Loading...
HomeMy WebLinkAboutC2007-041 - 2/13/2007 - Approved0 A T 1)')I- 4 + +.sr� c a55 .3Ae1 HEM: F 01 In 'S'3 JIB, 77 : 22 .1444 - X53 -333 iE"::I:TI NT Cr ENGINEERS 4 i' ' O F' t'CGR? U -: 36;./8'3( 3500 .:)61/880- 35'3. T r..amm.- a* wrrr-a.. moo*/ CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARK SIGNAGE Table of Contents NOTICE TO BIDDERS Rev i sed NOTICE TO CONTRACTORS - A (Revised May 2006) 1r,se;rance ;Requirements NOTICE TO CONTRACTORS - 8 (Revised 1/13/98) W<rker's Compensation 'overage For Building or Construction Projects For G' v e r rime n.t F-: n t. i t e _: PART A - SPECIAL PROVISIONS (Revised 9/18/00) = Tim, and Place of Receiving Proposals /Pre -Bid Meeting Definitions and Abbreviations A 3 Description of Project A 4 Method of Award A 5 Items to be Submitted with Proposal A 6 Timt of Completion /Liquidated Damages i Workers Compensation Insurance Coverage 8 Faxed Proposals 9 Acknowledgment of Addenda 10 Wagc Rates (Revised 7/5ls)0) 1 Cooperation with Public Ageri ies (Revised 7/5/00) A 1 Maintenance 3f Services A 1 Area Access and 'traffic Control A 14 Construction Equipment Spillage and Tracking fi. 15 Excavation and Removals A 16 Disposal /Salvage of Material: A- 1-7 -- -FieId-Aff i ee NOT USED A 18 Schedule and Sequence of Construction A 19 Construction Project Layc:ut and Control A 20 Testing and Certification A - -24 -- Project Signs NOT USED F, 22(a) Disadvantaged Business Enterprises (DBE) Participation Goals A 22(h) Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A 23 In.spectiorn Required (Revised 7/5/00) A 24 Surety Bond: A- 2ti-- Sales -- Tax - Exemption NO LONGER APPLICABLE (6/11/98) A -2€- Supplemental Insurance Requirements A . 2- _ Rc_;ponoibi- -1 -mot }� --€or Damage - -Claims NOT USED A 28 Considerations for Contract Award and Execution A 29 Contractor Field Administration Staf£ A 30 Amended "Consider tion of Contract" Requirements A 31 Amended Policy on Extra Work and Change Orders A 3? Amended "Execution of Cor .r a" Requirements A ._ Conditions of Work A ;4 Pre• :: dence of Contract 1) :uments A 3 City- y- Water- 4=aerl-rtles &p oia l Ret r-i r:; mi-rtt -s NOT USED A +6 )thei Submittals (Revised 9/1B/00) A 3-4 - Amended icAr-rangemertt :d- charge rge _fir Water- Furnished by the City" NOT USED A 48 Worker's Compensation ne'ferage for Building or Construction Projects for ;ovei nment Entitle. A -9 -C-e t i f ieate o1 - 00eupaftey- and - 1-4-na -1- Ac epta- ee NOT USED A 40 Amendment to election 8-8 - P<lrtial Est imates A- 41 _ <lzette - Advi- s+ *ry -- -NOT USED A 42 OSHA Rules e, Regulations Tab of c nts ol r 43 Amended indemnification & Hold Harmless (9/98) A. 44 Change Orders :4/26/99) P , 45 As -Built Dimensions and Drawings (7/5/00) A -44 -- Disposal €*f Highly Chlor-inated Water (7/5/00) NOT USED A 47- Pre Construction }xplorato- - -. . , - It NOT USED A -48 ')verhead Electrical Wires (7 /5/00) A. 49 mend "Maintenance Guaranty" (8/24/00) PART B GENERAL PROVISIONS rev . Nov/94) PART -` - FEDERAL WAGE RATES AND REQUIREMENTS PART T TECHNICAL SPECIFICATIONS 0:,:4119 SELECTIVE :STRUCTURE DEMOLITION 033053 MISCELLANEOUS CAST -IN -PLACE CONCRETE 042000 UNIT MASONRY 044300 STONE MASONRY 16015 ELECTRICAL GENERAL PROVISIONS L6080 GROUNDING 6100 WIRE AND CABLE `6400 ENCLOSED CIRCUIT BREAKERS LIST OF DRAWINGS CCIA ENTRANCE AND BUSINESS PARK SIGNAGE 01.01 TITLE SHEET E 1.01 SITE AND ELECTRICAL PLAN E1.02 ELECTRICAL DETAILS 4 A1.01 ENTRANCE SIGN PLAN, ELEVATIONS, SECTIONS & DETAILS A 02 INTERNATIONAL BUSINESS CENTRE SIGN PLAN, ELEVATIONS, SECTIONS & DETAILS 6 S1.00 STRUCTURAL_ DETAILS APPENDIX ARCHITECTURAL ILLUSTRATIONS: CCIA ENTRANCE AND INTERNAITONAL BUSINESS CENTRE SIGNAGE NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND `able of Contents f ._ NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORPUS CHRISTI INTERNATIONAL AIRPORT, ENTRANCE AND BUSINESS PARK SIGNAGE; which consists of construction of two monument signs of variable geometric shape and constructed of architectural metal panels and finished stone attached to a oncaate masonry unit CMU) pedestal support, lighting, electrical conduit & wiring and other related work items to construct the Project in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, January 31, 2007, and then publicly opened and read. Any bid eceived after closing time will be returned unopened. A pre -bid meeting in scheduled for Wednesday, January 24, 2007 beginning at 10 :00 a.m. The pre -bid meeting will be conducted by the City, at Corpus Christi International Airport, Administrative Office, 1000 International Drive, Corpus 'hrist TY. 78406 A bid fond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the bid ::pond 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 'Tiny 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 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained b'.- mail upon receipt of an additional ($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 neat. out in the contract documents obtainable at the office of the 'City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project The CA/ reserves the right to reject any or all bids, to waive irregularities and t_; accept nhe bid which. in the City's opinion, seems most advantageous to he C; t t- and in the hest int erest of the public. CITY OF CORPUS CHRISTI, TEXAS /s, Angel R. Escobar, P.E. Director of Engineering Services /si Armando Chapa City Secretary i5 NOTICE TO CONTRACTORS NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A (`ertificate of Insurance indicating proof of coverage in the following amounts is required- 1'YPE OF INSURANCE MINIMUM INSURANCE COVERAGE 3O-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE 'ornmercial General Liability Commercial Fomr Premises Operations Explosion and Collapse Hazard Underground Hazard Products/ Completed CFperations Hazard Contractual Liability Broad Form Property I)arnage Independent Contractors Personal Injury \UTOMOBII E 1,IABILI`1`Y OWNED NON - OWNED OR RENTED WORKERS' [ OMPENSA 1 ION EMPLOYERS I IABILLIA EXCESS LIABILITY PROFESSIONAI POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not Limited to sudden & accidental discharge; to include long - tem environmental impact for the disposal of contaminants BUILDERS' RISK INSTALLATION FLOATER $2.000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT REQUIRED X NOT REQUIRED See Section B -6-11 and Supplemental Insurance Requirements REQUIRED X_ NOT REQUIRED $100,000 COMBINED SINGLE LIMIT See Section B -6 -11 and Supplemental Insurance Requirements _ REQUIRED X NOT REQUIRED Page 1 of 2 l'he City of ( orpus Christi must be named as an additional insured on all coverages except worker's compensation liability overage J he name Of the project must he listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer , providing the City with thirty (30) days pnor written notice of cancellation of or material change on any coverage. The Ontractor ;hall provide to the C',tw the other endorsements to insurance policies or coverages which are specified m section B- r, l '3 or Special Provisions section of the contract Fw completed "Disclosure of Interest" must he submitted with your proposal_ Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COM•MPENSATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that ;.ost contractors, subcontractors, and tier: s orc >viding work or services for a City building cr construction prc.ecv must be covered by worker's compensation insurance, authorized se? f _ surance, or Eu worke_ 7pp- ved s compensation � '" � _ca coverage ,agreement - Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) :o provide 1 of the 3 forms of worker's compensation coverage, the C -iv will require such coverage for all individuals providing work or services on this Project_ at any time, includinc during the maintenance guaranty period. `totor carriers which are required to regis=er- with the Texas Depar"-ent of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance c: :overate under Texas Civil Statutes Article 6675c, Section 4(j) need r; �t r: 4-ov.i de 1 of the form < f worker's compensation coverage. The Contractor .-agrees t: comply with all applicable provisions cf Texas Administrative Code Title 28, Section 110.110, a copy of which: Ls attached and deeme : ecorporat ed into the project contract. Please *rote:• that under section 110.110: ,. ;erta.0 language :rust be included in the Contractor's ('ontract with the City and the Contractor's contracts with .subcontractors and others providing services for the Project: the Contractor as required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project: and the Contrac r_oz i;: r c quired to post the required notice at t he job site BY _ .vc;ninu his COntrart, the eantractor certifies that _t will timely com: :.i with these Notice to !'cntractors "B" requirements. NOTICE TO CONTRACTORS - taevisea 1/13/98) Page 2 of 7 8/719.9 I itle 23. I=NSL R (1 Part II. TEXAS WORKERS' COMPENSATION COMMISSION (ha t er 110.. REQUIRED NOTICES OF COVERAGE Subchapter 13. 1MPLOYER. NOTICES § 110.1 10 Repot-dm?. Requirements for Building or Construction Projects for Governmental Entitle_= (a) The following words and terms, when used in this ruie, shall have the following meanings, unless the context clearly indicates otherwise_ Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate !- copy of a certificate of 'insurance, a certificate of authority to self- insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC- 83, or TWCC -34), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction -Has the meaning defined in the Texas Labor Code, § 4O6.096(e)(1)_ (3) Corrtr acto; -A person kidding for or awarded a building or construction project by a governmental entity. (4) Coverage - Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.01 1(4.4). (5) Coverage agreement -A written agreement on form TWCC -S 1, form TWCC -82, form T WCC -33 , or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project - Includes the time from the beginning of work on the project until the cork or the project .gas been complr:ed and accepted by the governmental entity. (.7) Persons providing services on the project ( "subcontractor" ii. § 406.096 of the Act) -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the Cervices the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes but is not limited to independent contractors, subcontractors. ieastng companies, motor carriers, o,. 'her- operators, employees of any such entity, or employees of any entity ftsnishing persons to perform services on the project. "Services" includes but is not limited http_!lwwv • ; :s .state Ex us/tac:/28/II/1 1 O/B /1 10 110 html ?OTrCE TO CONTRACTORS - Reviaed t113/9e Page 2 of 7 817/98 Paget cfS .;c, pr_ , -�.�< -�an o; dei:•:ering equip _.en c pi : n a equipment or - �. �s or providing labor, _c to a project. "Services' does not i.- ce,ide activities ur etated to the project, transportation, �f 1 Tom' (oocifi e er a<° vendors, once supply deliveries, a^.± delivery of portable toilets. (8) Prciect— includes the provision of all services related to a building or construction contract fora governmental entity (b) Prc.. ,=its or causing to be provided a certificate or-coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project a_ e cc•rered by workers' compensation coverage, that the coverage is based on proper reportinc of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- Insura_ece Regulation_ Providing false or misleading cem Bates of coverage, or failing to provide oz r :aintaul required coverage, or failing to report any change that materially aliens the provision of coverage may subject the contractor or other person-providing services on the project to administz ve penalties, criminal penalties, civil penalties, or other civil actions. (c) A govern.=,eatal entity tr_at enters into a building or construction contract on a project shall: ( 1) induce in the bid specifications, tall the provisions of paragraph (7) of this subsection, using the Language required by paragraph (7) of this subsection: (2) as part Of the contract, using the language required by pars ph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (1) obtain the contrac.t;r a certificate of coverage for each person providing services on the project, prior to that p wrson beginning work on the project; (4) obtain firm the c- ontractor a new certificate of coverage showing extension of coverage: (A) before tl e end of the cur-Tent coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the protect; and (13) no later than seven days ar3er the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project (5) retain certificates of coverage on file for the duration ofthe project and for three years thereafter, (6) provide , ;;py of the cer:it Cates of = overage to the commission upon request and to any person entitled :o therm by Jaw: and 7) use the lanr:aage contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards ofdocu :tentation: '-28S110110(c)(7) http /Iwo, sot state.tx.us/tac.'28/1111 10/B /1 10 1 1 O.htrni MOTILE TO CONTRACTORS - 9 Revised 1/13/981 Page 3 of 7 8/7/98 Page 3 of 6 ( Intractor shall: 1) provide coverage for its employees providing services on a project, fez the duration of the project cased on proper reporting ofdassife ::on codes and payroll amounts and ;e of any coverage P 1 aereements; =) provide a certificate ofcoverace snowing workers' compensation coverage to the governmental ^miry prior to beginning work on the project; CO provide the governmental entir,•, prior to the end of the coverage period, a new coverage showing extension of ccverage, if the coverage period shown on the contractor's certificate of certificate of coverage ends during the duration of the project; current ='4) obtain from each person providing services on a project, and provide to the governmental entity: A) a cc: tificate of coverage, prior to that person beginning work on the project, so the governmental °ntity will have on file certificates or-coverage showing coverage for all persons providing services on e project; and B) no tat er than seven day.: after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the cover-22e period shown on the current certificate of coverage ends during the duration of the project; (5) retain aii required certificates of coverage on file for the duration of the project and for one year thereafter . (6) notify the governmental entity in writing by certified mail or personal delivery, the contractor knew or should have known, within ten days after the contractor ct an wn, of any change that materially affects the provision of coverage y person providing services on the project; (7) post a notice on each project size informing all persons providing services on the project that they are required to be covered, and stating how a person may verify provide coverage. This notice does not satisfy current coverage and report failure to commission rules. This notice must be printed other posting requirements imposed by the Act or other least 19 point normal with a title in at least 30 point bold type and text in at P type, and shall be in both English and Spanish and any other language common to the worker population_ The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: RFQt!IREJI WORKER" COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this :onstruction project must be covered by workers' compensation insurance. This includes persons :providing, hauling, or delivering equipment or materials, or providing labor or transportation or other °ervice relat ed to the project, regardless of the identity of their employer or status as an employee." 'all the Fe.xas Worker;' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, et to report an employer's failure to provide coverage." http: / /ww«, sos.state.tx.us/tad28/II/1 10/B/1 10 1 10.html NOTICE 70 CONTRACTORS - B Revised 1/13/981 Page_ 4 of _ 7 8/7/98 rage4 or 6 (8) contractually require t:erson with whom. contracts :c 7ro4ide services on a ;roject to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and firma cf any (overage agreements for of its employees providing ser.ices en the project, for the duration of the project; (II) provide a certificate o: coverage to the contractor prior to that person beginning work on the project (C) induce in all contracts to provide services en the project the language in subsection (e)(3) of this section. (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration or-the project: (E) obtain from each other person with whom is contracts, and provide to the contractor: CO a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of ;-overage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity in writing by certified mil or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of ciassi>?catiou codes and payroll amounts and filing of any coverage agreements, (2) provide a certificate or-coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage http://www sos.state. tac.us/tac/28fJJJ110/B/ 1 10.1 10.html NOTICE TO CONTRACTORS - Revised 2/13/901 Page__ of_ 7 8/7/98 or tr.e .311ration or the project, that the coverage will be based on proper reporting of classification -zodes and payroll amounts, and that all coverage agreements will be flied with the appropriate nsuranc e carrier or, in the case of a self - insured, with the cornmission's Division of Self - Regulation. Providing false or misleading information may subject the contractor to administrative � ee penajtieY. criminal penalties, civil penalties. or other civil actions." (4) provide the person for whom it is providing services on the project, :-overawe period shown on its current certificate of coverage, a e prior to the end extension the :-overage, if the coverage period shown on the certificate of coverage end dturing the duratio h of proeci n of the () obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a cerulcate of coverage, prior o the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; { in 6) reta all required certificates of coverage on file for the duration of the project and for one year thereafter. (7) notify the governmental entity in writing by certified mail or materially affects the provision of coverage of an personal delivery, of any change that the notice within ten days after the person blew or person have known of the change; project n and send (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project: (13) provide a certificate of coverage to it prior to that other person beginning work on the project; 1 T (C) include in all contracts to provide services paragraph (3) of this subsection; es on the project the language in ) (D) provide, prior to the end of the coverage period, a new certificate of the coverage period if the coverage period shown on the ertificat of coverage gene pension during the duration of the project; E) obtain from each other person under :ontract to it to provide services on the as required by its contract project, and provide (f a certificat ofcoverage, prior to the other person beginning work on the ! ro`ect; and P (ii) poor to the end of the coverage period, a new certificate c.,verage period, if the coverage rtlificate of coverage showing extension of the period shown on the current certificate of coverage ends during the http l /www sos.state.tx.us/tac/28/II/1 10/B/1 10 1 l 0_htmb NOTICE TO CONTRACTORS - e Revised 1/13/9111 Fa'4e -S- of --a -- 8/7/98 It r - duration if _ f :he contract: Page 6of 6 (F) retain ail required ce:Tica:es of coverage on file for the duration of the project and for one year thereafter (G) notify the eovcrnmentai entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage (If any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this - subparaerapii and subparaeraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1 994„ which are not required by law to be advertised for bid_ (h) The coverage requirement in this Wile does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 4(1). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index http://www.sos.state.tx.us/tac/28/11/110/13/110 11 0. html NOTICE TO CONTRACTORS - 8 Revised t/13/9$ Page 7 of 7 8/7/98 PART A SPECIAL PROVISIONS CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARR SIGNAGE SECTION A - SPECIAL PROVISIONS A -i Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, January 31, 200•. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - CORPUS CHRISTI INTERNATIONAL AIRPORT, ENTRANCE AND BUSINESS PARR SICNAGE A pre-old meeting will be held on Wednesday, January 24, 2007, beginning at 10:00 a.m. The pre -bid meeting will convene at Corpus Christi International Airport, Administrative Office, 1000 international Drive, Corpus Christi, TX 78406. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project The project consists of construction of two monument signs of variable geometric shape and constructed of architectural metal panels and finished stone attached to a concrete masonry unit (CMU) pedestal support, lighting, electrical conduit & wiring and other related work items to construct the Project in accordance with the plans, specifications and contract documents. A -4 Method of Award The bids will be evaluated based on the following order of priority, subject to availability of funds: 1 Total Base Bid The Ci.). reserver the right to /eject any or all bids, to waive irregularities and to accept the hid which, in he City's opinion, is most advantageous to the City and in the best interest of the public A -5 Items to be Submitted with Proposal The fcLlowing items are requ_red to be -submitted with the proposal: 1. 5% Bid Bond (Must reference Project Name as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) sclosure of Interests Statement Section A - SP (Revised 9/18/00) Page 1 of 25 A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be ninety (90) calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion. of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the it A -7 Workers Compensation Insurance Coverage If the C'ontractor's workers compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Prole( ,- Furthermore, f c a eau- a calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance :overage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such Liquidated damages will accumulate without notice from the City Engineer tc the Contractor and will be assessed and paid even if the permit red time le comp1e e 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 provided to the Contractor and the Ci4 y Enginee* A -8 Faxed Proposals Proposals faxed directly to the _'ity will be considered non - responsive. Proposals must: contain original signatures and guaranty and be submitted in accordance with Section -2 of the General Pr> visions. A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal Failure to do so will be interpreted as non - receipt Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non- receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates Rev red / f Labor preference and wage rata,- for building construction. In ease of cenf1ict, contract—e- shall use higher w g€ rate- Section A SP (Revised 9/18/00) Page 2 of 25 Minimum Prevailong Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the =names and classifications of all laborers, workmen, and mechanics employed by them in 7onnection with the Pro ect and showing the actual wages paid to each worker. The Contractor will make t;L- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and ,ontent of the payroll submittals ) One and one-half worked in excess holidays. (See Hours.' (1 -1/2) times the specified hourly wage must be paid for all hours of 40 hours in any one week and for all hours worked on Sundays or Section B -1 1, Definition of Terms, and Section B -7 -6, Working A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess at 1 800- 344 -8377, the Lone Star Notjfiation Company at 1 -800 -- 669 -8344 For the Contractor's convenience, the f >l1owi n T telephone numbers a re listed City Engineer CCIA Engineer CCIA Facilities Manager Project Engineer A/E Project: Engineer; PGA1., CRGE Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Parks & Recreation Solid Waste Services American Electric Power (AEP Southwestern Bela Tel. Co (SBC) Ci ty Street IDiv. for Traffic S:;gnal /Fiber Opt locate Cabevisior A'S (Fiber s)pti: Century Telephone ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 880 -3500 361/289 -0171 ext 1223 361/289 -0171 ext 1226 880 -3500 :13/622 -1444 361/991 -8550 880 -3540 882 -1911 857 -1880 857- -1818 857 -1881 880'3461 857 1970 299 -4833 881 -2600 857 - -;.946 857 5000 887 -9200 225 214 -1169 881-5767 512/935 -0958 972/753 -4355 (direct 713/968 -9375) (880 -3140 after hours) (880 -3140 after hours) 885 -6900 (885 -6900 after hours) (880 -3140 after hours) (693 -9444 after hours) (1 800- 824 -4424 After Hours) 857 -1960 (857 -5060 after hours) (Pager 800- 724 -3624) (Mobile 225 - 229 -3202) (Pager 850 -2981) (Mobile) Section A - SP (Revised 9/18/00) Page 3 of 25 A -12 Maintenance of Services The contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracyand completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in $dvance 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 ow;, expense in the event of damage to underground utilities, whether shown in the drawings or trot, 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 te the requirements of the company or agency that owns the utilities .'there 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 b 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 7ontractor must pay for all fines and remediation that may result if sewage or tither liquid eontacte the streets or ground surface. It is also the Contractor's responsibility Lo make all necessary repairs, relocations and adjustments to 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 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material during wet weather. The 'Contractor must maintain a stockpile on the Project site to meet the demand: of nc emen t weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways- in half widths, r pe T.onstruction detours et;: The Contractor shall comply 4it.h 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`:- Traffic Engineering Department. The Contractor shall secure the necessary ;.permit from the City's Traffic Engineering Department_ All costs for traffic cont are considered subsidiary; therefore, no direct payment will be made to Cont or A -14 Construction Equipment Spillage and Tracking The Contractor shall keep tine adjoining streets free of tracked and /or spilled materials going to or from the .:construction area. Hand labor and /or mechanical equipment must he used where necessary to keep these roadways clear of job- related material.. Such :pork must be ~ompieted without any increase in the Contract price. Street.; and eu x z i:.e must b' gleaned at, the end of the work day or more frequently, f c1eeces.-ary t, pt e tent material from washing into the storm sewer Section A -- SP (Revised 9/18/00) Page 4 of 25 system No visible material that could be washed into storm sewer is allowed to remain en the Project site c> - adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. " :lean" 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 tree of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must remain unless ( therwise note :). All necessary removals including but not limited to pipe, driveways, sidewalks, etc , are to be considered subsidiary to the various bit items; therefore, no direct payment will be made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. All light fixtures and other .terns specified for salvage shall be delivered to the Owner as directed. A--17 Field Office (NOT USED) The Contractor must furnish the City Engineer er his representative with a field feet of useable space. The field be furnished with an inclined table that chairs. The Contractor shall -metre- the field office City Engineer or his on the site as required by the Contractor. There is no separate pay item far the field office. A -18 Schedule and Sequence of Construction the Contractor shall submit to the City Engineer a work plan based only on calendar 'lays. rhis plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre- construction meeting. The plaar must indicate the schedule of th Initial Schedule Submit to the Ci Pie Construction Meeting dr initi r>v ;, ew. Items to Include: Shcw eomplete identifying Work of separate stages Identify the first work lay of each e following work items: ty Engineer three (3) days prior to the al Construction Progress Schedule for sequence of construction by activity, and other logically grouped activities. week. Submittal Dates. Indica e : >,_fbmitta) dates required for all submittals. Re- submission; Revise and resubmit Pe,r odic Update- E:ubmi acti:al progress of each The eontractor shalt schedule his his Airport Engineer and Faci1 °cx>rdinati )n can he maintained wi as required by the City Engineer. updated Construction Progress Schedule to show tape- by percentage against initial Schedule. work well in advance of actual operations and shall keep ties Manager advised of this schedule so that close h -he director of Aviation and with other contractors. Section A SP (Revised 9/18/00) Page 5 of 25 A -19 Construction Project Layout and Control The drawings may depict but not necessarily include: sections, measurements, bench marks, baselines, etc. that construct a project of this nature. Major ontrols and /or two 2) bench marks required for provided by the City or Consultant Project Engineer. The :.outractcu shall turninth all lines, slopes and measurements necessary for contra] of the work lines, slopes, grades, are normally required to project layout, will be It. curing construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or "' onsultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the Ciry or ' onsultant Project Engineer at the expense of the 'ontra-cror. If fox whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for The City or Consultant Project Engineer to revise the drawings. The Co/ILL.—actor shall 'Liee in >x reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall -- verification of compliance with the gaid—eempl-lanee- certification independent - - Contract Documents, plans T • and opccificLations. exan retained —paid by the Contractor. The Third Party R.P.L.S. shall be approved-lay-the City prior to - Third Party Surveyor and-certify compliance to any regulatory permits. loi, ing is the - na mum- schedule of documentation required: streets: llil -curb returns at point of tangency /point of circumference Curb and gutter flow lino both olden of street on a 200' interval; • Street crowns on a- 200' interval and at all intersections. - -- Wastewater - • - -1111 rim /invert elevations at mas-p • All intersecting lines in maw. `- Carina _lc-ati e- (-top of Water. • All top of valves bex,- • -- Valves vaulteHriHm • Casing elevations (top of pipe and f tit ra awa ^ter • All rim /invert cievat -iens Ali. - interoceting lines in + Casing elevations ( -tom - el .r .e e- . • at- - manholes, manholes, Pipe and flow line) (TXDOT and RR permits) Section A - SP (Revised 9/18/00) Page 6 of 25 A -20 Testing and Certification All tests required under this item must be performed by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer, including windstorm certification. (NOT USED) The Contractor muot furniah and inotal I) The sign muot be begins and will be malntained throughout the Proj-ect period by the Contractor. The location of the aigno will -bc determined is the field by the City Engineer, A -22(a) Disadvantaged Business Enterprises (DBE) Participation Coals 1 ENTRODUCTION A. The goal for Disadvantaged Business Enterprise (DBE) participation expressed an percentage terms for the contractor's aggregate bid amount on all construction work performed on this contract is 5.38 %. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose f meeting the Contractors percentage is prohibited. C. Ail governmental entities in the State of Texas who receive funds from the U S. Department of Transportation have, as part of their operating procedures, an economic program designed to increase participation of Disadvantaged Business Enterprises (DBE) in their federally assisted contracts. The authority for this program is 49 Code of Federal Regulations Part 26 (49 CFR Part 26) D. There are six governmental entities* in the State of Texas certifying DBEs capable of performing services and providing products, which can be credited toward the overal:. annual DBE goal for entities receiving DOT funds. Only those businesses, which perform a commercially useful function, can be counted toward DBE goals — ret tification must be obtained through your local certifying entity * in a,cordance with 49 CFR Part 26 for firms wanting to perform work as a DBE on federally assisted contracts. DEFINITIONS A. Affiliate - firms are affiliates of each other when, directly or indirectly, a firm or a third party (or parties) controls or has the power to control bt >th; or there is evidence that a relationship exists between or among parties that produces an affiliation. In determining whether affiliation exists consideration shall be given to such factors as: common ownership, common management, and contractual relationships. H.Cornnercia1[y Usetul Function an element of work, under a contract, that is measurable and observable has actually been performed under standards consistent with industry practice for which a monetary sum can be assessed. Section A - SP (Revised 9/18/00) Page 7 of 25 t %isadvantaged Business Enterprise (DBE) - a small business concern as defined pursuant to Section 3 of the Small Business Act and implementing regulations, which is owned and controlled by one or more disadvantaged individuals Owned and controlled means a business, which is at least 51 percent owned by one or more socially and economically disadvantaged individuals IL the case of any publicly owned business, at least 51 percent of the stock must be owned by one or more socially and economically disadvantaged individuals and whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged indiv? dual s who own it . -ersonal Net Worth tie net value of the assets of an individual remaining after total liabili iev are deducted. An individual's personal net worth does not include the individual's ownership interest in an applicant or participating DBE firm or the individual's equity in his or her primary place of residence. An individual's personal net worth includes only his or her own share of assets, held jointly, or as community property with the individual's spouse A contingent liability does not reduce an individual's net worth. E 4•ocially and economically disadvantaged individuals - those individuals who are citizens or lawfully admitted permanent residents of the United States and who are as follows (1) Women (2) Black Americans includes persons having origins in any Black racial groups of Africa (3) Hispanic Americans - includes persons of Mexican, Puerto Rican, Cuban, Dominican; Central or South American, or other Spanish or Portuguese culture oz origin, regardless of race. (4) Native Americans -- includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians (5) Asian - Pacific Americans -- includes persons whose origins are from Japan, China Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa. Guam, the t.f,S Trust Territories of the Pacific Islands (Republic of Palau) the commonwealth of the Northern Marinas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong (6) Subcontinent. Asian Americans - includes persons whose origins are from India, Pakistan, kangladesh. Bhutan, the Maldives Islands, Nepal, or Sri Lanka NOTE: Individuals listed above in 2 through 6 as a member of a particular minority group mist be recognized by their respective minority community Piny addL ional groups whose members are designated as socially and economically disadvantaged by the Small Business Administration. 8) Other individuals as determined by the certifying entity to be economically and :socially disadvantaged. E IGIBILITY STANDARDS Tr> determine a firm's eligibility to participate in the DBE program, the firm's business size, social and economic disadvantage, ownership and 'ontrol (including ndependence) will be evaluated. The standards set Section A - SP (Revised 9/18/00) Page 8 of 25 forth in 49 CFR Part 26 will be used by the certifying entity. The following is a summary of the eligibility standards set forth in 49 CFR Part 26. !1) Disadvantaged status shall be determined on the basis of the individual's claim that he or she is a member of one of the groups mentioned in Section 2. e. (1) -(8) and is so regarded by that particular community. However, the certifying entity is not required to accept this claim if It determines the claim to be invalid. (2) Only independent businesses may be certified as a DBE. An independent business is one whose viability does not depend on its relationship with another firm or firms. The ownership and control by disadvantaged individuals shall be real, substantial, and continuing. It shall go beyond the pro forma ownership cf the firm as reflected in its ownership documents The disadvantaged individuals shall enjoy the customary incidents of ownership and shall share in the risks and profits commensurate with their ownership interests, as demonstrated by an examination of the substance rather than form of arrangements. Recognition of the business as a separate entity for tax or corporate purposes is not necessarily sufficient for recognition as a DBE. In determining whether a potential DBE is an independent business, the following will be 7onsidered: (a) Relationships with non -DBE firms in such areas as personnel, facilities, equipment, financial and /or bonding support, and other resources. (b) Present or recent employer /employee relationships between the disadvantaged owner and non -DBE firms or persons associated with non -DBE firms (c) Relationships with prime contractors. d) The consistency of relationships between the potential DBE and non- DBE firms with normal industry practices. 3) The disadvantaged individuals shall also possess the power to direct or cause the direction of the management and policies of the firm and to make the day -to -day as well as major decisions on matters of management, policy and operations The firm shall not be subject to any formal or informal restrictions, which limit the customary discretion of the disadvantaged individual. There shall be no restrictions in by -law provisions, partnership agreements, or charter requirements for cumulative voting rights or otherwise that prevent the disadvantaged individual without the cooperation or vote of any non- disadvantaged individual from making a business decision of the firm. (4) Individuals who ate not socially and economically disadvantaged but are involved in a DBE firm as owners, managers, employees, stockholders, officers, and /or directors must not possess or exercise the power to contr,“ the firm c;r be disproportionately responsible for the operations of the firm. The disadvantaged owners may delegate areas of management, policy making, or daily operations of the firm, but such delegations must be revocable and the disadvantaged owners must retain the power tc hire and fire persons to whom authority has been delegated. )- The disadvantaged firm': operations; competrvnce. The intel_;gent -;r and part i c ipant: i.t; the make i sidep( -ndent owners must have an overall understanding of the along with experience, managerial, and technical disadvantaged owners must have the ability to rit_crally =evaluate information presented by other f A r m' s activities and to use this information to "! -i 1c>ns -concerning the firm's daily operations, Section A - SP (Revised 9/18/00) Page 9 of 25 management, and policy- making. Generally, expertise limited to office management, administration, or bookkeeping functions unrelated to the principal business activities of the firm is insufficient to demonstrate ConY_1.- c.T. {6) All securities which constitute ownership and /or control of a corporation for purposes of establishing it as a DBE, shall be held directly by disadvantaged individuals. No securities held in trust crib} any guardian for a minor shall be considered as held by disadvantaged individuals in determining the ownership or control of a 7orporation, except when (1) the beneficial owner of securities or assets held in trust is a disadvantaged individual, and the trustee is the same or another such individual, or (2) the beneficial owner of a :rust is a disadvantaged individual who rather than the trustee exercises effective control over the management, policy- making, and daily operations of the firm. Assets held in a revocable living trust may be counted only in the situation where the same disadvantaged individual is the sole grantor, beneficiary, and trustee. (7) The contributions of capital or expertise by the disadvantaged individual to acquire interest in the firm shall be real and substantial. Examples of insufficient contributions include a promise to contribute capital, an unsecured note payable to the firm or its owners whc are not socially and economically disadvantaged, or the mere participation as an employee rather than as a manager. If marital assets are used to acquire ownership the applicant's spouse must rrev- 3cably renounce and transfer all rights in the ownership interest. 8) To be determined economically disadvantaged, the personal net worth of the individuals whose ownership and control are relied upon for DBE certification cannot exceed 5750,000.00. INSTRUCT I CANS A Ali businesses and trucking firms seeking to be certified as a DBE must complete the entire affidavit. All questions must be answered and all information requested must be submitted. The applications must be legible, omplete, signed, dated, notarized to be accepted for review. Failure Lo provide the requested documents with the application will delay processing of your application. B. he certifying entity will evaluate the information contained in the application, along with the facts learned during the on -site review to .determine if the business meets the eligibility standards to be certified is a DBE: C -applicant will be notified of the certifying entity decision by letter. If he firm is ,ert ifieci as a DBE, the business will be added to the TUCP directory. The directory will show the name of the business, address, °elephone number and categories of work. A business may ask for expanded .cork capabilities as it acquires experience in new areas. D. When a business is denied initial certification it will receive a letter of xplanation from the certifying entity of why it was denied certification. The firm may appeal to the certifying entity, in writing, for a review of 'heir file or directly to the U.S. Department of Transportation (DOT). To ppeal a decision to DOT. the business owner(s) must submit a letter giving he reasons) he or she believes that the business should be certified. end the Letter .three .1y °.o the following: Section A - SP (Revised 9/18/00) Page 10 of 25 DOT Office of Civil Rights U. S. Department of Transportation 400 Seventh Street, SW, Room 2104 Washington, DC 20590 NOTE- The appeal to DOT must be filed no later than 90 days from the postmark date of the certification denial_ A business that is denied certification by a certifying entity may not reapply for at least 12 months from the date of the final decision. A business that is decertified may not reapply for certification for at least 12 months from the date of the final decision. A copy of the decertification notice will be forwarded to TUCP database repository. A business that appeals to the U.S. Department of Transportation cannot reapply - -o the certifying entity until a final decision has been rendered >n the appeal or 12 montns, whichever is longer: E.It you are a Woman, Black American, Hispanic American, Native American, Asian Pacific American, or Subcontinent Asian American, you are presumed to be socially and economically disadvantaged. Other persons knowing of your actual social and economic condition, living standards, success in business, and other factors have the right to challenge your recognition and certification as a DBE. if your status is challenged, you will be given every opportunity to offer a defense. The challenge will be fully nvestigated, heard, and a final determination made. F. Third party complaints if any person has reason to believe that a business has been wrongly granted certification as a DBE, they may advise the ertifying entity_ A thorough investigation will be initiated upon receipt f a signed complaint A complaint may also be submitted directly to the S. DOT Remember the application must be complete, every question answered, and the application must be either typed or printed clearly in ink. All affidavits must be notarized and all requested documents submitted; otherwise, the application will be delayed in its processing. Use additional sheets as necessary and reference the specific item(s) you are addressing. business must be functional and operating before applying for certification. It must possess the resources to perform the work in which it is requesting to be certified. By submitting this application and the accompanying information the firm is authenticating the veracity and accuracy of the statements made in application. A-22(b) Minority /Minority Business Enterprise Participation Policy (Revised 10/98) Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate it the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definition:, a Prime Contiactor: Any person, firm, partnership, corporation, association or join= ,venture as herein provided which has been awarded a City contract. t . Section A - SP (Revised 9/18/00) Page 11 of 25 Subcontractor: Any named person, firm, partnership, corporation, association, or oint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the *'oregc >inq under contract with a prime contractor on a City contract. Minority. Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set firth L. Owned For sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c= For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3 Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0$ or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority: See definition under Minority Business Enterprise. e Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.01 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. Joint venture: A ]Dint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0$ of the contract work Itself and in which a minority joint venture partner has a 50.01 interest, shall be deemed equivalent to having minority participation in 2,5.0% of the work Minority members of the joint venture must have either financial, nanagerial or technical skills in the work to be perfoJmed t, the joint enture Gc,a ! ,, a The , a l s paiticdpati.on by minorities and Minority Business Section A - SP (Revised 9/18/00) Page 12 of 25 Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows:: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45% 15% These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders The hours of minority employment must be substantially uniform throughout, the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. :ompliance 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. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls In a tiimeiy fashion or to submit overall participation informatiob as required. A -23 Inspection Required (Re va;;ed 7 /5 /0o) The Contractor shall assure the appropriate sign structure inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure final inspection after the signs are completed. and ready for--- eceupane-y-, Contractor muot obtain the Certificate of Occupancy, when applicable. Section B -6 - -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. A -24 Surety Bonds Paragrap: two at section B -3 + of the General Provisions is changed to read as follow: "Nc surety will be accepted by the City from any Surety Company who is n<rw in default or delinquent on any bonds or who has an interest in any litigation against the City All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (l0%) of the Surety Company's capital and surplus, the Surety Company snail provide certification satisfactory to the City Attorney that the Si u ty Company has reinsured the portion of the bond amount that exceeds err percent ;1fl,) of the Surety Company's capital and surplus with r °i-1surer3! authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent LO/) of the r e nsurer ' s capital and surplus. For purposes of this section, rozr, amount of allowed capital and surplus will be verified Section A - SP (Revised 9/18/00) Page 13 of 25 Through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer al :thorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, 17.exas Each bond must be executed by the Contractor and the Surety. ' r contracts in excess of $100,000 the bond must be executed by a i rety company that is certified by the United States Secretary of the "reasury or must obtain reinsurance for any liability in excess of 70,000 from 1 reinsures that is certified by the United States ;e•cretary of the Treasury and that meets all the above requirements. Phe insurer or reinsurer must be listed in the Federal Register as ~s1ding certificates of authority on the date the bond was issued." (NOT USED) Cection B 6 22, Tax - Bxempt-ie- Provision, €ollowing substituted -in -lieu thereof . contracts for improvements to for exemptions of elects to operate under a separated contract 4 --Tax rdm ptrptien e i Title 34, or-such -rules or - ,.7 - ., t ons Public- accounts of Texas- ZZ as defined by Section 3.291 of Chapter If the Contractor 4 Obtain the necessary sales tax permits from the State Comptroller. 2. Identify in the approp Charges" -i- thc proposal form the into the-Project, Fro e resale - certificates to pp„ ci- 4 -Provide the City with espies- of material invoices to substantiate the p va' tae c , If the Contractor does for -all -- Sales, Excise, and Use Cubcontraetors are eligible for sales tax exemptions if thc subcontractor also eemp a -- with- thc above requirements. The Contractor muot issue a resale certifi ate to the subcontractor and the subcontractor, in turn, issues a resale certificate -to hie- supplier A -26 Supplemental Insurance Requirements F or ea-}, insurance overage provided in accordance with Section B -6 -11 of the Contract the Contractor shall obtain an endorsement to the applicable insurance policy. signed by the insurer, stating ds the event. of cancellation or material change that reduces or restricts the tro urance afforded by this coverage part, each insurer covenants to mail pr. or written notice of cancellation or material change to: Section A - SP (Revised 9/18/00) Page 14 of 25 Name City of corpus Christi Engineering Services Department Attre Contract Administrator 2 Address: E.O. Box 9277 Corpus Christi, Texas 78469 -9277 Number of days advance notice: 30 The Contractor shall provide Lc the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. hirty i3 U) <_alendar days after the date the City Engineer requests that the contractor sig:a the Contract documents, the Contractor shall provide the City Engineer with i certificate of insurance certifying that the Contractor provides worker'3 compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. each insurance coverage provided in accordance with Section B -6 -11 of the "ontrace, 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 riot contractual iability insurance coverage obtained in accordance with Section B- 6e l (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: 'entractor agrees co indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, iabilities, losses and expenses, including court costs and attorneys' ees, for or on account of any injury to any person, or any death at any rime resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. fen (NOT USED) amended to include: -- amiability of Section B 6 11 of Contractor-must provide <_a€ thc Contract up to and including thc date the City finally accepts the Project or Wefif7. Installation floater eeveragc must be an "All Rink" form. tentract r - -must pay —all coots necessary to proeure such installation floater durance coverage, - including any deductible. The City must -be named ditie insued on ony policies providing such inourancc coverage A -28 Considerations for Contract Award and Execution To allow the City Engineer e determine that the bidder is able to perform its obligataons under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: wlither any ie -:a have been filed against bidder for either failure to pay o serve -es or materials supplied against any of its projects begun within (he preceding two 2) ears The bidder shall specify the name and address f the batty holding the lien, the amount of the lien, the basis for the lien Section A - SP (Revised 9/18/00) Page 15 of 25 .aim, and the date of the release of the lien. If any such lien has not ?fen released, the bidder shall state why the claim has not been paid; and whether there are any outstanding unpaid claims against bidder for services >s materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of °l;e claimant, he amount of the claim, the basis for the claim, and an ayplanation 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 specifying alp current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer The criteria upon which the city Engineer makes this determination may include the following: The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity o this Project This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state x-age rate requirements and City contract close- -out procedures. The superintendent sha11 be present, on the job site, at all times that work is being performed Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may he rescinded. Further, such written approval is also necessary prior to a change ln field administration staff during the term of this Contrast If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff fos this Project during the term of the Contract, such a failure constitutes a basis: to annul the Contract pursuant to section B -7 -13. A• -30 Amended 'Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposal., the three (3) apparent lowest bidders (based on the Base Bid only) must ubmit t the City Ens:: ineer the following information: A 1 F st of she major components of the work; A List of the products to he incorporated into the Project; Section A - SP (Revised 9/18/00) Page 16 of 25 schedule of values which specifies estimates of the cost for each major i.omponent of the work; schedule of anticipated monthly payments for the Project duration. -Ito names and addresses of MBE firms that will participate in the Contract it required), along with a description of the work and dollar amount for -a:h firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms le -t the 4uidelines contained herein. Similar substantiation will be ejuired It the Contractor is an MBE. If the responses do not clearly show That MBE participation will meet the requirements above, the bidder must i arly demonstrate, to the satisfaction of the City Engineer, that a good aith effort has, in fact_, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6 E> !ist 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 pet form the work nr City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of Its subcontractors prior to beginning work on the Project If the City Engineer does not approve all proposed subcontractors, may rescind the Contract award he event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section F -7 -1j A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the Cit; Engineer at the pre - construction conference; Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Corti ractor's Field Admin =_st ration Staff. Dc,:-umentat ion as required by Special Provision A -35 -K, if applicable. 10 Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity_ Documentation showing proof of Disadvantaged Business Enterprise (DBE) requirement compliance A -31 Amended Policy on Rxtra Work and Change Orders Linder: "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following Section A - SP (Revised 9/18/00) Page 17 of 25 ontractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services :7r his designee. The Contractor also acknowledges that he City Engineer may authorize change orders which do not exceed $25,000.00. "he Contractor acknowledges that any change orders in an amount in excess of 25,000 00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3 - -5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract„ against the City, nor is the City obligated to perform under the contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications such as the Texas Department of Public Transportation Standard Specifications for Highways Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), eonst: ruction plans, referenced specifications, Standard Specifications and C`=eneral Provisions, in that order. Vlsi vale Safcty -Orientation -- Pregram cenducted by the City Water Department Personnel. -A- offcrcd- by who do not have such a- card, - -and any - "i ty water facility. For 3 (NOT USED) -Operas-ion- s€ C The- oen aet-er equipment-7--- 1>reaker, water facility at -any --imay-A4me, All such operator e -- -other nut feed maintenance employee of -the City W - Depa r t -me Section A - SP (Revised 9/18/00) Page 18 of 25 The City must deliver water of drinking quality to its cuotomero at all times. -- - - -site protect the quality e-f the water. --ommfy All _materials -an equipment t' nsp ``atIe reinotallation, items wh - c uned in thc repair, reassembly, and inspection of pumps, or any other Institute /National American National Standards `T"' T £tandard 61 S__...,. ter - include gaskets, These items must not Sanitation F undation all solvents, cleaners, lubricants, • be- used unless they conform with The Contractor shall provide thc Engineer with cepico of written proof of ANSI /NSF Standard 61 approval for all materials which could come into contact with potable water. E. g-aw .- eie�seal of gash All trash generated by thc aubcontractoro, must oitc. Blowing traoh wad p' Q ON & TE ----- -_ F. Contractor's personnel must wear colored uniform ovcrallo other than orange, blue, r white. --Contractor - e phe a_- =et- -available for Contractor uoc- E will % -00 A.M. to 5:00 P.M., Monday thru Friday. I Contractor Ixu3t not ll3C any qty d A1-1--C nit- vehicic3 by—City Water-Department staff nignatcd site, an dcoignatcd name. No private employee vehrelco arc allowed at for required work or during emergency evacuation: arm n ;r ildings other than 4 Contractor Qualifications ACQUISITION) Any_ _k - E perfermed- {n1y by qua 1 i- €-i-ed technical and SCADA (CUPERVICORY CONTROL, AND DATA Section A - SP (Revised 9/18/00) Page 19 of 25 determined by meeting thc qualifications includes, but is not limited selection, furnishing, inntalling, eustemisin debugging, g � gging, calibrating, er- hardware and /or ;software 1 thrtr g mew. This werk connecting, programming, plaeing in operation all The s'ontrae -foie fir his prepo.,ing te perform the &CADA work must be -- able to Jemonotrate the following: control nyntem buoinens, preferably as applied te the municipal water and - wastewater industry. He han performed work on nyntemo complexity an required i projects: He has been herein for at least S yearn. -He employ s�- Engineer, of comparable size, type, and completed-a ' a manufacturer'n training course in configuring and implementing - the - spee_? fi, computers, RTUS's, and software pre esed - €er the Contract. - -He maintaino a permanent, fully staffed and equipped nervico - .et repair, calibrate, --die 3ha 11 manulaeturer to the maximum practical, all -equipment ene-manufacturer - Prior performance at will be uacd in evaluating -which program° thc new work for thin Project. The Contractor shall produce all filled required te- t -here- t-we -- _3ystems t an-example of requires to-be-filled in-and given to thc City Engineer with all flh- ,...�.. U tee- a during the programming phanc. The attached ohect io an example and in not intended to °how all of the required sheets. The Contractor will provide all programming block° lined. } Trenching i7ei *' is All trenching.- for this project at the O. Plant shall be performed using a backhoe number e€- existing be-al-lowed wed on -t -he project. A -36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: praetical extent. Where thin in not Contractor or subcontractor out programming block:, N. Stevens Water Treatment or hand digging due to the a Quantity: Contractor shall submit number required by the City to the City Engineer or h:s designated representative. Reproducibl also submit Submittal Transmittal es. In addition to the required copies, the Contractor shall one ! reproducible transparency for all shop drawings. Transmittal Forms. contractor shall use the Submittal Form attached at the end of this Section; and sequentially Section A - SP (Revised 9/18/00) Page 20 of 25 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 submitta, form, C'ont,..actcn's Stampc Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, ver- _ficat.ion 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. Scheduling 'ontr:actor must schedule the submittals to expedite the Frc ect, and deliver to the City Engineer for approval, and coordinate the submission of related items Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. Variations_ Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals_ Contractor must revise and resubmit submittals as required by City Engineer and -•iearly identify all changes made since previous :;ubmi' tal Distribution. Contractor must distribute copies of reviewed submittals to sobcontractorr and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions All submittals relating to the structural design of the signs including fasteners, bolts and other items must be signed and sealed by a Licensed Professional Engineer registered in the State of Texas. 2 Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's z >e1 ection Test and Repair Report contractor must submit three (3) copies of all shop test data, and repair report, and an on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. Under "Ccneral - i�revzsiens and rvv_, and Charge ter x35 ------ ��....�..� F ff - °� t O. �11 (NOT USED) -The Contractor -mint__ comply with- the— Eity —ef Corpua Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). Thia aneiudea impIementing water - er- itions The Cityga ;cer will provide a copy of the Ian to Contractor at the pre oonatructierr meeting. T-he- Contractor will keep a cepy of the Plana on- the Pratt - —t n = thr u hf -u 3 -:3tr F;tion. " Section A - SP (Revised 9/18/00) Page 21 of 25 A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirement::-, of 'Notice to Contractors -B'° are incorporated by reference in this Special Pr nvisiem The issuance e€ -t:f c (NOT USED) final acceptance of the improvements under Cenral Provision B 8 9. A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Proiect worksite. (NOT USED} Priming nd -mix paving operations must not be conducted on days for which an ozone advisory- -_ - -- _ Contractor about ozone alert. If a delay such as thin is experienced, thc day will n _: day and the Contractor will be compensated at thc unit prie-e- indicated in the proposal. - A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, r their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractol, or any subcontractor, supplier, materialman, or their officials, employees. agents, or , .>nsultants The contractor 5haiI held 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 whatsoevei from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. Section A - SP (Revised 9/18/00) Page 22 of 25 A -44 Change Orders should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of matersals and equipment, wage rates, etc.). This breakdown information shall be submitted by - ontractor as basis for the price of the change order. A -45 As -Built Dimensions and Drawings '00) a`= Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) < f all facilities gib) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: q) Horizontal and vertical dimensions due to substitutions /field changes. r '? i "Nameplate' data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5' Anv other Changes made Changes in equipment and dimensions due to substitutions. NOT USED) The Contractor shall be responsible for the-disposal of water used for testing, particularly ' gh levels the permissible limits for discharge into areas: Theoc arc regulated by numerous agencies such as TCEQ, EPA, etc. It will be the ContractorL to comply agene-i-e-s..4n_the disposal of all _ _ shall -be- omitted to the City for approval. Thcrc shall be no separate pay for disposal 4€ - sewer system for disposal el +ntaminated water. A 47 Pre (NOT USED) Prior to any construction whatever on thc project, Contractor shall excavate and expose -all existing piped of the project that cross within 20 feet of proposed pipelines- of the project and Contractor shall survey thc exact vertical and hers zontal l cation of each pronoing and potentially conflicting pipeline. rting - parallel and arc within ten feet (10') of proposed pipeline& -e€ the project, Contractor shall excavate and expose said exiting pipeline:- at a -ffia.m4miarm-e4-4-00 feet 0.C. and horizontal and vertical to at ions of oar Contractor ohali then prepare -a - report- and submit it to the City for approval indicating thc Hwner of pipelines excavated and surveyed, as well as the , ppr ex-i -a ate station thereof, di :94 — o the the- tor )f existing pipeline: i Asa ENDELetruetlen ec.-pti e- -been made -in -their cnti Section A - SP (Revised 9/18/00) Page 23 of 25 until Contractor receives Bacp-lei-atery excavations shal associated wit exploratory excavations shall be- paid few aeeerding t the 1 priee = ... -•- __ - _ survey Mork effort (no separate pay) for expleratory excavations. A -48 Overhead Electrical Wires 7/5 /00 Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safet; s prov;ded ? Dr all >f his employees and operators of equipment and with regard to ensuring that nc damage to existing overhead electrical wires or facilities occurs. Contractor shat coordinate his work with AEP /CP &L and inform AEP /CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under 'General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractors guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Revised 9 /18 /00) Page 24 of 25 PROJECT: SUBMITTAL TRANSMITTAL FORM CORPUS CHRISTI iNTERNATIONAL AIRPORT - ENTRANCE AND BUSINESS PARK SIGNAGE OWNER: CITY OF CORPUS cHRISTI ENGINEER: PGAL CONTRACTOR: SUBMITTAL DATE, SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 9/18/00) Page 25 of 25 PART C FEDERAL WAGE RATES AND REQUIREMENTS =r.er< + Numb( -r_ TXO ? )0 - x 17/14,'200(;- TX63 capers =eOed Gene-3, Deu; s on N zmbe TX020063 ate. ,xas 2'4-tstr ,c ion Tyl;e Eui xdinq ;u-1ti, s Nuec ( :Ind :=an Pat] c , !'punt i es in Texas. BUI,DING CONSTRUCTION PROJECT; (does not include residential :nstrc °ion consisting of single family homes and apartments r., o in including 4 •tories Mod fit a- on Number Publication Date 0 46/1/200, t12/ 1 3 -/2004 (15/28/2004 22/24/2004 4 09/23/2001-, C2/177/2006 6 02/03 '207)E 7 06/0::- 2W:E t !27/14 20nF BRTXO 1,01 -005 (', /€ }1/2006 ckEs:er. ELECO27f? .,:rEl 08/29'200`- 1tecti Lan. RON0066 ('02 01/0 ,2003 I o,iwork- -tr.. PAIN0 30 0 07/01/005 P. zt to '1987 Rates Fringes 9.00 6.40 es Fringes "7 45 4.50+7% Rates Fringes . 16.10 4.65 Rates Fringes $ .15 4.42 Rites 96 2ement r41a on /Fite bier <.So ,a oc - e, ?asoh T, n er. 14 http.Uwww.wdul_gov /wdol / scafilesldavisbaconi DC63.dvb Fringes Page 1 of 3 1W2007 •0 Cons!' tut i Averiu W- tshinct ( t_, DC 20210 ) If tree answer to the question in 1.) is yes, then an interested part} (those affected by the action) can request review avid reconsideration from the Wage and Hour Administrator (See 2 'FR Part t.8 and 29 C'FR Part 7) Write to: Wage and Hour Administ,atc•r S. Department of Lab( r 2 ,C) Constitution Avenue, N . W Washington DC 02.0 The request shouid 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 requester considers relevant to the issue_ If -_he decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board)_ Write to: Administrat: ive Review B <,ard Depas tment ,f Lab()) :On Constitution Avenue N W wa:shington , DC 232J. All i - fvis_ions by the Admini tr.a ive Review Board are final. END OF ;ENERAL. DECISI: )N httrx i;'unanzi +vr nt nr n 1,11,..,--41`,1,,E -1.1,;. Page 3 of 3 1/4!1!1117 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT entered into this 20TH day of FEBRUARY, 2007 by and between the =TTY OF CORPUS CHRISTI of the County of Ntraces State Ot Texas acting through its s duly authorized City Manace tened e n t �ract Documents as "City," and DID Construction, LLC termed r the :oriract Documents as "Contractor," ,non t ese terms perfc•: mal_le in tdueces County, Texas: cony ; der t _in he a• o f f' Y ment $183,872.00 by City and the' ob1 a :Lori; as set out herein. Contractor will oo':st n ,ct and complete ertain impr_vements described as follows: CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARK SIGNAGE PROJECT NO. 10003 (TOTAL BASE BID: $183,872.00) a�- _orq - ng The at to c: eG Plans and Specifications in a good and workmar like ruannel for The price, and conditions set out in their ,at tac ed bid drop.:,sa1 suppLyina at their expense such materials, servi -es. iak-cr and ins drfence as required by the attached Contract cum t.s, lurinc; nelseeing the entire job. The Contract D._,cumerts luge Agreement, the bid proposal and rstr-.ctions :Lars and se- _•ifications. including all maps, plats, b uepr i _ is 3r other d -,w ids, ? he Performance and Payment bonds, addenc ,a and elated do_ tr..e is a _ f which constitute the contract d arfH ma k a Eirt hereof AgrF,_ me t Pia e Proposa. PROPOSAL )f '‘‘5 (..(;i1 M; P1,71Ce: Date: k_TAPUilly a C(,rpora-ion -rganized and existing under the laws of the Sta7E s)f. OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen The undersigned hereby proposes to furnish all labor and materais tools, and necessary equipment, and to perform the work :equineo or: CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARK SIGNAGE it the 1Di-ations set out bv The plans and specifications and in strict ccordan ce. with the (-pntract documents for the following prices, to-wit: POTAL BASE BID PRO,- 10003): tpator iommePce work within ten (10) calendar 7:ays FOn dte tne7 rEcelve written work order and will complete 3ame itha 90 CALENDAR DAYS atter construction is begun. ShouiP Co:: defaLit Contractor may be liable for liquidated lamage a. 11- tPE Contpact Documents. ty will pay Cor'.rotor In current funds for performance of -pntract in 3.ccordanc with the Contract Documents as the work progreses Signed abovE ATTEST: ;- City 3,--cretaI,. par APPROVED AS TO LEGAL FORM: 4,31/1) Asst City Attorney AMIST: (If Corporation) (Seal Below) (Noto: If Person signing for corporation is not President, attach copy of authorization to sign) t Corpus Christi, Texas on the date shown CITY OF CORPUS CHRISTI Ronald F Massey, Asst. Cit f Public Works and Utiliti hy Angel Escobar, P.E. :rec or of Engineering Services CONTRACTOR DMB Construction, LLC FT, ' : / P.O. BOX 71118 Address) CORPUS CHRISTI, TX 78467 lity) (State) (ZIP) 361/883-1805 * 361/884-1068 'Phone) (Fax) Agreemel "'age of 2 )4012)117 IVII014, ......... ci,r'Qt :II Or- PRO I (.-S'ALJ FORM FOR CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARK SIGNAGE PAP TMEN ' ( 7-7 ENGINEERINC SERVICES RP'JS CH R ST7I TEXAS PROPOSAL Place: Da t e: U 1.)p a j I ts-1 51-YU a Corporatrorh Qtqanized and existing under the laws of the State ,f ilartners'tip OR 7ndividual doing business as TO: The City of Corpus Christi, Texas entemen: the undersgned hereby proposes to furnish all labor and materials. tools and necessary equipment, and to perform the work eouired CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARK SIGNAGE he Iodations set put b-y the plans and specifications and in strict acccrdance with the cntract documents for the following prices, to-wit: I'DTAL BASE BIE. (PP).] iD003 : $ 0° OPu SAL - ,V1F ; es tna nas visited the site sped f_: r a ~ions and contract _ _ . ne eovered by his bid or bids, that he °' , K an. " ; rt nc E F,resentat ions made by the City are rr it „ e mere - stimates for the guidance of the Upon r 'r c yt. award f contract, we will within ten a e.dar Jays execute formal contract and will deliver a erformar e Bonn a_. rr qu_ re(i for the faithful performance of this . racy end a Payment Bond required) to insure payment for all rabcHr arc mate as he oid bond attached to this proposal, in the . rr osnt f 5% of the ruighes amount aid, is to become the property of t . )f 'c ,oils t'hristi :he event the contract and bonds are not executeO 4ithdu the abenk set forth as liquidated damages for the an _ add:- onai work -a ..;ed t ereby, _ Minority /Minority Business Enterprise Participation: The ap )arena ow bidder -hall w .ruin five days of receipt of bids, submit to the Engineer in wri' a, the names and addresses of MBE and DBE ms pa par-iclpating Al the contract and a description of the work to be e formed and do tar f ;e for ;id evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds 1 he r =pared n rot less than four counterpart p (original signed) sets. Time of Completion: ri e r: 90 calendar days frc m The . dders grea uecessarto tools and .pparat us and do e e ryth i r c required to by this s 1;r oposa.: in strict ac e.:u rem,,rrs pertain .rtc there NOTE; Recei.t I, ?DI?EF r-pora` t :yeti:,.,. / t ach- -3 tue r c. b r EYE her The undersigned agrees to complete the work one date designated by a Work Order. :her declares that he will provide all do ail the work and furnish all materials 'arry out the above mentioned work covered ordance with the contract documents and the for the sum or sums above set forth. owing addenda is acknowledged (addenda Respectfully submitted: Name: �Cu,111,f11L D "l . '-'r C Lo Y n` r1 ` (SIGNATORE) y 7(:',3‘f v Address: : ` Q ec/ (1 , 47Zi t. , ity) ( t te) .(Zip) eph one : ? �) ` ' fC(% J (Revised August 2000) P E R F O R M A N C E B O N D FOND# -- J 589(7 STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES f-E A THAT DNB Construction, LLC of NUECES County, Texas, hereinafter called "Principal ", andgZiand7roe� a corpoxation organized under the laws of the State of washingtm anc duly ai horieed t. dc- business in the State of Texas, hexer; after called "Surety ", are held and firmly bound unto the Corp-.E, 7h *. .s i, a municipal corporation of Nueces County, Texas, dereinafter cal.ic I "City ", .rr. the penal sum of ONE HUNDRED EIGHTY -THREE THOUSAND EIGHT HUNDRED SEVENTY -TWO AND N2/100($183,072.00 ) DOLLARS, lawful money of the United States, to be pad in Nueces `:o.:nty, Texas, for the payment of which sum well a d rely to be mace we bins ourselves, our heirs, executors, n s:rator$ and eeccessees, ; :ere_ly and severally, firmly by ae ce esent s THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered ..nto a certain contract with the City of Corpus 7,hr ._st , dated the 20TH et FEBRUARY , 20 07 , a copy of which is eretc attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARR SIGNAGE PROJECT NO. 10003 (TOTAL BASE HID: $183,872.00) NOW, THEREFORE, if the principal shall faithfully perform said, rc ac n accordance with the Mans, specifications and contract iocumer t s, including any ehanles , extensions, or guaranties, and if the pr r.cipal shall repai.i and /c.r replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by h Ci F y , then this coli...at i (:n 5hail be void; otherwise to remain n ful 4orce and effect, PROVIDED FURTHER, that t any legal action be filed oc. this 1 _ Benue shall 17 ,le ,es ... C'L -T :t yr Texas. Art that eaid surety z r value received hereby stipulates that ena° ge, extension .. f t tme, a iter_at on or addition to the terms t ie . ntra e _ , or t c the h :: k pe f Jrmed thereunder, or the plans, Ors `mpanying the same shall in ,;:.5Eff effeet its ob reeti on this bond, and it does hereby 7 :�e r an'. s . na rge , extension sa.or, of rime, alteration or or t'he work to be his ')(JiA 7-teet '_he requirements of Article 5160, 's Texan, nc other applicable statutes of e :ate 'he unders14ned genh is hereby designated by the Surety lerelr as !:17e Agent Resident in Nuecefa County to whom any requisite --lc,tic:es may be deliver nd on whom service of process may be had 1r raters arisng out cf such suretyship, as provided by Art. 19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, ,ach )re of which shall be deemed an original, this the 1st day A' March 07 - PRINCIPAL 1)MB Construction, LLC 71-417 t (tr' - A- Print Vane & Ti+-:lei ATT4ST -s , (Print Name) SURETY < .(\jte.teber Contractors Bor.ding and Insurance COmpany Attorrey an -fact Timothy Patr 1 ck Kirk (Print Name) The Resident Agent of the Surety in fteces Courtly, Texas, for delivery of notice and service of proccesa is: Agency: Contact Person: Address- Phonfr Number Annavi i e In3urar-xe A.jency David Johnson 15033 Sp LD. 7.orpus :7Eris`A, JTX 78 0& i -94c, EaL. "-`; , /0-?) P A Y M E N T BOND iiOND# A,; 5890 STATE OF TEXAS 5 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES 6 THAT DMB Construction, LLC of NUECES County, Texas, '7ereinafter called "Principal ", and antrtars Binding arri Irene , yorporatior organized }nder the laws of the State of Washington and j:iiy aethori zed c business in the State of Texas, e -ei°i sfter "Surety", are held and firmly bound unto the Corp,is Christi, a r.unicipal corporation of Wueces County, Texas, hereiraftei ea1ied ""ity ", and unto all persons, firms and _.o. poreticns eupp1iinc _aber and materials in prosecution of the work referrer to in the ate.. -shed contract, in the penal sum of ONE HUNDRED EIGHTY- THREE THOUSAND, EIGHT HUNDRED SEVENTY -TWO AND NO/1000183,872.00) DOLLARS, lawful money of the United States, to be pad ir. Nueces Coenty, "exas, tor the payment of which sum well r.c_ rely tc be male 4e :ind eurse:lves, our heirs, executors, admix.,;: ra'Lor s anew succ-x 35 : rs, - eint l y and severally, firmly by these eresen_ THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 20TH day FEBRUARY , 20 07 , a copy of which Ls ne-e °o attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARK SIGNAGE PROJECT NO. 10003 (TOTAL RASE BID: $193,872.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subconr:ractors, corporatlons and c1a_mants supplying labor and materi s . in °=tie ero,secut for of the work provided for in said :cntracr and any and all July authorized modification of said ontrac-: that may hereinafter o'te- be made, notice of which modification the surety is hereby expressly waived, then this obligation ;t,ail be void: etherwise to remain in Full force and effect. PROVIDED FURTHER, �. r any £e.4ai action be filed upon this cnc , teeue shall 1 e n * e - : es Ceeete Texas. A c that said eoeet,v fe r value received hereby stipulates that ha cre, extensi ;f - 1_m,, a1Terat : on or addition to the teams tee contra -t t, 4v rk perforeed thereunder, or the plains, f1: tions, ut a��i s i_ccmpanyinq the same shall in affeet bond, and it does hereaby ice =.; ee, ' orl of time alteration or t-, the work to be his ^:. r:d _vex t.. meet. :he requirements of Article 5160, ,err ) ` s Texas, and other applicable statutes of ;rate 1 "'ex ,s T,.E, Terms "Llaiynant ", "Labor" and "Material", ad 1r€ r_ordanre with and as defined in said The ur,de si:lnen a;er;-- is hereby designated by the Surety °7ere . r as the Agent Res : de: t. in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had :a-iters arising out _ _ such suretyship, as provided by Art. 19 3: Vernon's "'exas ' ns .. r ante IN WITNESS WHEREOF, this instrument is executed in 4 copies, each < ne of which shai l de deemed an original, this the list lay nf March 2 Q 7 PRtNCI PAL MB Construction, LLC ?'ring Name & Title" ATTEST Print Naane) SURETY Contractors Bondin and Insurance Company Attorn-:ey .. -fact Ti Twit hy Patrick_ Kirk_ =rirt Nan The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Aggncy : Contact Person Address: Phone Nrmrbcr : Aa ville insurance Agency David Johnson )O 3 S.P.I.D. (A r us Christi t? - °T -678' TX 78418 R °c;vF9 9/02, ;ITY OF CORPUS CHRISTI DEPAR.T7OINT OF ENCINERRING SERVICES P.O- BOX (1277 CORPUS CHRISTI, TEXAS 78469 -9277 RR: Certification of Power of Attorney for Performance and Payment Sands Project Name /No.: `re ect No. 10003 Entrance & Business Park Signage Surety Company: 3entiemen- Contractors Bondin4. and Insurance Company I, Mark S. Hewitt .(name of O fio r of surety), hereby certify that the facsimile power of attorney submitted Timothy Patrick Kirk Y ubmitted by fax DMB Consrructiar: 1:Li (Atirorltiey..tn -Fact} (Contractor),a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its home office, has tot been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven (7) days thereof at the following address- City of Corpus Christ Department of Engineering Services Attn ; Contract Administrator. P.C. Box 9277 Corpus Christi„ Texas 78469 -9277 signed this day of March 20 J , 20 07 i Name; _ Mark -,..‘ ‘ \11 1111 \SURANCE C 'I, 04f - v = ,Qw ' PTE - p L ". ," C . Hewitt Title:Assistant Vice- Pregid2-AtcI Sworn and subscribed to before me on this ea�sad />:1 OFFICIAL SEAL THERESA L. SMITH GARY PUBLIC - STATE OF ARMIN MARICOPA COUNTY *Comm. Expires May 1, 20011 day of March otary Public tate ofg`L y Commission Expires; S ATTACHMENT 1. 1Oi1 ^ „ 7°S'hilifY? ti FMS Not alid for Bonds Executed On or _kfter READ 4 REF1ILLY - to be used offty t ; it 'ay ; ; ik , , „I - ',-: lettel, h;s: FT4, ',Dear bo;-e t t -)rds ,Ditrej , !.1 tmed! ing t.L.t 11,1, te t ied. ,., ihe eldi with the bond specified herein • A valid .1 is docu e t ted o gray Bonding and Insurance Company (the "Company"). mbedded in the paper rather than printed upon it. The of Nttorney at the top of the document and is ,olely in conne( non with the execution and delivery of De bond is of the 1• pe indicated below. This document KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute and appoint the following: TIMOTHY PATRICK KIRK its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver on behalf of the Company: (1) any and all bonds and undertakings of suretyship given for any purpose, provided, however, that no such person shall be authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of $10,000,000, and provided, further, that no Attorney-in-Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal sum in excess of $10,000,000; and (2) consents, releases and other similar documents required by an obligee under a contract bonded by the Company. This appointment is made under the authority of the Board of Directors of the Company. 'ERTIFICATE 1 tI under,igned s,eeretar> ,,% imractors. Bonding and insurance Company, a Washington orporati,T DO HT PI BY I. 11:12-:Int 'hal this Polite Po\\ I \ttorney remains in full force and effect and ha nt 11,-e revoked ,Ind. !uthermor, ThAl the resoltaloqs of the Board of Directors set forth on the !n.,e ow h1,1 or tad mtr 1;i„: R CBI( • 1 2 '-,treet • PO Box 9271 • Seattle, WA 98109-0271 ,206) - 00 7',H; • (8, -65 CB1(' (Toll Free) • (800) 950-1558 (FAX) MR, Kirk Eland, Secretary f PoaLPOA 074/S051104 t!) , ^4...o, 0, - _ • 1;c 11!' ‘.‘ STATE OF TEXAS COUNTY OF NUECES P E R F O R M A N C E B O N D KNOW ALL BY THESE PRESENTS: THAT DMB Construction, LLC of NUECES County, Texas, erein - after caJled "Principal", and a ecriporatlon croanifed uncle -: the laws of the State of .n.: de. '' a `'or - -'ed business in the State of Texas, e rein at ter fmileP "$t:" area 'geld and firmly bound unto the C orz _ = Ct i s =i, :, municipal corporation of Nueces County, exas, terelratter caliei Lty ", the penal sum of ONE HUNDRED EIGHTY -THREE THOUSAND, EIGHT HUNDRED SEVENTY -TWO AND NO/100($183,872.00 ) DOLIAPS. lawful money of the United States, to Ce pal pajH in Nueces o_nt Tmixas, clr the payment of which sum well ' t i y =e a -.e d r E .J. elves, our heirs, executors, _ i r`_ :i gist at cr s L-, . ly and severally, firmly by ins r sent ;. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the r !ncipaf entered nto d rain contract with the City of Corpus t , dated the 20TH FEBRUARY , 20 07 , a copy of which is ne e o actach inn made , * hereof, _�, fer the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARK SIGNAGE PROJECT NO. 10003 (TOTAL BASE BID: $183,872.00) NOW, THEREFORE, if -nE principal shall faithfully perform said ti r�k ih accordance with . plans, specifications and contract Uocumehts, er.. _ _zdir. c any Thanges, extensions, or guaranties, and if e ar- nipal jai _ rE pa 7 dhd/or fepiace all defects due to faulty material materialii andder w: rkmansn_p that appear within a period of one (1) r frog. the .late f completion and acceptance of improvements b year p ., -- � p by =te lit y, the th_ bi_ r n sr 3i _ be void; otherwise to remain 1 _ orce _ -1 . cu f PROVIDED FURTHER, - at f an/ regal action be filed on this .. „ ae sh a _ __.. i = �c r t Texas. . An-1 that id 7uret� ��_ r value received eived hereby stipulates that criarg� extension >f ime, alteration or addition to the terms The ntract or to tr rk performed thereunder, or the plans, specifiidtions, drawings, cgs, c.. , accompanying the same shall in r ,yw. se :ffec _t s clillea n or this bond, and it does hereby waive r )' i.CC” an , s_acr .r n -;ge, xtension of time, alteration or and _ t for to y L- ,rrr:s t r he tit act, or to the work to be pertc -rm c the ,node torma ;-e r,ond :age ' C mee7 fl( requirements of Article 5160, d other applicable statutes of The undersigrded aden' is dereby designated by the Surety s the (gen7 Res: lerit in Ndeces County to whom any requisite cei may bo iverec on ,yhorr: service of process may be had maters HSit-et )tt': SUCh suretyship, as provided by Art. Vern sr s Texas I' sdd3nce IN WITNESS WHEREOF, ins7r1ment is executed in 4 copies, oao r of ..dhici sfr3 de deemed an original, this the Dt PRINCIPAL ATTEST SeCreTar',. Neme SURETY Attorr e Inefact: (P-int The Misident Agent of the Surety in Nueces County, Texas, for deliviiry of notice and service of process is: Agency: Contact Person: Address Phone Number: f Fez: 23(.: be p; date of 'OP tract) (Revised 9/02) , tonman,.e bpnd ae at STATE OF TEXAS § COUNTY OF NUECES § PAYMENT BOND KNOW ALL BY THESE PRESENTS: THAT DMB Construction, LLC of NUECES County, Texas, ereinafter cs]led "Prindibal", and ocrparation crgarized :hd he laws of the State of and Ooly au=tdrifed t. du business in the State of Texas, bereinffer bailed "Sure=y" are held and firmly bound unto the 17y c Corpus ThrLsti, a mnicipal corporation of Nueces County, 7exas, lereinatter aaia "Ity", and unto all persons, firms and ):port oons Edappling ,abrr and materials in prosecution of the wcytk referred to lo the tttaohed dortract, in the penal sum of ONE HUNDRED EIGHTY-THREE THOUSAND, EIGHT HUNDRED SEVENTY-TWO AND N0/100($183,872.00) DOLLARS, lawful money of the United States, to be paid in Nue:des dpun xas, or the payment of which sum well .,ond tri v tb be bade ae bdo.d ,.urselves, our heirs, executors, H:drbi = t s, HLr7ly and severally, firmly by Fresent. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the brinciba entered ,nto 3 bertain bontract with the City of Corpus 7tIrist, dated the 20TH nay FEBRUARY , 20 07 , a copy of which ,c here= ar=a(tred ant made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND BUSINESS PARK SIGNAGE PROJECT NO. 10003 (TOTAL BASE BID: $183,872.00) NOW THEREFORE, :f tne principal shall faithfully perform its dices and make prombt payment to all persons, firms, subcontdbotcrs, corpora= ors and claimants supplying labor and materia in tne prosecufldr of the work provided for in said contract and .any ann a.0 duly aofhorized modification of said cuniac that mdy hereinar be Trade, notice of which modification the ,urety is nerelo expressly Alaived, then this obligation sLaJ be void; etherwtae dmain in full force and effect. PROVIDED FURTHER, th any legal action be filed upon this vbrue sha]i 1:e in Conty„ Texas. And that said surety value received hereby stipulates that br charge, exfensiob of ne alteration or addition to the terms ot the bchtract, or to =n] work performed thereunder, or the plans, specifidations, drawings etc., accbmpanyina the same shall in ffect is or this bond, and it does hereby waive n .ce r' an slch s oe, xtension of time, alteration or aiditio to t trm . e or to the work to be :.17torM(-C thei-o cie ymen- bor i age S--! a • e. h r,• mee Me requirements of Article 5160, 7exas, i other applicable statutes of TIs ":rrlant", "Labor" and "Material", with and as defined in said uncsided i s hereby designated by the Surety ,s tdc ger i'7,es:iieLt in Nueces County to whom any requisite Hcttices: may Ih( deverea sil:, on whom., service of process may be had sih such suretyship, as provided by Art. 1ern:r's Txas re .de. IN WITNESS WHEREOF, Ls Instrument is executed in 4 copies, -at- :7'ra cr deemea an original, this the a. of PRINCIPAL rirr 1m & Ti ATTEST Secre7a1',, (Pri rt SURETY By: At.noroy- fac7.. Pir Nir The illosichint Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: D. E :st it e of ':ont ract ) (Revised 9/02) tymer CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with FIRM NAME: m i ' is. (1) STREET: 41 2 I n �J c" CITY: 4 ZIP: 74 FIRM is Corporation 2 Partnership �5 Other 4. Association 3. Sole Owner DISCLOSURE QUESTIONS If additional space is necessary. please use the reverse side of this page or attach separate sheet. t . State the names of each :employee[ of the City of Corpus Christi having an ❑ownership interest] constituting 3% or more of the ownership in the above named ❑firm❑. Name Job Title and City Department (if known) 2. State the names of each iofficial❑ of the City of Corpus Christi having an ❑ownership interest❑ constituting 3% or more of the ownership in the above named 'firm Name ''ale kip t_ 3. State the names of each 'board member of the City of Corpus Christi having an Cownership interest[] constituting 3% or more of the ownership in the above named Cfirm(_ Name Board, Commission or Committee 4 State the names of each employee or officer of a consultant[ for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ❑ownership interest0 constituting 3% or more of the ownership in the above named "'firm` Name Consultant CERTIFICATE i certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi. Texas as changes occur. „ � nn ee 1J Certifying Person 1.��} r1 t�, L r t.(t v l- Title: z✓ t > „, 0--a' (Type or Print) Signature of Certifying Person: ' c; — Date: DEFINITIONS Board Member. A member of any board commission or committee appointed by the City Council of the City of Corpus Christi, Texas Employee Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor Firm. Any entity operated for econom is gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non - profit organizations. Official. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. Ownership interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent. trust, estate or holding entity. :i'Constructively heldL refers to holding or control established through voting trusts. proxies or special terms of venture or partnership agreements. Consultant Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. ASORIA,_ CERTIFICATE OF LIABILITY INSURANCE � PRODUCER Integrity Insurance solutions 2050 North Loop West, suits *110 Roustou TX 77010 e713) 682 -8600 iNIURW DMA Conetruotaor P. Box 71110 Corpus Christ; TX 70005 COVERAGES LISTED ENE OR CONDITION OF CONTRACT DOCUM6lT RESPECT TO INHICH CERTIFICATE MAY BE ISSUED OR MAY PERT TNEM N A110E AFFORDED BY THE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLANS. 682 -8610 l DATEEAAVOYYYYi 2/E0/2007 THIS CERTIFICATE AS A MATTER OF INFORMATION THE CERTIFICATE AND CONFERS CERTIFICATE RIGHTS DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE vsSuRPRA Colony /insurance Company IN8U @Rs: The Republic Group iNSURERC: American Intl. Specialty Lines NISURER O: INSURER E: NAIC S COMIRAL LIAMUIT X COMMERCNt. GENERAL JA91urY ._, CLANSMAN a OCCUR! X Contractual Liab._.,__ ' Bost. AGGREGATE LIAR APPLIES PER' POLICY e -:. ■ Loc AUT011oSLE L tABLRY x ANY A r0 ALL OYMMOAUTOS X SCHEOILEDAUTOS HIRED AUTCB NON.OWNED AUTOS Im01udoe Trailers OAIAAGE MELT' ANY AUTO a.146181- 12/5/2006 12/5/2007 1 EEACHOCCU =ale ammo 6 1.000.000 50,000 NED UP (AIM one anon) i 5,000 PERSONAL is ACV INJURY GENERAL AGGREGATE 1,000,000 _ V% 2,000,000 PROOUCTS.COMPpPAGO $ 2,000,000 BAP5649636 L2/5/2006 EB IE1ELI{A'�UASNDY x Y occuo 1Tii MAIMS ADE Bs394S434 OEDUCTISLE X RETON11OM 6 L0,o0o AND E1IFLD1 marUML11Y ANY PI FRa1fORIM N@RI@%@cu" OpPICMS1iM@ER�WDHri �PRCOSSIGISI OMB's 12/5/2007 V COMBINED sINOLE LIST (Es sOUSe n 1,000.000 SODLYWNURY t P«soN aDDILYINJuRY (PessecWelp PROPERTY DAMAGE (Per exam* AUTO ONLY -EA ACCIDENT OTHER 'NM AUTO ONLY: t EA ACC 8 AGG 8 12/5/2006 12/5/2007 v EACH OCCUR AGGREGATE S 5,000.000 5,000,000 t S I Arfordays I E.L EACH ACCIDENT i $ E.L DISEASE - EA EMPU NEB E.L. DISEASE - POLICY UNIT S 8 1 ` Da0CRIPIIONOPOMMUH1011 ,L0CATIONSMOMM0 Ba1l1ICt.W10N0A0DIMOVEMOIS MBNT1$flCALF1101I1S10N1 to the Auto and Blanket Additional /moored and Blanket Waiver of Subrogation applies with applies with general Liability Policies. Blanket Designated Construction Projects tGGeneral ram. Aggregate a PP1LSO w th respect to the General Liability Polley. '!be Umbrella Policy h w Fora. agent.) m- inquire Written Contract" (Workers' Compensation Coverage is placed throuq Mast _ Osopus Christi International Airport Bntsan0e and Business Park Sigriaga-' City of Corpus Christi 'Engineering Services Attn: Contracts Administrator P. O. Box 9277 Corpus Christi TX 78469 ACORD 26 (2001 S) T10N SNOWS ANY OF THE ABOVE DES POLi0E$ OE CANCELLED @LWORE 1 IE monstAT10N DATE t* CI'. 180 *sum) Munn 11LL EloEAv0R 10 NM _ DAYS 1NMlEN NOTR:e TO TIE CERTIFICATE HOLDER NAMED TO THE LSE, BUT FAILURE TO DO SO SHALL WOWS NO OSL10A110N OR UASIi7Y OP ANY KIND DFON 11E INSURER. ITS AGENTS OR REPIIIIMESTATINN. AUTMOPID 1E PRAM/ ITATNE /S'7141—. ® ACORD RATION 1988 DESCRIPTION OF OPERATIONS SECTION CONTINUED DATE 2/20/2007 TIFICATE HOLDER City of Corpus Christi 8ngineering Services Attn- Contracts administrator F- C. Box 9277 Corpus Christi TX 78469 DEB Construction P. 0 Box 71118 Corpus Christi TX 70405 The City of Corpus Christi is named as additional insured on all general liability (GL) and all automobile liability (AL) policies. General Liability includes -- Commercial Form 0030001(10/01h Premises-Operations, Explosion i< Collapse Hazard; Underground Hazard; Products /Completed Operations Hazard; Contractual Insurance/ Broad Form Property Damage; Independent Contractors; and Personal Injury. Additional Insured Endorsement Attached - General Liability- -0U156 -0702 Additional Insured Endorsement Attached -- Automobile Liability - -SCA R006 0202 Cancellation Endorsement Attached -- General Liability- -0U173 -0702 Cancellation Endorsement Attached -- Automobile Liability - - -ACA 02 44 06 04 DOC (10/2003) Page 3 of 3 2 0 PAX 338542235 'ARK FOWLER & CO g 004/005 ACORD. CERTIFICATE OF LIABILITY INSURANCE mows, Phone: 210 - 402.0288 Insurance One Agency. LC 601 EmbaOSy Oak, Suite 101 an Antonio TX 78216 Pax: 210 -402 -4032 memo Employee Risk Management Company, 4639 Corona. suite #lac Corpus Christi TX 784 :, THIS CERTIFICATE N ISSUED AS A MATTER OF INFORMATION ONLY AND corona NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR Aye% THE COVERAGE AFFORDED SY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A. Texas Mutual IAOurance Co. NAIC # 22945 INSURER I: INSURER C, INSURER OE INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED SEWN HAVE BEEN ISSUED TO THE r SURED NAMED ANNE FoR THE POLICY PERIOD INDICATED. NOTWITHSTAMDTNO ANY REQUXREHINT, TERM OR CONDITION OF ANY COOTRACT OR OTHER DOCUMENT NI111 RESPECT TO WHICH TH29 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANct AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL Tim TERNS, *CLU9IiEm AND CONDITI1 ONS OF 81201 H POLICIES. T$ RHONE 1plY SAVE BEEN RSDOCED 6Y PAID CLAIMS. uuiLesa. yti, UNITS nmenE MISS rJ ROUCY NUM MI GBIMALUMIUTY oorNIelCUA GEIBRuic UAIIun I 1 MAIMS MADE __.. OCCUR _GEldLA6GREGATELMRMPUES ?ER Pixley 100 IAAmman* u*IILNY ANY 14.61V r ALLOWED AUTOS . $OMEDIRADAUTO! HIRED AUTOS NOPLOWNFD AUTOS A GARAGE LfA arnr ANY AU TC ISECES WaMRELLA LMMM*, � OCCUR i ,....„MADE OEOUCnSl.E ROTENTION S MORROW GMFOSf*T10N AND EMPLOw ANY OFF ISI HOCI. ECU*4W bIIIY. on NEW EACNCSICE $ P RESIGIES likaraeweel E MEDE7P (Any wIAyaw* $ PERSONAL LADY DRURY S ocwRALAaoRE/r7�_E PRODUCTS .COMMORAGG S ( • M$EDSMOLELIMIT BODILY INJURY NW person) B ODILY IkIURY (Per maMYm) PR ur Adam) DAMAGE AVM ONLY - EAACCIOENY E OTHER THAN EA ACC S AUTO ONLY; AGG S CaOHOOCtJRR1NCE $ AGGREGATE S 1 TSF0001144091 1/23/2007 1/23.20/2008 xIMAITALL I EL EACH soccer 11 000, 000 E.L.WEEMS-EAIll VEE i 1,000,000 ELDISEAEE- POLICYUMIT S 1.000, 000 OB/QtlPTION OPomo T ons I LDCATIONS sysiscLuu exewsioNs ADDED BY ENDORSVAIERT SPECIAL PROVNIONS Coverage is provided to Employees leaned to DAB CONSTRUCTION or Subcontracted through Employee Rijk Management Co, Inc. / Re: CORPUS CHRISTI INTERNATIONAL AIRPORT ENTRANCE AND HQSINESS e PARE SIGNAGE RJR CHRISTI A ADMINISTRATOR CORPUS CHRISTI TX 7846E CANCELLATION IW0V.D ANY OF THE MOVE DUORIEEO POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTED' NOTICE TO THE CERTIFICATE MOLDER MANED TO THE LEFT, BUT FAILURE TO DO 90 SHALL IMPOSE ED oil/CATION OR LIABILITY OF ANY FIND UPON THE INSURER, XIS AGENTS OR REPRESEITATIVB9. AUTHORISED REPRESSNTATME *CORD 25 (2001 JQS? • AGORD CORPORATION 1989 F t'$y4 '95 PARK !,=iiILE 00 R1005/005 IMPORTANT tf the certificate holder is an ADDITIONAL INSURED, the policy(les) 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 suds endorsement(s), DISCLAIMER The (*Most. of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does It affirmatively or negadvey emend, extend or atter the coverage afforded by the policies listed thereon. THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. v ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the fdiowing: DMB Construction COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE rw.. of P'.u.rOrganisation ~mud Nsursd): ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED. GL146181 -1 12-5-2006/07 A. SECTION 1- WHO IS AN INSURED is amended and the follow Ing added: The person or organization (called "additional insured") shown in the Schedule is also an insured but only: a. with respect to indirect lability caused by or resulting from your ongoing operations performed for that "addbonai Insured(sr; and b. when yeu and the person or organization shown in the Schedule have agreed in writing in a contract or agreement that such person or organization be added as an "addMonal Insured" on your policy. A person's or organization's status as an "additional insured" under this endorsement ends when their contract or agreement with you ends. B. SECTION 1- COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions is amended and the following added: This Insurance does not apply to: Additional insured Contractual UaWHty "Bodily injury' or "property damage" for which the "additional instred(sr are obligated to pay damages by reason of the assumption of Nobility In a contract or agreement. Finished Operations or Work "ANY MjwY" or "property damage . (1) occurring alter "your work ", Including materials, -parts or equipment furnished in connection with such work, on the project (other than service, woe or repairs) to be performed by or on behalf of the ` additional ineured(sr at the eta of the oovered operations has been completed; or (2) occurring after that portion of "your work" out of which the injury or damage arises has been put to its Intended use by any person or organization. Negligence of Additional Insured "Bodily injury" or "property damage" directly arising out of or resulting from the negligence of the "additional insured(:)'. ALL OTHER TERMS AND CONDITIONS OF THE POUCY REMAIN UNCHANGED. U156 -0702 Page 1 of 1 DESCRIPTION OF OPERATIONS SECTION CONTINUED Cemnat1 NDLOER: City of corpus Christi Sa<gin.eriDg isrvic.s Attn: Contracts Administrator P. 0. Baal 9277 Corpus Christi TX 78469 MOE 2/20/2007 INSURED: DNS Construction P. O. Boat 71118 Corpus Christi TX 71405 ISCRUMON 01 The City of Corpus Christi is nested as additional insured on all general liability (OL) and all automobile liability (AL) policies. general Liability includes -- Commercial Polo 8Ca0001(10/01), Premises - Operations: implosion : Collap.. Hazard, Underground Hazard; Products /Completed Operations Hasard: Contractual insurance: Broad Porn Property Damage; independent Contractors; and Personal injury, Additional Insured indorsement Attached -- General Liability- -8D156 -0702 Additional Insured indorsement Attached -- Automobile Liability - -#Ca 8006 0202 Cancellation indorsement Attached-- Qen.ral Liability - -80273 -0702 Canoellatioa indorsement Attached -- Automobile Liability --RCA 02 44 06 04 Blanket Additional Insured This endorsement changes the policy. Plsese read it carefully. Thie endorsement modifies insurance provided under the following: Business Auto Coverage Fern Form Gareis Coverage Imams Coverage Form Theyrwisions and occlusions that apply to Liability Coverage also apply to this endorsement DNB Construction / BAP564863b f 12 -5- 2006/07 Where required by contract, the names and addresses of all additions! s! Insureds on Me with the Insurer or the event is an insured, but only with respect to legal resporwiily for as or omissions of a person for ■trorn LiabMly Coverage is afforded under this policy The additional iasurad is not required to pay for any premiuere stated in the poky or earned from the applicable, declared shag paid tot yo if You are authorized to act for the additional insured in all matters pertaining to this Insurance. We will mail the additional Insured notice of any canceNsdon of this policy. if the cenceNation is by us, we wiU gyve ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. v CANCELLATION This endorsement modifies insurance provided under the following: DMB Construction OUTPUT POLICY COVERAGE PART GL146181 -1 COMMERt3AL AUTOMOBILE COVERAGE PART 12 -5- 2006/07 COMMERCIAL GENERAL LIABILITY COVERAGE PART...,...__ COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CREME AND FIDELITY COVERAGE PART EMPLOYMENT- RELATED PRACTICES LIABILITY COVERAGE PART EXCESS LIABILITY POLICY FAN COVERAGE PART FARM MORELLA LIABILITY POLICY LIQUOR LMr1BIUTY COVERAGE PART PRODUCTBJCOMPLETED'OPERATIONB LIABILITY COVERAGE PART PROFESINAL LIABILITY COVERAGE PART Paragraph A. 2. Cancellation of the COMMON POLICY CONDITIONS is debited and replaced by the following: 2. We rimy cancel this policy by mailing or delivering to the first Named Insured written notice of cancella- tion at least: a. 10 days before the effective date of cancellation if we cancel for one or more of the following rea- sons: (1) nonpayment of premium or failure to pay a premium when due; or (2) conviction of an insured of a crime arising out of ads increasing the hazard insured against; (3) violation of any local fire, health, safely, building or oonshvotion regulation or ordinance which increases the hazard insured against under the policy; (4) any willful or reckless act or omission by an insured increasing the hazard insured against; (5) omission or concealment of fact relating to an insurance application, rating, claim or coverage under this policy; (6) fhilure or retinal of an insured to: (a) provide information necessary to confirm exposure or deteanine the policy premium; or (b) comply with underwriting requirements; (7) a substantial change in the risk covered by the policy; (s) loss of reinsurance or substantial decrease in reinsurance; () the cancellation is for all insureds under such policies for a given class of insureds; or (10) any reason determined by the insurance commissioner. b. 30 days before the effective date of cancellation if we cancel for any other reason. U173 -0702 ALL OT HBR TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. Contains material copyright, Insurance Services Office, Inc., Page 1 of 1 1997 with its permission. POLICY NUMBER: BAP 5648636 00 COMMERCIAL AUTO CA02440604 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE END 6 - SEMENT This endorsement modifies insurance provided under the following: / BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCICERS COVERAGE FORM Nth respect to aoverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Elective: 12/05/2006 Countersigned 8y: •a--, (Authorized RePreei dative) Named insured: DMB CONSTRUCTION Number of Days' Notice 30 SCHEDULE v Naas Of Person Or Organization. BLANKET Address X Corpus Christi, TX 78405 *EXCEPT 10 DAYS IN THE EVENT OF NON- PAYMENT OF PREMIUM ANY CERTIFICATE HOLDER WHO REQUIRES BY WRITTEN CONTRACT WITH THE NAMED INSURED TO HAVE SUCH GIVEN AND FOR WHOM A CERTIFICATE IS ON FILE WITH THE AGENT. if this policy is carceied or materially changed to reduce or restrict coverage, we will mall notice of cancellation or change to the person or organization named In the Schedule. We will give the cumber of day's notice indicated in the Schedule. CA 0244 06.04 ® ISO Properties, Inc., 2003 Page 1 of 1 0 200 FA?( 36 "854;95 PARK FOWLER & CO WORKERS' COMPEN8AT1ON AND EMPLOY UAOIUtY INSURANCE POLICY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT lit 003/003 WC420601 This endorsement applies only to the insurance provided by the poky because Texas is shown in item 3A. of the Infameron Page. In the event of conceIttion or other material change of the policy. we will md advance notice to orpelnlsa*On nomad In the Schedule. The number of days advance notice shown In he Schedule. the person or This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Nonce Ml be malted to CITY OF CORPUS CHRISTI a� PO BOX 9277 ENGINERERING SERVICE$ CONTRACT ADMINISTRATOR CORPUS CHRISTI. TX 7946a -0277 This endemens t eru mgee a petcy to winch It Is slushed see en the Inception doe or the pulley mien ■ dNenrt dues b tidaad blow. iTMetobMnV �Ycltnp oteuW need be centplated only when Si Y endorsement b hand su eequent to preperetlon of en poloy.) 'Iris endowment, Menem en Feb r us ry 9 , 2007 / st 12:01 A.M ataMud tie, fomrs a pen of Policy No T$F- 0001144091 0070123 oftha Tunas Munual Ineuranoe Company Istttted to EMPLOYEE RISK MANAGEMENT CO I NC Premium S o . 00 W04204101 OIL 144) Endaaernatt No. 1 Authorized Repreyentethre AGENT'S COPY AOBERRY 2 -09 -2007 NIP ** 7 FAY i 1854.29!:; BARK "WL.Eh & CO. fj00; /005 WORKERS' COMPENSATION AND EMPLOYERS IJABILITY INSURANCE POLICY WC420304A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas Is shown In Item 3.A. of the information Page. We have the rim to recover our payments from anyone gable for an injury covered by this policy. We wig not enforce our NH wino the person or organization named in the Schedule, but this waiver applies only with respect to bodily Injury among out of the operations described In the Scheduie where you are required by a written contract to obtain this waiver torn us. This endorsement shall not operate directly or indirectly to benefit anyone not named In the Schedule. The premium for this endorsement is shown in the Schedule, Sct►edure t . ) Spec Mc Waiver Name of person or organization ( X) Blanket Waiver Any person or organization for whom the Named insured has agreed by written contract to furnish this waiver, 2 Operations: ALL TEXAS OPERATIONS 3, Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll In connection with went performed for the above person(s) or organizations) artafng out of the operations described, 4. Advance Pnrtfum I NCLUOED , SEE INFORMATION PAGE . The endowment changes the policy to wr>ich kW Mischa' sff«YMe an the Inception date alto . policy unless a *went dale Is Indicated brow. (The tobalri •aasctIng chose need be completes only when this anawsemwft a ewes subsequent to ptepsration lithe poky.) This endowment, stlholin on et 1 Z01 A.M. standard tine, fans a pal of Policy No. TSF -0001 144091 20070123 oftheTexas Mutual Insurance Company tsauedto EMPLOYEE RISK MANAGEMENT CO (NC Premium S WG2e3a4A (!D.151.22005) Endowment trio. AuttoodzsdAtormentetbse FILE COPY DSHAGGER 1 -25 -2007 2G FAX F'3542.S3 'ARK FOWLER & CO WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POUCY G L NT The policy to which this endorsement is attached is amended as shown below Added tlIC420E01 (Texas Msteria Change Endorsement) In favor of CITY OF CORPUS CHRIST; e 002/003 WC9903O1 li'* endoresmart chances the ploy to whFh it Is aRadud ahletMs an the Inosp ion dote ef the policy unless a different date b Imit ated below. (The 10611110 'aloft obawa' need be completed only when this sndarammt 1. ~sued subsequent to draper. too ef the poky.) 'NS PMOISSterR, snubs on February e , 2007 et 1201 A.M. erndwd theta, forma a pert of Poky No. TSF- 0901144091 20070123 ofthe,T Issued to EMPLOYEE R 1111C MANAGEMENT CA 1 NC ~ " Premium E 0 , 00 1JVCMeete1 M. 144) 1 Insurance Company Endorsement No. 1 p�y�G r -� AGENT'S COPY Authorised Representative AOBERRY 2 -09 -2007