Loading...
HomeMy WebLinkAboutC2006-526 - 11/7/2006 - Approved20(16-526 1 l !07/06 M2006-367 A. Ortiz C'~nstruction & Paving S P E C I A L P R O~" I S I Q S P E C I F I C A i 1 O N S A N D F O R M S O F C O N T R A C T ~ ~ N D B ~ N D S F O R ROLLED CURB & GUTTLR REPLACEMENT FY 2006-2007 Yrepared by: Jase F. Trejo, P.E. I?.P.L.S. DEPARTMENT OF EI~TGINEERIPJG SERVIC'ES City of Corpus Ch~~i.sti 1201 Leopard Corpus Christi, T~xas Phone: 361/826-~500 Fa.x: 361 /Es2.6-3~~~:)? cm oF ~ews c~ensn " FOR STORM WATER DEPARTt•i i?NT ~ CITY OF' CORPUS CHRIS'I'I TEX>S Phone: 361/826-1~31 Fax: 361/826-1889 ~ ~ PROJECT NO: 2269 ' _~_ T~RAWING NO: N/A ~ ~ ~ ~- _ ~i ~~~~` ~:"•~• .±~i~..qry~~,} * ~ ~~°,• ~ ~ti3 ,~ • ~ti t :~; ~.t~~`-' ~''~= ', : ......... ;~' ;;`~ ~~~ •.~P ~t{~~~ r ; ~... ~_~ ~` fn~~7J~-~'.;`[e`µs• ~ ~~~~~: .,4,'~:"~~'. ~~4' ~~' {Revised 7 5!00) Rolled Curb and Gutter Replacement FY 2006-2007 Table of Contents NOTICE TU BIDDERS (Revised ~/~~;`ooi NOTICE Tn CONTRACTORS - A (Revised Sept_ 2000) Insurance Requirements NOTICE TO C4NTR.ACTORS - B Revisea ~/5/00) Worker's Compensatior. Coverage For Building or Construction Projects For Government Entities PART A - SPgCIAL PROVISIONS A-i Tiiue and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Mainten3itce of Services A-13 Area AcCess and Traffic Control A-14 Construction Equipment Spillage and Tracking A--15 Excavation and Removals A-lb Disposal/Salvage of Materials n ~7---~~'riesa-v zicc {KOt QBE'd) "~---8e~e~be-~~~~~t~e~ee e€ ^~~~~„,~~; ~~ (Not IIaed} A-19 ConstruCtion Staking A-20 Testing and Certification r~, „v,.~ ~.... ~: ~___ (Not U~ed) A-22 Minority/Minority Business Enterprise Participation Policy {Revised 10/98) n ~3 -- (Not Used? A-24 Surety Bonds n y T Sa=~-Zatic ~3eee~gt-~e~ ~i~-~A~T6$~E ~P~~.~~B~$ ~ ~ ~' i1~~ ~ (Not IIsed) A-26 Supplemental Insurance Requirements n~-7 n,, :ts~ ~ zt,~_~z.o~n., nc~8 (ATpt IIsed) aa.=.uy~. 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 Coaditions of Work A-34 PrecedeACe of Contract Dor..uments n• r. vr ~. •~•~' c+ ~ n zS ~««::~~ tI'lOt Used) __ ~~ ~~l _._~~_ _`_-______ _1___-__- __-_ __-- _ .._ A-36 Other Submitta3s (Revised 9/18/00)= "rr-3-~T- a~.cx aca "==~a~geme~~ a33~ E~a~ge €9~ ~~~a~e~ c~...,....: ..t.,..a i.... ~s.~, n: }.,n (NOt IIsed) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities T ~c~ r• ,..+-:c~ .,~,, ,.~ n.. _-,.-..a ~; -.i n,. ~~.. (NOt IIsed) A-40 Am~ndment to Section B-8-6: Partial Estimates ~-4-} (Not IIaed) A-42 06HA Rules & Regulations A~43 Amended Indemnification & Hold Harmless {9/98) A 44 Change Orders (4/26/99) (Not Used) (Not IIsed) (Not IIsed) A-48 Overhead Electrical Wires (7/5/00) A-49 Atrlend "Maintenance Guaranty° (8/24/00) A-50 Supplemental Time of Completion/Liquidated damages -Curb & Gutter A-51 Estimated Quantities - Curb & Gutter A-52 Lists of Specific Locations - Curb & Gutter A-53 Geographic Area and I,ocations - Curb & Gutter A-54 Pavement Repair A-55 Backfilling Behind New Curbing A-56 Curb & Gutter Cutting & Doweling A-57 Site S+~quencing and Maintenance A-58 Saw Cutting Existing Concrete and/or Asphalt A-59 ADA Compliance A-60 Sidewalks and Driveways A-61 Concrete Curb and Gutter A-62 Standard Specification A-63 Construction Drawings PART B - GBNERAL PROVISIONS PART C - 1~'SDLRAL WAC~$ R.ATLS AND RBQUIRBMBNTS PA.RT S - 3TANDARD SPECIFIGATIONS 025205 - Pavement Repair, Curb, Gutter, Sidewaik & Driveway Replacement (5-54) 025222 - FZexible Base - High Strength (S-24A) 025404 -- Asphalts, Oils, and Emulsions (S-29) 025412 - Prime Coat (5-30) 025424 - Hot Mix Asphalt Concrete Pavement (Class A) (5-34) 025610 - Concrete Curb and Gutter (S-52) 025612 - Concrete Sidewalks and Driveways (5-53) 030020 - Portland Cement Concrete (S-40) a32020 - Reinforcing Steel (5-42} 038000 - Concrete Structures (S-41} 097020 - Exposed Aggregate Finish for Concrete Sidewalks (5-51) PART T - T`~CHNICAL SPECIFICATIONS T-025614 - Concrete Curb Ramps LI ST OF DRA3~fINGS Sheet 1 - Curb, Gutter, and Sidewalk Details Sheet 2 - Standard Driveway Details Sheet 3 - Standard Driveway Details Sheet 4 - Typical Application Traffic Control Detail Sheet 5 - Typical Application Traffic Control Detail Sheet 6 - Typical App~ication Traffic Control Detail Sheet 7 - Typical Application Traffic Control Detail Sheet 8 - Typical Application Traffic Control Detail Sheet 9- Typical Application Traffic Control Detail _.~ -, Sheet 10 - Typical Application Traffic Control Detail Sheet 11 - Typical Application Traffic Control Detail Sheet 22 - Typical Application Traffic Control Detail Sheet 13 - Typical Application Traffic Control Detail Sheet 14 - Typical Application Traffic Control Detail Sheet 15 - Typical Application Traffic Control Detail NOTICE AGRBEMBNT PROPOSAL/DISCLOSURE STATEMENT PLRFORM~iNCL BOND PAYMENT BOND N4TICE T4 BIDDERS NOTICB TO BIDD$RS Sealed proposals, addressed to the City of Corpus Christi, Texas for: Rolled Curb and Gutter Re lacement FY 2006-2007; consists of Part A: Specific Area consisting of the removal and replacement of 2,500 linear feet of curb and gutter; 8,200 square feet of driveway approaches, 80~ square feet of sidewalks; 820 square yards of pavement repair (within a specific geographic area}; Part B: Various Locatians consisting of the removal and replacement of 1,500 linear feet of curb and gutter; 500 square feet of driveway approaches, 200 square ~eet of sidewalks; 700 square yards of pavement repair (city wide~; _ - will be received at the office of the City Secretary until 2•00 m. on Wecl~es~, October 25, 2006, and then publicly opened an re'a3"' Any i r ive a r c osing time will be returned unopened. A re-bid meeting is scheduled for 11:00 a.m., Tuesday, October 17, 20~6 and will be conducted by, the Ci'~-''I' e oca ion o e mee ,ing wi th~ Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5~ of the highest amount bid must accom~any each proposal. Failure to ~rovide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5o bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are ~' not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 l~ollars ($50.00~ as a guarantee of their return in gao con i ion within two~cee 's of bid date. Documents can be obtained by mail upon receipt of an additionaZ ($10.00} which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents - obtaine~ble at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageaus to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS js/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary ~~µ~ Revised 7r5~00 NOTICE TU CONTRACTORS - A NOTICE TO CO~TTRACTORS - A INSURANCE RFQUIREMENTS Revised May, 2066 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSIIRANCE MINIMLTM INSIIRANCS COVERAG$ 30-Day Notice of Cancellation required on Bodily Iujury and Property Damage all certificates PBR OCCIIRRENCE / A6GR$GATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Co~Iapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9• Personal Injury AUTOMOBILE LCABILITY--OWNED NON-~">WNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' CUMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS` LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY,' $2,000,~00 COMBINED SINGLE LIMIT ENVIRONMEN'I'AL IMPAIRMENT COVERAGE Not limited to sudden & arcidental ^ REQUIRED discharge; to include long-term X NOT REQUIRED environReental impact for the disposal. of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements O REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements ^ RE4UIRED X NOT REQLJIRED Page 1 of 2 Tt.e City of Corpus Christi must be named as an additional insured on all coverages excepr worker's compensation liability coverage. ~ I_ Tte name of the Project must be :listed under "description of operations" on each cert~ficate of insurance. [) Fc:r ea~:,h insur-ar~ce cc>verage, the Contractvr 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 Admi.nistrator at 880-3500. " Page 2 of 2 NOTICE TO CONTRACTQRS - B NOTICE TO CONTR.ACTORS - B WOR~.= ' S C0: := ~.tiSATION COVERAGE FOR BUILDING GK C~NSTRUCTION PROJECTS FOR C~VE??~NSENT EN'TITIES '~?Yas law requi=es `hat -ost contraccors, subcc:c=~ctors, and ~~tr.~~; :-roviding woric cr serv_ces for a City building c~ construction prc-. ec= ~ust be covere~ by wOL'Y°= ' s compensation insura^ce , authorized sei~-::surance, or an aopr~ved worker's compensa~~cz coverage agre~m~r.t . ~ver. if Texas law does zot require a contractor, subcontractor or oth~-~s performing p~oject services (including deliveries to the job site~ ~~ provide 1 of the 3 forms of worker's compensacicn coverage, the C~.t}~ will require such coverage for all individuals providing work c.- ser~,-ices an this Projec~ at any time, includinc during the mai:~~°_~~nce guaranty perioc. :~totor carriers which are required to reg«_°~~ with the Texas Depar~-:~nL of Transportation under 'I'exas Civil Sta~Lt°s Article E675c, and ~~hich provide accidentGi insurance cover~ce under Texas Civil Stacutes Articie 6675c, Secc'_on 4(j) need not :.~e~-•ide 1 of the 3 forms ~~ worker's compensation ceverage. ''_'he Contractor agrees ~~ comply with all applicar~le provisions of '"ex.as AdminisCrative ~ode '~itle 28, Section 110.1~0, a copy of whic:-. :~; attached and c3eemed _~corporated into the project contract. Please ~:ote that under se~ticn 110.110: ~. certain ~anguage ~;ust be included in the Contractor"s Contract with the C~ty and the Contractor's coZtracts with subcontractors and others providing services for the Project; ~. the Contractor :s required `o submit ~o the City certificates of c~verage for its employe~s Gnd for all subcontractors and athers providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extensiori of coverage during the Project; and ~. the Contractor is required to post the requ_''_d notice at the job site. ~y ~,_c~±ng this Contract, the Contraetor certifies thac _~ will timely com^_~•' ~~~ith these Notice t:o C~nt~actors 'B" requirement=. NOTICE .-0 CONTRACTORS - 8 iRevisea 2/13/98) paqe 1 of 7 e/7 ~ yg . , . . ~Le . ~., c ~~itle ~S. L~SL~Z...-~~`C E Part IL TE1:..-~S ~~`(~Fth.EF~.S' C~'~1PE,ISATION CO~SI~IISSIO\ Chaprer 114. REQL~IRED i~'OTICES OF CC3'S~"ER-~GE Subchapter B. E:4IPLOY~R `OTICES ~ I10.114 Reportin~ ~2eauiremencs tor Building or Construc~ion Projecu for Goveramencal Entities (a) The foflowine words ~r,d teizris, K•nen ~sed in this ruie, sha11 r_ve che foliowine meanings, unless the context cierrly inaicates ot;7er.uise. TP:~u not de5~ec in this rt:ie shall have che me.~nin~ de^ned ±n che Te:cas Labor Code, :~ so de~ne~. ~ r i l) Certine~:° oi cove:~Qe ~ce: :inc; t~ i- = c;,ay of a ce:-,incace ei :suranee, s ce: ci.ncate ei aui'norir~• , co seu-insure :ssued b~~ ci~e c; s:unissior, er a worke; s' compe:~.szc:en covera2e a~ere~mens (TWCC-S 1, TV~CGo2, T~VCGS3, or I~~ICC-S4), showing starutory workers' compensauon insurance coverage for the person's or eacit}~s e:nDloyees ~inciucing those suoject to a coverage tgreement) provioine services on a orojec~, ior the durauon of ~e project. rt" ~2) Buildine or consuuc~:on-rias t'r.e mes.^.i*~~ denned in the Texzs Labor Code, ~ 406.096(e)(1). t3} Concrac~or--:~ person oidding :or or a•Narded a buiIciine or co:~.suuction project by a~overnmental encitv ~,4) CoveraQe-Workers` comoensauon inst~r2nce meecin~ Lhe st2tutory requirements of che Texas Labar Code, § 401.01 I (44). ~;5) CoveraQC azree~eat-:? wrinea ~eree:^ent on form T~zTCC-oI, form ~ICGS2, form i WCC-S3, ~~r iorm TWCC-S4, fled witu the Te.cas Eaorkers' Comoeasation Commission wtuch estaolisE~es a relationship between the parties for pu~poses of the Texas Worice: s' Compensation Aci, pursuant to ._ the Texas Labor Cade, Cbapter 406, Subchapters F and G, as one of employer/employee and establishes wao will be responsbie for providing workers' campeasatiou coverage for persans providing services on the project. _p {6) Durauon oi ~he projecz-Ir,ctudes che ti.fne irom the be2inr.ing oi woric on t6e project untiI tt:e •~vorK on che ~roje~ hrs be°z compie:e~ :..-:d accepce~ by the ¢overrL~nental er.city. M_ ( 7) Pe: sons ~revidin~ se^nces on ~ne crore^ ~"subcon~rzctor" ~. 3~:06.Q96 of the Act)-«r~ ~e excepiion oi persons ex~;uoed under subsections (h) and (i) of [his section, inciudes all persons or enc.aes pe:ionnine atl or oa.rt of the services che contractor has undertaken to perforrn on che orojec•~ -` regardiess o; whether ch~t pe: son contrac:e~ directlv witn the co.~tractor and regardless of whether c'~at person F.as emolovees Tt:is inciudes ouc is not limited to inde~eadent contraccors, subconuactors. f.,a.sing ;.omp2rues, motor ::arners, ;.,~amer-ooerators, e:nployees of ~ny such enuty, or employe~s of °° ~nv enc~tv CZ:rr.~sninQ persons t~ perzarm se:-vices on che project. "Services" includes but is not li..^uted ___--- NOTICE TO CONTRACTORS - - - htto~;l•,~-ww~ scs.st~te tx uvtad2s/II/ i i 0/B/I l0. i l0 html Revised 1/23/98! g/7l98 . Paqe 2 of 7 .,,» . ~ »p, ... .... ,~ _., ..,,~,,,,... <...... _ e.~._ .__ ...,,- ;. ~ ___, .. ~.. _ ~,... ....,.,.... ..,.,....~...,,.._... .e,.~..~, .........~.. ._ ...¢. r.... ~t ~:.__ : ~, ~ p3Se ~ ~;' ~ c c~~ -.. _-._~une, o: ce~••'e:in~ ecuio~::ea: er -__.,r.~is. cr ~r~~icing lzbor, t,~zspe::~-:cn. or othc- ;e:~^:.° ._._._:. ;o a orojec:. 'Se:vices' does not i.:.:::~° aczi•.;~:e~ :...:eiated to the proiec~ _::cn ~s t~oe,~~e~.e~~_° ~•endors, c:1.c~ suopiy delivenes, ~.~ ce:iverv or ~or'~zole [o~lecs. (8} Prcie~ -~:c:udes the cro•.ision oi alI se:vices re:~:ed Io a CLi:ci.a2 or construc*,ion c~: :;act for a gove^ ~....:_~ e~ur~. ~b) P: a~io;r.< or causine io ~e orovided a cercincz:e o* coverage rurSUani to this rule is a represe^c~;;c~ bv che insure~ :hat al! empioyees er':.!;e insurec w-no are pro~zding servic~s en the projec: z'e c~~:ered by woricers' compensation cove:zze, that the coverage is b~sed on prooer r epoRinc oi c:: ssincation rades and payroll amour.:s, znd that aii coverage agreements Fave oeen tile~ with L':e a~~recriate insurznce carrier or, in the case et a Self-insarea, with the coriunissio~'s Division ~f Se!~-L.sur~.ce Re¢uiatior Providing ialse or misieading ce:ii~caces oi coverage, or :a..u:ng to proviae or r: aintain required coverage, or failing ce re~ort any c:,2nge that materially a~e.^~ the provision oi c.~verage may saoject the contractor or other person providing services on the project to administ~ ~::~•e cenalties, c:~i.*ninal penaities, civi.i pe^a~ties, or othe: c;vil actions. i c) A eever.~~ e~tai eatirv L_a: enters into a buiidi:.~ or construc:..~oa contract on a projec: s::ali: ~;1) inc:ude ir: cae bid specincsaons, all the provisians ar para~?~z (~ of this subseaicn. Ls:ng che languzee re~t~ired by paraerz~a (71 of this subsec:ic:,.; (2) as part ot L5e contract, ~sing the languane reaui:ed by paraera.oh (7) of this subsecuor~ require c};e contnc:cr to periorm as reeuired in subsecuon (d) of ;his section; f3} obcain ic:n che contrac:or a certificate of coverz~~ for eacn ce:son providing services on the project, priar to that pe:son beQanrung work ou the project; ~ {4} obcain aem che conL~ac.or a new certificate of coverage showing extension of coverage: ~;A} before *.c~ end of the c,~-enc c:~verage period, iT ~..`~e contrac:or's eurrent certificace eT c~verage ~ shows that ;: e coveraee pe^od ends during the duration of the oroiecc; and (B) no iace: ~~.:.n seven days ~"ter the expiration or't~e c~vera~e for each other person providing "° services oa t~~ project whose current certificate shows that the coverage period ends during the duration of L`~e groject; (5) recain c~:tiucates of coverage on file for the duration of the project and for three years tnereaf3er, (6 j pcovide a c~py of the ce:-.incates of coveraQe to che comrniss:on upon request and to any person ~` Pnutle:~ : ~ tne:n oy law; ar.d '7) use :7e 12.:.~~age cantaine~ in the fotlowing Fieure i for bid scecineations and conua~.s, '~~t.hout - any addicionz words er cnanges, except those reauired to accom.modate the specific docuraent in which the`~ ~.~~ contained or to impose sincter standuds of doc~:.lentation: T2$S 1 I G.1 t0(c)(7) tb1 NOTICE ?O CONTRAC?CAS - 3 Revised I/13l981 http:l/v~.v.,. sos.s:ate.tx.us/tac'~s,~IUI lOB/1 10 I i0.htrr.i fa9` 3 ot ~ g~~~cg .,,. ~,, ...~_..~.~~ _._.__ _._.,. _..._~ . _,__. ,.~- _~. ~. _..~,r. _ :,y~ , 10.1 iQ ~ t A contracior sn ::~: Page ~ oi 6 i) provide coverage ior its emvic~•ees croviding services on a projec~, ;: u:e auration of the proje~; + ~asen on prope: re~oring of class:~.:.:._~n codes and p~}TCiI amounts z:.c ^':^2 or'any coverage ~~rce:nents; r ~ i provide a cerafirzte of covera, ~ s~owine workers` comoensation cove: a~e to the governmencal °aurv prior ta be2inni.~g woric on _~e ~rojecc; , 3} provide the gove:nmensal enLr;, r^or to the end of th~ coverage pe:ied. ~ new certifcate of ~~vaage showing exiension oi cevera¢c, if che covera¢e period shown on ~^~ c~ntractac's cunenc =e:'tificate of coverasze ends durinz t::e duration or"che project; ~ ~ C} abtain from each person providinQ scrvices on a proiect, and provitie te t::e Qovernmental antity: ~.~} a cercificate of coveraee, prior to that person be~uuiing work on the croicct, so the governmeuta! ~zcity will have on fiIe ceruficates oi coverage showing coverage for all persons providing services on -e projecz; and (3) no later thau seven days aFte: : ecei~c by the convactor, a new cetificate of caverage showing extension of coverage, if the coverzge period shown on the current certincZt~ of coverage ends durine '~ tbe durauon of the project; (S) retain all required c~~zir3cates o: c~verage on file for the duration of ihe project and for one year thereafter. {6) notify the governmentai entity ir. writing by certified mail or personal ce?ivery, within ten days after the contractor knew or should have 'r,nown, of any change that macecially ariects the provision of coveraze of at~y person providing se.rvices on the project; (7) post a notice on ezch project si~e iruorming all persons providing services on the project that they ~ z e required to be covered, aad staring how a person may verify currens c:,ve.~st~ and report failure to provide covGrage. Tbis noace does not satisfy other posting requiremenu i~DOSed by the Aet or other cocnmE~ssivn nsles. This noticc must be printed with a title in at least 30 paint botd type and text in at ~ leasc 19 Point nocma! type, aad shail be in both English and Spauish and any othr.r tanguage common ta che worker popuia~oa T~z text for t~e noticcs shall bo thc following text nrovided by the comrtuSSion on the sample norice, •~ithout any additional words ar changes: x' REQUIRED WORKERS' COMPE?~1SATION COVER,~,GE "The !aw requires that each person worian~ on this site or praviding services re!at~d to this construccion project must be cove:e~ by wockers' comneasation insuranca. i-~s includes persons providin~, hauling, or deliverutg equipr.ient or materiais, or praviding labor or transportatiou or other ~~ service reiated to the proje~, re?~rciess of the identiry of their employer or status as ari employee." "'Call the Texas Workers' Compersacion Commission at 512-440-3789 to r~~e:ve informaiian on the 1e¢a! requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employe~s faiIure co provide coverage." NOTIC:,' _~ CON2RACTORS - B `:;~p:l~wwwsos.state.rx.us/tad28/II/110/B/130.110.htm1 Revistd 1/13/481 g~~9g 2aqe ~ of ~ ~ 1 1 G t'aQe 4 or b ~S T; .C . . - ~8) c~::c:2c:t:~ily reu~.:i.re °.~~n ~erscn ~y~cn',~'rc~ := conu2c:~ :., -:c~ice se:~~ic~s c~ ~~~oject to: (A} orovioe c.^,vera¢e ozse~ on prooer re~oni:.a oi classincauon c:,ces ~~6 payroii 2.::ounts and filine af an}~ c~veraze a~re~Ter.:s ior °.~.~ of i:s ez:eic~•e°s providi.^~ se^.~ices cn cne proie~ ,:~r the duration cfthe proiect; (B) protide a cenuica~e er ~o~~er2~e to ~he con::aaor priOr [o tilai De:son beQUUL.^~ •:~oric on the p~oje~ : (C) inciuce in a11 concrac.s ~o pro~ide se:-vices er. cne ¢rojec: :`:e izsgua~e en subse ~~en (e)(3) of this s ectio:~ (D) provide the contnc:c:, prior to the end o~ t'r.e coverage pe^od, a oew certinc.=.~ ~i coverage showinQ exte.usion of coveraQe, if the coveraec pe:-iod shown on che current certuic.::e of coverage ends aurin~ the duration ofthe orojea; (E) obcain irom each othe: ~erson with whom i: c~nirac:s, and o.o~ide to the cor.:*actor: (i) a ce:ti~cate of coverzee, prior t~ che otner ~e:son begui.~~Q Wari: on the proje~; :.:d ~u) pcior to the end of the cove: aee period, a:.ew certificate of coveraee showing e.r.er.sion of the cov~r2~e period, if the coverage pcriod shown on the curre .. ce:~incate af cover2ge eads duruzg che duration ai the pro}ect; (~ resain all required ce.^ancates of coverage on n"le for the duration of the proje~ :^d for one year there~ite:; (G) noufy the govecnmer.ca! enciry in writing bY certuied mul or personal delivery, v~ithin ten days ait~r the person lrnew or snould have imovv~ of any change that materially a.ffeccs'-he provision of _ coverage af any person providing se.~vices on w.e project; and (H) conuactually require °wen ocher person wica whom it canu2cs, to perform 2s : e~vired by ~ subparzQraphs (A)-(~ oi this Qara~r'aob, with t~e cercificate of coverzee to be pro~zderi to the person for whom they ar~ providing services. (e) A person providing services aa a project, other than a conrraccor, shall: (1) provide coverage for ics employees providin~ services on a-project, far the dura*.ion ofthe project bascd on proper reporunQ of classincation codcs and payroil amoun[s and filine oi any coverage agree ~ezts; (2) provide a certif cate oi cove: aQe zs requirea by ics concract to provide services e;. ~he pro}ec:, ~ prior t~ begituun~ work on the project; .. (3) have cne following lan¢uage in its contract to provide services on the pcoject: "3y signing this conuac: ar providing or c3usine to be provided a certifieate of coveraee, ihe person signing this contrac, is representing to the governmental enury that all empioyees of the person signing this cantrac: vv~o wiIl provide serviccs on the project will be covered by wori:ers' comaettsatien covera~e NOTZCE SO CON7RACaORS - 8 n~..ts~a ii.~i9ei 8/7/98 http://~:,.~+.sos.state.tx_us/tacl28/II/210B/110.110.huni p,9~ s ~_ , ,~ _. ~ ... _.... ~.. .._ ...._.- . _ .. „~. _ ~ ... . .^. `. : .: . l 1 v rage : o~ o ~c~r c::° c~:ation oi ;...e oroiect, :hat the cc•:e:aQe will be ~..sed on proper reaortine oi ciassuication :odes ~.:a oayroll z:.ouncs, ~nd that ai! co~•e:a~e aeree::ze: :s ;tivl be filed wita the aoorooriate nsur:.=.ce czrrier or, ::, the case of a self-ir.si:red, with t~:e c~r.~mission's Division oi Seif-Instuance Reei:iarion. Providine faEse or misleading i:~or~auon may su~ject the contractor to adminisuative „enzi~es, c.riminaI Fe^atties, civil penalties. er ather civii ac'.:ons." ~;'a} provide the person for wnom ic is providing services on the project, prior to the ead of ihe ~ coverzQe period shown on its current ce.rtincate oi cover~e, a new certi,ficate snowing extensian oi Loverage, iz the cove:-age period shown o~ t~e certificate ef cove:age ends during the durarion of the ~7fOJC~ ; ' " (5) obiain ~iom eaca person providing se:vices on a proje~ Lndcr convaet to it, 2nd provide as required by its conu-zct: (A) a cectifieate of caverage, prior to the ot~7er person be~n~ng work on the projea; and (B) prior to the end of the coverage perioa, a new cemncate of coverage showing extension of the coveraFe p~riod, if rhe coverage period snown on the curreat certificate of caverag~ ends during the duracion af the proje^; A (6) retain a(1 required cerci.ncates of covera¢e on fiIe for the duration of the project and for one year thereziier, (7) nacuy ch~ governmenta! entity in wriring by certifiied mail or personal delivery, of a.ny change that mascrially a.ffects the provision of caverage of any person providing servicas on the projeet and seno the noace a+ithin cea days a.fter che person i,.--iew or should have known of the chanee; and (8) coauactually re~uire each other person with whom it contracu to: (A) provide coveraae bazed on proper re~orting of classification codes and payroll amacmts and filin~ of any coveenyge agre~:nenu for all of its e:aployeas providing services on the projea, for the durarion of the project; {B) provide a certifirzte or coverage to it prior to that other person beQinning work on the projecc; (C) inciude in all conaacts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coveraQe period, a new cezYificaie of coverage showing extension of the covora~e period., if the coverage pe:iod shown on tne curreut certificalt of covera~e ends durin¢ ~ne duration ef the project; ` (E j ebcain irom eacn ocher person under c;,ncract to it to provide services on the project, and provide as revuirea by its conuact: (i) a ce:~ificate oFcoverage, prior to the otnc: person beQinning work on che project; and (u) priac to cht end of the coverage period, a new ceitificate of coverage showin¢ extension of the cove: a¢e period, if the coverage period shown on the current certificate of coverage ends during the http:/Iwww.sos.3tate.:~c.us/tacl28/IU110B/110.I l0.html NaT=cE ro corirw-croas - e 8~~~98 Revised 1/I~/98! Pape 6 of 7 ~~ t.-~~., .'. J_ 1 1 U auratior, ci :ae conuar.: Page o of 6 (F) reza.uz ~il ;ecu~red ce:-.: :r::.es or coverage en nle for che durauon er t:.e projea and for one year therearte:-: (Gj notify t'r.e governmer.tzi e^sty in wriung ~Y ce.•uued ma.il or pe:so~i delivery, witizin ten days after the pe:son lrnew or snould have lrnown, of any change that rnace^~iiy affects the provision of caveraee of any person providin¢ services on the grojecc; and # (T~ contractuaily reau'ue e:c:. pe: son wich whom it conuacts, to perfer:n as required by this - subparaQra~a and subpara~rrapiu (A)-{G) of this paragraph, with the ce:uncate of coverage to be ~ provided to the person for ~vnom they are providing services. tf~ If any provision of this rule or its application to any person or C•ra:.~nstance is held invalid, the inva~dity does not affect ot'tier nrovisions or appiicarions of this rule that can be given effeci without `" che invalid provision or apolica~ion, and to this end thc pcovisians of this ruie are declared to be sevexable. ~` (g) This rui~ is anQiicable fer buiiding or construction conuacts adve.^.ised for bid by a govesnmental entity o~ or after September 1, 1994. 1~is rule is also applicable for tnose building or coastruction coni~acu entered into on or a~er September 1, 1994, which are not reauired by law to be advertised ~ fbc bid {h) The coverage require:nent ia this rule does not apply to motor car.ie:s who are required ptirsuant co Texas Civil Statutes, Article 6675c, to reastcr wich the Tex~s Denzrtment of Transportation and ~ whv provide accidental irsuru~ce covera~e pursuant to T~xas Civil Statutes, Ariicie 6675c, § 4G). ~ (i) The coverage requiremtnc ui this cule does not apply to sole proprietors, partners, and corPorate offi~ers wt~o cn~et the requiremcnis of the Act, § 406.097(c). and who are explicitly excluded fTOm 406.097 a as addcd b House Bt~I 1089, 74th Legislature, covcrage in accorda.nce with the Act, § t~~ y 2nd cotponte ex~eutive 1995, § I.20). This subse~ion aaplies only to sole proprietors, parwcrs, °` offeers wi~o are exciuded fram covcraee in an inswra.nce policy or certificate of authority to setf-insure chat is delive:e:i, issued for delive:y, or renewed on or aftet Januarv 1, 1996. "° Soarce: The provisiaas of this § 110.110 adapted to be effcctive Septe~ber 1, 1994, 19 TexReg 57I5; ameadcd to be effeciive November 6, 1995, ZQ TexReg 8609• Return to Section Index _- NOTZCc :0 CONSRAC20R5 ' 8 Revised !/1]/981 g~~9S http:Jlwww.sos.state.tx.usitac/23lIU1IOB/110.110.htm1 Psqe ~ or 7 _..~.._. .~..~.. .,._.... -. .~.-,_,,,.. _...4.__ __.,,,. _,~r__ ,.~ . ___~_.. _._~..~..~~.~. .... .. ,~ .~... ~ . ~ ,,,,.. ~ ~~~_ _ _ PART A SPECIAL PROVISIONS Rolled Curb aad Gutter Replacement FY 2006-2007 SSCTION A - SPSCIAL PaOVI3IONS ~ A-1 Ti~e and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official - advextisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 12e1 Leopard Street, until 2:00 p.m., Wednesday, October 25, 2006. Proposals mailed should be addressed ?n the following manner: City of Corpus Christi City Secretary's Office ~ 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - Rolled Curb aad Gutter Replacement FY 2006-2007 ~ A pre-bid meeting will be held on Tuesday, October 17, 2006 beginning at ll:ap a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floo.r, City Hall, 1261 Leopard Street, Corpus Christi, ~, Tx. and will include a disc-ussion of the project elements. If requested, a site visit will follcw. No additional or separate visitations will be conducted by the City. A-2 Def~-aitioas and ,Abbreviations Section B-1 of the General Provisions will govern. A-3 Deseription of Proiect ~ Part A: Specific Area consisting of the removal and replacement of 2,500 linear feet of curb and gutter; 8,200 square feet of driveway approaches, 800 square feet of sidewalks; 820 square yards of pavement repair (within a specific geographic area}; "' Part B: various Locations consisting of the removal and replacement of 1,500 linear feet of curb and gutter; 500 square feet of driveway approaches, 200 square feet of sidewalks; 700 square yards of pavement repair (city ,,, wide} ; A-4 Met~d of Award The bids will be evaluated based on the following order of priority, subject to availability of funds. i. Total Base Bid (Part A+ Part B} The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advaritageous to the City and in the best interest of the public. A-5 Item~s to be Submitted with Proposal The following items are r~ired to be submitted with the proposal: I. 5~ Eid Bond (Must reference Proiect Name as ideatified ia the Proposal) {A Cashier's Check, certified check, money order or bank draft from any State or National Bank will alao be acceptable.) Section A - SP (Revieed 12/15/04) Page 1 of 25 2. Diaclosure of Interesta Statement A-6 Ti~e of Co letion/Liquidated Damages --, The working time for completion of the Project will be 180 calendar davs. ~ The Contractor shal~ commence work within ten ,l0) calendar days after ~ receipt af written notice from the Director of Engineering Services or designee ("City Engineer°} to proceed. See Special Provision A-50 for ~! supplemeatal information F:~r each calendar day that any work remains incomplete after the time specified i h .,.. n t e Contract for compler_ion of the work or after such time period as extended pursuant to other provisions of this Contract, $50 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are t i no mposed as a penalty but as an estimate of the damages that the Cit will t i '" y sus a n from delay in completion of the work, which damages by their n t a ure are not capable of precise proof_ The Director of Engineering Services (City Engineer) i may w thhald and deduct from monies otherwise due the Contractor the amount of liquidated dama es d th ~ g ue e City. A-7 Wor]cers Compensatioa Insuraace Coverage If the Contractor's workers' compensation insurance coverage for its employees workin o h ~ g n t e Project is terminated or canceled for any reason, and replacement workers~ compensation insurance coverage meeting the requirements of this Contract i ~ s not in effect on the effective date of cancellation of the workers~ compensation insu rance coverage to be replaced, then any Contractor employee not covered b the i y requ red workers' compensation insurance coverage must not perform any work on the Project. .. Furthermore, for each calendar day including and after the effective date f o termination or cancellation of the Contractor's workers~ compensation i nsurance coverage for its employees working on the Project until the date replaeeme t ' '~ n workers compensation insurance coverage, meeting the r i equ rements of this Contract, is in effect for those Contractor employees, liquidated dama es will b g e assessed against and paid by the Contractor at the highest dail rat l ~ y e e sewhere specified in this Contract_ Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. ,,, In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation ~ insurance and unless the required documentation of such coverage has been pravided ^o the Contractor and the City Engineer. A-8 Faxed Proposals '~ Proposals faxed directZy tc the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted lri ~ accordance with Section B-2 of the General Provisions. A-9 1lc3cno~tledgment of Addenda _ ~ The Contractor shali acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the ""' proposal, failure to acknowledge receipt, and a subsequent interpretation of Section A - gp .,,, fReviaed 12/15/04) Page 2 of 25 non-receipt, could have an adverse effect when determining the lowest responsible bidder, A-10 Wa~s Rates (Reviaed 7/5/00) Labor preference and wage rates for Hsavy Highway Coastructioa. In case of conflict, Contractor shall use higher wage rate. Mini~IRaY- Pr~evailirr3 Wage Scx~les 'I1~e Cbx~nas Qzristi City Co0.a~ci1 has determii~ed the gex~eral prevailing minimun hourly wage rate~ for Nueces Camty, Texas as set cut in Part C. TY~e C7oa~tractor and arYy subooaztractor ~st mt pety less than the specified wage rates to all laborexs, worlanen, ar~ci mechanics e~lc~yed by them in the executicai of tlve cca~tract .~nye contractor or subooa~tractor shall fvrfmit si~cty cbllars ($60.00~ per calendar day, or porticai thereof, for each laborer, worlrnian, or mec.hanic emplayed, if such person is paid less than the specified rates for the clasaif icatiari of work performerl. T'he Contractor and each si~lx.rntractor must keep an accu~ate r~oord stx7wing the nam~es and classificatio~s of all ]~aborers, wr~rla~zi, ar~d mechanics e.~layed bY t-.Y~em in c~ti~ with the Project and show~s~g the actual wages paid to each worlc~x~ . 'I'he Oontractor will make bi-weekly certified payroll subnittals to the City IIxlityeer. Z~ Contractor will also abtain copies of such certified payrolls fran all subccaitractors and oth,~s workiux3 ari the Pro~ject. 'IYyese docunents will also be surmitted to the City ~gineer bi-w~ekly. (See sectio¢~ for Mia~ority/Mimrity Busirless ~terprise Participation Policy for additics~al requirertients cau.~e~+;*~ the pzryper farm and ccmtent of the payroll s~~mittals.) One ~d aae-half t1~4) times the specified hcxirly wage c~a~st be paid for all hwrs w~rk,ed in excees of 40 Yxnxrs in ariy oa~e wee.k arr3 for all haurs wt>rked cai Stux]ays or Yx~lidays. (See Sect~cm B-1-1, Definiticai of Tesms, ar~d Sectioaz B-7-6, Worlcis~g Hcxirs. ) A-11 C70~xt1Cn w~.th P11b~13C ag~Cie~ (Revised 7/5/00) 'l~e ~traator shall coopa~rate with all public arid private agencies with facilities aperating wit.hin the limits of the Project. 'I'he Dontractor shall pravide a forty-eight (48) haur ru~titae to any applicable ayeru.~y v~en w~rk is anticigated to pznceed in tY~e vicinity of any facility by using t1~e Dig 'Pess S~sten at 1-800-344-8377, the I,cne Star Notificaticai C~any at 1-800-669-8344, and the Scruttnaestern Bell Ic~cate C~7on~ at 1-800-828-5127. Fbr th~e Co~tractor's cazverLience, the follawing tel~ rnanbexs are listed. City Engineer 826-3500 Proj~ct F~~gir~eer 826-3500 Jo9e F. Trejo, P.E., R.P.L.S. Assistant Director of Ea~gineering Services Traffic F~ginee.ririg 880-3540 lbli:ee Depaz'Lzneizt 882-1911 Watlf~ Depart~nt 857-1880 Was~qiatex Degartznettt 857-1818 Gas De~art~nent 885-6900 Storm Water Department 857-1881 Parks & Recreatic~ Dep~artment 880-3461 Streets & Solid Waste Services 857-1970 A E P 299-4833 S B C 881-2511 City Street Div. far TYaffic Sigffal/Fiber Optic Locate 857-1946 Cablevisicai 857-5000 ACSI (F'iber Optic; 887-9200 I~C {gy~r pptiC) 813-1124 C~foeQan (FSber Optic} 881-5767 CAP1i~K (Fiber OptiC) 512/935-0958 (880-3140 after Y~aurs) (880-3140 after haur's) (885-6900 after Y~ours) (880-3140 after k~ours) (693-9444 after haurs) (1-800-824-4424, after haurs) 857-1960 (857-5060 after kr~urs) (Pagpx 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mabile) Sectioa A - SP (Revised 12/15/04) Yaqe 3 of 25 grpQ]cs Fiber Optic (N~,N) 972-753-4355 A-12 Maiat~aaace of Ssrvices The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasanably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or 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 to make all necessary repairs, relocations and adjustments tc the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Ar•~ Access aad Traffic Coatrol Sufficient traffic control measures must be used to assure a safe condition and to provide a miniu~um of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause rninimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The vontractor shall secure the necessary permit from the City's TraffiC Engineering Department. Al1 costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-l~ Cos~;structioa 8q~ipmeat Spillaga aad 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. 3ection A - SP (Revised 12/15/04) Page 4 of 25 . ,~ ..~. _... ........_. _ ._ ~.... . ....., ., .w. _. .___ .~.. ~.. .... _.~. ......,. streets and curb line must be cleaned at the end of the work day or more freguently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Bxc~tvation and Rtsnovals .» The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "ciean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and "` any other material that detracts from its appearance or hampers the growth of grass, _. Al1 existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. Al1 necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 DisZlasal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be ~ removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office NOT USED reas~ 38" ~ 6-A'-'-~~~;va- '~- e~f~-e . ~i~Ee~t~~~e~ ~~~~~-~.ove ~~e €}e~a " e€-€-~~e e~ t~e- s~~e a~a ~eq~~~ed-~~~~~~~~3~--~~~ee~ s~ ~i~s . ~, se~~a~e--ga~ r~~x~ €e~--~#P ~_~, a ..FF_„_' (NOT US~} ~- ~~~~ ~a~-aeke~r~e : ~..,~M ; ~ ~ ,. .. w ~ ~ } ~E~gi~ee~ ~ ~~e e F.-. _ ~-- ~~ea~s ~e ~~~••~---Sl~ew---~e~t~~e~e se~e~ee~ ~ ..~ ~......«....~ w., ..,s«.s.,, rv - -------------- °1 ----°--~~ s~~s a~Q s~l~e~ , .. ,, , . ~„~a ~_3E_i~-i'Tl~-1li4 T.7.-,~,a-; ~.. ~tr .i-.,. .-.F e ..1. e~L ' --------1 ~~lc-€}~B~ ~_. n.-, e...a,,... ~ fl:"_~__ .,"a __~._i""-~ -- -•..,.~ e,a t.... ~i.~. n=a... c~,.,...~...e--- - - -s--- -s -~ --~- Sectioa A - SP ' (Reviaed 12/15/04) Page 5 of 25 ~- A-19 Conatruction Project Layout and Control '£~e ~~aav~~gs ma~• ~eF~e~ ~~~ ne~ m:~- , ~ ~ ~ee~~ens, measr~~etne~~e;-~et~e~---~ , , ~e e ~ ~ € ~~-~ s-~-~~- , ~r-e€ ~~~-=.:~: ~ ~The Coatractor ahall furnish all lines, slopes, and measuremeata for coatrol of the work. 1'"~' ~r~g-~e~ts~~tte~~e~, ~ ~Ts e~ ~es~~o~a ee~~~e~ ge~~E ~~ ~ie~e~ ~a~#, ~~e nv,., _.... -~}~ee~-~-~-- __. _ ~ J ~ ~ g~e~-ee~~ee~-~-~~e-eie~e~se e€ ~~e Ee~t~ae~e~- - - - - --- ~- ------ _-_ ~~ ~~r _ ; -~~- ~.y,~ , tY'IC'--~}~ r A~' ~A73st3~#-~nt Ar-- ~cc~ ~i3~r~3cei''-~?i~'~6~ ~A-f;~.~ir~~~}6~~---~F~-~ar-~~e c~~~~ ~~ ~~e E~E~-e~ Een~~za~~ ~~eTe~~ $~g~~ee~, ~~e ~eq~~-~a-~es~ "z~n ~ve~~~ ~eeesgi~a~-e--~--~ev~s~e~-~-~-~~w}~ge, ~~e Fc~~~~ae~e~~ s~a~~-g~e=a-~e e'~~~~-~p~~r~~eme~~s as -=~-===-"' ~.-~tee~- . ~~e ~e~~~ae~e~ s~a~~ ~~e -~r-A~ ~P€~~e~ee a ~ ~} ~ -~~--v,a~v~s a~t~ m~e~ea, ~e~ e~~ -s ~cg-a~ -g~eFeee~, €e~ ~e--g~~es~--e€ a~ ~~P--~em~~e~' e~ ~f k~.~ rooo ~~ ~-~s~~~g---va~ves a~~ ~a~e~es a~ , ~ ~ ~ ~ r ~ ee, ~~eF~$ee~ I~ti ~eE3t~~ *''' ~ ~~kaa c c c € ~ e E ~T-e~ ~e~te~~~a~t~ ~~a3-ee~ ' ~ ~ '7 vi: =ccc vi ~~~A"~"e'2 ~8~ 1.~. F l~~ 33 9 3 a ma3e}mt~~ A~ ~W6~s~.-} ~a ~ a ..., ~ . e : ~.,~ ~~e Ee~~~a - ~ ~ ",-~ ` r , : s =_= e~ ~92~t3EEFE33$3; ~J~3339-cc ~ ~ mi.,....a n...,.~t. ...a L e..,a.-.,.,t.__~~~Pi°P~-~6€t~69~E1~33~ ~~t~ 8}k3'Td@~~~~ ~~ r• ~ ~ : •.•a ~1.• ~ ~ A~ 'Ft~;Fa.a xak.~':sca ciirf,~-~-8~~ ~~~~3C ('c6~3~i~'&@~A~' '~'~3@ '~'~'3~i'~ m f~irnrPr ~szciir.~~~h ~ i 1. r, t a a~' c~3e ~~3~~~ ~3~~~ St3~'VETA~' 333~ ee~~}€y E'~mr~ ~~ CAGl2QC ~ ~ ~ .~._._._. C~{-ves}~ ~_ T 1 l ti.l. ~. ~ .9-T~ ~ .~ i- .. F / f. F C ~ , .« . , ~- ~~~ee~-e~ew~~~~--~08' ~rc~e~-va~ a~~ a~ a~~ t~t-e~~ee~e~~- _ ~ r.,., ,. «, ,. _ ~ ,. > • ^.~--~n-~~ ~ve~~--~~ e aa ~ ~ e ~e-~ ~ rt~~3e ~e e , ~- A t 1 i~ ~ +- 7 7 ti, i ~ ~' -~-cZ-F3~--~~~6i~~ ~~~e-}---F-~34~A'£ &~3~ ~f~~crn 'rrc~~- •- _-~- ~9~1-6 ~ ^ i ' ~ _ ~ ~_ c~..t..e.~. .,1~-.. i ~- Sectioa A - SP (Reviaed 12/15/04) Page 6 of 25 • a17 +- - - ,. ~- ' ~ ' y 7 ti-sial ; .,... ~..a n,~ . r..~a...~...,r . A-20 Testing and Certification ` All tests required ander this item must be done by a recognized testing laboratozy selected by the c'ity Engineer. The cost of the laboratory testing will be barne by the City. In the event that any test fails, that test must ~ be done over after correct~ive measures have been taken, and the cost of rete~ting will be borne by the Contractor and dec3ucted from the payment to tne Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Pro '~~t Si s(NOT USHD) ~'~e~Tae~~~ m~s~ €~-s~ ~-m,~a~~s~a~~ ~ ~~c~ee~ ~}g~s-ae }~~~~a~e~ o:: ~e _ • ;-,~~~ae~mryr,r ru~ m,. _~~ts--..,~~~-~~-~s~a~~~~ ~e-€e-~e ~ ~A t v 4+'. ~- ~ 7 A-22 l~ino~City/Minority Businese $nte riee Participation Policv (xe~isea io/9a) 1~ Polic~ It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City datecl October, 1989, and an}• amendments thereto. In accordance with such policy, the City has estabZished goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City conr_ract, b. Subcontractor: Ar:y named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract c. Minority Business Enterprise: A business enterprise that is owned ~nd controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: Section A - SP (Revised 12/15/04) Page 7 of 25 1. Owned (a; For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. {bi For an erzterprise 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 be owned by one or more minority perscn(s}. 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0~ or more of the total profits, bonuses, dividends, interest payments, commissions, consu~ting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. 3 <~. Minori~: See definition under Nlinority 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~ o€ whose assets or interests in the corporate shares are owned by one or more women. £. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE gaal 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 perfarm 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0~ interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as folL~ws: ~iinority Participation (Percent} Minority Bueinesa Saterprise Participation (Percent} 45 ~ 15 ~ Section A - SP (Reviaed 12/15/04) Page 8 of 25 b. These goals are applicable to all the construction work (regardless of federal participation> performed in the Contract, including approved change ,~rders. The hours of minority employment must be substantially un~form throughout the length of the Contract and in ' each trade. The transfer of minority empioyees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contiactor's percentage is prohibited. 4 Ccm liance __ ~_-- a. Upon completion of the Project, a final breakdown of MBE -~ participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. t~. The Contractor shall rnake bi-weekly payroZl submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) (NOT USSD) •~},., n,.,..f.x~sit.ar ala_zl_1-accuxa tho upps^pi~a~@ ~13~~~~33~ ~~38pe@~~6339 ~p--~~'!e ~~e~ ~-~~ ~s~~~e--a-€~~~ }~s~ee~~e~ a~~e~ ~~e-~tri~~~~g-}s Aeet~,aa-ae~; ~~~e~ a~g~~ea~~e. ~ ~tr ~~a~~~~- ~er3~~a~~e~ ~s~-~a3~--a~~ €eea a~~ eha~es ~ev}ea~~~ F_'i-t_v'-a LZaa-i 7 t3i rin Tr~ r„s ~' -BP ~~Ef~~3~ ~. ~ ~ _r~~~_.._. ~ , a~-a~~ e~~e~ E~~~--€ees, ~~~~t~~~g -,~~.. ~._ ..~.....,~,.,v ~ ~~s ~~ A-24 Surety Bonds Faraqraph two i2} of Secti~n B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in defauit 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 (l0a) vf the Surety Cornpany's capital and surplus, the Surety Company sha11 provide certification satisfactory to the C:it~y Attorney that the Surety Company has reinsured the portion of ~he bond amount that exceeds ten percent (10%) of the Surety Company's capital and surpZus with reinsurer{s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of aliowed 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 sl-call designate an agent who is a resident of Nueces County, Section A - SP (Revised 12/15/04) Page 9 of 25 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 Che United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements, The insurer or reinsurer must be listed in the Federal Register ~s holding certificates of authority on the date the bond was issued.~~ A-25 Sale~ Tax Hxem tion {NOT IISSD) ~-~~ ~~ € e ~ ~ m}~~e otieee~e~~ ' ' , t~s~ ~~~ E+€ ~t~s ~~ e~~a e~~~ s e€-~a~- ~~ ~~e~e~~~ae~e~- ciccc9 -~-:-- E1~~3~}'3 ~]~2~xcc~ e}~~a-~e~ ~~+~~~ae~, ~e--~~: ~-.~~~e~~}€~z~ t-ke -~: - ~ataeea~ va~tte e€ ~az~~ }~ts _€ ~~- ",._`"""`.. '' '- -e~ee . ~ re ~ Q ~s-~~~€t~-~~~--~a~e-~~~ee~se-- F~,e~a e-~ e~ z-se~a~a~e~ ee~~~ae~, 33e ~-EJse m....~,. , L, „ ~t-re~e~~ a~e-~-~~ze~- ~~~~~---~a3~-e~e~~~~e~e ~€ ~~e-~e~ ~}9e ee~n~~}es sv~~t~ ~~te--a~e.~re- ~'~e ^a~~~-ae~e~ m~a~ ~~st~e-~ ~~s~R~---re~~}€}ea~e ~e ~~ ~,.,~,.,...-,==~~~e~~~~--~~e st~~~~~~ae~e~, ~~ ~~t~~, A-26 Supplamental Iasurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mai2 prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 Sectioa A - SP (Reviaed 12/15/04) Page 10 of 25 ,,. .,... , ..„ -.. ~. ._. ~„~,> ~ .,,A„„_.. _ ,. _, . ., , .,.,. 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty {30} calendar days after the date the City Engineer requests that the Contractor sign the ~^.ontract documents. ~~ Within thirty (30) calendar days after the date the City Engineer requests t~hat the Contractor sign the Contract documents, the Contractor shaZl provide rhe City Engineer with a certificate of insurance certifying that the R Contractor provides worker~s compensation insurance coverage for all employees of the t,ontractor employed on the Project described in the Contrac~. ~ For each insurance coverage provided in accordance with Section B-6-11 of the ~'ontract, 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 _ ~ection B-6-li (a} of ~he Contract, the Contractor shall obtain an endorsement to this c.overage statiflg: Contractor agress to indemnify, save haxmless 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 tc any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this ~ Contract_ The foregoing indemnity shall apply except if such injury, death ar damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Re~nsibility for Damaqe Claims (NOT IISSD) ~a~~~a~~e~ m~e~-~~ev}~e Stt~~de~~e-I~~eiE e~ ~se~a3~attet~-=~~~e~ ~~~~anee ` ee~r~~ag~-€e~ ~~e ~e~m a~ ~~e Ce~~~ac-~ t~~--~e~~-t~~~t~g t-~e-da~e-'-~ . e~ 2 A'd$i°d~J@-If}}33~-~-~3-Jtaas~-~ ~~ 9~c~~~ 93`iR = F'nn t r-i ~t n r mtiir t r~ f• ~~~ i ~stt~a~ee--a~r~~g~-}~e~~~}~g a~~+ ~~tte~~~~e . '~~e-G'~~~--~tttts~ ~e ~-~te~ ~a~f~re~~ i~s~~ed--a~-~-~A~~e~~9--$~ev~~~~g s~e~ }~st~~~~ee ee~*~e~~ge. A-28 Considerations for Contract Award and Sxecution To aliow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: ~, 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 SeCtion A - SP (Revised 12/15/04) Page il of 25 basis for the Lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been pa~d; and ~. Whether there are aiiy outstanding unpaid claims against bidder for -- services or materials supplied which relate to any of its projects begun within the prer.eding two ( 2) years . The bidder shall specify the name ard address of the claimant, the amount of the claim, the basis for the c,laim, and an explanation why the claim has not been paid. `` ~ bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90} days prior to the . City Engineer's request, signed and dated by the bidder~s owner, president or other authorized party, spe~~i€ying all current assets and liabilities. A-29 Contr~ctor's Field A~nin.istration Staff ~ 'i'he Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City E7igineer . The criteria upon which the c'ity Engineer makes this detennination may include the following: ~.., 1. The Superintendent must have at least five (5) years receat experience in field management and oversight of projects of a similar size and complexity to tYiis Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintenc3ent shall be present, on the job site, at all times that work is ~• being performed. 2 Foremen, if utilized, shall have at least five {53 yeara recent experience in similar vaork and be subordinate to the superintendent. Forepien cannot act as superintendent without prior written approval from the Cit.y. _, Docut~entation concerning these requirements will be reviewed by the City F~gi.neer. The Contractor's field administration staff, an@ any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superinte.ndent assuming responsibilities on the Project. "' Such writt~a appraval o€ field ac~ni.nistration staff ia a prerequisite to the City ~gineer's abligation to execute a comtract for this Project. If such approval is not obtained, the award may be rescinded. ~rther, such written approval is also '~ necessary prior to a change in field administration staff during the term of this Contract, If the Contractor fails to obtain prior written approval of the City Engir~eer conceYning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a ~"" basis to armul the Contract pursuant to section B-7-13. A-30 Amen+c~ed "Coasfderation of Contract" Requiremeats Under "G~neral Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the folZowing text: Wzthin five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; Sectioa A - SP ,, (Revised 12/15/04} Page 12 of 25 ,~ .a.., _ _ _ . _ _ _.._ ~...,... .,_._.__._~... .~.._... -...,~. ~ -W ~ .s. .....-. , .,..._. f... ~ __ .._ _~_ _.. .,... ~_ .,,".,._ ,._ r _ .. , ._ ~ 2. A list of the products to be incorporated into the Project; ~ ~ schedule of values which specifies estimates of the cost for each major component of the work; 4. A scheduie of anticipated monthly payments for the Project duration. 5- The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE finns, that such MBE firms meet the guidelines contained herein. Similar substantiation wi11 be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but thar_ meeting such requirements is not reasonably possible. 6 A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perfozm the work The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work an the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor wiil result in an increase in the Contract price. Failure of the Contractor to camply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations Por Contract Award and Execution and the Contractor's Field Administration Staff_ 9. Documentaticn as required by Speeial Provision A-35-K, if applicable. 20. ~ithia five (5} days following bid opeaing, subau.t in letter form, fnfor~ttion identifying type of entity and state, i.e., Texas (or other ^tate) Corporatioa or Partnership, and name(s} and Title{s) of iudiv3dual{e) authorized to execute contracts oa behalf of said entity. Section A - SP (Reviaed 12/I5/04) Page 13 of 25 Under "Ger~eral Provisions and Requirements for M~uiicipal Construction Contracts" B-8-5 Folicy on F~ctra Work and Q~anc~e_Orders the present text is deleted and replaced with the f ol lo~vin_q : Contractor acknowledges t.hat the City has no obligation to pay for any e~ctra work tor- which a charige order has not been signed by the Director of Engineering Sezvices or his designee. TY2e Contractor also ac)mowledges that the City ~gineer may authorize change orders which do not exceed $25,000.00. The Contractar °` aciax~wledges that any change orders in an amount in excess of $25,000.00 must also be a~roved by the City Council. A-32 Ameaded "~cecutio~ of Coaitract" R~'; reu-eats Under "General Frovisions and Requirements for Muriicipal Construction Contracts" B-3-5 Execution of Contract add the following: The arrTard of the Contract may be rescinded at any time prior to the date the City Engin~eer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretazy, and City Attorney, or their authorized designees. ~~4 Contractor has no cause uf action of ariy kind, including for breach of contract, against the City, nor is the City obligated to perfoYm under the Contract, until the date the City Sngineer delivers the signed Contracts to the Contractor. - A-33 Conditiona of Work Each bidder must familiarize himself fully with the conditions relating to the ' completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meetiag referred to in Special Pravisiaa A-l. , A-34 Preaedeace of Coatract Documents Zn case of conflict in the Contract documents, first precedence will be given 4 ta 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 c~rder. '~ A-3S Ci~ Water Facilities: Special Requiremeats iN~T USED) Section A - SP (Revieed 12/15/04} ~ Page 14 of 25 ~- , ~ .----_.. ._, ..~- , - , ~--~fi ~f-kE~}a&i 3 ~7at i nn-~] ~ -v cur~cZi~'~B ~f39-t c cr zcc`~zr~rvna= l+ ~ ., ~..a _ - c.... ,. ,. ; r _ - ~'-.--- ~~n--~=-a~ge; ~~~te , e~ . ' ~ j~z~ T.T.,~~_~e~a~~~ne~~ s-~a€€ ~~~ ~~~~ae~e~ ve~~e~-es =:~icsPg a-~P--a-a ~ ~L,~~7 ~ ~ ~;-vc~-c-~3s r~~a~e~'--~i~ea~Te~t~--~~a~3~ ~~~ Section A - SP (Revised 12/15/04) Page 15 of 25 ..» ...... .», _.~ ._. .,,.,: .3 .,.,.~...__ _ . _. _ . . _ ~- _ .. ..... _. .. _. _. _. __. ~. ,,„, _....~ _.._. ~. ._._.._..,,.~ .,~-...... .~.._ -..~... _. ..~.. -..,,,,.e ~'~- €~c~~~6 ~~ ' ~(7_Tm~ ------- ~ ; ~s ~ ~~~ ~--~e~ e~ ~-k}e , e~a~gee, , , ' , , , eP~",~~_ ` ' , ~ _~~ ~~, c • ~ ~-:------z-v,~- ~ ~ ~ ~~}.'. ~-- a~--~-~~}E}~~;--_c39 ~e~~tt}~e~ ~33 ~~3~9 ~s~t~~ae~ E33 a~-rca3~ ~hr= ~- r Y J`y-~--'~ o- ". .~-_-_ s~n..^--r'"ci=~iv~ l t 1^ ~- ~ s ......... 7 a..icrT ~----- --~-- ess~~~ ~~g}~ee~, a Ee~e-~ _. , ~ ~l~f--~~3~9 r F •. ~---- - ~ ^°«~picitiQ- ,,,,_ ~" ••'r ~ 33~~~3¢--~~3e SFccx=xe @A1Fl~3~e~'S~ ~'~b'19~ c~~ `-f i3652~ €6i~' ~t. ^ " ~ 6--- ~~e , r~, ,..~~~- - ~ , : c. ~.,a t, ~N~ ~ ~--- -~ s~a~~-€tt~~-e# ear~~erRe~r -„~}3~e}~ ~e ~}~e-g~e~tte~ e€ ~e _. ~ ,F..,.,- - ~~ rh ~,~~t~ea~ e3e~e~~ S+7he~e ~~~~ f~ ~et r-~ ~~~? , ~~p~e~~ e~ a ~~ve~ ~,-pe ~~~~ ~e-~ne ~___ ~-,. ..ti. ~ n • ~ ~~=-=R.~~t, r, , `""""'`'_ ~ €e~ ~~}s-~~~f,}ee~ a~ ~e A--~J B~PVe~e i~~a~~~ ~-~~a~e~ Section A - SP (Reviaed 12/15/04) Page 16 of 25 A-36 Oth~r Submittals 1 Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall alsc submit one {1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittai 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. C. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractar must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to tktis Project. y. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for -~ Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engi.neer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed " submittals to subcontractors and suppliers and instruct subcontractors ard suppliers to promptly report, thru Contractor, any inability to ~omply with provisions. 2 Samples: The Contractar rnust submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3~ Test and Repair Report Section A - SP (Revieed 12/15/04) Page 17 of 25 When specified in the Technical Specifications Section, Contractor must su2~nit three (3) copies of all shop test data, and repair report, and 311 on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use orz thP - -` _--- _ pr~ject A-37 Ame~t,ded "Arr em~tut aad Char e for Water m,+-r+;8~ the Cit " NbT US~ u4 ~~ Fr"-~~'~~nPA~-c~iF.~-Q~3~'QE ~~7~' i~i~ t ~ ~,i...a ti.. L ~ _ -- ~ F l ~'2IY'(~' Cerx~}- •~au~1- ~~ ~~e ~eTee~ e}~e- °- A-38 Worlcer's C naation Covera e for Buildin or Coastruction Pro'ects for Govarament Sntities The requirements of '~Notice to Contractors 'B "~ are incorporated by reference in this Special Provision. '' ' ~ (NOT vs$n) ~-~sst~ar~tee e € ,a r ~ ' i ' ~ ~~_ ~ ~~~- ~:- A-40 Amene~ent to Section B-8-6: Partial Bstimates General Provisions and Requirements for Municipal Construction Contracts Section 8-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material suppZier has been paid for the materials delivered to the Project worksite. A-41 Ozons Advisoxy (NpT iJSBD) A-42 flSHA ~ules & 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 1lmend~td Iademnification & Hold Harmlesa Under. "General Provisions and Requirements for Municipal Construction Contracts~~ B-6-21 Inde~nnification & Hold Harmless, text is deleted in its entirety and Ehe following is substituted in lieu thereof: Section A - SP (Reviaed 12/15/04) Page 1@ of 25 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 ~iability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or cor.sultant.s, 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 r.o an employee of the contractor, or any subcontractor, „, supplier or mat?rialman. A-44 Chaytqe 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 af the change order {unit prices, hourly rates, sub-contractor's costs and _ breakdowns, cost of materials and equipment, wage rates, etc.). This }areakdown information shall be submitted by contractor as a basis for the price of the change order. (NOT USSD) e°n~~~ :°~°~-u =a-leeeg-aee~~a~e ~eee~~s-~-~aeazte~o~~ge~~a~-~Q ~ae~-~rea~~-a€ a~-~ ~.,,.; , :.; „ A, T~~~.. ,~, ~..: -s€- eae~ €ae~}~~~-E~e-Ee~~sa~~e~s~a~~~~n ~;;mo~ ~~-~h-°=.e-~°~ a~ ~i~-ee~-~~~~~s, ~na~#e~ w}~~ ~e~-~e~e}~, ~e ~-~}~~~~~, ~~e €~~a~--~~aw-~~ge s~a~~ ~~e~t~~e ,.~._ F..,,.....'_..~ _ ~~- ~€e~~~e~~a~ ~~--~e~~~ea~ ~fiF4eii9~16~9 ~t~-~e .,L...1- ~ *.,~ : .. / F~ .~l .7 ..L.-.....~... .~w....~..~....a.i~..sa.~~ ai~zta c..azuc~c~c~. ~z~-~- - c=:a:sg^2~ isx cgaipnce~3~ a~e~ ~}me~sfe~s ~!#@ ~9 3im9-~t~~~f6T}~ -(3~-_---~~tMle~~3~e~' E~:3t'a "__ sl] ~azrata.] i v'a ?"^ ".....-'~ . _ .i.~~r... -~4-i-- Be~e~~er~s, ~a,a,~, ~a ,.~,-.~,..~.. ~„ ..F .,.L ~'7T-_ T.,.r ..~h.~,r ,~,L,-..,..~,~, -,.~~ A-46 Diaposal of Highly Chloriaated water (7/5/00} tNOT USSD) . , . -- a-~-~ wa~e~ ~se~ }~ t-~e ~-~e~-~ e~. '~~e mE~~s e€ ~~s~es~~ s~~~ ~~s••~.:Tf~~e~~e '-~-~~ . SeCtioA A - SP (Revised 12/15/04) Page 19 of 25 -~ A ~`' ~= o~^p^v~ai~s- •-• ~. .. .. ~ ,., a.~c2r__ A-47 Pre-Construction Sxploratory 8xcavations (7/5/00) (NOT IISBD) ~ -a- ~ agg~e~~m~~e ~~ ~~~~ : ~::~~~~~ -- ~~ ~ e ~ , ~~ , ~ an e - e e-~aveate~~ ee~~e~~}~e-a~~ A-48 Ove~Chead glectrical P)ires i~/s/oo) Contzactor shall comply with all OSHA safety requirements with regard to -~ proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and ~ operators of equipment and with regard to ensuring that no damage to existing cverhead electricai wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are r.ot. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amesded "Maintenaace Guaranty" (8j24/oo) Under "General Provisions and Requirements for Municipal Construction Contracts'", B-8-11 Maintenance GuarantY, add the following: _., R~The Contractor~s guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Reviaed 12/15/04) Page 20 of 25 A-50 Supplemental Time of Completion/Liquidated Dama,ges Curb and Gutter Special Provisions A-6 states that this project has a time of 180 calendar days. For Base Bid Part B, or aa the City directs, Throughout the contract period, the Contractor shall be given lists of specific locatione where curb and gutter is to be replaced. Within ten (10) calendar days of receiving a list, the Contractor shall mobilize and begin work. The Coatractor shall continuously work until all locatioae are completed. The section under construction ahall be completed prior to relocating to a new section. "~.:.ontinuously work" ~s defined as working a minimum of eight (8) hours per day, five {5) days per week_. The only acceptable reason for not performing this continuous work will be inclement weather or an area too wet due to _ inclement weather. If, in the opinion of the Sngineer, the Coatractor Iias not xorked days when productive work is possible, thea the Contractor can incur liquidated damaqes for those days not worked. The assessment of liquidated damages is, therefore, not confined only to those days in excess of ane (1) calendar year, but can be assessed throughout the year. A-51 8stiqatted Quantities - Curb and Gutter Part A: Specific Area consisting of the removal and replacement of 2,500 linear feet of curb and gutter; 8,200 square feet of driveway approaches, 800 square feet of sidewalks; 820 square yards of pavement repair (within a specific geographic area}; Part 8: Various Locations consisting of the removal and replacement of 1,500 linear feet of curb and gutter; 500 square feet of driveway approaches, 200 square feet of sidewalks; 700 square yards of pavement repair (city widel; For Both Parts A&B l. Driveway Approaches: One (1) l0-foot wide driveway approach per 70 L.F. of curb & gutter. 2. Sidewalks: One (1) 4-foot wide sidewalk segment (length varies) per 70 L.F. of curb and gutter. 3• Pa'ement Repairs: ~n average of o.5 S.Y. (4.5-foot wide) for every linear foot of curb and gutter. Therefore, the bid quantities for driveway approaches, sidewalks, and pavement r~pair can, and will, vary greatly from Iocation to location. The possibility exists for substantial overruns or underruns on these bid items. The c~tractor sball not use this as a basis for extra pay. A-52 Iwists of SDecific i,ocations- Curb and C3utter As stated in Special Provision A-50, the Contractor will be given lists of specific locations. It is realized that to be economically viable for the Cor.tractor, a specific list must be large enough to devote resources and purchase supplies in reasonable quantities. Therefore, each list is guaranteed to include a minimum of 500 L.F. of curb & gutter removal and replacement. No single location shall ha~~e less than fifty (50) L.F. of curb & gutter removal and replacement. Also, the issuance of each list will be of an amount and time inteival so that the Contractor is not out of work while awaiting a list to be issued. Sectioa A - SP (Reviaed 12/15/04) Page 21 of 25 _ --.~.. . ~_ .~. -Y.~ _._ .,,,}.,_ _.m _.,.,,~,.,, .. ~ _ . .. A-53 Geo~ta~hic Area and Locations {Baee Bid Part A ) Curb & Gutter It is also realized that to be economically viable for the Contractor, a specif~c list must be within a reasonable geographic area. Therefore, with some exceptions, work will be within the geographic area (see Attachment `A' $ of Specisl Provisions) and bounded as follows: 1. Staples 2. Lipes 3_ Timbergate " 4, Crossgate Ditch The intent of this contract is to provide curb & gutter, driveways, and sidewalk segments removal & replacement is only residential areas. The residential areas will be primarily single-family areas. However, some locations may be adjacent to multi-family areas. It is not the iatent of this project to provide curb a.nd gutter removal and replacemeat in co~ercial ar iadustrial areas oa streets that are classified as arteria3 or larger. A-54 Pave~eat Re air The intent of the pavemen~ repairs is to provide the amount of pavement ~ necessary to provide a smooth transition and an acceptable cross-slope from the existing pavement to the new curb and gutter. Initially, the contractor shall only excavate a sufficient width of existing pavement to provide enough ~ working room for the installation of the curb and gutter concrete forms. This is usually approximateiy six inches_ After the new curb and gutter has been placed and the concrete forms removed, the Engineer sha11 inspect the `" site and malce a field documentation as to the exact width of pavement to be removed and replaced r,o provide the aforesaid satisfactory transition. Pavement repair shall be full-depth Hot Mix Asphalt. The minimum thickness shall be one-and one-half (1.5} inches. However, greater depths of thickness can, and should, be anticipated. The conditions and depths will vary from location to location. Where depths in excess of three (3) inches are encountered, the asphalt shall be placed in two (2} lifts of approximately equal thickness. A-55 ~ackfilling Behin@ New Cur}~ing Since the work involves the removaZ and replacement of existing curb and gutter, sidewalks, and driveways to new grades, it is anticipated that - quantities of backfill material will be used adjacent to these improvements. The material used shall be good quality topsoil that is €ree of roots, clods, and any other items that detract from its appearance or hamper the growth of new grass. The amount required at each location will vary, but it is the intent that a smooth transition be provided between the new construction and the existing natural ground, and that adequate drainage patterns be established. The cost of the backfill material shall be considered stibsidiary to the project, - A-56 C~trb a~d Gutter Cuttin aad Dowelin where existing curb and gutter is cut for removal and replacement, the cut shall be by means of saw, to a sufficient depth to ensure that the curb and Section A - SP (Revised 12/15/04) Page 22 of 25 _, „~,. ..,,.~ ~. .,,_,~ - ,,,.~. _. ...,.,,~..,, ._ > . ,. . . yutter that is to remain does not break when the adjoining portion is removed. If reinforcing steel exists, a sufficient length shall be left ~ntact to provide a tie for the reinforcement in the proposed curb and gur_ter. If no reinforcing steel exists, the Contractor shall drill a minimum c;f six inches into the existing curb and gutter and install dowels to locations where rio reinfoi-cing steel exists, an expansion joint shall be placed between the existing and proposed curb and gutter. A-57 Site Sequencing aad Maiateaance Whether performing construction in either Part A or Part B in preparation of the construction sch~dule for a particular list, the Contractor has the option of performing the wcrk on the various sites in whatever sequence fits his method of operar.ion. However, all sites where construction operations are in various stages shall be monitored on a daily basis, to insure that all treneh cuts, driveways, barricading, etc are kept in good condition. The intent of this provision is ta ensure that alI sites that may not be actively work~d on during any partictzlar day are kept in a condition so that citizen's c~mplains, and/or inquiries are eliminated because of what may be perceived as no project activit}~. A-58 Saw Cutting Existfng Concrete and/or Asphalt All cuts made at locations where existing concrete and/or asphalt are to meet the proposed, shall be made by saw cutting. This includes, but is not limited to, curb and gutter, sidewalks, ramps, etc. The intent of this pro~rision is that lines where proposed and existing construction meet shall be straight and neat. A-59 #DA CcxapZiance The construction on this project shall provide for ADA compliant facilities, even if none ~eviousl~existed. If curb and gutter is removed and replaced at an intersection, or some other location where pedestrian crosswalk access exists, the Contractor shall canstruct barrier-free ramps as shown on the Standard Detail sheets. The r~mPe~ sha.l be conatr~cted per Staadard Specification 097020 aad Technzcal ~ecs~icat~oa T 02567q A-60 ~idew~lks and Driveways Sidewalks and driveway approaches that are removed and replaced as part of this project are to be reconstructed to City standards with regard to thickr3ess and types of materials used. However, all sidewalks and driveway approaches shall be reconstructed to the same dimensions as existed. It is not the intent of this contract to provide pYOperty Owners with an increase in sidewalk and driveway facilities. It is anticipated that over 90% of the sites will contain sidewalks that are separated from the curb with a grass median strip. Aowever, if tied sidewalk is present at a specific location, the replacement of the sidewalk shall be per City standards. The installation of curb-to-sidewalk dowels and the thickened concrete edge shall be considered subsidiary to the unit price bid for the Removal and Replacement of Sidewalks. The r~moval and replacement of sidewalks and/or driveway may, in some case, require re-establishing new grades. The Contractor shall cut or fill as required, to establish the new grade. The cutting or filling may also require the removal of obstru~~tions such as tree roots or other debris found. section a - sP (Reviaed 12/15/04) Page 23 of 25 A-61 Coacrete Curb and Gutter The concrete curb ard guttzr that is removed and replaced on this project may ~a~e several different configurations. Some may be the 4-inch roll-type curb and svme may be the 6-inch standard-type curb. There may also be some cases ~here rhe curb and guttez has a unique configuration. The intent is to ,replace the existing with new, that matches the existing configuration as ~losely as possible. mhe new curb and gutter shall be constructed to City standards with regard to the types of materials used, spacing of expansion joints, reinforcing steel, etc. in accordance with the City~s standard details. Modifications to the configuration shall be considered subsidiary. The typical curb section shall be as shown on the Typical 3ection as shown elsewhere in these c3ocuments. * Please note: The section shown is 4 inches (4~'} deeper than standard to allo~v for loss of or lack of, base material. Pleaae see ATTACffiKSNT `~g•• of SpeciaZ Provisions (TypICAL SECTION). A-62 Standard Specifications The various Standard Specifications may refer to 025220 "Flexible Base Caliche°, This will be non-applicable and is not approved for use on this project. 025222 "Flexible Base - High Strength (S-24A)" shall be used, exclusively. The various Standard Specifications indicate various methods of measurement and payment. These will be non-applicable All work shall be paid for under the bid items in the Proposal. Any recxuired work not covered ~ an item in the Proposal shall be considered subsidiar with no additional a ent a~-d the Contractor ahall not use ti~ese diacre ancies as a basis for extr- a pa~-. A-63 Construction Drawiags The li'~x17^ drawings included in the contract documents are excerpts, taken from City of Corpus Christi Standard Detail Sheets. This means that some details may not, at all, be applicable to this project. It also means that " some detaiZs will, or will not apply to specific situations and/or specific locations aad the Contractor ahall not use these discre ancies as a basis for extra ~ay. Section ~ - gp (Revieed 12/15/04) Page 24 of 25 SLTBMITTAL TRANSMITTAL FORM PROJBCT: Rolled Curb aad Gutter Re lacement FY 2006-2007; PROJSCT No. 2269 ^ aWNSR: CITY OF CORPUS CHRISTI ENGII788R: Joe F. Tre-io P_E.,R.P.L.S., Assistant Director of Enqineering Services ~ - ~ CONTRACTOR: SIIBI~3TTAI, DATE: SLJBMITTAL NIIl~ER: Sectioa A - SP (Revised 12/15/04) Page 25 of 25 _. ,~, ~ ..., . .,~ . ~ -- .~,~,,. ~. .a,~,,,,,,, .... . . __, ~ ....- . ,~...~_.._........ ...,,.......~. PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 3 General Decision Number: TX03C122 d2/25/2005 TX122 Sta~e: Texas Construct:ion Types: Hea•.ry and Highway ('ounties Nueces, San Patricic and Victoria Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; 3~ascule, suspension & spandrel arch bridges designed for commercial navigation, bridges invoZving marine construction; and othea major bridges}. ~ Modi.fication Number Publication Date a O1/28~2005 1 02/18/2005 2 02/25/2005 SUTX2005-007 11/09,/2004 Rates Fringes Asphalt Distributor Operator. ..$ ~2,q2 0.00 Asphalt paving machine operat or$ 11.57 0.00 Asphalt Raker......._ . .$ 9.36 0.00 Bulldozer operator....,...,, .$ 10.90 0.0o Carpenter .................... ..$ 10.71 0.00 Concrete Finisher, Paving.... ..$ 12.18 p.pp Concrete Finisher, Structures ..$ 11.16 O.OQ Concrete Rubber.~,,,,,,,,,,,, ,,$ 10.50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline. Shovel Operator........ ...... .,.. ..$ 12.55 0.00 Flagger....... . `•$ ~-I7 0.00 Form Builder/Setter, Structures$ 11.47 0.00 Form Setter, Paving & Curb... ..$ 9.65 0.00 Foundation Drill Operator, Truck Mounted ................ ..$ 15.32 0.00 Frant End Loader Operator.... ..,5 10.05 0.00 Laborer, common ....... ...... ..$ 8.35 4.00 Laborer, Utility ...... ...... ..$ 9.09 0.00 Mechanic ..................... _.$ 13.17 0.00 Motor Grader Operator, Fine Grade...• .................... ..$ 13.78 0.00 Motor Grader Operator, Rough. ..$ 15.00 O.dO Pipelayer ............. ... .$ J.00 0.00 Roller Operator, Pneumatic, Self-Propelled ............... .$ g.57 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping........... .$ 8.57 0.06 Roller Operator, Steel Wheel, Plant Mix Pavement.......... ,$ 9.49 0.00 scraper Operator ...... ...... .$ 9.67 0.00 Servicer ................... .$ 10.75 0.00 Structural Steel Worker...._. .$ 14.00 0.00 Truck driver, lowboy-Float... $ 14.15 0.00 Truck driver, Single A~cle, Heavy ........................ $ 11.39 0.00 Truck driver, Single Axle, ,_.~_ ~~__ __ _. , _ , _ ;_ , „ .-, „ • ~ ,..,..,..,. . , Page 2 of 3 Light............ •$ 9.00 0.00 ~ `I'ruck Driver, Tanclem Axle, Semi-Trailer_ . . .. .. . $ 9.39 0.00 Welder ...... . . c 28.00 0.00 Work Zone Barricade Servicez.. ; 8.g7 0.00 ~~ WELDERS - Receive rate prescribed for craft performing ~~ operation to which welding is incidental. Unlisted ciassifications needed for work not included within , the scope of the classifications listed may be added after award only as provided in the labor standards contract cZauses (29CFR 5~5 (a) (1) (ii1i. In 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 prevaiiing. ~'" WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: ~ * an existing published wage determination * a survey ttnderlying 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 sunrey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regianal 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.j should be followed. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wa.ge Determinations. Write to: ~ Branch of Construction wage Determinations Wage and Hour Division U.S. Bepartment of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 _.. 2.) If the answer to the question in 1.) is yes, then an ~'lt~fll'%~VVW~x~W!'~ll~ tTrn;I~x~~n~/o~~fil<.o/~.~.,ic{~nn..,~('1'V177 ,7..1. ~n~ninnni .~....,~,,,.. __.-..~.. _«.. .,,w -.,,~. . ~...rr....~._,.+~+~+...._..,,. , ...~.,:,.,~,... ..~.... ... .. . . Page 3 of 3 interested party (those affected by the action) can request review and reconsideration from the Wage and tiour Administrator (See 29 CFR Par~ ~.S and 29 CFR Part. 7). Write to: Wage and Hour Administrator U S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The reguest should be accompanied by a full statement of the interested party's position and by any information (wage ~ payment data, project description, area practice material, etc,) that the requestor considers relevant to the issue. ~ 3.) If the decision of the Administrator is not favorable, an interested party may appeal direct~y to the Administrative Review Board (formerly the Wage Appeals Board). Write to: ~ Administrative Review Board U_ S. Department c~f Labor- 200 Constitution Avenue N.W Washington, DC 20210 4.) Al1 decisions by the Administrative Review Board are final. END OF GENERAL DECISION A G R E E M E N T THE STAT'~ OF TEXAS ~ COUNTY OF NUECES § THIS AGREEt~NT is entered into this 7TH day of NOVEI~IDER, 2006. by and between the CITY OF CORPUS CHRISTI of th nty of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and A. Ortiz Construction ~ Paving, Inc. termed in the Contract Documen "Contractor," upon these terms, performable in Nueces County, Texas In consideration oi the payment of $316,850.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows; ROLLED CURB AND GUTTER REPLACEI~NT FY 2006-2007 - PROJECT NO. 2269 (TOTAL BASE BID: $316,850.00) according to the attached Plans and Specifications in a good and workmanlike manner for *he prices and conditions set out in their attached bid proposal supplying at their expense such materials, services: labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents inrlude this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other dzawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 P~~,rt `~M - Rolled Curb and Gutter Replacament - Specific Area I II III IV V IInit ITB![ Q!~'Y Description Price Total 2,500 Removal and Replacement of Curb A-1 L.F. & Gutter, complete and in place ~ a.~ OU $ lo'~ ~~o c;o per linear foot - . . 8,200 Removal and Replacement of A-2 S F driveway approaches, complete -~ ~a,.~ $~p;~.~oo.c~ and in lace r s re foot Removal and Replacement of A-3 S F sidewalks, complete and in ~~ ~;~.~~ $~~j,C~p•ov lace er s are foot Removal and Replacement of A-4 820 pavement/pavement repairs, S. Y. complete and in place per ~•- ~~.co $'~-~.1G~•;..oU s are yard TOTAL Bl~SB BID Part `"A" (Bid Items Al-A4 ): S~:~.[~.1 o h u C? Proposal Form Part „Bp - Rolled Curb and Gutter Replacement - Various Locatioas I II III IV V IIait IT]~i QTY Desc=iption Price Total Removal and Replacement of Curb B-1 1,500 L.F. & Gutter, complete and in place o[~ "~ ~'~ $ 3'~ ~~~.C•C Per linear foot • . Removal and Replacement of B-2 S F driveway approaches, complete ~- ~a,.~p $~.a,5e.op . and in lace er s are foot Removal and Replacement of B-3 S F sidewalks, complete and in ~ 1:~.5~ $~.SCC•~c~~c~ lace er s are foot Removal and Replacement of B-4 700 pavement/pavement repairs, S. Y. complete and in place per ~=,~ ~; ~, $ 3~SG.c~.C~~ s are ard Concrete Curb Ramps, meeting B-5 S F ADA requirements, compZete and ~~.~~ S la.c,c~-~~ in place per s are foot TOTliL Hl~i3g BID Part `"H" (Bid Items B1-B5) : SUl~t~iRY OF HID 1. TOZ'~-L HaikSB BID PA1tT "A" ( IT~M3 Al -A4 ) $.~~. L`~~ 1~ f1, 1 t' 2. TO~JII, ~E BID PA~T "B" (ITBM3 B1-BS) 3. TO~L $~SB BID PA~T "A" (IT8~3 Al-A4)+ T01~1L H~SB BID PAxT "B" (IT~B B1-85~ $ ~i lo .`'l S n.1~C~ $ 31b, 85n. c~c~ $ c~ ~-, 7 5v . c' cf Proposal Form The Contractor will •~ommence work within ten (10) calendar aays from date they receive written work order and will complete same within 180 Ca,LENDAR DAYS after construction is begun. Should Contractor default, Cortractor may be liable for liquidated damages as set forth in the Contract Documents. ~~ty wiil pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4_ parts at Corpus Christi, Texas on the date shown above ATTT~ST: ~ ,-- City Sec etary APPAOVE~ ll~S TO, LEGAL FORM: ; ~; t g ~ ' f~~,-~i~ Y Asst. Ci y Attorney T: ~~f C,o,~rporation) ~~ ~ ~r j> - '~ ~l~- C , t~1 ~ _. t~ --- ( Se~~. Be ~w ) ~ -f (IrFot~. Sf>Peraon signlssg for cospl~rati~i i~ not Preirident, atts~i ca~- of authoritation t0 3~I3 f CITY OF CORPUS CHRISTI BY ; ~~-.-~~.~ ~ 9~~7 Ronald F Massey, Asst. City Mg . of Public Works and Utilities / Bx ~.~/~' ~ C~'~Il~iyt~ f Angel scobar, P.E Direc or of Engineering Services CONTRACTOR A. Ortiz Construction & Pavin Inc. B Y ' ~ ~ :~c,~ u.~ c~. -~~ r Title: -~'{~=~~PG ~ 102 AIRPORT ROAD (Address) - CORPUS CHRISTI, TX 78405 (City) (State) (Zip) 361/882-2122 * 361/883-4188 (Phone) (Fax) ~ ~ ~ Y ~~~ ~/ ,~I~,~I `,~ 1 '`~~...~L ,.~u ~ r,uK~L: 6Y CIL }~...~:~~.. f~OtlN . ... j , ~.!~ . .~\J . . Tl ~~1~ / ^ ~ ~~ Agreement Page 2 of 2 P R O P O S A L F O R M F O R ROLL~ CURB AND GUTTER R~PLACLMFNT FY 2006-2007 DEPARTMENT OF ENGINEERING SERVZCES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of 7 P R O P O S A L Place : ~~ C.~~~ . ~ - Date : ~~'~,5 ~~t~ Proposal of a Corporatio~i organized and existi State of ,--~. ,~,~-`;,~ -~ OR ,~ • , r the laws of the a Partnership or Individual doing business as TO: The City of Corgus Christi, Texas Gentle~-en : The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: ROLL=D CURB AND Gt1TTSR RLPLACBMBNT FY 2006-2007 at the locations set out by the plans and specifications and in strict accorc~nce with the contract documents for the following prices, to- wit. Proposal Form Paav ~ nf 7 Part ~~N - Rolled Curb and Gutter Replacement - 3pecific Area I IZ i III IV V ~ Unit ITSM QTY ' Description Price Total Removal and Replacement of Curb A-1 2,500 L.F. & Gutter, complete and in place 3~.~.Of~ $ ~°"~,.~~b.vG ~ Per linear foot Removal and Replacement of A-2 8 200 ' driveway approaches, complete ~~~„5~ $ 1o;~.5co.eo S.F. ~ and in place per s are foot Removal and Replacement of A-3 S F sidewalks, complete and in ~~ -a.S~ $~U.eoo c~c~ place per square foot Removal and Replacement of A-4 820 pavement/pavement repairs, S. Y. complete and in place per ~_ ~;~;.~p $~-K.1i~r: CC; s are yard TOTAL BASE BID Part ~A" (Bid Items Al-A4) : $'~'~C~, ion c}G Proposal Form Part ~Bn - Rolled Curb and Gutter Replacement - Various Locatioas I II III IV V ~--~ - IIni t ITgM (~"TY Description Price Total Removal and Replacement of Curb 1,500 ~ & Gutter, complete and in place - ~ ~ ~ ~~ $~J~ ~~~ ~C~ B-1 L.F. j per linear foot " ' ~ ~ ~ Removal and Replacement of B_ 2 driveway approaches , complete ~~a,. ~u S 1o.~~t,. ~z c~ S F. and in lace er s are foot Removal and Replacement of g-3 200 sidewalks, complete and in ~' 1:~..Su $-~_~~~-.r;t; S F lace er s are foot Removal and Replacement of B-4 70o pavement/pavement repairs, S. Y. complete and in place per ~~~ „ c, $ 3,555 G.c~.~st~ s are yard Concrete Curb Ramps, meeting g-5 400 ADA requirements, complete and -~ ~.c~~ $ 1d.c,~~.c'~l? S F in place per square foot TOTAL BA38 HID Part ~H" (Bid Items B1-B5): SiJb~IARY OF BID 1. TOTAL SA3B B ID P]1RT "A° ( ITSM3 Al -A4 ) $~~. C~ ~ 1 l7 C~ •~ t~ 2. TOTAL SA3B BID P1-RT °B° (IT8M3 B1-B5) 3. Tff~~TTAL 8~A38 BID P~RT pA" ( ITEM3 Al-A4 )+ TOTAL ~A3B BID P11RT "B" (ITBM3 B1-B5) $ G1lo.~IS~~.~c~ $ 3i~c, k5n. ~c~ $ L7 !~>, ~150 . ~` ~` Proposal Form . . ~. _ ._ _. ~... ... The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10} calendar days execute the formal contract and will deliver a Perforr~-ance 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. lLinority/Minority Busineae Bnterprise 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. ~mber of Sigaed 3ets of Documenta: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 180 calen~dar daya 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. ceipt of the fq~\~ ,ow~ing addenda is acknowledged (addenda numbe r ) . ~\~ c~ ~ : ~- i . ) \ ir~ n, c~ ~,~;,,~.-.~- ~ Respec fully submitt d: Nam :; ' ^ ~ ~ , ~,~,.. ~, By: i ~ {SEAL - IF BIDDER IS (S GN~ , ~ a Corporation) Address: ~ (~0 I ~~ ~ B c) (Street) ~. ; , ~ ~~ `~05~ , (Cit (State} (Lip} Telephone: '~~ `. gf~~ ~Ia~U , ' <~ ~ NOTB: Do not detach bid from other papers. ~ ` ... - Fill in vith ink and submit complete with attached papers. (Revised August 2000) Proposal Form P E R F O R M A N C E B O N D STATE OF TEXAS ~ COUNTY OF ~fUECES ~ F30ND NC~. PRF08822872 KNOW ALL BY THESE PRESENTS: TBAT ~l.Ortiz Construction & Paving, Inc of NUECES County, Texas, hereinafter called "Principal", dI1Cl FTTIFT TTY ~ nFn~~rT o oF r~AftYLANn* a cc.>rporation organi zed under the laws of the State of ~RYLAND , and ~u~y authorized to ~ao business in the State of Texas, hereinafter called "Sure~:y", are held and firmly bound unto the Cit1 of Corpus Chr~sti, 3 m•,inicipal corporation of Nueces County, Texas, r.ereinaf'~er called "Ci_:y", in the penal sum of THREE HUNDRED SIXTEF.~i T1L~USAND BIGHT HUNDRED FIFTY AND NO/100($316,850.00) DOLLARS, lawful mor.ey cf the United States, to be paid in Nueces "nur:*_~y~, Texas, for ~he p.~yment o~ which sum well and truly to be made we bind ourse:ves, ou~ heirs, executors, administrators and si.ccessors, -;cintly _3nd sF ~era:tly, ~irmly by these presents: THE CG)NDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the prir.clpal entered ir~te a;~ertain contract with the City of Corpus Chris~,i, dated '~:-1e 7TH of NOVEI~ER, 2006, a ccpy of which is hereto attacned and made a~art rere`f, fcr_ the constYuction of: ROLLED CURB AND GUTTER REPLACEMENT FY 2006-2007 - PROJECT NO. 2269 (TOTAL BASE BID: $316,850.00) N(3W, TBEREFORE, if tt~a principal shall faithfully perform said - ~aork in accordance with t_~~e plans, specifications and contract documents, including any c:~anqes, extensions, or guaranties, and if the principal shall repair ar.d!or replace all defects due to faulty materials and/or workmansrip that appear within a period of one (1) year Lrom the date ~:_f comc~ler_ion and acceptance of improvements by the ~ity, ther: ~his oblicat~~n sha11 be void; otherwise to remain ir~ full tcrce and ef~ect. ~ PP~OVIDBD FURTHER, that if any legal action be filed on this bond, venue shal~ Lie in N~.;e~es Co~anty, Texas. And that said s~~rety fc~ value received hereb~y stipulates that nc change, extens~or. of t,_me, alteration or addition to the terms of the contrac*, or ~_o thF wcrk performed thereunder, or the plans, spec~fications, drawings, etc., accompanying the same shall in anywise affect ~~ts obligat~_ori on th,~s bond, and it does hereby waive ne`:ce of any such char,ge, extension of time, alteration or addi~ion ~o the terms o~ *h? co;itract, or to the work to be perf~~rmed thereunder. ~ * "?~,OP1IA~i. :'1_MFRICAN CASL.~LT'~ ~ -r R~`I~~ C~. P~r:ormance Bond Page 1 of z Tt~ i~ borla ~ s ~iven to m~eet ~.he requirements of Article 5160, ~`e~-n.~n' s Civi_i Srat utes -~f T~xas, and other applicable statutes of 'hF' ~tat~ of Texas. The undersign~d aaent is hereby designated by the Surety "eYein as the Agent Resiaent in Nueces County to whom any requisite not i-es may be del,.vered and on whom service of process may be had ~n matters ar;_sing out o~ such suretyship, as provided by Art. ,; 9-l, Jernon' s Texas Ir~surance C.~de. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of whic?- sha'_1 be deemec~ an original, this the 11TH da~ ,~f ;.~ECE^9BEF~ , 2C ~;_ . PRINCIPAL A. OP,T:IZ C'i"~NSTRUCTIC~N & PAVING, INC. _ - ~ - _ . B Y ~ ~'t~l.. v~ ~ a ~~ ~:t.~ , ~ r: l!~! a j ~~ ~~~ f"7 2 °° (Pr~n± Name - & Tit._e1 ATTEST _ c"f'~..,-, '~ ~ ~ -- 1~ - . ~ Se retary ; - ~ t~ r ~ ~- ~n c (Prlnt Name' ~ SURETY FIL~ELI'~~~ ~;. DEPOSI'I COMPANY QF MARYLAND ~~ ~~OLONL^~i, AP~~ERICAN ~ASUALTY & SURETY C0. B y ._ ~=!z% -~ ~~~ ~ ~ ~-' ~ ~ Attorne~.~xn-fact . "~IARY E~_,LEN :~IOORE _ (Fr~~nt Name) ~~ < 1 . - . .. ,. ~ ,~~+s~# ~ ~f t~r ~~r ,~.s~ ~a Ce~~ ... _ de iv~s e~ s~t#~ ~ ~, ~ ~ :.','~or::: sa~c~l- af s~~~ is: ACJ@I2Cy: SWAt~~TNER & ~;OR~ON IN~LTRP_NCE AGENCY COAt2C't PE+~'SOIi : ~~]AR~ ELLEN t~400KE Address ~ r> _ c, _ BoX g 7 0 - CORF'LTS CIiRiSTI, TEXAS 7~403 Phone 1~umbar: ~hi-r~~-i?, ~ _ (NOTt:: Date _~f Perfo~~na~ce Bonu mtst :;,~_` be prior ?-o date of ~ontract) (Revised 9/02) Fer-formance Bond Page 2 of ~ P A Y M E N T B O N D STATE OF TEXAS § COUNTY OF NUECES § BOND NO: PRF08822872 KNOW ALL BY THESE PRESENTS: THAT A.Ortiz Construction & Paving, Inc. of NUECES County, Texas, hereinafter called "Principal", aI1dFIDELITY & DEPOSIT Co oF MARY~,AND* <~ corpcration orgar~ized inder the laws of the State of ~RYLa1~m , and duly au±horized t~ do business in the State of Texas, " hereinaf~er ~.a11ed "Surr~t}~", are held and firmly bound unto the c,ity of Corpus Christi, a municipal corpora*ion of Nueces County, ~exas, hereinaf.ter calleci "'~_~ty", and unto all persons, firms and ~~orporations supp,~~ying :a~~cr and materials in prosecution of the work referred to ~n thE, attached contract, in the penal sum of THREE HL~iDRED SIXTEEN THOUSAND, EIGHT HUNDRED FIFTY AND - NO/100($316,850.00) DOLLARS, lawful money of the United States, to ~e paicl in Nueces `ount,, Texas, `or the payment of which sum well ana tr.i; y to be :-lade tie bind ~~urselves, our heirs, executors, - adminis~rators a~d succ~ss~~rs, ;~~intly and severally, firmly by t.he~se presents ; - THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ~~rincipa: entered .nto G cer~ain cor:tract with the City of Corpus Christi, dated the 7TH day NOVEt~ER, 2006, a copy of which is .~ hereto a~tached and made a part hereof, for the construction of: _ ROLLED CURB AND GUTTER REPLACEMENT FY 2006-2007 - PROJECT NO. 2269 (TOTAL BASE SID: $316,850.00) ZtOW, THEREFORE, if !~he principai shall faithfully perform its auties and make prornp~ payment to all persons, firms, subcontractors, co~porat;~on~ and claimants supplying labor and materia~ in ~he presecaticn of the work provided for in said cor:trac'= and any ana ~~.1 :uiy autnorized modification of said cortract that ~::ay 1-:ere~r.~fter be made, notice of which modification to t.he suret,/ ~s hereb, ~k:pressiy waived, then this obligation shai'- be void; othe.~wise to ~~emain ir. fu11 force and effect. PROVIDED FURTHER, tt~:at if any legal action be filed upon this bor:d, venue shall i L.e in Nue~es Cotinty, Texas. ` And that said suretv for value received hereby stipulates that no cnange, ext~nsicn of tt_ime, alteration or addition to the terms cf the contract, or to the wark performed thereunder, or the plans, spec~fi~.~ations, drawings, erc., accompanying the same shall in anyw~se affec} its obli~a`~~on on this bond, and it does hereby waive r,otice o+ an, suct- c1-:ange, extension cf time, alteration or add_itior: to ~he tarms ~~f The c~ntract, or to the work to be performeci therei.nde:, . c~aymen* Bor.d F'age ~ o'= Z * `+lI~+-~?`:IAi_ :'~i~1ERI,,Ai~ ~:'A~G:`+i,T'i & ='I ~~T`~ C~~~. Tr. ~:- bor~i 15 ;i~e:-1 -_c rn2et the requirements of Article 5160, ~~~er:~~~n's ~ivii Sta~~tes --f Texas, and other applicable statutes of t:he ~ta~~ of Texas. The terms "C1ai.mant", "Labor" and "Material", cs usec herei:-~ ar_= in accordarce with and as defined in said ~:rt -~~~:le . The undersigned agen.*~ is hAreby designated by the Surety herein a~ the Agent Resic~ent in Nueces County to whom any requisite - r:otices may be del;.vered arid on whom service of process may be had i^ matters ar~sinq our ~f such suretyship, as provided by Art. ~.19-1, Vernon"s Texas Ir.sur~nce Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, eacr one of which shal: ~a deemed an original, this the 11Tx - aay cf _~~:cEr~BEF~_ , 20 ~E . PRINCIPAL A. ~~~2 CONSTROCTION & PAVING, INC. By ~~ d._~ V~t~;i' lC~ ~, C~, ~ _ 'Print Name & Title) ATTEST ~ .~'.~~,1 ~ , ~ ~~ ~ -`r -~ ~- -:~~ ~ec~~t.~ry ; r F` ! ` ~;~ ~.~ :" t- ' ` 7 "' V Z 'Print Name'~ SURETY FIDEL~~I'Y S DEPO~IT COti1PANY OF MARYLAND CC~LONIAL A!~ERICAN CAS'.JALTY & Sti~TY CO. .~ ~Y ~ ~~~ .,,.~~- , `~L~..-,-, ~ %~~!-~2~._- =~ttorne~ln-fact MARY F'X t~ '~100RE Pri^,t ^Iar~e' a. k ~~" re'~~ , ~, .° . .~ ~ ~-'. ~~;'~ ~ii~ a serv+~ice AQenCY: ;~:P?ANTNE~1_ ~; _'~~~;R_DON IiuSL1RANCE AGENCY COI1t2Ct P@rSOI2:~ti?ARY EL~EN `~1~~ORE Add.z~esa: ?~.o. BoV 87r~ 'ORPU~ :'HRI~TI, TEXAS 78403 Phane 1Flumber: .~:61-883-1711 for ,;, ~ ~C7~'TE~ Da'~~_~ _~f Payme~.~~ Bor,~i mus~- ~ r t ~~ prior '~ date of contract) (Revised 9/02) Pay:nent 3ond - ~ g e 2 .- f ~. :~. . ~ . ~_ _ .,..,,. .,. .~ , . . .~ ~ Power of Attorney ~ FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALl. MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the "` C(~LONIAL AMERICAN CASUALTY AND SLtRETY COMPANY, corporations of the S aryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of u t$ Article Vl, Section 2, of the By-Laws of said Companies, which are set forth on the reverse ~ ~ er o ' ied to be in full force ~ and effect on the date hereof, does hereby nominate, consri o g en MOORE, R M. LEE, I?iann EISENHAUER, Michael A. WHI a~ p us Christi, Texas, EACH its true and lawful agent and Attorney-in-F e ° e , r, and on its behalf as surety, and as its act and deed: any s~nd all bo ~ s s ehalf of Independent Executors, Community ° Survivors and Co ~ a ~ans ~ of such bonds or undertakings in pursuance of these presents, shall be as binding~ i o and amply, to all intents and puiposes, as if they had been duly executed and acknowledged b rl cted officers of the Cornpany at its office in Baltimore, Md., in their own pro er P ~ persons. This power rney revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R. M. LEE, Diann EISENHAUER, Michael A. WHITNEY, ]rene BI~,UEMEL, dated July 22, 2003. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Secrion 2, af the By-Laws of said Companies, and is now in force. ~ IN WITNESS WHEREOF, the said V ice-President and Assistant Secretary have hereunto subscribed their names and affixed the ('otporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY ANn SURETY C(~MPANY, this 13th day of October, A.D. 2003. A"I'TEST ~. ',~o scvos~~ c~t~'~ ~ ~~ vR° ~ BiAL ~ W fl ~ ~ ~ ~ ? ~~ ~ State of Maryland ~ ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ~~ . . ~PMq'y -/ V T F. Smith Assistant Secretary By: - Paul G Rogers Vice President On this 13th day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SLiRET'1' COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding insm~ment, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding mstrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the ~aid instrument by the authority and direction of the said Corporations. (1V TEST[MONY 1~'HEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. .« aa~ R. F},~~b~, 04' `"y ~rrr.ao.~. .r.wie _ ~avwA-~' Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 POA-F 168-9883 o~ Fidelity and Deposit Company of Maryland ~~~~ ! fcme ~~tfice: P.0 Box I~27, Baltimore, 'vTD ? I 203-( 227 INIPORTANT NOTICE To obtain intormation or make a complaint: You may call the Fidelity and Deposit Company of ~lazyland, Colonial American Casualty and ~ Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for information or to make a complaint at: 1-500-654-5155 You may contact the 1'exas Department of lnsurance to obtain information on companies, coverages, ri~hts, or complaints at: 1-300-252-3439 You rnay write the Te~cas Department of Insurance; P.O. Box 149104 ~~~ustin, TR 78714-9104 F~1X # (51?) ~75-1771 P~E11~IIiJ1Vi OR CLAIl1~! D[SPliTES• Sho~ild yoti have a dispute concerning tlie premium or ~ about a elaim, you should first contact Fidelity and Deposit Company oF N[aryland or Colonial ~~\rnerican Gasualty ~1nd Surety Company. [f the dispute is not resolved, you may contact the Texas Dep~u-tment of Tnsur~u~ce. AT'TAC:E~ TEIIS NOTICE TO YOL'R POLICY• This notice is Fvr information only and does nE~t becom~ a part or condition af the ~1ttlched documcnt. ~=~~t~: ~~ ~~g~oi ~~ ~ Disclosure Statement ZURICH court Bonds - Bc ZURICH AGENT/BROKER C~MPENSATION DISCLOSURE Dear Policyholder: On behalf t# Zuric~, we are glad you have chosen us as your insurance company. We look forward to_meeting your insurance needs a~d want you to understand clearly our business relationship with the agent or broker you chose to represent }rour corr~any's interests in the placement of insurance coverages. As is the c&se with many insurance companies in the United States, Zurich distributes many of its insurance products through ag~nts or ~okers. This means that your agent or broker is not employed by Zurich and, in fact, may represent ° many insur~nce oampanies. Because we do not employ your agent or broker, the way they are compensated may vary. We recommend you discuss these arrangements with your agent or broker. Like many other insurers, when Zurich compensates your agent or broker, they may receive two types of payments. The first type of compensation is known as "base commission," and the second is called "contingent compensation." F~r an explanation of the nature and range of compensation Zurich may pay to your agent or broker in connection with ~' your business, piease go to http:tlwww.zurichna.com. Click on the information link located ~n fhe Agent/Broker Compensation Disdosure section. Where appropriate, insert the Access Code provided below, and you will be able to view this ir~formaticm. Alternatively, you may call (877} 347-6465 to obtain this type of information. Thank you. Access Code: 2018104474 ° U-RET-E-402-A CW (09/06) Page 1 of 1 ~ ~-~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Ca~us C,~isti Ordinance 17112, as amended, requires all persons or firms sesking to do business wf~h the City to provide the following information. Every question must be answered. If the question is not applicable, ansvw~ with "NA". FIRM NAN4E V.. ~1~M ~~m,~~n~ ~ F~~an: ~~ ~~~~,,,, a ~c> , STREET: FIRM is: 1. ~ 2. Partnership " 3. Sole Owner 4. Association ~" 5. Other DISCLOSURE QUESTIONS If additionsl spac~ is neceasary, please use the reverse side of this page or attach separate sheet. 1. State the narnes of each °empbyee" of the City of Corpus Christi having an "ownership interesY' constituting 3% or more of the ownership in the above named "firm". ~ Name Job Titie and City Department (if known) ~i l y~ 3 4 2. State tite names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or rnore of tfie ownership in the above named "firm". Name Board, Commission or Committee r~J1A State the narnes of each emp{oyee or o~cer of a"consultanY' for the City of Corpus Christi who worked on any matter r~elated ~ the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in tt-e above named "firm". Name Consultant ~ ~~ CERTIFICATE I certify that a~t information p~ovided is true and correct as of the date of this statement, that I have not kn~winqly witfil~id disclosu~e of any information requested; and that supplemental statements will be p~omptiy ~tbmit~d to the City ot Corpus Christi, Texas as changes occur. Cert' m Peraon• '~ ~ - t~y' 9 ~ n) ~_ R.~ J~ ~_~ z nM L L Title: ~c-, c~ 1L 1~ -_ ~: o r= ~'.~ (Type or Print) r Signature c~ Cert~tying Person: ~ ~~ Date: ~~~~ch :~, ~ . .`~.c~G~ ~ Proposal Form ~ DEFINITIONS a. "Board Member". A m~mber of any board, commission or committee appointed by the City Council of the City of Ca~pus Christf, Texas. b. "Emplo~e". Any person employed by the City of Corpus Christi~ Texas, either on a full or psrt tirrN basis, but not as an independent contractor. ~ c. "Firm". Any entity opsrated for economic gain, whether professional, industrial or cammen~al and whethu estabfished to produce or dsal with a product or service, including b~ not Iirnit~d to, entkies operated in th~ fortn of sole propristorship, as self-employed _~ pa~son~ psrtnership, co~poration, joint stock company, joint ve~ture, roceivership or trust and entitiss wfiich, for purpases of taxation, are treated as non-proflt organizatlons. d. "O#ficiat". The Mayo~~ members of the City Council, City Manager, Dsputy City Manager, ~ A~ista~ City Managers, Department and Division Heads and Municipal Court Judgea of the CIly of Corpus Christi, Texas. e. "Owner~Aip Interest". Legal or squitable interest, whether actually o~ constructively held, in a ~ f~n, inai~ding when such interost is held through an age~t~ trust~ estate or holding entity. "ConsttNNCtively held" r~#ers to hoiding or controi established through voting truats, proxies or s~ecial Nrms of venturo or partnership agreements. ~ f. "Consuit~nt". Any peeson or ~rm, such as engineers and architects, hired by the City of Corpus Chrfsti for the purpose of professional consuttation and recommendation. Proposal Form Page ~ of '? AcoRO. CERTIFICATE OF LIA:BILITY INSURANCE CSR RT DATE~MM/DD/YYYY) ORTIZ-3 12 11 06 PROOUCeR ~~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ' ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner ~^vordan Ins . Agcy-CC ? HOLDER. TNIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. O. Box 870 ~ ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403-0870 Phone:361-883-1711 Fax:361-844-0101 INSURERSAFFORDINGCOVERAGE NAIC# _ _- -_---- - _ _-__ __ __ - _ _ ----_ wsuReo --- : ~r,suReRn Re ublic Underwriters Ins ~ ^iNSUReR e Southern Insurance Co A Ortiz Construction ~ Paving, ' wsuReRc Inc. 1~2 ~1 Ol'~ ROdCl INSURERD Corpus~hzisti TX 78405 ---- I INSURER E. C~VERAGES THE POLICIES OF INSL~tANCE LIETED BELOW HAVE BEEN ISSUED TO THE INSURE~ NAMED ABOVE FOR THE POLICY PERIOD INDICATEO NOTWiTHSTAN0ING ANY RE~UIREMENT. 7ERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE tNSURANCE AFFORDED Bv THE POLiC1ES DESCRIBED tiEREIN IS SUBJEC7 TO Au THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. AGGREGATE UMITS SMOWN MAY HAVE BEEN REDUCED BV PAIO CLAIMS - - - - -r ----- ~TR SR TYPE OF INS{JR/~N POUCV NUMBER I DATE MMID~/YY DATE MMIDD/YY UMITS GENERAL LIABILITY ', EACH OCCURRENCE $ 1~ OOO ~ OOO 1~ ~ X COMMERCIAL~ENERALLiAeiu?Y 'I~XP~J64824$ 10/29/06 ~ 10/2 ~~7 PREMISES(Eaoccurence) $ 1~0~~~0 ~: ~ i .,LAIMS MADE ~ OCCUR ~ MED EXP (Any one person~ $ ~J ~ OOO , ~'~ y ~- -+ - .- - - -- ._ PERSONAI 8 ADV INJURY $], ~ OOO ~ OOO I ._ __ ___ r_ GENERAL AGGREGATE $ 2~ OOO ~ OOO r , GEN'L AGGREGA'E uM1TAPPLIES pER ' - PRODUCTS-COMP/OPAGG $ 2~ OOO ~ OOO ~ ' ~ POLICY J( PRO- ~ QC ' ~ JECT ^-~ AUT OMOBILE UABILITI' ~ ' COMBINED SINGLE LIMIT 1 OOO OOO B i j~ ~- aNVAUTO BAP5648249 10/29/06 10/29/07 (Eaaccidenq ~ ~ ' ~.~ ~ ALL UWNEC AIiTOS ~~ ,/ V BODILY INJURY $ ~ SCHEDULED AUTOS ~ (Per persan) I-- ~ X ~ HiRED AUTUS 80DILY INJURY $ i ~[ NON-~VYNED AU70S ~~~.. (Per accident) I~ ;_- - - __ . .._ __. .__ _. _ . .. PROPERTY DAMAGE S (Per accident) ~ GARAGE LIA~LITY AUTO ONLY - EA ACCIOENT i $ I ; r- ~ ~ '~.. ANY AUTO OTHER THAN EA ACC , $ ^ AUTO ONLY AGG ~ $ I EXCESS/UMOI2EL~A LIANLITY ~ EACH OCCURRENCE 1~ OOO ~ OOO A ~~OCCUR ~CLAIMSMAOE ~U1~5648250 10/29/06~~ 1~~2g~~7 AGGREGATE $1~0~~~~~~ •, ~ I _/ s I DEDUCTIBIe ~ • $ X RETENTION i ZO ~ OOO $ WORKERS COMPEd#SATtON AND ~ TORY IIMITS ER EMPLOYERS' LIAaLITY ANYPROPRIETORIPARTNERIEXECUTIVE E.LEACHACCIDENT 8 OFFICER/MEMBEREXCLUDED? ~ E.L.DISEASE-EAEMPLOYEE S If yes. describe undu SPECIAI. PROVISIdYS below '' E.L. DISEASE - POLICY LIMIT $ OTHER , i II DESCRIPTION OF OPE NS I LdCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT ! SPECIAL PROVISIONS Project: Rolled Curb and Gutter Replacement FY 2006-2007 / Project~ 2269 ~ See Attached Addendum CEI~TIFICATE HOL.lSER CANCELLATION CICC-CC SFtOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Clty Of COTj~11S Ct12'13t1 / DATE THEREOF, THE ISSUING INSURER WILL ENOEAVOR TO MAIL 3~DAYS WRITTEN Dept of &~qineerinq Services / NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Attn : COl1~8Ct Admini strator P. O. Box 9277 IMPOSE NO OBLIGATION OR ~IABILITY OF ANY KIND UPON TME INSURER, ITS AGENTS OR COI'p118 Christi '1'X 78469-927? REPRESENTATIVES. AU ORIZED RE NT E ~ AGORD 25 (2007I08) UAGUKD GVKF'UKAI IVN l8tltf ~ ,.- ,, _, ..~„ .~. o.,..,,..... .~ _ _ r ~ ~~~it~k,E'~R C~GE ~ CICC-GC t1~2'PS9~-3 ~ ~ "~~`ft~SttRF~[3'tC FiAMI~' A Ortiz Cotistructicn & BaviAg,. CSR RT E?A1'~: ] ... < . . City of Corpus Christi is an Additi~nal Insured on the General Liability & Auto policies. General Liability includes: Commercial Form; Premises-Opertions; / Explosion ~ Collapse Hazard; Underground Hazard; Products/Completed r~ Op~rations Hazard; Contractual Insurance; Broad Form Property Damage; Indep~ndent Contractors; and Personal Injury. 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 halder 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 issui~ insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001 ' AcoRn CERTIFICATE OF LI~.BIL~TY INSURANCE ~SR RT DATE(MM/DDlWYY) __, _ ORTZZ-9 12/11/06 PRGOUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner & Gordon Ins Agcy-CC HOLDER. THIS CERTIFICATE OOES NOT AMEND, EXTEND OR P, O. Box 870 ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. Corpus Christi TX 78403-0870 Phone:361-883-1711 Fax:361-844-010;. INSURERS AFFOROING COVERAGE NAIC # A. Ortiz Construction Company 102 7-i ort Road ~~ Corpus~hriati TX 78405 COVERAGES INSURER A~. Amarican Homa Aeaurance Co. iNSURER 8 INSURER C ~, INSURER D ___ .. _ INSURER E THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO'HE INSURE~J NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT. TE{~A OR CONDITION Of ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH 7HIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY'HE POIICIES DESCRIBED HEREIN iS SUBJECT TO ALL THE TERMS EXCWSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PRID CLAIMS ---___.. --- ---- ----- 1 lTR IWR TYP6pP INSU CE POLICY NUMBER DATE MMlDDMf DATE MM/DD/YY LIMITS ' GENERAL LIAiILITY EACH OCCURRENCE $ COMMERCIA~ GENERrAI LIABiL T~ I PREMISES (Ea occurence) $ _ CLAIMS MADE ! y OCCJR , MED EXP (Any one person) S PERSONAL S ADV INJURY $ -_ _ - - - ---. _._ ._ I i GENERALAGGREGATE y GEN'L AGGREGA?E LIMIT APPLIES PFR ' PRO - I PRODUCTS - COMPIOP AGG $ - ~ LOC I ; POIiCY ~ JECT I _~ AUTOMOBILE LIAB~UTY ; I ~~ COMBINE~ SINGLE UMIT $ ANV AUTO , ~ (Ea accident) ' ALL OWNED AUTOS , ' ~ ! ' BO~ILY INJURY $ SCHEDULED AUTOS ~ j --. (Per person) HIRED AUTOS I ~ ~ I BODILY INJURY $ -- NON-OWNED AUTOS (Per accidenq ~ - - - - - -- ~ PROPERTY DAMAGE $ ~ ~. ,' i - (Per accidenl) ~ ' GARAGE UA~LITV I ~ AUTO ONLY - EA ACCIDENT E ~ '~ ANV AUTO '~. I ---:~ ~. ~~ ! EA ACC OTHERTHAN $ ' I I AUTO ONLY AGG S EXCESSfUMBqELLA LIA~LITY ', EACH OCCURRENCE $ ~~, . OC~UR __ ~~~ CLAIMS MADF ~. ~ i AGGREGATE a ~, ~, --- - ~~' ~, I $ OE~UCTIBLE --- $ ! RETENTION 8 S , YMpRKERS COMPEli~ATION AND ' EMPLOYERS'LIA8ILITY ' X TORY LIMITS ER A '(~336~.~52 ~ 11~19~~6 I !: ANY PROPRIETOR/PARTNERlEXECUTIVE 11~19~0•~ E.LEACHACCIDENT $ ~'j0~ Q0~ ~ OFFICER/MEMBER EXCLUDEO? ~ ~ Ii yes describe untler / E.l. DISEASE - EA EMPLOYEE S'Jr OO ~ OOO , I SPECIAL PROVISION$ below `~ E.L DISEASE - POLICY LIMIT $ SOO ~ OOO ' OTHER i OESCRN~TION OF OPERAT1pNS ! LOCATIONS ! VEHICLES I E%CLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project: Rolled Curb and Gutter Replacement FY 2006-2007. Project# 2269 ~ ~orker~ Compe~satioa provides coverage for Proprietor/Owner. CICC-CC City of Co~pus Christi Dept. of E~ineering Services / Attn: Contsact Administrator P. O. Box 9277 Corpus Chri.sti TX 78469-9277 ~ ...,....«", ~ ~~~. SHOULD ANY OF THE ASOVE OESCRIBED POLICIES BE CANCELLED BEFO THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAII ~DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SMALL IMPOSE NO 08LIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. „"'^" `~ ~"""„'o~ OO 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 affirmativety or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT LHA'~GES THF POLICY - PLEASE READ IT CAREFULLY ~ ADDTTiONAL [NSURED - OWIYERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance pro~ ided under the following: ~Ct:~MMERC:IAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization City of Corpus Christi /Department of Engineenng Services ~ Attn: Contract Administrator P. O. Box 927~ Corpus Christi, Texas '78469-9277 (If no eniry appears above, information required to complete [his endorsement will be shown in the Declaration as applicable to this endorsement.) WHO IS AN iNSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. / Named Insured: A. Ortiz Construction & Paving, lnc. Pol~cy Number: TXP5648248 /" Effective Date of This Endorsement 1<i 1 1/06 Authorized Representative~ / Name (Printed): R. M. Lee Title (Printed): Managing Partner ATTACHMENT 2 GL 20 10 1 1 85 1 OF 2 TE 99 Ol B ~ADDITIONAL INSURED Tnis endorsement modities insurance prc~ ided under the following: /i BUSiNESS AUTO COVERAGE FORM / ,~ GARAGE COVERAGE FORM ~ TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below ' Endorsement Effective Policy Number 1 ~ 1 ! /06 ~ BAP5648249 ~ i ! Named Insured ~ A Ortiz Construction & Paving, Inc. ~~ Countersigned by (Authorized Representative) The provisions and exclusions that apply ~o LI,ABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 92?? Corpus Christi, TX 78469-92~ i 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 policti. The ad~itional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of anti cancellation of this policy. If the cancellation is by us, we will give ten davs notice to the additional insured. The ad~iUonal insured will retain any right of recovery as a claimant under this policy. FORM TE 99 OiB - ADDITIONAL IIVSURED Texss Standard Automobile Endorsement Prescribed by March ]9, 1992 ATTACHMENT 2 20F2 COMMERCIAL GENERAL LIABILITY ~~H[S EtiDORSEMENI CH,~NGES THF: POLICY - PLEASE READ [T CAREFULLY TEXAS CH.4NGES - AMENDMENT OF •'/CAVCELLATION PROVTSTONS OR COVERAGE CHANGE This endorsement modifies insurance pro~ided under the following: ~C'OMMERCIAL GENERAL L1.ABILITY COVERAGE PART I_.IQUOR LIAB1LtTY COVERAGE PART Ow'NERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIAB[L1TY COVERAGE PART PRODUCTS ~ COMPLETED OPERAT(ONS LIABILITY COVERAGE PART R.4ILROAD PROTECTIVE LIABILITY' COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, we agree to mail prior written notice of cancellation or material change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator ~ P. O. Box 92~7 Corpus Christi, TX 78469-92~'7 Number of days advance notice: THIRTY (30) ~ Named Insured: A. Ortiz Construction & Paving, Inc. ~ Polic~ Number: TXP5648248 ~ Effective Date of This Endorsement Name (Printed): Title (Printed): kt. M. Lee 12/11/06 Managing Partner ATTACHMENT 3 CG0205 (11/85) 1 OF 3 TE 02 O2A ~ CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance pro~ ided under the following: BUSI~IESS AUTO COVERACE FORM GARAGECOVERAGEFORM TRliCKERS COVERAGE FORM This endorsement chan es the olicv effective on the ince tion date of the olic unless another date is indicated below: j Endorsement Effective Policy Number ~ ' 12 11!06 ~ BAP5648249 ~ ~ ~ Na~ med insured ~ ~ A. Ortiz Construction & Paving, Inc. ~ Countersigned by ~- ~ --- (Authorized Representative) ~ THIRTY ( 30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change t~ City of Corpus Christi ~ Dept. Of Engineering Services Attn: Contract Admini,trator P. 0. Box 92?7 Corpus Christi, TX 78=~69-92~'~ Authorized Representative. Name (Printed): Title (Printed): R. M. Lee Managing Partner FORM TE 02 02A - CANCELLATION PROV1SlON OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November 1, 198? ATTACHMENT 3 20F3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 O1 (ED. 7-85) TEXAS NOTICF OF MATERI.AL CHANGE ENDORSEMENT This endorsement app!ies onlv 'o the in~urance provided by the policy because Texas is shown in item 3.A. of the Information Pa~e. In the event of cancellation or other material change of the p~licy, we will mail advance notice to the person or organization named in the Schedule. The number of da~ s advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to bene6t anyone not named in the Schedule. Schedule Number of days advance rotice 30 ~ ?. Notice will be mailed to City of Corpus Christi Department of Engineering Services / Attn: Contract Administrator P O Box 9277 Corpus Christi, TX 78469-92"" This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: i2/~ 1-'06 PolicyNo. WC3360752 ~~ EndorsementNo. insured A. Ortiz Constructien Company Insurance Company American Home Assurance Countersigned By: WC' 42 06 O1 Name (Printed): (Ed. ?-$41 Title (Printed): $ / R. M. Lee Managing Partner