5000 (857 -5060 after hours) 887 -9200 (Pager 800- 724 -3624) 813-1124 (Pager 888 -204 -1679) 881 -5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972 -753 -4355 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 regaid to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at h rs own expense 1r 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 ut i ities Wheze existing sewers are encountered and are interfered with (i.e. broken, cut, et<:7 ) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility Lo make all necessary repairs, relocations and adjustments to the saisfaction 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 th, Contractor. Section A - SP (Revised 9/18/00) Page 4 of 22 A -13 Area Access and Traffic Control >ufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction. The Contractor roust provide temporary driveways and /or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but s not limited ro, working driveways in half widths, construction of temporary lamps etc The contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City_ Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs tor traffic contro,: are considered subsidiary; therefore, no direct payment wi .1 be made to Contractor A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A` (NOT USED) providing a geod growth of gra33 when applied with 3ced /3od and fertilizer. The dirt Ru3t be f caliche, asphalt, eonorcte and any other material that hamper3 the growth of graan. unle33 -othcrwiac n tcd. A -16 Disposal1Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts, roof debris 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 5 of 22 A 17 =ie'd Off (NOT USED) The office at feet of useable space. The field ee- furnished with an inclined table The Contractor City Engineer or his representative. :e (with that meaourc3 at let 3 -0" x CO " and two (2) The field office muat be furnished with a "or.t +act -et _ There--i -n <+ separate pay item for the field office. A -18 Schedule and Sequence of Construction the Contractor shall submit to the City Engineer a work plan based only on calendar lays This plan must detail the schedule of work and must be submitted to the City Rngiineer dt least three (3) working days prior to the pie- construction meeting_ he flan gust indicate :she schedule of the following work items: Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Consrrructioe Meet ng an initial Construction Progress Schedule for review. 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. Re- Submission: Revise and resubmit as required by the City Engineer. Periodic Update: submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A -19 Construction Project Layout and Control The drawings depict, but not necessary include, lines, slopes, sections, measurements, etc., that are normally required to construct a project of this nature. The Contractor shall furnish all lines, slopes and measurements for control of the work. 'f, for whatever reason it is necessary to deviate from proposed line to properly execute the work, the contrac!:or shall obtain approval of the City or- Consultant Project Engineer, the required deviation may necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer tc revise the drawings. A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory ;elected by the City Engineer. The cost of the laboratory testing will be borne iy the Ciy. In the event that any test fails, that test must be done over after :orrective measures have been taken, and the cost of retesting will be borne by the Section A - SP (Revised 9/18/00) Page 6 of 22 Contactor and deducted from the payment to the Contractor. The Contractor must p ovide all applicable certifications to the City Engineer. A 21 (NOT USED) The- Contractor must furnish and install following d awingo . (Attachment III) Contractor. Thc location of F,nginccr. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/981 Po1ig.Y one protect sign as indicated on the Thc signs mu3t be installed before 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 )f 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. 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: association, or labor, services, foregoing under Any named person, firm, partnership, corporation, jo;nt venture as herein identified as providing work, supplies, equipment, materials or any combination of the contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) Minority persons include Blacks, Mexican- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise. it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s)_ (c) For an enterprise doing business as a corporation, at least 51.0°% of the assets or interest in the corporate shares must Section A - SP (Revised 9/18/00) Page 7 of 22 be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business ent-- rprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as he case may be, must be entitled to receive S1.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise d Minority: See definition under Minority Business Enterprise. e Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 0% of whose assets or interests in the corporate shares are owned by one or mere women. f Joint Venture: P joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry ou 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 isself and in which a minority joint venture partner has a 50.0% interest. 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 lc_int venture. s. Goals a The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on al._ construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15% b These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from projec: to project, for the sole purpose of meeting the Contractor's Section A - SP (Revised 9/18/00) Page 8 of 22 percentage is prohibited. Compliance Upon completion of ehe Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor tc the City Engineer. 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 tor final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in timely fashion or 'o submit overall participation information as requir-ec A -23 Inspection Required (Rev;.sed 7/5/00) he Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection ,oroopanoy Contractor [*1l'Qi t}yo Certifioate of Ocoupancy, whcn applicable. - ;ectlon S 6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, rid all other City fees, inc uding water /wastewater meter fees and tap fees as required by City A-24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as `ollows "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent 10o- of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount cf the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the Section A - SP (Revised 9/18/00) Page 9 of 22 United States secretary of._ the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was s rued A 25 Sales Tax Exemption (NOT USED) action B 6 22, Talc Exemption Provision, tcllewir substituted in Lieu thereof. t.1cet3 to operate under a separated contract as defined by Ccction 3.291 of Chapter Tax < —sr&eh other rules or regulations 33 may be promulgated by the Comptroller of 7uric- ?ccount3 of Tem -33. • 4€ the Contractor elects to-operate under a separated contract, he shall. Cbtain the ,,T-ee ;+awry sale-3 Chargc3" in the into the Project. Provide the City aluc of material-s. Cubcontractors are eligible complies with the above €- t hia 3upp•licr. for sales tax exemptions A -26 Supplemental Insurance Requirements if the Subcontractor al3o For each insurance ooverage provided in accordance with Section B -6 -11 of the Contract, the Contraotor shall obtain an endorsement to the applicable insurance poiicy, signed by the insurer, stating: in the event of :cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1 Namt>: 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 Section A - SP (Revised 9/18/00) Page 10 of 22 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by she insurer, within thirty (30) calendar days after the dare the City Engineer requests that the Contractor sign the Contract documents. Within thirty L30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a cert ficate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. Fox each insurance :::overage 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 --; -1A a) of the Contract the Contractor shall obtain an-endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury. or any damage to any property, which may arise or which may be alleged no have arisen out of or in connection with the work covered by this SOntract. The foregoing indemnity shall apply except if such injury dea h or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified here.znder, . A -27 Responsibility for Damage Claims Paragraph (a) Genera'; Liability of Section B -6 -11 of the General Provisions is amended to include: Contractor must provide builder's risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's risk coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such builder's risk insurance coverage , including any deductib e. The City must be named additional insured on any policies providing such insurance coverage. A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its ob)igations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2 years_ The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been Section A - SP (Revised 9/18/00) Page 11 of 22 released, the bidder shall state why the claim has not been paid; and 2 whether there are any outstanding unpaid claims against bidder for services or materials suppled 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 o later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized parry. 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 Ci t✓ Engineer The cr teria upon which the 7i.ty Engineer makes this determination may include the following. 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 Pro-lect. 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 shah be present, on the job site, at all times that work is being performed. Foreman, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is net obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change n field administration staff during the term of this Contract If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff fox this Project during the term of the Contract, such a failure constitutes a basis 'o annul the contract pursuant to section B -7 -13. A -30 Amended "Consideration of Contract" Requirements Under ''General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) work ng days following the public opening and reading of the Section A - SP (Revised 9/18/00) Page 12 of 22 proposals, the three (_) apparent lowest bidders (based on the Base Bid only) must submit tc the City Engineer the following information: A 1st. of the mat r components of the work; A list of the products to be ncorporated into the Project; A schedule of val:_ies which specifies estimates of the cost for each major component of the s ork ;; A schedule of anticipated monthly payments for the Project duration. 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 contair:.ed herein. Similar substantiation will be required if the Contractor is an MBE If the responses do not clearly show that MBE participation wili 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. 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 Fhe 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 if 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. En the event that a subcontractor previously listed and approved is sought to to substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7- 13;. 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; 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. ) ocumentation as requires 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 Section A - SP (Revised 9/18/00) Page 13 of 22 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 Previsions and Requirements for Municipal Construction Contracts" B-8 5 Policy on Extra Work and Change Orders the present text is deleted and eplaced with the following: contractor acknowledges that the City has no obligation to pay for any extra work tor which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" 8 -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 C'ont r_ a.-tor 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 no attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A 35 City Water Fti.ciliti.ca. Special Requirement° (NOT USED) Visitor /Contractor Orientation Prior to perfo-rxing work at any City grater faei3 ity, the Centrxetor, 1132 Section A - SP (Revised 9/18/00 Page 14 of 22 Subcontractors, and valid card certifying Cafcty Oricnt 'ation Program conducted by thc City Water Pepartmcnt Personnel. A Visiter/LContraetor Safety Orientation Program will be who do not have such a card, any City watt -r faci and who desire to perform any work within refer to Attachment equipment, - °witch, breaker, control, or any other item related to City Department. C. Protection of Water-Quo-144y The City must deliver rater of drinking quality to its euotemcrp at l oitc and shall coordinate its work with- the City Water Department to protect the quality of thc water. All materials and equipment used in thc repair, reasoombly, transportation, items, American National reinstallation, and inspection of pumps, or any other (PNCI1NCF) Standard Standards Inotitutc / Natienal Sanitation Foundation the site by autherizcd City personnel immcdiately prior to use- The Contractor shall provide thc Engineer with -copies of written proof of ANSI /NCF Standard 61 approval for all materials which could come into contact with potable water. N ling ate A11 trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at the water facility site. Diowing trash will areas clean at all times and remove all trash daily. CWPTRACTOR'S ON SITE PREPARATION F. Contractor's personnel asst wear eelercd unifem evcra31 -o other than orange, blue, or white. Section A - SP (Revised 9/18/00) Page 15 of 22 - -- Contractor Aran provide tclephenca for Contractor personnel. Plant Working houra will be 7,00 A.M 1. Contractor muot not td3c . provide own 3anitaiy faciliticr. labeled with company name Ne private cmp..oycc vchicle3 arc allowed at vchicica. During working houra, contractor empleyec3 mna t net dcaignated con3tructief for required work or--a3 directed during emeng, -ney evacuation. leave the -Contra-cter r alific taone SCADA fgur RVISORy CONTROL AND DATA Any work to performed enly by qualified tceinical and 3uperviaory per3onncl, as includca, but is not ocleetiono, f debugging, calibrating, ooftwarc 3pccificd or required by thcoc limited to, modification,, addition,, ehangco, apccifications. 44.4 4 must be able be demon3tratc the following; }--- He is regularly cngagcd in thc computer ba3cd monitoring and water and waatcwater induotry. 2. He has performed work on aystem3 of comparable oise, type, and p�e� -eE =tom 3. He has been activcly cngagcd in thc type of work specified herein for at least 5 year,. 4. He cmploya a Rcgiatcrcd Profco3ional Engineer, a Control Sy3tcm3 �nginccr, r'_- - =q -__ed b§ this apcci -fie t-a- He employ, peroenncl en thi.o Project whe have oucccoafully g for the Contract. He maintaifto a permanent, }Ic ,hall manufacturer practical, all- egnipment of ewe maaufactur -- Section A - SP (Revised 9/18/00) Page 16 of 22 Prior performance at the O. N. Stevens Water Treatment Plant will the new werk for thin Project. 9. The rcquir.cd to thc programming as needed and required, te- add an example of t requires to bc €illcd in and given t the City Engineer. with all changes made during the programming pha:le. The attached sheet is an example ,ind 30 net intended to Chow all et thc required sheets. T#e ':ontraeteT will provide all programming blocka used. Trenching Requirements All trenching for thin p- eject at the °. N. £tcvens Water Treatment Plant ohall bc performed uoing a backhoc or hand digging due to the number of existing underground ob true..; p No trenching machines shall bc allowed A -36 Other Submittals 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. e Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of /elated items. f Marking: Contractor must_ mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g.. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental ,o successful performance of the completed work. Section A - SP (Revised 9/18/00) Page 17 of 22 r, pace Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution.- Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly eport, thru Contractor, any inability to comply with provisions. Samples: The Contractor must submit samples of finishes from the full range ,,f manufacturers` standard colors, textures, and patterns for City Engineer's selection. Test and Repair Report when specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test iata within the specified time to the City Engineer for approval. Otherwise, she 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 ", B 6 -15 Arrangement and Charge tor 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 Dr, 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 this Special Provision. A 39 Certificate of Occupancy and Final Acceptance (NOT USED) The i33uancc of a certificate of occupancy fer improvcmcnto doc2 not con3titutc final acceptance of the impe#cmcnta under A -40 Amendment to Section 8-8 -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 Section A - SP (Revised 9/18/00) Page 18 of 22 Engineer, that show that the material supplier has been paid for the materials delivered to the Protect worksit.e A-41 Ozone Advisory Priming and hot mix paving operations must not be conducted on days for which an ozone advisory has been issued, except tor repairs. The City Engineer will notify Contractor about ozone alert. It a delay such as this is experienced, the day will not be counted as a work da} 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 (unt prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b= Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimens :ons and locations of all work constructed. As a minimum, the final Section A - SP (Revised 9/18/00) Page 19 of 22 dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: lF Horn,ontal and vertical dimensions due to substitutions /field chan ies (2' Changes in - equipment and dimensions due to substitutions. 3` Dele ions, additions, and changes to scope of work. (4i Any ,;they changes made. A 4G D•iopooal of Highly Chlorinated water (7/5/00) (NOT USED) Thc. Contractor °hall be responsible for atcr uacd for tcoting, disinfection and line flushing in an app.oved manner. Contaminatt° in thc water, ehe-perm±aoible areas. These are regulated by numerous agencies 3ueh as TNRCC, EPA, ctc. It will be- the Cextractor's rcapon3ibility to comply with thc requiremento of alI rcgulatery agencies in ot di3p sal sha -l-1 -be Submitted to the City ter approval. There ohall bc no ocparate pay fer of highly chlorinated water. Contraete•r Shall not UOC the City'a sanitary sewer system for disposal of contaminated =.. — A 4-7 Pre Construction Ex lorato Excavation° (7 /x /00) (NOT USED) cxpe all existing pipelines of the that cross within 20 fcct of proposed pipelines of the —gee >ect and horisental kocation of f r existing pipelines which pipclincs e€ the project, Contractor shall excavate and eecpo3c Said exiting pipelines at a maximum of 300 fcct O.C. and Contractor shall aurvcy thc accurate ho- rizosta i and vertical locations . ' - - • - - _ . O.C. Contractor ahall then prepare a rcport and submit it to the City for approval indicating thc Owner of pipclincs excavated and ourvcycd, as well as the approximate oration thccof, distance to the pavement centerline and cicvation3 of to tep ot existing pi pelfte =-. l Contractor receivoo Engineer'° approval of report. Exploratory excavation° Shall bc paid for on a lump aum baaia. Any pavcmcnt repair excavations shall be paid for according to the aurvcy work effort (no 3cpara pay) for Section A - SP (Revised 9/18/00) Page 20 of 22 A -48 Overhead Electrical Wires (7/5/00) Contractor shah comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shah use tall due diligence, precautions, etc., to ensure that adequate safety is provided for all if his employees and operators of equipment and with regard to ensuring -hat no damage to existing overhead electrical wires or c l i t i eS occur e Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shad be the Contractor's sole responsibility to provide for adequate safety with regard ro 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'; guarantee is a separate, additional remedy available to benefit the City if Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Additional Certifications and Requirements - Windstorm The Contractor shall employ the services of a Texas Registered Professional Engineer to inspect the work and submit necessary information to the Texas Department of Insurance and shall furnish the Owner a certificate of compliance for this project with the Texas Department of Insurance Windstorm Code. A final WPI -8 shall be provided with Closeout Documents. There shall be no separate payment made tc the contractor fo- this item, as it shall be considered subsidiary to the pros ect _ Section A - SP (Revised 9/18/00) Page 21 of 22 PROJECT: OWNER ENGINEER: CONTRACTOR: SUBMITTAL DATE: SUBMITTAL TRANSMITTAL FORM APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 9/18/00) Page 22 of 22 PART C - FEDERAL WAGE RATES & REQUIREMENTS General Decision Number TX030063 07/14/2006 TX63 Superseded General Deci:;ion Number TX020063 '' :at_, Tex is on !iructi n Type: Building `: }ur t es: Nueces and Sar Patrik ro counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include residential >nsr.ruction consisting of sinc;le family homes and apartments up t_; and including 4 stories) Modi r cat :r n Number F Publication Date 06/13/2003 02/13/2004 05/28/2004 12/24/2004 09/23/2005 01/13/2006 02/03/2006 06/02/2006 07/14/2006 * BRTX000= -005 05/01/200:" Bricklayer ELECO21)8 -001 OB/28/2005 Rates Fringes .$ 19.00 6.40 Rates Fringes Electrician .$ 17.45 4.50+70- - IRON0066 -002 01/01/2003 I rorrworke r ...... . PAIN0130 -001 07/01/2005 Rates Fringes .. .$ 16.10 4.65 Rates Fringes PainreZ,., ..... $ 15.15 4.42 SDTX1987 - -002 03/01/1987 Rates "'arpenter.... $ 9.96 Cement Mason /Finisher.. ......_$ 12.50 `.aborer . .. ..... . $ 5,56 Masn Tender.. $ 7..14 Plumbers and Pipefitter 'including HVAC) $ 10.05 Fringes PAGE 1 OF 3 Power equipment operators Fackhoe...... Roofer (ncludinq Bui': Up, Composition and Single Ply`,-_ Tr ;c K Dr ver $ 7.64 9.20 I.50 WELDEPS - Receive rate E. escribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided al the Jabot standards contract clauses 9CFP 5.5 (a) (1) (ii)) Ir the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE oETERMINATTON APPEALS PROCESS 1 ) Has there been an initial decision in the matter? This can be: * an exist published wage determination; * a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matter:,, initial contact, including requests for summaries of surveys, should 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 is not satisfactory, then the process described in 2.) and 3 ' should be followed. With regard to any other matter not yet ripe for the formal process described here, nitial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S, Department of Labor 200 Constitution Pvenue, N.W. Washington, DC 2010 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 PAGE 2 OF 3 Set 29 CFR Part 8 armt 29 CFR Part 7) . Write to; Wage and Hour Administrator U '~ Department f Labor 200 Constitst.ion Avenue N.W. Washington, DC 2L210 The request should be aecompanied 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 requestoi considers relevant to the issue. 3 ) Lf the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board tl.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 9.) Ali decisions by the Administrative Review Board are final. END OF GENERAL DECISION PAGE 3 OF 3 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 26TH day of SEPTEMBER, 2006, by and between the CITY OF CORPUS CHRISTI of the County of Nueces State of Texas, acting through its duly authorized City Manager. termed Al the Contract Documents as "City," and Haeber Roofing Company termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $47,776.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: FIRE STATION NO.8 ROOF REPLACEMENT 2006 PROJECT NO. 5199 (TOTAL BASE BID: $47,776.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents: including Dverseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions plans and specifications, including all maps, plats, blueprints, and ether drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this pro -ject and are made a part hereof Agreement Page 1 of 2 P R O P O S A L Place: Date: SEPTEMBER 13, 2006 Proposal of BAEBER GOOFING COIO'ANY a Corporation organized and existing under the laws of the State of TEXAS 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 NO.8 - ROOF REPLACEMENT - 2006 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: TOTAL BASE BID: $ 47, 776.00 Proposal Form Page 2 of 5 P R O P O S A L F O R M F O R FIRE STATION NO.8 - ROOF REPLACEMENT - 2006 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Force Page 1 of 5 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 70 CALENDAR DAYS after construction is begun. Should Contractor default Contractor may be liable for liquidated damages as set forth in the Contract Documents. Cty will pay Contractor in current funds for performance of the contract in accordance progresses Signed in above ATTEST: with the Contract Documents as the work parts at Corpus Christi, Texas on the date shown APP D AS TO GAL FORM: By;i) I��,l,�l1. 1.1 Asst. City Attorney 1T4111 : (If Cr ora ion) ('S61 Below) ° (Note: If Person signing for corpation is not President, attach copy of authorisation to sfgn) CITY OF CORPUS CHRISTI BY:� Ronald F. Massey, Asst. City of Public Works and Utilities By: Angel . Escobar, P.E. Dire for of Engineering Services CONTRACTOR Haeber :•ofing Company By: Title: ' rrt: 2833 HOLLY RD. (Address) CORPUS CHRISTI, TX 78415 (City) (State) (Zip) 361/851 -8142 * 361/851 -8062 (Phone) (Fax) Agreement Page 2 of 2 r P R O P O S A L Place: Date: SEPT MB 1 13, 2006 Proposal of HAEBER GOOFING COMPANY a Corporation organized and existing under the laws of the State of TEXAS 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 NO.8 - ROOF REPLACEMENT - 2006 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: TOTAL BASE BID: $ 47, 776.00 Proposal Form Page 2 of 5 i`he undersigned hereby declares that he has visited the site an,J ).s carefully examined the plans, specifications and contract documents relating tc 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, Jpon notification of award of contract, we will within ten 110) 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 Seventy (70) 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): ADDENDUM NO. 1, ADDENDUM NO. 2 (SEAT, IF BIDDER IS a Corporation) Address: Respectfully submitted: Name: BER ROOFING COMPANY By: Telephone: NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers, PROPOSAL FORM PACE 3 OF 5 ) 2833 HOLLY ROAD (P.O. Box) (Street) CORPUS CHRISTI, TEXAS 78415 (City) (State) (Zip) 361- 851 -8142 (Revised August 2000) P E R F O R M A N C E B O N D BQND NO. PRF08822862 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Haeber Roofing Company of NUECES County, Texas, hereinafter natter called "Principal ", and FIDELITY & DEPOSIT CO of MARYLAND *, a c orprat on organized under the laws of the State of MARYLAND and dull; authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the CIA of Corpus Chr_sti, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of FORTY -SEVEN THOUSAND, SEVEN HUNDRED SEVENTY -SIX AND NO /100 ($47,776.00) DOLLARS, lawful morey of the United States, to be paid in Nueces :ours- y, 'exas, for the payment of which sum well and truly to be made we bind carseves, oar heirs, executors, administrators and sucessor s, icir:tly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the crir_c_ipa entered nto a certain contract with the City of Corpus :nrreti dated :he 26TH of SEPTEMBER , 20 06 , a copy of which is r E ret c at tac' ,ed -:nd made a part hereof, for the construction of: FIRE STATION NO.8 ROOF REPLACEMENT 2006 PROJECT NO. 5199 (TOTAL BASE BID: $47,776.00) 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 shall repair and /or replace all defects due to faulty materials and /or wokmanship that appear within a period of one (1) year from the date Df completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain ih 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 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 wai ve 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. "` C I )NIAI AMERICAN "'A: 'AL, . : '}' 'TY CC. Performance Bond Page 1 of bonc c 'meet ie requirements of Article 5160, Civil at - Texas, arN other applicable statutes of the H.t..a7_ of Texas. The underigncl ageri t. is hereby designated by the Surety her n the Agent Resent Ln Nueces County to whom any requisite rctHes Lay be deldfered on whom service of process may be had T:Atefs arlsing eut )f such s'._Iretyship, as provided by Art. \ernon'E: Teas irsunrce C&de, IN WITNESS WHEREOF, This instrument is executed in 4 copies, eac. one of -,nich sha. eeme an original, this the 6TH The deli f )0TOBER PRINCIPAL HAEBER RC FING COMPANY By Pint Fi TY, & Tit _Lretary • , (Fr SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO. Attor:IeSi-In-fact MARY ELLEN MOORE t Agent of the Surety in Nu•ares County, TeiKa*, notice and service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Contact Person; MAY ELLEN MOORE Address: P.o. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 36-883-1711 Da' e B. : 7 t • be date ::,7" 20IltraCt) (Revised 9/02) i :ormar ce liond Page jt P A Y M E N T B O N D STATE OF TEXAS § BOND NO. PRF08822862 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Haeber Roofing Company of NUECES County, Texas, ,ere natter called "Principal ", and FIDELITY & DEPOSIT COMPANY OF MARYLAND* co portion organ zed rider the Laws of the State of MARYLAND , E zd du, authorized t i_ buseness in the State of Texas, eereinafter called "Surety °' , are he id and firmly bound unto the Tit, of Trrpus Chr ste J. rrunicinai corporation of Nueces County, ix -L, nr rei nafi er "" ity ", and unto all persons, firms and Jr rations s:_.,ppii nc : rbee and materials in prosecution of the n )r- ref -?rre e _tached contract, in the penal sum of FORTY -SEVEN THOUSAND, SEVEN HUNDRED SEVENTY -SIX AND NO/100($47,776.00) -` OLLAS, lawful money of the United States, to ee eeid n Nueces ui... as, t r the payment of which sum well d r r_i t - ide ind selves, eur heirs, executors, Jm r _.s .tor r_i s_: s iy and severally, firmly by - - :ese presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ri._ ci.pal enter=ed into a certain contract with the City of Corpus r , : ti , dated : he 26TH ca'; SEPTEMBER , 20 06 , a copy of which Yefi,_ attar ed -nd male e part hereof, for the construction of: FIRE STATION NO.8 ROOF REPLACEMENT 2006 PROJECT NO. 5199 (TOTAL BASE BID: $47,776.00) NOW, THEREFORE, if the principal shall faithfully perform its ddtees and rake crept payment to all persons, firms, sebccntra. -tors, co oorat_gre and claimants supplying labor and rnateria_ in the p osestetim of the work provided for in said %n`-ract and any end a _1 euly authorized modification of said c n, r pct that may hereinafter be made, notice of which modification `: : e surety is erebl expressly, Waived, then this obligation s la. be Toi ; , :he:.viso remain in full force and effect. PROVIDED FURTHER, t any legal action be filed upon this k, .no, venue sria] 1 l:i i r. 'lur _. es County, Texas. And :hat said surety far value received hereby stipulates that ri ; rhange, ext ensio of into', alterat ion or addition to the terms of t h e contract ; or to h '... erk performed thereunder, or the plans, specifications, dra :inns, eic., accompanying the same shall in o eyw i =e effect its o1 . t n on this bond, and it does hereby w- eiva not ice t ant se,, lige, extension of time, alteration or a rd._ Y _or ro r-rris _ ne .-c r.t: act, or to the work to be prf_rmed there.nde "AN IAS' E' 1 men. Tn1_- bond is iven :leer the requirements of Article 5160, n 2ivil Sta: _ites f xas, arA other applicable statutes of he 3taf of Texas- The tens "Ctaimant", "'labor" and "Material", se d here aDrdance 4ith and as defined in said t IE. The undeisign,:d agen7 is hereby designated by the Surety Her,a n the Agent Resident in Nueces County to whom any requisite rDt_ -es may be deliJed and on whom service of process may be had n:atters arsing C-17 pf such suretyship, as provided by Art. 1, 'Arnon'n Te-as irsnrance le IN WITNESS WHEREOF, -A-1LE instrument is executed in 4 copies, of whi, h s'ral be deemed an original, this the 6TH day t 'TOBER , 20 PRINCIPAL HAEREP ROOFING COMPANY By: 1Pr'.Tht n;3ME• Tit]e) SURETY PIDELlrY & DEPOSIT COMPANY OF MARYLAND A'1FRICAN CASUALTY & SURETY CO. -3Y : ,t'Lurr.el-fact AARY E:,LEN MOORE The Rs34yt Agent of the Surety in IVU,4wips County, Tea4, for deity dr notice and service of process is: Agency: WANTN 50RDON INSURANCE AGENCY Contact Person: MARY ELLEN MORE Address: BOX 871 ORPUS CHRISTI, TEXAS 78403 Phone Number: :;61-881.'-171 i:e If a-7t) (Revised 9/02' [ AGORA, CERTIFICATE OF LIABILITY INSURANCE IPRODUCER Keetch & Associates P. 0. Box 3280 Corpus Christi TX 78463 -3280 Phone:361- 883 -3803 Fax:361 -883 -3894 NSURED Haeber Roofing Company Ralph Haeber Individual 2833 Holly Rd Corpus Christi TX 78415 COVERAGES CSR LP HAEBE -1 DATE (MM/DD/YYYY) 10/06/06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS P40 RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURER A. Lexington Insurance Company INSURER B: FEDERAL INS CO INSURER C: INSURER D. INSURER E. - .- __._._- ANY REQUIREMENT, MAY PERTAIN, POLICIES AGGREGATE _. ••- - -• -.• nrsvc ratan iaaucu 1U I Mt INbUKLU NAMED TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ABOVE FOR THE POLICY RESPECT TO WHICH TO ALL THE TERMS. POLICY EFFECTIVE DATE (MWDD/YY) PERIOD INDICATED. THIS CERTIFICATE EXCLUSIONS AND POLICY EXPIRATION DATE (MWDD/YYJ NOTWITHSTANDING MAY BE ISSUED OR CONDITIONS OF SUCH LIMITS INSR DD'111t{((( LTR 1NSRO TYPE OF INSURANCE POLICY NUMBER A X 1 GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY 7076874 f 05/01/06 05/01/07 / / 7 EACH OCCURRENCE $1,000,000 $ 50,000 X PRE `ISES(EaEOC«uence) J CLAIMS MADE X OCCUR ! MED EXP (Any one person) s Excluded X $ 5 Mil Per PERSONAL & ADV INJURY $ 1 , 000 , 000 GENT -_ Project Agg GENERAL AGGREGATE $2,000,000 AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMP /OP AGG $ 2, 000 , 000 '_ PRO- i POLICY X JECT LOC AUTOMOBILE 1 --- - LIABILITY ANY AU'C ALL OWNS D AUTOS SCHEDULED AUTOS HIRED AUTOS NON- OWNEDAUTO: - COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Peraccidenl} PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY ANY AUTC AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA - 1 -- LIABILITY EACH OCCURRENCE $ OCCUR ! C'LAIMSMADE DEDUCTIBLE RETENTION $ AGGREGATE $ $ $ $ WORKERS COMPENSATION AND EMPLOYERB' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERAEMBER EXCLUDED, If yes, describe under SPECIAL PROVISIONS below WC SIAIU- OLH- TORY LIMITS 1 ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ B OTHER BR /Installation Y 663 -31 -57 ,/ Floater 1 05/01/06 05/01/07 7 Limit V/ Ded $1,000,000 $2,500 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project: No. 5199 Fire Station No 8 Roof Replacement 2006 •f The City of Corpus Christi is named as Additional Insured on General Liability Policy •CDTICIPATC unr nco LATION City of Corpus Christi Engineer Services Attn: Contract Administrator P. O, Box 9277 Corpus Christi TX 78469 ACORD 25 (2001!08) CICO -CO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOJtE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 Ov DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUJHORIZEp RE ES NTATIVE © ACORD CORPORATION 1988 CERTIFICATE OF' INSURANCE SUCH INSURANCE AS REPECTS THE INTEREST OF THE CERTIFICATE HOLDER WILL NOT BE CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 30 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED BELOW, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOA,. This certifies that: X STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois, "'STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois, or ❑ STATE FARM COUNTY 'MUTUAL INSURANCE COMPANY OF TEXAS, of Dallas, Texas Nas coverage =n force for the following Named Insured as shown below: Named Insured. Address of Named Insured HAEBER ROOFING COMPANY j( 2833 HOLLY ROAD CORPUS CHRISTI, TX 78415 POLICY NUMBER 065 6962 53 EFFECTIVE DATE OF POLICY 05/01/2006 TO 05.01/2007, / Y DESCRIPTION OF VEHICLE FI EET LIABILITY COVERAGE X YES ❑ NO ❑ YES ❑ NO ❑ YES ❑ NO ❑ YES ❑ NO LIMITS OF LIABILITY a. Bodily Injure Each Person Each Accident b. Property Damage Each Accident c. Bodily injury & Property Damage Single Limit Each Accident 2.000,000 COMBINED S[NGLE LIMITS PHYSICAL DAMAGE COVERAGES a. Com.rehensive X YES NO $1000 Deductible ❑ YES ❑ NO $ Deductible ❑ YES ❑ NO $ Deductible ❑ YES ❑ NO $ Deductible b. Collision X YES NO $1000 Deductible ❑ YES • NO ❑ YES ❑ NO $ Deductible ❑ YES ❑ NO $ Deductible $ Deductible EMPLOYER'S NON - OWNERSHIP COVERAGE X YES NO X 1ES ❑ NO ❑ YES ❑ NO ❑ YES-0 NO ❑ YES ❑ NO YES �] NO ❑ YES ❑ NO ❑ YES ❑ NO HIRED CAR COVE&kGE n _ AGENT Signature o Authorized Representative Title Name and Address of Certificate Holder _ City of Corpus Christi Dept. of Engineering Services KYLE MCGEE Attention: Contract Administrator 4506 CORONA DRIVE PO Box 9277 CORPUS CHRISTI, TEXAS 78411 Co us Christi, TX 78469 -9277 53/8474 October 6, 2006 Agent `s Code Number Date Name and Address of Agent Thirty (30) day notice of cancellation to Additional Insured: X Check if the Certificate Holder should be added as an Additional Insured: X Please add as additional insured: City of Corpus Christi PO Box 9277 Corpus Christi, TX 78469 -9277 Project Name: Fire Station No. 8 Roof Replacement 2006 Project# 5199 158 -4430 TX (09 -92) Printed in U.S A. Regional Office Copy 4CORD CERTIFICATE OF LIABILITY INSURANCE 'RODUCER Swantner & Gordon Ins. Agcy -CC P. O. Box 870 Zorpus Christi TX 78403 -0870 Phone:361 -883 -1711 Fax:361- 844 -0101 NSURED Haeber R ofing Company 2833 Holly Rd. Corpus Christi TX 78415 CSR SP HAEBE -1 DATE (MM/DD/YYYY) 10/06/06 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 INSURER A: INSURER B. NAIC # Texas Mutual Insurance Co. INSURER C INSURER 0. INSURER E: OVERAGES 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. I4K .TR IUD L MISRD TYPE OF INSURANCE POUCY NUMBER POUCY EFFECTNE DATE (MMIDOIYY) POUCY �E �Xp,�r,�ATION DATE (MMIDD/YV) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY — -- CLAIMS MADE I I OCCUR EACH OCCURRENCE $ UAMAGt IUHtNItU PREMISES (Ea occurence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GENII_ AGGREGATE LIMIT APPLIES PER- POLICY ACT LOC i PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO ' ALL OWNED AUTOS — SCHEDULED AUTOS ' HIRED AUTOS — NON-OWNED AUTOS BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG S EXCESS/UMBRELLA LIABILITY —� OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE TSF0001144150 OFFICER/MEMBER EXCLUDED, If yes, describe under SPECIAL PROVISIONS beiow 05/01/06 05/01/07 ,( U X TORY SLIMITS OER E. L. EACH ACCIDENT $1,000,000 EL. DISEASE - EA EMPLOYEES 1, 000, 000 E.L. DISEASE - POLICY LIMIT S 1 , 000 000 OTHER 1 , )ESCRIPTION OF OPERATIONS / LOCATIONS / VEHCLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS/ Project No. 5199 - Fire Station No. 8 Roof Replacemnt 2006 C/ ^C DTtCIP•TC Lint non TION City of Corpus Christi Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi TX 78469 -9277 4CORD 25(2001/08) CICC -CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORfe -THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 V 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. @ACORD 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. CORD 25 (2001/08) ENDORSEMENT # 305 This endorsement, effective 12:01 AM 05/01/2006 Forms a part of policy no.: 7076874 / Issued to: HAEBER ROOF I NG :OMPANY By: LEXINGTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED REQUIRED BY WRITTEN CONTRACT -his endorsement modifies insurance provided under the following: J COMMERCIAL GENERAL LIABILITY POLICY, COVERAGE APPLICABLE TO COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE (SECTION I - COVERAGES) ONLY A. Section it - Who Is An Insured is amended to include any person or organization you are required to include as an additional insured on this policy by a written contract or written agreement in effect during this policy period and executed prior to the "occurrence" of the "bodily injury" or "property damage," B. The insurance provided to the above described A additional insured under this endorsement is limited as follows: 1 COVERAGE A BODILY INJURY AND PROP- ERTY DAMAGE (Sectior I - Coverages) only. 2. The person or organization is only an additional insured with respect to liability arising out of "your work" or "your product ". 3. In the event that the Limits of Insurance provided by this policy exceed the Limits of Insurance required by the written contract or written agreement, the insurance provided by this endorsement shall be limited to the Limits of Insurance required by the written contract or written agreement. This endorsement shall not increase the Limits of Insurance shown in the Declarations pertaining to the coverage provided herein. 4. The insurance provided to such an additional insured does not apply to "bodily injury" or "property damage" arising out of an archi- tect's, engineer's, or surveyor's rendering of or failure to render any professional services, including, but not limited to: Scheduled Name of Person or Organization: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi, TX 78469 -9277 i. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and fi. Supervisory, inspection, architectural, or engineering activities. 5. This insurance does not apply to "bodily injury" or "property damage" arising out of "your work" or "your product" included in the "product- completed operations hazard" unless you are required to provide such coverage by written contract or written agreement and then only for the period of time required by the written contract or written agreement and in no event beyond the expiration date of the policy. 6. Any coverage provided by this endorse- ment to an additional insured shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. C. In accordance with the terms and conditions of the policy and as more fully explained in the policy, as soon as practicable, each additional insured must give us prompt notice of any "occurrence" which may result in a claim, forward all legal papers to us, cooperate in the defense of any actions, and otherwise comply with all of the policy's terms and conditions. Failure to comply with this provision may, at our option, result in the claim or "suit" being denied. J Authorized Representative OR Countersignature (In states where applicable) includes copyrighted information of the Insurance Services Offices, Inc., with its permission. All rights reserved. 1X9776 (08/04) ENDORSEMENT # 006 This endorsement, effective 12:01 AM 05/01/2006 Forms a part of policy no.: 7076874 V' Issued to: HAEBER ROOFING COMPANY By°LEXINGTON INSURANCE COMPANY WAIVER OF SUBROGATION (BLANKET) It is agreed that we, in the event of a payment under this policy, waive our right of subrogation against any person or organization where the insured has waived liability of such person or organization as part of a written contractual agreement between the insured and such person or organization entered into prior to the "occurrence" or offense. All other terms and conditions remain unchanged. Scheduled Name of Person or Organization: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P 0 Box 9277 Corpus Christi, TX 78469-9277 LEXOCC234 (11/03) LX0485 Authorized Representative OR Countersignature (in states where applicable) TE 99 01B ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement is a part of your policy. Except for the changes it makes, all other terms of the policy remain the same and apply to this endorsement. It is effective at the same time as your policy unless a different effective date is specified by us in writing. If issued at a later date the name, policy number and effective date must be shown. Issued by the STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington. Illinois, or the STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois, or the STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas. Texas, as shown by the company's name on the policy of which this endorsement is a part. Named Insured HAEBER ROOFING COMPANY Policy Number 065 6962 53 ✓ Effective Date October 6, 2006 V 12:01 A.M Standard Time The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. CITY OF CORPUS CHRISTI, DEPARTMENT OF ENGINEERING SERVICES, ATTN: CONTRACT - / ADMINISTRATOR, PO BOX 9277, CORPUS CHRISTI, TX 78469 -9277 v (Enter Name and Address of Additional insured.) is an insured , but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid by you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 01B - ADDITIONAL INSURED Texas Standard Automobile Endorsement Ed. Effective October 1, 1988 ENDORSEMENT # 002 This endorsement, effective 12:01 AM 05/01/2006 Forms a part of policy no.: 7076874 ✓ Issued to: HAEBER ROOF I NG COMPANY By: LEXINGTON INSURANCE COMPANY CANCELLATION AMENDMENT in consideration of the premium charged, it is hereby agreed that the cancellation provision is amended to 60 days in lieu of (30) days, except for non - payment of premium which remains (10) days. All other terms and conditions remain unchanged. Scheduled Name of Person or Organization: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P O. Box 9277 Corpus Christi, TX 78469 -9277 Authorized Representative OR Countersignature (In states where applicable) 1X9586 (02/03) 6037M.2 CERTIFICATE OF INSURANCE this is to certify that. STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, [1linois has coverage in force as shown below for the named insured. If the :overage is changed or terminated we will give 30 days written notice to: ✓ CITY OF CORPUS CHRISTI, DEPARTMENT OF ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR ( PO BOX 9277 CORPUS CHRISTI, TX 78469 -9277 Description of Vehicle: See FLEET Schedule LIABILITY - COVERAGE A AND B Limits of Liability Bodily Injury Property Damage each person) each accident) (each accident) 1 3 $ 1$ Bodily Injury and Property Damage Single Limit (each accident) $ 2,000,000 'his Certificate of Insurance does not change the coverage provided by the described policy. \lamed Insured: HAEBER ROOFING COMPANY V 'olicy Number: 065 6962 53 V affective Date: October 6, 2006 2:01 A.M. Standard Time i037M.2 ® WORKERS' COMPENSATION AND EMPLOYERS X LIABILITY INSURANCE POLICY Insurance Company WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1 Number of days advance notice 30 2 Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469 -9277 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. ;The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on October 6, 2006 at 12:01 A.M. standard time, forms a part of Policy No. TSF- 0001144150 20060501 of the Texas Mutual Insurance Company Endorsement No. 6 Pi Issued to HAEBER ROOFING COMPANY INC .! Premium $ 0 , 00 WC420601 {ED. 1 -94) Authorized Representative ** GENERAL ENDORSEMENT Name of person or organization insured Haeber Roofing Company Date this endorsement takes effect '10-6-06 f Endorsement Number 001 Policy Number 663 -31 -57 1 Policy Period 5-1 -06 to 5 -1 -07 Builders' Risk / Installation Floater Name of Company issuing this endorsement Federal Insurance Company (We will not fill in the above unless we issue this endorsement after we issue your policy) In consideration of no change in premium, add the following as an additional insured: City of Corpus Christi: Department of Engineering Services P.O. Box 9277; Attn: Contract Administrator Corpus Christi, TX 78469 -9277 Should the above described policy be cancelled or materially changed before the expiration date thereof, the issuing company will mail 30 days written notice to the above named. Signature: Alit& Authorized Agent Forms a part of policy no: 663 -31 -57 Issued to: Haeber Roofing Company