Loading...
HomeMy WebLinkAboutC2007-042 - 2/20/2007 - Approved1 F 200- 4 02 1 1200- 41 Reese Contracting S P E C I A L P R O V I S I S P E C I F I C A T I O N A N D O R M S O F C O N T R A C T S A N F O R N S SOUTHMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART I ask hJi /s6 Prepared by: Goldston Engineering, Inc. 210 S. Carancahua, Suite 200 Corpus Christi, TX 78403 Phone (361) 888 -8100 Fax (361) 888 -8600 GEI Job. No. A02024 -11 NOVEMBER 21, 2006 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 FROJECT NO: 6172 'DRAWING NO: STR 773 I '4D ss�•-••-... fps f i *= -- -.*ii jr. 10SEPH At SAME, IR. , i .A : 70059 •4 � 14 '`F FCISTE0 4% op--7 , ,O+G SOUL IIMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART I "TABLE OF CONTENTS NOTICE TO BIDDERS NOTICE TO CONTRACTORS - A Insurance Requirements NOTICE TO CONTRACTORS - B Worker'' (' ompensation Coverage for Building or Construction Projects for Government Entities SECTION A - SPECIAL PROVISIONS Time and Place of Receiving Proposals/Pre- -Bid Meeting Definitions and Abbreviations Description of Protect Method of Award Items to be Submitted with Proposal lime of Completion/Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates Coo-operation with Public Agencies - Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal/Salvage of Materials Field Office Schedule and Sequence of Cunstniction Construction Project Layout and Control Testing and Certification Project Signs Minority/Minority Business Enterprise Participation Policy nst ° R° ed (NOT 1 JSED) Surety Bonds A. X. 2 X. k \ 1(:€ \ 11 -12 X-1 \ -14 X -15 X -16 \ i7 \ -18 1 -J9 X 21 X -22 X -23 1 -24 -25 \ -26 1 -27 .A -28 1 -29 �� -3() 1 X -32 A -13 44 N-16 (NM USED) Supplemental Insurance Requirements (NOT USED) Considerations for Contract Award and Execution Contractor's field Administration Staff Amended "Consideration of Contract" Requirements Amended Policy on Extra Work and Change Orders Amended "Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents Requirements (NOT USED) Other Submittals TOC Page 1 of 5 SOUTHMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART I TABLE OF CONTENTS (continued) A 37 Arm - . _ (NOT USED) A 38 Worker's Compensation Coverage for Building or Construction Projects for Government 1.ntities Certificate , v - (NOT USED) Xwendment to Section B -8 6: Partial Estimates ()zone Advisory )SHA Rules & Regulations \rnended Indemnification & Hold Harmless ('hange Orders As-Built Dimensions and Drawings (7/5/00) Disposal of Highly Chlorinated Water (7/5/00) A"39 A-40 A -41 A - -42 A-43 A-44 A 45 A - -46 A -4r A--48 A-49 A•5(1 A- -_i1 1 52 4 5 A 54 A-55 A -56 4 -57 A.58 54 (h erhead Electrical Wires ( 7/5/00) Amended '`Maintenance Guaranty" (8/24/00) Plan Sheets French Safety 4 .rrors and Omissions 1 ack of Information Dewatering Stcirmwater Pollution Prevention `1 etnporary Solid Waste Collection Service Maintenance and Control of Wastewater Flows Dust Control Noise Control and Working Hour Restrictions SECTION B - GENERAL PROVISIONS (NOT USED) SECTION C - FEDERAL WAGE RATES AND REQUIREMENTS SECTION S - STANDARD SPECIFICATIONS 022 EARTHWORK :122022 Trench Safety tor Excavations 25 RDADWA 0254 .4SPHAL 1 S & SURFACES 125414 Aggregate for Surface Treatment and Seal Coats 0258 1'RAFFWC CONTROLS & DEVICES Er )25802 Temporary Traffic Controls During Construction 'roc Page 2 of 5 SOt THMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART I CABLE OF CONTENTS (continued) 026 L. TELITII,S 91262 GENERAL 026201 Water Line Riser Assemblies 026202 Hydrostatic Testing of Pressure System 026206 Ductile Iron Pipe and Fittings 026210 Polyvinyl Chloride Pipe 0264 WATERLINES 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves tor Waterlines 026413 Butterfly Valves for Waterlines {)26416 Fire Hydrants SEWERS & DRAINAGE 9 27.' GENER.AI. 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 027205 Fiberglass Manholes 0276 SANITARY SEWERS (GRAVITY) 027606 Sanitary Service Lines 02761(; Televised Inspection of Conduits 128 SITE IMPROVEMENTS & LANDSCAPING 028200 Mailbox Relocation 028300 Relocation of Fences 028320 Chain Link Fence 030 CONCRETE & GROAT 1)37040 Epoxy Compounds 05() viETAL,S 0502(X) Welding SECTION T - TECHNICAL SPECIFICATIONS L. -021 SITE PREPARATION T- 021020 Site Clearing and Stripping T- 021040 Site Grading 1'- 021080 Removing Old Structures l'-021100 Removal and Disposal of Asbestos Cement (AC) Pipe -1)22 } ARTHWORK T- 022020 Excavation & Backfill — Utilities, Culverts & Sewers TOC Page 3 of 5 SOUTHMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART I TABLE OF CONTENTS (continued) T- 022040 Street Excav anon T- 022080 Embankment T- 022100 Select Fill Material T- 022150 Cement Stabilized Sand T- 022420 Silt Fence I- -025 ROADWAY' 0252 SUBGRADES & BASES T -025205 Removing and Replacing Pavements T -025220 Flexible Base T- 025225 Geogrid Reinforcement 0254 ASPHALTS & SURFACES T- 025404 Asphalts, C)ils and Emulsions T- 025412 Prime Coat T- 025424 Hot Mix Asphaltic Concrete Pavement 0256 CONCRETE WORK T- 025610 Concrete Curb and Gutter T- 025612 Concrete Sidewalks and Driveways T- 025614 Concrete Curb Ramps 0258 TRAFFIC CONTROLS & DEVICES T- 025807 Pavement Markings T-027 SEWERS & DRAINAGE 0274 STORM SEWERS 1- 027402 Reinforced Concrete Pipe Culverts 1- 027404 Concrete Box Culverts T- 027408 Storm Sewer Manholes T- 027410 Storm Sewer Inlets 0276 SANI1 ARY SEWERS (GRAVITY ) T- 027602 Gravity Sanitary Sewers 1-028 SITE IMPROVEMENTS & LANDSCAPING T- 028020 Erosion Control by Seeding T -028040 Erosion Control by Sodding T- 028500 Curb Inlet Silt Fence 1-030 t ONCRETE & ( ►ROUT T- 030020 Portland Ceinent Concrete T- 032020 Reinforcing Steel T- 033020 Concrete Pavers T- 038000 Concrete Structures TOC Page 4 of 5 Sot THMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART I TABLE OF CONTENTS (continued) 1 ib0 METALS T-0554120 Frames. Grates, Rings, & Covers ATTACHMENTS STORMWATER POLLUTION PREVENTION PLAN (SWPPP) B. GEOTECHNICAI, STUDY C. LIST OF DRAWINGS N OTI(' E AGREEMENT PROPOSAL FORM/DISCLOSURE STATEMENT PERFORMANCE BONI) PAYMENT BONI) roc Page 5 of 5 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealec Iroposais addressed o he City of Corpus Christi, Texas for: Soutbmoreland Addition Street Improvements, Phases 3B and 4B, PART I consists of the first stage in four stages of construction of a storm drain trunk main ane other drainage, pavement and etility improvements, and is more particularly described as follows The construction of approximately 471 L.F. or 18" to 42" RC pipe storm drain, 591 I F _L x 2' concrete box storm drain, storm drain manholes, 6 - 5' slot curb inlets. and 6 5' slot extensions; 3,079 S.Y of new 24' wide asphalt pavement with 1;983 i_F. of new 6" curb and gutter, 9.329 S.F. sidewalks, 4 curb ramps ,695 S.F and 5,439 S F of concrete driveways; 1,092 S.Y. grass sodding; 1 122 2 F. of 3- PVC water line; removal and disposal of 1,109 L.F. of 6" asbestoe cement pipe. 1,183 P,. F. of 8" PVC wastewater line and 6 sanitary sewer manholes- together with all appurtenances and associated work in accordance with the plans, specifications and contract documents. will to received at the office of the City Secretary until 2:00 p.m. on Wednesday, January 17, 2007 and then publicly opened and read. Any bid received after -.losing time will be returned unopened. A pre -bid meeting will be he:d or January 9, 2007, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discus: >ien of the prciect elements. If requested, a site visit will follow. This project is funded through the Community Development Act of 1974 by funds approved in FY2004 and FY2005. Approximately 35% of the total estimated project cost will be funded through this source. A. bid bond in the amount of 5% of the highest amount bid must accompany each proposal, Failure to provide the bid bond wilt. constitute a non - responsive proposal which will not be considered. Failure t_: provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5 bid bond to the City as liquidated damages. Bidder s plan deposit is subject vo mandatory forfeiture to the City if bidding dc'cumente are not returned tc the City within two weeks of receipt of bids. Puns, proposal forms, specifications and contract documents may be procured from the Cie; Engineer upon a deposit. of Fifty and no /100 Dollars ($50.00) as a luarante -_- of their return in good condition within two weeks of bid date. D»cument > can be obtained by retail upon receipt of an additional ($10.00) which is a non- 'efundab e postage /handling charge. The Bidder is hereby notified that the City has ascertained the wage rates which prevail Lri the locality in which this work is to be done and that such wage scale is set eut 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 Dr eripe _._ laborer,' "workman," or "mechanic" employed on this pro - ec- The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engr. Services /s/ Armando Chapa City Secretary NTB Page 1 of I NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS sc1 1 2 , 1006 Irri :n pr f cover age in the following amounts TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE all certificates a -net 1: i ; :rrn jr oun . 'r 11 ts, : 01 10: I. 1 i-201 in n(:0 nden- 11t t ter n nal . $2,1100,000 COMBINED SINGLE LIMIT 0 )MOB 1 . AB] H DWND NON 4',.(;'JI11 ,100,000 COMBINED SINGLE LIMIT -tENTD 11 YtK,KS' i AB] ' IP 1 ES ION 1 P01 LO N ABD.11', IMPA MPN1 OVNRA( --tot tim te: s1 n tL, h t je; t ir . 11, r ami Ian! D, K NN N 11001t"1 : WHIH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF EXHIBIT $1000 11,1100,000 COMBINED SINGLE LIMIT $2,00,000 COMBINED SINGLE LIMIT REQUIRED NOT REQUIRED ee Section B-6-11 and Supplemental Insurance REQUIRED X NOT REQUIRED Requirements 000 Combined Single Limit .ee Section B-6-11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED Page 1 of 2 Ci± y of corpus Christi . -3t he r.anied as an additional insured on all exeert , rk co,,,iet tion iahl lity coverage. name of the Project must pr - rr 3gE, Trc tca; of in, sect c fisted inder "description of operations" on each c shall obtain an endorsement to the by t!-ti usurer, providing the City with thirty cateelltron of or material change on any vide the City the other endorsements to ch ate ec.fied in section B -6 -11 or Special m ,lr F "Disclosure of Interest" must he submitted w th 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 WORKS ' S _=ENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES ':7'.Y.4E law requIres fhat 77,ost. contractors, subcontractors, and -,:n. ozcvidiny wore: or serv.°_.ces for a City building cr construction ;r _ : 7-ust he covered by worker's compensation insurance, authorized • e. i sl.r 3nce or :n ippi oved worker's compensation coverage rig :--7—?.n! Even if Texas aw does ::ot require a contractor, subcontractor ,r :;*Hers performing project services (including deliveries to the job it. o provide 1 cf the 3 forms of worker's compensation coverage, t hr : :v will require such coverage for all individuals providing work r ert :ces on this Projec_ at any time, including during the - -;ai. :_ . farce guaranty _:erloc >otor carriers which are required to _ec: : =_Y with the Texas Depar : rent of Transportation under Texas Civil to —,12s Article 6675c, and which provide accidental insurance o.,. erase finder Texas Civii Statutes Articie 6675c, Section 4(j) need de 1 of the 3 forms c~ worker's compensation coverage. "he ontractor aareea comply with all applicable provisions i T xas administrative Code Title 28, Section 110.110, a copy of whir: ttached and 3eemeo .corporated into the prof ect contract. Please r, _:t e that under secticr: 110.110: certain anguaae --,ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors nc, others providing services for the Project, the Contractor 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 _c)ntr.rctor ea_uired to post the required notice at the ioob site. cni :i this Contract, she Contractor certifies that _t will timely these Noti '.e ' ntractors "B" requirements. t NOTICE 7C CONTRACTORS - B (Revisea 1/13/98) Page 1 of 7 8/7 116 t II. ORK :RS' a"O?MIPENSATION COMMISSION haute= 10. PLEO SIRED NOTICES OF COVERAGE `- uhchaptor B. E_hIPLr YIER OTICES 1 0.11 ? 1Zeportina Reourrernents for Building or Construction Projects for Governmental ntites a) The following words anu terms, , -vnen used in this ruie, shall have the following meanings, unless 'he context .:early incicates otherwi <e Tt r:ns not defined in this rule shall have the meaning defined in e Texas Labor Code. if sc defined rtiric .e of cove-age ; e itic:.e ! - =coy of a certificate cf hsurance, a certificate of authority sett- insurer issues the c remiss: , c- a workers' compensation coverage agreement (TWCC -S 1, TWCC -82, 1\VCC -f'.-. or FWCC -S4), showing statutory workers' compensation insurance coverage r he persons or entity's employees ( inciuding those subject to a coverage agreement) providing =ttr cis 01 _ project =,r the duration: of the project. ') Building or constn.iction- -Has the meaning defined in the Texas Labor Code, § 406.096(e)(1). (`c ntr.c r— a.. person cz lding fo- or awarded a building or construction project by a governmental e iuty 4) Coverage— Workers` compensation insurance meeting the statutory requirements of the Texas I.abor Cc,:e § 401.01 (4-4'1 o overage azreement—A written eree rent on form TWCC -S . form TWCC -S2, form TWCC-83. r form T W CC -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 establishev who will be responsible for providing workers' compensation coverage for persons providing services on t le project. j D rau Ds of the project ncludes the the from the beginning of work on the project until the - arx on t`:e orojeco has bee.-.: ccmpie.e . .:d accepted by the governmental entity. e sa rovtdrrs : e ^, t. as c n t -n ,ro.j . °fe ( "subcontractor" ir. 0 406.096 of the Act) —With the exception persons e: crud: :d gender subsections (h) and (i) of this section, includes all persons or entities pe -Y.: rtning all or part of the services the contractor has undertaken to perform on the project. ::ear d es: c: whether :fiat porscn contras ed directly with the contractor and regardless of whether at ]F rsr,; employees This tnc :c r des t_t is not limited ted i0 independent contractors, su bcontractors. ;easing cc;.noanies, motor carriers, owner- :oerators, employees of any such entity, or employees of v e �atv frrnishinr~ Dersor� to pert rm :,: rvices cn the project. "services" includes but is not linuted _ 5 t _ )-/V J' state . tai. . : °.TI/ is trr NOT/CE TO CONTRACTORS - - Revised 1/13/98) Page 2 of 7 8/7/98 )j l': 24 :u -pre:: ent. t. -c)ec a: porting -J t :treat SeL-L:: o�ice c: , ovision ): adrnir sir. . e-ing eue.ezieet is cr . ;ding labor, .� :� �spe- _:en. or oche. . relect. S,:rvices :c es not e ....- elated to the protect_ etic o SuDpi r71i .gags. _ iiivery of eertable toilets_ .ocludes he rr f all ed to a building or construction ce: :pact for a . enure or causing to :e rrovtced a certificate coverage pursuant to this rule is a P. by the insure: that all employees cf he insured who are providing services en the m-.-ered bti worxers' compensation cover ate, that the coverage is based on proper :iassdication cedes and payroll amou :s. rind that ail coverage agreements have been Hied ropriate insurance carrier or, in the case cf a seif - insured, with the commission's Division a: ce Reguiatior. Providing false or rrsieading certificates of coverage, or failing to .aintain requires average, or failing t: report any change that materially affects the overage may subject the contractor or other person providing services on the project to e penalties, criminal penalties, civil penalties. or other civil actions. z_overe rental entity t_-at enters into a buiidirg or constnlr=on contract on a project shall: rnciud : the bid soecuications, all the provisions ' f paraiL,apih (7) of this subsection, using the language aired by l araQraph (7) ;:; ( this subsecnica ::; as oar: c the contract., using the language reouired by paragraph (7) of this subsection, require the j_ ontr a.or t perform =s renuired in ;subsection (d` of this section; brain :r .m the contractor a certificate of coverage for each person providing services on the project. pee- to that person beginning work on the protect; (4) obtain do m the contractor a new certificate of coverage showing extension of coverage: A ) beibrc end of the c e ent coverage period, o the contractor's current certificate of .coverage shows that tare coverage period ends during the duration of the project; and (BB) no late- : ~.:n seven days after the expiration of the coverage for each other person providing services on tee project whose current certificate shows that the coverage period ends during the duration et the project; (5 ) retain ce.:-ttncates of coverage on file for the duration of the project and for three years thereafter, i 3 pro aide a copy ot` trig cer°_Lucates f coverage to the commission upon request and to any person moor. __ h m by law and use the :a.._uage c ::rtarne ;: u the toilowing Fimare for bid specifications and contracts. without any adciticna.. words or changes, except those reautred to accommodate the specific document in wtuch :he% e contamed cr impose stricter standards of documentation: i23`:, 0 , c)i r state t ietetac' :'g /I171 1 ri3/ D 110 htrri NOTICE TO CONTRACTORS - Revised 1/13/98) Page 3 of 7 8/7/98 actor arovide coverage nor its empic-, :-es providing services on a project, for the duration of the project wised on p =roper retorting of c assi- _a:ors codes and pa2,-roii amounts arc < of any coverage greerne'r provide a certificate of coverage showing workers` compensation coverage to the governmental nuty prior to beginning work on .e project; ;) provide the governmental entir,, prior to the end of the coverage period, a new certificate of overage showing extension of coverage, if the coverage period shown on the contractor's current ertificate of coverage ends during tre duration of the project; 4) obtain from each person providing services on a project, and provide to the governmental entity: k) a certificate of coverage, prior tc that person bes6nning work on the project, so the governmental a—airy will have on file certificates of :overage showing coverage for all persons providing services on e rirojec; and ;3) rxo later than sever. days after receipt by the contractor, a new certificate of coverage showing extension Of coverage, if the coverage period shown on the current certificate of coverage ends during The duration of the proiect; ) retain all required certificates orT coverage on file for the duration of the project and for one year thereafter 6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of .verage of any person providing services on the project; + post a notice on each project site informing all persons providing services oa the project that they required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does nct satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE The iaw requires that each person working on this site or providing services related to this :onstruction project must be covered by workers' compensation insurance. T -.is includes persons Drovtding, hauling, or delivering equipment or materials, or providing labor or transportation or other Service ;related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers` Compensation Commission at 512 -440 -3789 to receive information on the egal requirement for coverage, to verify whether your employer has provided the required coverage, r o report an employer's failure to provide coverage." -ww.so state.tx us/tar-128/11/11 13/1 i 0.1 10.htmj NOTICE =0 CONTRACTORS - B Revised 1/13/98) Page 4 of 7 8/7/98 recl.:are 2,ersop whom. contracts services on a project to: vice overa2e oasec ari .-2rocer reportz or-classification codes and payroll amounts and filing any cave: aze as-21-et7Pern.z. Tba- c! emciovees providinz services en the project. or the duration proect, B) pr7,vioe a certificate of :pverape :o :he contractor prior to that person begirmi--7.2 v..-ork on the ciuc i 1 contrac-zs sea--\aces or-: :he project the iancuace in subsection (e)(3) of this (D) provice the contractor; prior to rye end of the coverage period, a new certifica--e of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends curing the duration of the project; () obtain from each other oerson with whom it contracts, and provide to the contractor . a certnicate of coverage, prior to the otner person beginning work on the project; and a) poor 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 ouration of the project; retain all required certificates of .coverage on rile for the duration of the project and for one year thereafter (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paramoaph, 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 tlased on proper reporting of classification codes and payroll amounts and filing of any coverage agree:Pena; 2) provide a certificate of coverage as required by its contract to provide services on the project, prior o beginning work on the project, 3) have ine following language in its contract to provide services on the project: "By signing this ontract 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 7,-iontrac: 'who will provide services on the project will be covered by workers' compensation coverage ht-p osstate.r< usitacJ23/11/110iB '110.110 html NOTICE TO CONTRACTORS - B Revised 1/13/98) Page 5 cf 7 8/7/98 c:. Fa :1on of :Of. protect, :hat the c;c..-erage will be based on proper reporting of classification ices and cavroll az.ounts. and that air coverage agreements will be filed with the appropriate u a. ce Tier or. _ the case of a .;elf -ii ed, with the commission's Division of Self- Insurance estuiation_ Providing false or misleading information may subject the contractor to administrative 7e: ait;es_ ct urinal penalties, civil penalties:. or other civil actions_" -t) provide We person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, 1 the coverage period shown or the certificate of coverage ends during the duration of the -yroteco °) obtain from each person providing ser-ices on a project. under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage penod, 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 o:'the proje:..: c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify' the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project: (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection, (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during We duration of the project; {Et cotain from each other person under contract to it to provide services on the project, and provide as reouired by its contract: i) a certificate of coverage, prior to the other person beginning work on the project; and pnor 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 httttp ` /uww sos state.tx us/taci28/IU1 10/B/1 0 1 10.htmj NOTICE TO CONTRACTORS - B Revised 1/13/98) Page 6 of 7 8/7/98 .raaon to acntrict. et 3111 -i. ecuirec -a : °s of verage on fue for the duration cf the project and for one year tnerearter i) nctiri t :e stovernme nt:-i entity in writing by certified mail or personal delivery, within ten days after the person knew or should have !mown, of any change that materially affects the provision of c::>veraae of any person providing services on the project; and "H) contractually require eacn person with whom it contracts, to perform as required by this - subparagrapn and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to :he person for -whom they are providing services. (f) If any provision of this rune or its application to any person or circ :.instance 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 ) This ruie is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994 This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bit (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 46). (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, 995, § I 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 hat is delivered, issued for delivery, rr 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, I995, 20 TexReg 8609. Return to Section Index ittp /;''.vww sc s.state.tx.usitac. 2S /1I/I 10/B/110.110 html NOTICE TO CONTRACTORS - B Revised 1/13/98) Page 7 of 7 8/7/98 PART A - SPECIAL PROVISIONS SOUTHMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART I SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals advert sement -nvi will be received in conformity ing bids for the project. Proposals the office of the City Secretary, located on the first 201 Leopard Street until 2 :00 p.m., Wednesday, January maile =d should be addressed in the following manner: with the official will be received in floor of City Hall, 17, 2007. Proposals City <.t Corpus Christi City Secretary's t_ff ice 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B AND 4B, PART I A pre -bid meeting wilt be held on January 9, 2007, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit w_11 follow, No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Sect 0,1 3 -1 <, the cenerai Provisions will govern. A -3 Description of Project Soutbmoreland Addition Street Improvements, Phases 3B and 4B, PART I consists of the first stage in four stages of construction of a storm drain trunk Hain and other drainage, pavement and utility improvements, and is more particularly described as follows: The 591 L. F. •onstruct.;_on of approximately of 5' x 2' concrete box slot curb inlets, asphalt: pavement, with 1,983 sidewalks, 4 curb ramps (695 1,092 S.Y grass sodding; disposal, of 109 L.F, wastewater line and 471 L.F. of 18" to 42" RC pipe storm drain, drain, 7 storm drain manholes, 6 3,079 S.Y. of new 24' 6" curb and gutter, 9,329 storm and 6 5' slot extensions; L.F. of S.F.), new - 5' wide S.F. and 5,439 S.F. of concrete driveways; 1,122 L.F. of 8" PVC water line; removal and of 6" asbestos cement pipe, 1,183 L.F. of 8" PVC 6 sanitary sewer manholes; together with all appurtenances and associated work in accordance with the plans, specifications and contract documents A -4 Method of Award The bids will be evaluated based on the following, subject to the availability of funding: i. Total Base Bid The City reserves the right to reject any or all bids, to irregularities and to accept the bid which, in the City's opinion, advantageous to the City and in the best interest of the public. waive is most Section A - SP (Revised 12/15/04) Page 1 of 25 A- -i Items to be Submitted with Proposal - wi r,; erns are required to be submitted with the proposal: 5' >o Bid Bond (Must reference SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B AND 4B, PART I as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages vi - n King Pe t tract e sha eeedet. of vie ten esigne-- ( "Car r Engi e omp o ri1" n t _ eec _..a• h - :a_E1-dar .lay specified to _ire ('entr act period is ex t ended rursuar calendar day wi it hE asses, `-r.7ad liquidated damege: a r damages rem-- t hr ty ., i ch c ,rnage:; the r ;at En- deer i ni :3ery � •es (C, i eY ri doe • tr> 1 - rr ;c- of the Project will be 150 calendar days. ,r_ work within ten (10) calendar days after re:n the Director of Engineering Services or proceed ny work aemains incomplete after the time completion of the work or after such time other provisions of this Contract, $500 per against the Contractor as liquidated damages. t imposed as a. penalty but as an estimate of eustaH, tiom delay in completion of the work, -,;rot tapable of precise proof. The Director ', tngineere may withhold and deduct from monies amoure o? liquidated damages due the City. Workers Compensation Insurance Coverage Carr : i . t e r emplic e s wor , : ,g c elacern . fr e art compensation insurance coverage for its t is errinated or canceled for any reason, w,- rkErs' c,mpensat ion insurance coverage meeting the effect on the effective date of the workers :ompensatior; insurance coverage to be replaced, covered by the required workers' eo pe: s ;t io°r e _r lrar : e 'oveeicie rr S n t perform any work on the Project. eeui er tents ef 1_hi c. arce i 1•rt ion t h e r n c-. -.3 :j _' c r t..r a c t ontr 10 t ..S nor emp : oy•ec not . F -rr thi r ore , -,,rmirai on aroniar lay in Iud1ng and after the effective date of ,ar, :.ei[at the Lontractor`s workers' compensation euran -e cove -oqe ;r its ernrr oyees working on the Project until the date 6e:;ation insurance coverage, meeting the is it effect for those Contractor employees, eesed against and paid by the Contractor at the epecitied in this Contract. Such liquidated 1 e -rim 'ate t rt notice from the City Engineer to the 71d e_ ,< -d and po:d even if the permitted time to 'he } 1 ec' a: Y., red r ei lar epont worker < ( a requirements ne i r.-: C<'nt r Luuioa ed dam ees w _i be t iche : -t daily at.e ei5;ewh c'-rages wi rrr tr ance .n p -r - -tt sad itr ar iv: 3.r_ is ti_ :rkinq Dal 't , suron and .Iles: tie c vide,. to tt_< Font r ict u mentt triers ;je<t ire rtr. i . ed dr,<aurnentation rr1 he Ci t Engineer. 'his Contract, the Contractor shall work on the Project unless all such covered by workers' compensation of such coverage has been Section A - SP (Revised 12/15/04) Page 2 of 25 A -8 Faxed Proposals ,pc . s t ax.1u di 1 s mu t C'ont -r Ln o F., 11.- 1c e w. ;c- n; . f3 A -9 Acknowledgment of Addenda root n ter,./ tract _ sha ate ;.:co tec ron .•,pc, :a fail _ere 3, _r. c -ipt, .,pd , ble 13 .1Cer A -10 Wage Rates yi,or f efer en at . f ion f he CH . 11 be 'onsidered non- responsive. signer'1riis and guaranty and be submitted in 'he Cenel a Provisions rkr.,wi +�rrge re el };•- o` ro✓ides the proposal -3c( tpt rt 7e addenda can acknp-Kledg -= reeeii pr and have r dversci - 4 ect 1se9 all addenda received in the Failure to do so will be have significant impact on the a subsequent interpretation of when determining the lowest age ares r Heavy- Highway and Heavy Construction. In 7ctcy sl 11 use higher wage rate. tip,imp 'revaiiing Wage :-;cales fie Ccrp_12 Christi City at es - c' NueceS County :nisi. r _,t pay less than ■-_inployei3 by then in the 1 Lei .ixty debars kmar , r rnec ha . i c fir; • Bassi 1 i c ation 3,1 work performed ,c c =lrat e record snowing he name:- am <_1 I Oy -d f iy t hH-' ; :..i rote or :-; 181- r cer Councit ha; ietermine3 the general prevailing minimum hourly wage Texas out u-. Part C. The Contractor and any subcontractor the spa f ]et1 wage rate to all Laborers, workmen, and mechanics execut m the Contract. The Contractor or subcontractor shall $60.00) per aicradar day, or portion thereof, for each laborer, toyed, such person is paid less than the specified rates for the The Contractor and each subcontractor roast keep an _7lassi1 cations of all laborers, workmen, and mechanics he Pr/pit-et and showing the actual wages paid to each ne Cott - -actor e.^ i make- b weekly -rtified payroll submittals to the City Engineer. The 3rn xac n r will 1 so obt air copies u r such , -ert i f ied payrolls from all subcontractors and hers working c r the Pr of e ct . `i'hesc- document s will also be submitted to the City Engineer -sreeJ .', (See section for Mira r i r ; i inority Business Enterpri se Participation Policy for ti: 'li recTri r cTrent s no, sn iru 1 t1,.- proper tone and content of the payroll submittals . ) as ark re -half (3'7'4 c tine--; the 31X i - ied hc>u r i y :wage must be paid tor all hours worked in e ss a! 40 hours in ,u -y one wt-ek .end for all .ours worked on Sundays or holidays. (See t for, E i -1 Del irlrtir1 of Term • , ,11( Sect_Ior- E3 6, Working Hours. ) A -11 Cooperation with Public Agencies (Rev s r ] ? ' 5/ 00 ) The Cora actor shru ccxperate with public and private agencies with facilities operating within tree linijt:. df the Projec -; 'he Contractor shall provide a forty -eight (48) hour ret .ce ,r any app 1 i cable agency Ales, ,:pork 1s ant.:i: :ipated to proceed in the vicinity of any f c : lit by usiny the Texas ore ('.;11 Systes 1 900- 245 -4545, the Lone Star Notification ,rnpan' z- 1- 800 - 1369 -834 and •;oathwestern Bei 1 Locate Croup at 1 -800- 828 -5127. For the n° race c _ 's corn'e•n_ ence the fo'_owinc telephone numbers are Listed. Engir r . -n r ject Engineer William ,!. (Ireton, PE c/c Goldston Engirreerir:g, r3 210 S . +'arancahua , Snit := 20C. Corpus T 784D1 ..tfic Frx3kneer- rk ce Ik 3r *trent k80 3500 888 -8100 (Phone) 888 -8600 (Fax) 880 x540 882- "1911 Section A - SP (Revised 12/15/04) Page 3 of 25 er iEf k it Ja ;tewii �. i itzr r kl: 7•1 .nn PJ(rt i s xi r; i r mkarlli, ..r.; • tE St (1 1 �. -r �-s11 gnai: ( )pt 1A,ca1 5 ;i (Fif:x -r !pti Tr Fil_Er _n ti< h icEizx� ;i>Ex �-"ROCh (pt --) ,,r ks iiii e> ' p1 (W.N1 A -12 Maintenance of Services 35,7 _880 357 L818 385 1,900 357-1881 326- 34611 326 970 '99 --1833 381 ;600 357-.946 357-a000 887-9200 313 -) 124 '-381 -' X767 12.935 -0958 t72 - %53 -4355 :880 -3140 after hours) (880 -3140 after hours) 885 -6900 after hours) (880- -3140 after hours) (693 -9444 after hours) 31- 800 - 824- 4424,after hours) 857 -1960 ;857 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888- 204 -1679) (Pager 850 -2981) {Mobile) C r !act()) halt take '1 t;recaut .ons in protecting existing utilities, tit `. ,i 0, °re an( rye i ow = .:jr)unci !`Le Drawing: show as much information as can be s 'asorit ly obtained from •x st ing as-built drawings, base maps, utility records ords etc i ;d from as wcr field work as normally deemed necessary for the chrstrupt or of t,h.s rpc of project with regard to the location and rat ire t under c (our.:' ui (111 ! ies: , etc. However, the accuracy and completeness su 5 intorn.arior: is not guaranteed. It is the Contractor's sole and p omo1 e7e resp(r sihi 1 t y to locate suer) underground features sufficiently in ?,, int ,f n :, ,per,,: ions t l reciude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. ',ace .r derground utilities, whether shown in the diarvio- r the 173ntr -rail make the necessary repairs to place the 1. it F:> back i set :ice ti construct the work as intended at no increase in the Cr- tt r act pri _ e . -,1 ; SA( i repairs crust conform to the requirements of the ompan - agene th, ,h, owns he iut_iiities_ N° E e : st D n s ewer e (m -u-11 t-ered and are interfered with (i.e. broken, ( ) , l l ?w must he ma nt ,.i. -red _ Sewage or other liquid must be handled � . t-h" ont r ,i .their be e t llnect. n -n Into other sewers or by temporary ;,r_rntim a ; i star-' ory cn., Iii' all with the approval of the City Engineer. =wage (. of it iuu i r {must_ :e pumped. bailed or flumed over the streets re:.r slur , -- airi Cant_.., n-. r- must pay for all fines and remediation that rest t jr cage )r other 1 :emu id eontacts the streets or ground surface. is a so ihe j:ont make all necessary repairs, ac�_or� ���sponsil,iLity to eca i ms and adjustments he satisfaction of the City Engineer at no eare in "" 'c!.. ra,-t r e; Mater lals for repairs, adjustments or < ca i -is t e r-uer Hergicr 1 r s- must be ;provided by the Contractor. m, A-13 Area Access and Traffic Control :r ,`c: ue-at he ( ;istr) 1 ipp, ( t ,(kp 1 1 t !tr.! easures must e used to assure a safe condition -ovide minimum of inconvenience to motorists and the public. All he pry -i:e11 to all residents and businesses during to ner-•, --rat provide temporary driveways and /or roads during vet weather The Contractor must maintain a t si seet the demands of inclement weather. iCCE'S1 'tus1 ion P!he ed mat( is On r(- - -'r n act: r - r:en to schedule his operations so as to cause Section A - SP (Revised 12/15/04) Page 4 of 25 ad_ 'IS' r«, �.a r un , ale i e !eh ,- It:' r ti _r ,. 7 nc� on! . u.me:t rvlL eel - 3S,.1 I, r:y of adjoining properties_ This may working driveways in half widths, -' , i ' h -he city of Corpus Christi's Uniform el ices as adopted by the City. Copies of this ,y! hE �'. f y r Traffic Engineering Department. The (.eef?: a permit from the City's Traffic coreii red subsidiary; therefore, no direct A -14 Construction Equipment Spillage and Tracking it .tracmr shwa : 1 keoj ad e; nia l streets free of tracked and /or p U o mat or a a:,s geinc t _- r, - rom the construction area Hared labor and /or rrecha:' i al equipment mist 1;, -sed where necessary to keep these roadways ear f - )f -r-lat -•: mate as ; Such work must be completed without any re• in l' eont 3(' pr lee- s and t r•I e musr eleanerl 3+ the end of the work day or more equ 'n J y, t t 'rec€ c.sa y, ; r event material from washing into the storm fewer ,-stern \„ vi , -,_p; e meter of that ,)uld be washed into storm sewer is eow• d to rem ; i ; or the Prr ieea sate < r adjoining streets. A -15 Excavation and Removals e ,ratee eas eh no and adja ent to sidewalks and driveways must t fi 1. d wit c ea t; ean" dirt is defined as dirt that is capable p ) 'ding g( ':1 gr c�' t f of grass when applied with seed /sod and ter 'i r• T1r der' mtst s eP of lebris, caliche, asphalt, concrete and 01-1,r mate/ ai at det 1 s from t appearance or hampers the growth of ass A. 1 e. =-i ing ' r._;cret and espra tt wi: tor, the limits of the Project must be r emove l nless -;iher•.: SE ncz •,-1 A:1 .ssar; emceal, ling but not limited to pipe, driveways, ;,dewy } , etc.: are tc be -oneidered .subsidiary to the bid item for "Street Exc3va >r) °, tnerefore, no d reet payment will be made to Contractor. A -16 Disposal /Salvage of Materials 2c rss xcavat ed meter al. or ,)i, 2n asphalt, concrete, broken culverts and u-her 1 wanted mater a] bec:mwe; the property of the Contractor and must be --,move< from tt-e site by the Conti acts„ - The cost of all hauling is .nsider °d s rbs`diar t. t � direct payment will be made to ).0° /-711, t •1: . A -17 Field Office The Cr=art Tactor must - uraiish - City Engineer or his representative with a field office at the instruc. ie: site. The field office must contain at least 120 square feet of eseable spec-e. The field office must be air - conditioned and heated and crust be fur r iohed with an inclined table that measures at x:t x 60' and two '?sirs_ The Contractor shall move the field )`t ce oc the s1t Fr as required G; the City Engineer or his representative. office must he f:rr shed with a telephone (with 24 -hour per day Section A - SP (Revised 12/15/04) Page 5 of 25 ,WE eoar t pay m f, yid rtu': moceine paid for by the Contractor. There is no _,.le ' of f ice A -18 Schedule and Sequence of Construction (_ 1 r acr s lbn: i the -' ty Engineer a work plan based only on CALENDAR ,lays Fh i >. plan must detail ihe schedule of work and must be .} mi r - d t e Ci , . , ng i r ee r l ee s t - hree (3) working days prior to the c _> c rust rrrt, r ausr. fic he ieheoule of tht- following work items: r tiai :hedu1 See ml! : i o the GI y Engineer three (3) days prior to t Pr.,( c'lst r, ,•t ;n Mee' rig an initial Construction Progress Schedule rev , v tents to include: SI w eemplet < sequence of construction by activity, dentity ne Work of separate stages and other logically grouped c ceivit-rr,3 ° he first work day of each week. uirnitta Dates indi ate. submittal -dates required for all submittals. e Submi r_ on: Re rise and resubue.r as required by the City Engineer. e 'iodic Update Submit Updated Construction Progress Schedule to show dial re c ures=. df ea< l i r r oe by percentage against initial Schedule. A -13 Construction Project Layout and Control r drawings may depieJ but x,t necessary include: lines, slopes, grades, ec ioas- measurements bench marks, haselines, etc. that are normally q zir ec to construct a project :,f this nature. Major t, r;trol. and t vo (2) perch marks required for project layout, will be e-gdee by the i t_. r Y r 'r 'ores .7 � lr: Project Engineer_ Co:_t 1 actor shalt_ t urnis) 1 r(, if the ,a l.k lines. s (opes and measurements necessary for de. ;iq col; ruc'_:on, ' necessary to disturb or destroy a control o,; let r bench mark, the or.tractor shall provide the City or Consultant P-o ec Engineer 48 hours nori,e so that alternate control points can be t-,bl shed by t ne ,':. ty of Consultant Pr-- ject Engineer as necessary, at no he C et acr. { . Centro )ointc or bench marks damaged as a result of Cif) ; acrrc ; aee)ioence l be restored by the City or Consultant ec ngine,t-_ e expo," se r 1 the 'one ractor. fc .ahatevcr reason necessary to deviate from proposed line and -p ore 'c properly execute e ,aurk , the contractor shall obtain approval of 1 ('. or 1esu 1 t ent Pr, e t Engineer prior to deviation. If, in the i io: t 1_F ire ,r "ore ul -.nt: Pro jec' Engineer, the required deviation ( a_,1 e ss. a evisie the i-aw!ngs, the Contractor shall provide pt or- i ., ne r error" r.s a s cs; i t ed to r the nit- or Consultant Project OE' r c - ' d awl'. +� ": ite _.d ,r, = act "or enaii t Le refe en< e all valves and manholes, both existing ir.g and proposert for he purpose of adjusting valves and manholes at j-le completion of the pavin:t process Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) ,E -sonne for tld purpose of assisting the measuring of the completed work. r., .orr _ actor. :tali provide the following certification for documentation r: 1 Jed i i , ca' icir of cemp ianc _ v.-i.-h the Contract Documents, plans and _pesift ' pions- ,-.lid eempliatiee riertificetron shall be provided and prepared Section A - SP (Revised 12/15/04) Page 6 of 25 rd pe ;acr_1stere,er Professional Land Survey (R.P.L.S.) en. e + in t :n at. (it me: r etainen and paid by the Contractor. The Third ty F P.l.; ha to app; _ by the Ci`y prior to any work. Any cr -t,7 icie >ot€, t he Third "arty Surveyor and certify Bpi 1_tfc r nits ie i ft S reef mum '' e r, of u - cun:entati-on required: • Ai arb r e; :ins ::t ),oihT angenc y /print of circumference • Cu AL and c i _rr r >w i-;; _:•>tti sides of street on a 200' interval; • St , _.,t crc U =r : on 200 ecra7 and at all intersections. ni. =stewat • Al im/ l r at ion: at uanhoi e.°s; • Al nterse»c t ing 1 Incas L manholes. • 'a::i g elevations itop o` pipe and flow line) (TXDOT and RR permits) . Niitert • Al_. 'up of alves ox; • Vaves vaults rim; • 'acing ei-evat'ons !top of pipe and flow line) (TXDOT and RR permits). ormwater • Ali im /:env r - eicvacion. a manholes; • Al .ntersecting Tones in manholes; • 'a ! i g elevat ons top cif pipe and f inw line) (TXDOT and RR permits) . A -20 Testing and Certification A =i tests required ander ! o item must be done by a recognized testing labora'.cry selected lsy the cty Engineer_ The cost of the laboratory testing wi 1 i- be borne Ity the City the event that any test fails, that test must dor e over after correct iv -- measures have been taken, and the cost of r- »st:r-u will be be:ne by `hc Contractor and deducted from the payment to F Cer t racto- Tae e r.i -Tact . »r ;Waco provide °e all applicable certifications to the City' Engineer ineer A -21 Project Signs =actor rr,_tsturnish and nstai_s 2 Project signs as indicated on the r .1 ow n drawings. (A- tactrnent i) The signs must be installed before constrfic ion begins 'arid will be maintained throughout the Project period by the Contractor he ocatiou »ti he signs will be determined in the field by A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) cy is .he vhe F ;.o1 i c, of the- <» i t y of f'orpus Christi that maximum opportunity aff or cfe et mi nor tie, women and Minority Business Enterprises to F<<rrticipate in the performance of contracts awarded by the City of (', -/pus (L; sti Sn support of Equal Employment Opportunity goals and n),- e >ctive; of the Iffir,nati,re Action Policy Statement of the City dated (:, t Ober , i '! ti 9 , and any amendments thereto. In accordance with such rruicy, )e' t, -ras established goals, as stated herein, both for Section A - SP (Revised 12/15/04) Page 7 of 25 ority -n :e (dirt -ipat cry t-y trade and for Minority Business r ,rprr. t 'Lni f'r l Corn ra i awer= 3d Suheo ass werr comb nur _ or .1 ri r r:1 =ny person, firm, partnership, corporation, vent , -e is herein provided which has been n, tamed per,sdn, firm, partnership, corporation, Vent :re as herein identified as providing : ;up es, equipment, materials or any edo inn inner contract with a prime contractor Mindrdty h.rsirress t;r,r. «- rpriscr business enterprise that is owned and not re' le ] by one or more mi nority person(s). Minority persons in . rde H :ack :� , 1 e"x P ,rn Amer-le ns and other persons of Hispanic otie.. , iimerican Innii3ns. re..asKan Natives, and Asians or Pacific 1 s' ander. cr ,hr- purposes of this section, women are also cons dereo a_ n!-E or,• es_ Minority person(s) must collectively or rperd e and _ - ively manage, and share in payments from s' ( 1 ere erpriEe the manner hereinafter set forth: d For ;cle proprietorship to be deemed a minority e us -i ,. 's r enterprise. it must be owned by a minority r erd For onterprrse doing business as a partnership, at least .0% the assets or interest in the partnership property must be owned by one or more r.inrrr t } person (s). c_rr rr_erpr: e doing business as a corporation, at leas- 1 * of he :assets or interest in the corporate share mist w-ned by one or more minority er:- 2 ∎'or,! ro..lec The pr mar prover, direct or indirect, to manage a business entetrpr i-se re:,;ts wit_1, a minority person(s). 3_ Share in Faymencs Minority r ,rrrers, ,roprietor or stockholders, of the ent arprise. the case may be, must be entitled to receive 51.t'% or more of the total profits, bonuses, dividends, inr rest . lyrr.ents, e ornmissions, consulting fees, rents, pre;r.remenr. end subcontract payments, and any other monetary d, ;t , i i)ut i-or, paid by the business enterprise. d Minority_ lee de'_ nil t,nn under Minority Business Enterprise. e Female Owned Business Enterprise: A sole proprietorship that is owned and r.•ontrolled by a woman a partnership at least 51.0% of whose assets it partnership neership interests are owned by one or more women: or a corpor:it inr at least 51.0% of whose assets or interests in corperare <i -. ar owned by one or more women. Section A - SP (Revised 12/15/04) Page 8 of 25 )r,,tl+ very .rre: int venture means an association of two or more ?F ,ns r,artner ,trip corporations, or any combination thereof, der' cart, r, single easiness activity which is limited in Er Thr- degree to which a joint venture may `r� :t . t ,! MBE :ua . cannot exceed the proportionate t -no ^Ri! <r member of the jc_ir;t venture in the work to ',r by ' unt on- ure . For example, a joint venture ar ert 1 r'> " ie contras' Nork itself and in which - ,irn 'tire lr t er has a 50.0% interest, shall be i, rr'F : -%, ,ien+ F.avin, rnir.ority participation in 25.0% of the w r n no i t y me,rroeis t :-re joint venture must have either r c ia ranao or l e,'kinical skills in the work to be tre: ,y -her n ,'ent,_re -ne f r participation by minorities and Minority Business Friterbrises expressed in percentage terms for the Contractor's aggregate work farce on all construction work for the Contract away are is t:oi ,ws Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 ITicae <_I<ra: - are app. i< able all the construction work (regardless cf tedera participation) performed in the Contract, including approved hhange erders. The hours of minority employment must be subs'~, ntia ' Ly un1 ' orTr throughout the length of the Contract and in each rade The transfer of minority employees from Contractor to Cur.' -to or firs project to project for the sole purpose of rree' -,:e; 1 „- f",,ntr r `s per is prohibited. tp.il.i: Upon iom1- : et ion o' the F'ro ect, a final breakdown of MBE part r.ipat oar :. _t ,st iet i_ated by copies of paid invoices, shall be suer, Vied Hy The on rector c. the City Engineer. The ' "Ont r a to sh,1 1 tr,ake b i - weekly payroll submittals to the City Engineer. he Con'race t:ir Is to indicate the percent of minority and fema f-• pa !i.•ipat en by trade which has been utilized on the Pic F tong w ! t h the request for fina 1 payment on the Project, t 7e +_ ?tray _ct wi 1 nOicate, i e writing, the overall participation se e s Nti t.. have been achieved The City Engineer may wt_tr t< lc rn ntt:ly t trta_ payments to the Contractor for failure to s =rbr i t b weekly pa} t c: l l in a timely fashion or to submit overall part r ipat ..,n information _on as re ired. A -23 Inspection Required srivi.e.I 7 /5 /0C) (NOT USED) i'itr: Cart. ractoi oha1.4 --a-nut t apps :: -- - - - the Bi1+ -dit -e -iru4Y_eti- arm-- 1ii_vi.nion ar -- -the various intervals of work ter whq-eh a c rrmit ---- requii arid-to a^ure a final inspceti n after the building is 1mplet -e.* and r "1dy foilE occuoaney. Contractor must obtain the Certificate of ireenpana ., -- whirr app_}- i..ah) c . ; <ee- -ism 2 of the Ceneral Provis -ieas is - hereby Section A - SP (Revised 12/15/04) Page 9 of 25 + ne r -tea a.,,- 't -Cent r,act ,f. rust r =- a--1 fees and charges levied by the i ty = 8o4Fding -- Inspec-inn iarment, and all thcr City fees, including ,;a>e Liaaste wat- =- mats* - -f-ecis an t-a-p -€-t es Is required by City. A -24 Surety Bonds J r dU d r f o ,,•ti ec t`rc General Provisions is changed to t so ly wr 1 b'' by rl e c` ty from any Surety Company who now :r default or del ::went dr any bonds or who has an interest i any :igat c.>n against -he city All bonds must be issued by an aE:I>roJec orety CompaA } aethori /•mod o do business in the State of xas per'ormanct and payment bonds are in an amount in excess ten de r.er;. (10 %' >` - he Surety Company's capital and surplus, S.a r et ,, Company shy, i ; 1_rovide certification s atisfactory to the ,y -1t ' c 1 Zey 'ha- t t.< S ; r t _. Company has reinsured the portion of bond amour': fha! exeeeds ! en percent (10 %) of the Surety mpany - -ap1 al and surplus with reinsurer(s) authorized to do Ines= rr tio' State te texas. The amount of the bond reinsured r; any :.reins rer may rot ex<-eed ten percent (1O%) of the lnsurer's capital and iiatplus. FUr purposes of this section, the Aleuunt tif allowed capital and s rrpl os will be verified through the :te i= 1 nscrar , t as of the date of the last annual Litut ory f inar_c:ia1 i„ at er°.ent rd the Surety Company or reinsurer Er: horized and admitted to do business in the State of Texas. The im et} shail designate art agent who , s a resident of Nueces County, Foch bond must executed by the Contractor and the et} " >r .onfracos et excess at $100,000 the bond must be ox >ruteci c. a :,re_y ,mb:u v that is certified by the United States e'retaa' t. he Treasury or musi obtain reinsurance for any i 3bi1 itx n excess of $100,000 fron a reinsures that is certified the United /:rates tec:retary of the Treasury and that meets all t" above requirements The insurer or reinsurer must be listed in h Federal Register as holding certificates of authority on the a e the bend Was issa� <d A -25 Sales Tax Exemption (NOT USED) Scrction 13 6 22, Tax I cemption- Provision, €oll -ir:g substitute° in lieu thereof. Contrait- a-- for improvements to -t cal -p -rope y aw r e4 by the -City -ef Corpus Christ - do n t quali-?y- for - xe ptions of Sales, I3ccisc, and Use Taxcs unless . rae Contractor elects---to operate under Seecion 3.291 of Chapter --, TaN the To _ ive Code, or such other rules er refful- ahem., as may be prom J &tcd by the Comptrollex -* Public Accounts of Texas. he «miner elceta to opeea e under separated contract, he shall: --- +b-t =sin -tom necessary sate - pernits from the -1 is ratify Hen tom- -app epriatc space E - Ge.1 cr Charges" in the proposal -f•e-r the cost of materials physically -t; orporatcd into -hc Project. I`rcvide resale certif;tc tes to suppliers. Section A - SP (Revised 12/15/04) Page 10 of 25 ,vir# y w i t t, t 5 E # ma eer ial invierces to substantiate the - eposa i na-1 uc )4 matF- °r -iels - --C1 —F t E.,e. t-e < f atc -under � - if-e4 Exe _a and Ll_, 'rrxcs appl i ca}4c to this Project --he _a; ar- t,actors -i 1lgibI-•i fer sales- - ---,rx _ else- eflipl-res with the . eve 4i:eve r }_r. me its —_- -4p Contractor must issue a eiesai ecrtit - at e tom. - r-ff-- , ;•11>rrerftr,fctoi -and th( subcontractor, in turn, `1-1 is -.._ .-, rcrsa - e een4 featti. r: <+ Ite - s- t7r..;p 4 A -26 Supplemental Insurance Requirements esee insurance sverage prcr-ided in - cordance with Section B -6 -11 of the )r;tr .c, . the Contraceor shali obtain an endorsement to the applicable t heuren °e pol , e signed by the insured tating: thc ent of 1,e r ration or material change that reduces or •trig_ the tnsurar.•- <• afforde:_ bit, this coverage part, each insurer •-enan p: ; ;,, wri t t - :1 :otice of cancellation or material Nit 2ity oY (orpus Christi Engineering Services Department 1... Contract Administrator Address: t ait Box 9 r 7 c 'rp t Christ Texas 78469 -- 9277 Number of -lays advance notice: 30 The C' n factor :;hall providri. the City Engineer the signed endorsements, or ier, -hereof 'erttified by the insurer; within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the centrect dor'un:er s. rr .t nit hirty (s0) iialendat days after the date the City Engineer requests that t-F Contractor sign the Contract documents, the Contractor shall provide the C Engr - eer );i`h a certificate of insurance certifying that the Contra:: c)r pi c.vider; warken compensation insurance coverage for all 'mrtoy -'-t thre - >ntract sr - employed m the Project described in the r eaen insure r•-e coverage pry vided in a,.:-ordance with Section B -6 -11 of the Cemerate the oncractor -hail obtain an endorsement to the applicable i ; Is-ira 1, -- pol r c. signed oy the insurer, stating that the City is an acid i t i >r x7 S.ns : red under the u,s arance policy. The City need not be named as =i -11) tl 41 iI 211- •'1!-d Or. W< rker ' ornpensatlorr coverage. c r rac t to . al .11 ty i ur r -ante x)vr -rage obtained in accordance with Sac ic- B -6 contra r' the Contractor shall obtain an end Sri: -rant s veragr ing - '), ractc r agree -s o indemnity, save harmless and defend the City, agentr sereants, and employees, and each of them against and 1.o: d it and them harmless from any and all lawsuits, claims, eem nds, eabilities, tosses and expenses, including court costs --aci attorneys' tees;, [sr or on account of any injury to any person, any dez.t h at any time resulting from such injury, or any damage t ) any property. which may arise or which may be alleged to have en s•rt of it honrection wi'h the work covered by this Section A - SP (Revised 12/15/04) Page 11 of 25 ntiae iorehobic: fidemnity shall apply except if such Jury deatt of damad, ts caused directly by the negligence or e y t aoent, :. servants, or employees or any A- 2 7 Responsibility for Damage Claims (NOT USED) -,ar-aeraph 4rencr +-1- ++4 ab of 44--et on 8 6 11 of the- Ccncral Provisi ns amep4-1-ed- O he 1 Ida, htrach p au4lAkel= veralq-e -thr -tfie term --E4 •the Contract up to -Effid-HiApseIuding the-4 y finity a-ecepts --P-reject or ',Fork. Builderio Rick or Installation leate4=-:fwerag-e- must be -an ft+-o-cssay-x„, --to procure such ,ebuTanec- coweage, taeluoing any deductible. Thc City must bc named Of itny-olicies--p-roviding such insurance coverage. A-28 Considerations for Contract Award and Execution Si c the Ili.y Engineer to determine fhat the bidder is able to perform otlejatioh:+ uncle 'he broposed contract, then prior to award, the City Pheinee' may re-etire u bidder ie provide documentation concerning: i. liehs have been filed against bidder for either failure to eae for or maTerdals supplied against any of its projects begun hin t.te pree+?ding '4o (2) years. The bidder shall specify the name address of the party holding the lien, the amount of the lien, the raeis fce 'he Len ciaim, and the date of the release of the lien. If ani such lien as not been released, the bidder shall state why the Him hae tHA paiei and Kn.-thee- elere ,re d3 ea,standing unpaid claims against bidder for ;ices cu materials supplied which relate to any of its projects begun weittin the preceding two e,) years. The bidder shall specify the name rune address of he c]aimant, the amount of the claim, the basis for the elm, and an explanati r ey the elam has not been paid. fidee' may iiso He rect +fee to nuppLy construction references and a linencea statement, prepared ni dater than ninety (90) days prior to the Cic). E:gner t signed and dared by the bidder's owner, president or ..aher in.thorizec parte. specefy:nq all current assets and liabilities. A-29 Contractor's Field Adminis tration staff Phe Cone(actor snail employ f,.r This Project as its field administration staff, ttpeeintendents aud foremep whc careful and competent and acceptable to the City 7!rdipee. 7he eri!eela Jeer vhier the Ergineer makes this determination may include the elowieg The tAiperintendent must. have He least five (5) years recent experience in field management and oversight f projects of a similar size and complexity to this Pralect. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, art familiarity wit h. the submittal process, federal and state wage rate reqp 1 rements, and ltity copiract close-out procedures. Section A - SP (Revised 12/15/04) Page 12 of 25 aperir cieru >h� ri med. sent, in r job site, at all times that work is remen ut zed Ala _ have at Least five (5) years recent experience in miler woi k ar.. i be sub rd i note to the :superintendent. emer a :not ,y, as uric ntender t thout prior written approval from the )o� umk ,r Alen , ?, cerr. ng these t eduirements viii be reviewed by the City Engineer. .he 4 . ract-r `s fie i ndmir:tst ration staff. and any subsequent substitutions or : eotar emcnts etc, must be approved by the City Engineer in writing prior to such rlier indent Osum spor-5ii : tries 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 n obtnined: fhe award may be rescinded. i rther, such written approval is also sieiessary prior Hi a _.change n field administration staff during the term of this nottraot If ine Contractor -actor f . r _s to obtain prior written approval of the City u ineei concerning any substitutions or replacements in its field administration ff n tt,i s npienn du ri r:c the term of the Contract, such a failure constitutes a -i s i annu: t 1 :, Cor ra of p,. :, , art to se '71_.in R -7 -13. A -30 Amended "Consideration of Contract" Requirements o er iGener.a ons and Requirements for Municipal Construction tr.3- s" Section P 3- r Consideration of Contract add the following text: ri: ive VOL n: inc day° i 1 o ilowi ng the public opening and reading of the tx>: the t- ' f. of (; apparent. lowest bidders (based on the Base Bid only) r: rn t `-t€ nyt ' y Eno •;et r the following information: i st ∎r. . he ,n jer errm,p07 n of the work; l.st he to be incorporated into the Project; schedule of values which specifies estimates of the cost for each or component of the work: ichedu e of ntieipafed monthly payments for the Project duration. f nnme and adlres: ee. f MEE firms that will participate in the rac_ t alone w th oencription of the work and dollar amount for a t; f it r . and ubstarr o __ion, either through appropriate certifications y tedera agen:ies or signed affidavits from the MBE firms, that such firm,: meet he guidelines contained herein. Similar substantiation ; to tnininir t? e rintractor is an MBE. It the responses do not 1 arly itiow t,at MBE participation will meet the requirements above, ni bidder must clear , demonstrate to the satisfaction of the City il_'neer ?;hat c_roc arid effort has, in tact, been made to meet said e, ;uiremerts that meeting soch requirements is not reasonably nossible rst t>f ; ,bc or, ,.-tor- will be working on the Project. This list may -„ ' air, mo '_ha one ract-or for major components of the work if the 5 tractor has -rot compieied his evaluation of which subcontractor will be ' ores the work i. City i gineer reta rrs the right to approve all subcontractors that per t, r m we' is on tine Project. The Contractor shall obtain written rovai ? >', rho City 'naineer io ail of its subcontractors prior to Section A - SP (Revised 12/15/04) Page 13 of 25 zinc N_.'. or ;., ect. ft the City Engineer does not approve prat ���. :ed s; bc ant r r . =r ' t_ Bray rescind the Contract award. the ern 11<.t o so t, ~outrac for previous ;y listed and approved is rzght b sibsti ut,e :l for or replaced during the term of the r77• the is r Engineer retains the right to approve any ost t .' , tepiao ncrr subcontractor ctor prior to its participation in Pr' "' �' �ai l ,r(; be given if the replacement of the • :01 r r. an ncr ease in the Contract price. Failure r titre et t rerr ` of ompiy with This provision constitutes a basis upon 4' h : < rul --ht • r. pursi. ant *.o Section B -7 -13; pre-r o. .ary pi ,grey r; ohedu]F_ indicating relationships between the rrr ) nL onen s of try work. The final progress schedule must be • ,nti' to City ,noi weer at the pre- construction conference; t: oument at egi,ire r pursuant to the Special Provisions A -28 and A -29 %ncerning Corr-,iderat ,onr; for Contract Award and Execution and the otracrtr - Fiele Adrr,trr; > ratio:, Staff. >r 'meat ar 'ort ',y Spec i a_i Provision A-35 -K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amend Policy on Bctra Work and Change Orders der C - rera r-.v_is.i or,s and arerd eirents for Municipal Construction Contracts" B -8 -5 Policy or Extra Work and Change Orders the present text is deleted and replaced with the How o rac-t or ;- :- cknowi edges that tie City has no obligation to pay for any extra work whist o change orde has not been signed by the Director of Engineering e: °ices or his designee The Contractor also acknowledges that the City Engineer a authori>_e change ore;err; which do not exceed $25,000.00. The Contractor _r-nowledg€ s that any charge orders it an amount in excess of $25,000.00 must also tppr.(.AVE -•c by ` t:• City (' rrr A -32 Amended " Scecution of Contract" Requirements Under 'General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 rxecutior• of Contract acid the fc llr_ >wing� It aware c f the -ornt race may be res<<inded at any time prior to the date the City n< r neer delivers a contract t ;s the Contractor which bears the signatures of the ('Lt..' Manager Cit y Secretary and City Attorney, or their authorized designees. )1, r racror has nn cause oi action of any kind, including for breach of contract, a ir'. nst the < ity nor. is he city obl igat ed to perform under the Contract, until t< date r • City ?- nginee: le l i vers the signed Contracts to the Contractor. A -33 Conditions of Work E sci h drier mus farru iaT ize himself fully ly with the conditions relating to the •omelet ,.cry or . lrc. Pru ;ect ;'a i sure to do so will not excuse a bidder of his obligation to canny out the pr;,v ;:,ions of this Contract. Contractor is reminded to attend tle Pre -Bid Meeting referred to in Special Provision A -1. Section A - SP (Revised 12/15/04) Page 14 of 25 A-34 Precedence of Contract Documents of lc( ,.r1 the :op tract documents, first precedence will be given a01.nda t ring t Lidding phabe of the Project, second precedence gi'.J o ;per:.nt frovisions third precedence will be given to Jr..str.( precedence will he given to the Standard dtH und ti e Geff.ra ProvitonE will be given last precedence. In .,y i I' w- any Lf s:he Standard Specifications with any :nes -efener( cJ sucn os the Texas Department of Public TronsLc!tatier- -tanUard Spocif cations tor Highways, Streets and Bridges, L.S-m ;1ij 'A t r precedenc-r- will be given to addenda, Special tns ions (if applicable) , construction Tecit -ns nts, tandard Specifications, and General ns, hat .on,-), A-35 City Water Facilities: Special Requirements (NOT USED) V±sltor/Contractos-,-44r entatio-n Prior to perforwing work. at Centractor. his ubcontracter-s, have on their person a valid card at a Vlsifor/Contraeter Safety . City Water Department Personnel. A Vi i Orteh-fa+,iffri Progfam will be offered by authorized City Water Deportmons personnel for those - and who cisire to per' in any City water F-er iddita-)nal inlormation .e4-er to Attachment 1. certifying thcir prior attendance valve,--squipimestr----breaker, control, or any other item related to City water operoted en operae.t or the authorized maintenance employee of the 4-4.ty ,/t&74s,EHr Depart men t Protection of- The -(4ty must deliver water all -t--me,. The Controctor shall protect the quality -f the water • -t4±-e4a]b- site shall c ordinate it work with the City Watcr Department to pr toct the quality of thc water. All 'tcr. ,-*Tuipment used t ransportatior, r-cinstallation, and other item, which coulame- into conform 4,e- American National Standards Sanitation Foundatior ANSI/NSF D- Standard 61 S tandard- in the repair, reaasembly, f• Owsk-iimaKtsi-eas-A4KAAkie- Shresdeempeumdsv eeang must- not be Trst as described in the .z. unless- euch-4-telms-a se inepectod on the site by authorised City pesseimel-lmmedistely prior to uce. Section A - SP (Revised 12/15/04) Page 15 of 25 '{ _ •yet r • -1 pr -3 do the Engineer with copies of written vSI; N -E Standar hi dal for all materials which s t r O4 corn * t o c -co aket- w i t-1 •t a l e wa t t Handl-ing—anci—Di-spesa-1 of Tracy Ai, ras kr -errex cd by-t c,,ub, antraf c rs , _ mu at ta+ 3 ' itt'• 4lowing trash will not - allowed. The Contract r stn-* lee <•t -,r rrsas- r :1 <_ in - at—a11 t s employees, agents, or CONTB A CTO2] ' v tom' h --Csr4 aetor s-- - -pe-F sonns l must, wear colored uniform overalls other {_ila.r._ orange, bias, r white. a uni €erm must —previde esmpany - rums- -and levee ; dent: f -- 'on- i)ctot ;halt provide telephones for Contractor personnel. Working hours s -ii—he 1:00 A.M. to 5:00 P.M., Monday thru Friday. ----4' ntr. ctor must rot use any City facility restrooms -. Contractor must- p-rovi de-- e+ Ail +- ontractor vehicles must be parked at designated site, as dew ig a-t l by City Water Department .,taff. All Contractor vehicles muss be - .- loarly labeled with company name. No private employee vehi€ics are allowed at O. N. Stevens Water Treatment - Plant. All personnel pct - foe- -i- r--- company vehicles. During working hours, ntr-;etor employees must not leave the designated construction arc�_z n r 4andcr through any buildings other than to required work or is directed by City Water Department personnel during emergency evac-J -t t i0n - Contractor Qua1 i t i eat i ns SCADA (SUPERVISORY CONTROI, AND DATA ACQUISITION) Any work 4o she. «_ t•e prformd only --by as determined- by mct work includes, bat is not limited eharigss -: -- elect }ens, furnishing prog.r:rrnmir,', cult- yrrr-i -z ing, debugging oper,ct. ion- , -t4-J h,jf -d e —and;' th ,__spes ficati- ns to, medifications, installing, , calibrating, or Thc. 4. ntra_itor or hi-s- cube ntrac.tor work. must be able to demonstrate the He is regularFy- engaged in ancf control- additions, connecting, placing in pr posing to perferm the SEADA following: the computer banned monitoring munieipal water He has performed work on an complexity as required three prior projects. He -aas beer} actively engaged his_.... -.. .._for_ at 4cast- yours. in this Contract ear in the type et wank -at least specified Section A - SP (Revised 12/15/04) Page 16 of 25 4 -emple,,i4 4 Registered- Protes-si nal Engineer, a -Control tems --her, or ah Electrical Engineer to supervise ni- w€:rk-r-equ-i-r---ed by this 44- employs personnel -on this Preject who have successfully s lianntacturer's training course in configuring erS t-he specific computers. RTUS's, and tou- -the Contract. main•rihs a permanent, fully staffed and equipped cerveee isielirty within 400 miles of the Project site to maphtain, repair; eal ibratc, Jf cified ▪ lrall fiithish equipment which-- is the product of one -miiii1actu4er maximum practical extent. Where this is het practleal all equipment of a-- given type will bc the pireduct C4 one manufacenrere, 4. Pr4-3-r: pe+fopmance Stevens Water Treatment Plint wi44 -tee used 4n evaluating which Contractor or sillieentraittroti pr grams the new work f r this Project. -Thir -Contrac-ief char-- -produce all- tilled out programming bleek rirquird to required, to add these two systems to the existing City SCADA syii.terin Attached is an -example of the required lia-egramming Clocks which the City requires to bc filled in to Tho Ci all changes made during • -programmlno phase,- Thc attached sheet is an example and rs et--.4htehded to show all of the required sheets. The Cenisoietei wilt provide .'rohcning ficquiremenes Ail Eenchrh-g tot trits—project at the---e-N. Stevens Water Treatment Piint Tha ge-termed -using backhoe r hand digging due to the umber-e-t exaatlhq underground sha41 be silewed ■44:4 t4o project A-36 Other Submittals -:op Drawing Submitta,, The Contractor shalt follow the procedure h ow when prirrenHng Shop Drawing submittals: Quaniity: the hry r F ep sha 1:; oraw.',qs Tran::;mitt6 t1-1(, gip Coic Aiaoi Contractor shall submit number required by the City to ogieei or tis des',gn4ted representative. es a 4ddition to the required copies, the Contractor sobmi! ear- (1) reproducible transparency for all shop UransmittAL Forms. Contractor Form ached at the end :y aumbel each transmittal form Ica !. ak Lunber with shall use the Submittal of this Section; and Resubmittals must have an alphabetic suffix. most ieontify he Contractor , the Subcontractor or supp_ier, pertinent Drawing sheet and detail number(s), and spec,ticat on Sei p number as appropriate, on each submittal forp Coto 4rttoi Stalip Contractor must apply Contractor's stamp, ap,n,at o nitialed, which certifies that review, vet r,patien of ineencrs field dimensions, adjacent cereti: wpr. lad con-drnation of information, is all in Section A - SP (Revised 12/15/04) Page 17 of 25 o _ianci ,n:itr :i requirements of the Project and Contract t,ment S c c,ext,ai in Contractor must schedule the submittals to expedite the r i xne i. v to the City Engineer for approval, and tote, nat: the submission of related items. Mar k:rg: C; ntr inter must mark each copy to identify applicable o reotets , model ;, options, and other data. Supplement mar r.f act .r ,r, ' sr 3r:ciord data te provide information unique to this n c -t Variations. t'ontractct must identify any proposed variations from she Contract documents and any Product or system limitations which may he deirimentot to successful performance of the completed work. SpacE: Reauiremenrs: c'ontractol must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resalbmitt(.ls: Contractor must revise and resubmit submittals as eq'.i i r-ed by City Engineer and clearly identify all changes made since previous submittal. I)istrrbuti =;n: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with pre =visions. ;a_nples The _ ontrac` c?r must submit samples of finishes from the full •a.;ge of n::nufa turert standard colors, textures, and patterns for City Mcineer selection. est and Repair Report hen spe'itIed :n the Technical Specifications Section, Contractor must •u;- >mit 171are ( - ! bopi.-s 01 all shop test data, and repair report, and l on-sea- Les; data .nii.t inn the specified time to the City Engineer for approval Otherwise, the related equipment will not be approved for use r the pi, t Veit A -37 Amended "Arrangement and Charge for Water Furnished by the City" (NOT USED) Under 'Cater-al Prr= isjunn and Requirements der Municipal Construction Contracts", B 6 15 Arrangement and Charge f r Water Furnished by the City, add the following: + Contractor must - comply -with the 'enscrvation and Drought Contingency eneludes rr 1cmcntiag - -fie =: conservation measures established for changing t rditions - The City Engineer will pre construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout- dnstruetion-- City of Corpus Christi's Water A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities the rc 4- .iremer ' s ::t 'Notice C _.ntrac ors 'B'" are incorporated by reference hi , ;pedal Provision. Section A - SP (Revised 12/15/04) Page 18 of 25 A- 313- Certificate -e -Occupancy- and. -. i. -Accept-none (NOT USED) e E : ;uaa 3f 4--er -+ f rt_ -+ +.e of —e - ,upancy f r improvcmcn -ts does n t aens'. t .ate t,4 r ;In-+ ` the -ice _ - _ _ - - - B 8 A -40 Amendment to Section 8 -8 -6: Partial Estimates ever PJ or_ : ons and R _(1u . i ementa for Municipal Construction Contracts ,F it,: > B-8 Par is i Estimates is amended to provide that approximate r :;r, wins ct partial payments wi s be calculated will not include the r:'Dice ;able t rccentarO e, non- perishable materials delivered to the r wc.rksi? e iless he 'ont.ra or provides the City Engineer with run; �r ! s der (or, r r.e City Engineer, that show that the material w.>>pi , has ,n o.—rd to; ,aateria s delivered to the Project worksite. A -41 Ozone Advisory r mt.( and tit -mix faring >p(r_rtions must not be conducted on days for which or.z nri advisory has been r bued, except for repairs. The City Engineer will Lor its "'ont.rdctor about ozone alert. it a delay such as this is experienced, •a wit. not be courted as a work day and the Contractor will be ompetsated he init pri •e indicated in the proposal. A -42 OSHA Rules & Regulations ii he responsibility f `re Contractor(s) to adhere to all applicable ` >: {A ties an•_1 regulations while performing any and all City - related projects and or obs . A -43 Amended Indemnification & Hold Harmless 'rler General Previsions and Requirements for Municipal Construction nntr:ac s B 6 - -.'.1 indemnification & Hold Harmless, text is deleted in its n: it t and the fol !owing is r-;ubstitirt. ed in lieu thereof: ,'} ,,, Contractor shall tlg he City, rts officials, employees, attorneys, .n 3 ageri :: hrml ess and shall indemnify the City, its officials, )1oyee; at t rneys , and agents from any and all damages, injury or i -rbili ty whatsoever t rota an act or omission of the contractor, or any :uocont r :7 or. .luppl i- r r:ateria man, or their officials, employees, ;c ,nts, el consultants, any wok done under the contract or in •- cnect >; therewith b/ the contractor, or any subcontractor, supplier, i -lei r ( cials. employees, agents, or consultants. h-- con— ; ii contsii rhe Ci r ;, is officials, employees, attorneys, r i ages. hn- rnlooss and shat, indemnify the City, its officials, .- moloyeea att rneys, and agents from any and all damages, injury, or i rb.ilit,- what:; =}ever r:on 3 neglr;gent act or omission of the City, its f cia i:; emp iyees, i? _ _>rneys, and agents that directly or indirectly asses , 1 ,ry E> an mpl _;tee of the contractor or any subcontractor, pli r mar 1 rra, -r. A -44 Change Orders hoslci change orderrs) ne required by the engineer, Contractor shall t :r tit. t the engineer a compete breakdown as to all prices charged for work th( 'flange order (unit ,u i -rs, hourly rates, sub- contractor's costs and eskd >t ris, t matei ia).s and equipment, wage rates, etc.). This Section A - SP (Revised 12/15/04) Page 19 of 25 ak cr nat i hal Lc <;ubmt teci by Contractor as a basis for the cc tt-e 1 =nge- ,rd ,rr A -45 As -Built Dimensions and Drawings /00) _a :3ppr: or : -.to daily measurements of facilities Ir.r eei accurate records of location (horizontal and ,f all 3 ?t;e. Trcr et Lon f -ach .i ! ity, the Contractor shall furnish )wre: wi';; cne et -t dir -ct prints, marked with red pencil, to ;!-c v. as . di cr eiti, cations of all work constructed. As i nu imum t l e If la lrawin ral 1 include the following: ;: is ;nt:a and tica1 Est ? tut en.,;; field barges . dimensions due to nu s ::ipment are dimensions due to substitutions. "Nameplat," data on all installed equipment. 1 Deletions additions. and changes to scope of work. 5 An oT her changes made. A -46 Disposal of Highly Chlorinated water (7/5/00) 1'h< Cr:.tractcr sha;.l be espensible for the disposal of water used for testing disilfectisa and ine flushing in an approved manner. Contaminants the ware] . particular _ / h i.gh levels of chlorine, will be used for in:t e t: : ion, and may ex r eci the permissible limits for discharge into wetland or envconmentally sensitive areas. These are regulated by numerous .gene e such as TNRCC, EP? et. will be the Contractor's responsibility to comp;' with he requirements of all regulatory agencies in the disposal of wat •r used n rh:e proje't. Phe methods of disposal shall be submitted to c C t , for 3 >prov., . There Al) be no separate pay for disposal of highly ':r1 or rnted wa er . nr race u- hall n : t. use the City's sanitary sewer system d:-s:,osai ci = ontaminatec water A -47 Pre - Construction Exploratory Excavations (7;'5/00) (NOT USED) Priem t -3 any construction whatever on - e project, Contractor shall ex avate and expose all existing pipelines of the project that crow- within 20 feet of p- roposcn pipelines of the pr ject and Contractor shall survey the exact i&ertieal and he *fiz n <ai f each f,ro ^sing and potentially conflicting papcl ae. k"F »--e testing pipelines which parallel and are within ten feet (10') of prop0:;04 pipe :, -ncs shall excavate and expose said cxi ting pipelines at a- maxi+ of 300 feet 0.C. and Contractor shall survey the accurate horizontal- and vertical iodations of said parallel p- ipelines at 444( foes( maximum} (L' Fontrae4.or shah then prepare .a report and submit it to the City for approval i eicat =ng -t4 w -e -- of pipe -+fines excavated and approximate station thereat -, distance to the pavement centerline and =T =,a enc of the -top of cxi st4ng pipelines. Coutr--et M oha l perform no- @onstruptien work orr- the project until all exple '"'" - - at have---beea -- mom- -ln-- their entirety,- the results thereof Section A - SP (Revised 12/15/04) Page 20 of 25 reported -te- the 3n ineen ,4 unt}l Contracter rceeives--Engineerappreval_af report_. ,xploa a ors- :rxe cvat erns shy) i-i- be - -faa . f r on a lump sum basis. Any -pavement Arai,- ?ssccilt:d vait}3 exp tory excavations shall be paid for according to r,r ? ab4asheci +ter* -1 prig -# pavement patching. - Contract r shall pT.ovido a-47! h f. -- it•rE w., k effF -rt +?3a- scprrat--e pay) forte A -48 Overhead Electrical Wires 0 tr - c )r - i np/ ,. w; t o s it OfiHA safety requirements with regard to xi i c i -.�I_ t r t i nr iu pment beneath overhead electrical wires. There ,V F : t ._rac ,�i res r -ss i ng ze fonstruction route and along the ion r; r t e C nt ;. •r, s shall. use all due diligence, precautions, en:- i . ' na` ado qua' t ; tety i s p: ovided for all of his employees and ra s of dt ipme t Ind t.; regard to ensuring that no damage to existing ern a s ele,' _ -al res or f,ycilitic,E oc urs. ,r tr or sham :rcinat work with CP &L and inform CP &L of his >r st - t ion schedule with r ega rl to said overhead lines, me irhead Ines are sh;3wr in the construction plans, while others are shalt Oh tho :^ontra fors sole responsibility to provide for adequate a t - t,h r e c ;a r d cc erhead t nes whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" 24 Pr: Asions and Requirements for Municipal Construction , B E -il Maintenance Guaranty, add the following: T' Cont - -rcto: s guararrtro is y separate, additional remedy available benefH th- City of Corpus Christi. Neither the guarantee nor i_rat ion of 'fie guarantee period will operate to reduce, release, or !e inquirh any rights or remedies available to the City of Corpus h isti for any :M aims or causes of action against the Contractor or any t .er. ltd „ idus ca enr it'. A -50 Plan Sheets c dr ip =-ings ? ;r -nc me jec are based on field investigations by the A /E, is arm o 1 on i r Hie fo m of - cc_,rr drawings supplied by the City, and other A -51 Trench Safety Ti the ontr- • r ;:;roposei construction methods require the excavation of an ac • ,e ss pit t r€c ches, r - ther below ground operations, such work shall c - in c >mpl i ei.o,, wi t: 11 eder al , state and local requirements for trench exc rva _ in and safety. All costs associated with meeting these requirements ,t±a11 0 ircr l=ied i� tie a.nounr bid for the item "Trench Safety Plan" as so ?-ern r the cr sosa forms A -52 Errors and Omissions The Coit factor ;nail .aareful y :heck these specifications and the Contract r awinct_ and .extort 70 the Engineer any errors or omissions discovered, w're eupc : ful nstruo.tions wij1 be furnished promptly by the Engineer. If Tors c oft i : s ns -e o d ` ..;c vered and reported before the work to which pertain ccist -uc•red, and if correction of such errors or omissions Section A - SP (Revised 12/15/04) Page 21 of 25 irises irrc_ ose -'1e t' pis• r_octor' cost, the Contractor shall be ec -oi cost AS crovided elsewhere. rac r. -c :gha t - bear t e expense of correcting any errors and omissions ti drawl + <;_; rt spectt i .at ions, which are not discovered or reported by _Tract. pry • SIT ,' ruction and which, in the opinion of the in= e c o , i ' hav, been tie; c vered ey easonabl e diligence on the part of t r c -;r. c hiii -Tact that all work must be done and eri< t ec; accordance with generally accepted inter.i X the Contract Documents that the >mplete the project ready for its en e LIS A -53 Lack of Information thf -. Bidder t _=el:; that the t is insufficient information in order for him prelate h bid ard!o rtst.ruct. the work, he is required to make a r,' tt'r request 'c,- addit: i information. All costs associated with the i;r. -b i_nver;t eat ie shai, he Lorne by the Bidder, with no compensation from rt However the Bidder shat1 not perform any investigation at the ,cntve f . eject ri1E'ss w, tten request is submitted and approved. The c :,r tr -,c' or shat . n i r use I t hick of information as a basis for requesting extra _ =.mpensat a >. A -54 Dewatering tl .. r pie r best igations and approximate groundwater table iv e1, were cif ermined i expected that groundwater will not play a or >1e mu ; f <r required excavations. If groundwater is f =rrc our t ,red iii in = hr OF r, i _ of the Engineer well - pointing is required, t nf-n e Cont.racLot sha , paid based on the linear foot of trench excavat on where we il- poi;+ s re required (not by linear foot of well - ppcnt_ i Bid r ems far con+ rc,, of groundwater by well- pointing have not been i is orl-o° ated in tht proposal in the event ground water is encountered errinc eonstruc ion rnd h- need ;or dewatering becomes apparent, the ter tree yr shy,: _ negotiate payment for dewatering through change order. Any uewatf r rig method used by t ie Contractor, other than well - pointing, shall be considered subsidiary to thr bid items for the utility line, pipe or culvert, unless .fpprovec otherwi ,e by the Engineer. ant .'vent, the ,nt ract_-,r sia1i be required to take whatever steps are r oc fps :- r t ___ ?) v rlr iaborade fc the installation of any culverts, pipes anho l eF.. _;t r _, t res .- t A -55 Storaa►ater Pollution Prevention Foe tf he type and ,ocatioi o this project, stormwater pollution prevention (SWPPi s critical, and imp:•op<'r implementation can have a negative impact on the e a= j >ining streer and i ✓a'.e property. Strict compliance to all SWPP i ? ens s'+own or the plans ,ha _ l be enforced. In addition, if during the urs f t'ie i te, , o her mi nr r SWPP items are required to limit or control sion 'r al. port 1 , then the Contractor shall implement these rr a7ur A, i riater .L1 ar :c : c required to perform this work shall not be t -zi i 'c r direct y , gut sh<, 1 1 he considered subsidiary to the various bid i +_ens. - ontrat'rc:r most coma le} c a Not ice of Intent (NOI) and a Notice of Termir :at ion (NGT i , aril submit -ach to the EPA, with a copy to the Director of Enoinc?r ing Services Section A - SP (Revised 12/15/04) Page 22 of 25 A -56 Temporary Solid Waste Collection Service waste co e et on se vic will be disrupted while culvert <,:,st -icr_ r:d pavement c ecoastruct ion takes place. The Contractor shall provide twice weekly temporary solid waste collection service for all locations whenever the usual solid waste collection service is disrupted due to construction. The Contractor shall provide the Engineer with a minimum 5 Calendar Days notice of any disruption to the usual solid waste collection service. The emp<, - ,ar r .., 1 t : wasto llection service provided by the he or Y. -.nne Oa, ,-. -hedule as the usual solid waste le t nn ��. T` •> r_, -',• ❑e 1-e Contractor for providing this rlpc a fi rya _7 w _ co etc,. n senipi, shall be considered subsidiary to ' +- ". --5 .. SUM ter Mt t-i ! at :l7". A -57 Maintenance and Control of Wastewater Flows C• r ractof _hal be resT,c r: ; ble fc,r maintaining sewage flows at all times 'hi he exis- inu sanitaty ewer system, and shall not restrict access to idc n es Jr :,,is noses it ,hall be the Contractor's responsibility to prdn-ite wi r 1r the 'it_y Wa >tewater Department regarding any modifications to o x sting -step: flow Dol.' erns, such as rerouting flows or by -pass t:;umpi ° g Any r rcch system modifications o i l i be subject to approval by the c:nainee and rn -if ,a Wastewater Depar 'sent , and shall not interfere with the -: pet fperat it and f_.nct_: Itt e- the wastewater collection system, and shall r r rict itess -c res deices or ous nesses_ Tn general, the flow level w-; ewar er :: t e san i,117 sewer system during construction shall be nt., i ed egn, or rrelow -tat f ex.:tinq conditions, unless prior approval r, ived 1LJm ae Eng net and the City Wastewater Department. The r_r, =c er snit :i he respon ih for ny damage to residences or businesses i set- y his a -i o irr ti usual sanitary sewer flow level. The tr«.- or nh- br respon:.ihbl.- for ?xridinating the review of any system c i f 5 tong ;ii f f ict en! ly rr i lvance ef proposed construction operations so to oid in, del. Sys in _ ain Sewaj other liquid shall not be pumped, le( ;r ti Wined -er thc> :sleet _ (r ound surface. No sewage or other )(Thies shay) ee !candled try illowir.q ` lexible er rigid bypass pipeline Luc n - he ; s t ormwa lines fe pypass the flow, the connections to exi ,tin. _es sha . t he made over the surface by means of flexible rgi i , ::.es, r wit' f arable and er rigid pipes placed in a covered The 1 p red for bypassing th e flow _,laLl be strong enough to is' any t i -tic _ oad, inf the r ze of the pipe shall be capable of it dl a : the n omit cdsc t rr_ie but ,jt ral enough to not create hindrance to t a * is reate olockagc accident_ The Contractor shall be r - po.,.3 Ole prof: _ding .- c et s- to the private properties and streets and rya : stir Lt a sme - h t ;attic '. 1 ew during t h , entire construction phase of this rc jec The - ..nstr °,ct on znc operat ,on of temporary gravity flow lines, ,,;2e m.,in l mping upment, tuq: -r, flow diversion structures, etc., (Jia _ to nr<: .,tam.. and race=; The :onstr h r c t t empo c ary gravity f low lines, force main r_es runpinc; equ pr-rerrr , p uge� flow :liversion str :-rctur.es, etc., required to .nt,,r and r, rtr-0i system flow, and tn. repair of pavement and grass areas ucuragc 1 ny cn -_f ru, -ticr :tall t„ , nsidered subsidiary to the various hit-- S€we ;•i d t ems r o! r , r , and shal_1 not be measured for feeimer -net system flows shall be the responsibility of A -58 Dust Control The (': -n ractor shad take easonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by pfi.ic a!ron c: chemical dust suppressant. When necessary, dusty materials pi e or transit sha 1 bt covered to prevent blowing dust_ Buildings Section A - SP (Revised 12/15/04) Page 23 of 25 ade e 1 y ar t e, rom duur - Monthly payment will be withheld if A -59 Noise Control and Working Hour Restrictions > racr : >na lake _casonab]e measures to avoid unnecessary noise - -A h rye jsurer mail e appl r,pr1c7,e for the normal ambient sound levels in the a ii,: i-no it-c r ho -;rs • consr i pct a.on machinery and vehicles shall be ip_.E wit a Ec .r :. m f flip ~ devices, and operated in a manner to a se t- leas .tmoHr t )t )r consistent with efficient performances of the k. ''Y : 1 , hi : rea: s noisy 1e-ve] above the ambient sound levels _- r . cc+Mjr,: ,. f .r c r .t inue after 7:30 p.m. without prior ( a fr rr - et Section A - SP (Revised 12/15/04) Page 24 of 25 SUBMITTAL TRANSMITTAL FORM PROJECT SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 38 AND 4B, PART I; PROJECT No 6172 OWNER: OF OF,1J: HP ii ENGINEER: ,C1,0STON ENGINEbRINL, INC CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL SUBMITTAL NUMBER: 7-- Section A - SP (Revised 12/15/04) Page 25 of 25 Red Background PROJECT NAME White Letters Project Address City of Corpus Christi • i ,om unity Development Block Grant Program White Ba and ! s enf of Housing & Urban Development Black Letters CMG ends- Total Project Cost: —r- bontra or Architect: ; Blue Background Addres ' Address: one umbel Phone Number White Letters iiY L_3 Locate sign where it Is most visible to the public. Sign Is made from a 4" x 8' sheet of 3/4" plywood. Sign is rnount+ I on (2) 4" x 4" x 8' treated posts (min. bury = 2' -0"). P- $ ATTACJ IMF-NI 1 Rev Jane 2005 Fagg 1 ut 1 SECTION C FEDERAL WAGE RATES AND REQUIREMENTS Page 2 of 2 Wage r:i Hour :vision :et setting or .h a i -ic r n a wage determination matter ojfcr-rance (additional classf cation and rate) 1 :g s.rre, i fated .natte__, init_al contact, including requests fc summa of surveys should be with the Wage and Hour Re,inal Dffice for the area in which the survey was conducted because these Regional Offices have responsibility for the Da is -Baer survey program. If the response from this initial contact is not satisfactory then the process described in 2.) and should be followed. With regard to any other matter not het ripe for the formal process described. here, initial contact should be with the Branch >f Construction Wage Determinations Write to Bran.b of Construction Wage Determinations Wage and Hour Division J. S Department of Labor 200 Constitution Avenue, N W Washington. D T. 20210 If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request e,. =iew and reconsideration from ':he Wage and Hour Administrator See .9 CFR Part 1.9 and 29 CFR Part 7).. Write to: ,cage and dour Administ atoi S. Department of Labor 'C.D Constitution Avenue, N W. Washington. D. 20210 'he request should be accompanied by a full statement of the interested party's position and by any information (wage payment at_, project description, area practice material, etc.) that the equestor : cnsider. s relevant. to the issue, I_f the decision_ of the Administrator is not favorable, an Interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) Write to: Administrative Review Board S. Department of Labor 10 Constitution Avenue, N. W. Washington, D. 2021) deri ions by the Administrative Review Board are final. END OF GENERAL. DECISION http: ''www.wdoi,goN/wdot'scafilesidavisbacon/TX39.dvb 12/11/2006 Page 1 of 3 ene: a1. t -,cisio-: Numbe: TX03 12 . 2 '25. 2005 TX122 tate: onst rur-t on Types Heavy and Highway auntie,: NueceH San Patricic and Victoria $ounties in Texas. HIGHWAY C'?NSTRUC'TION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule suspension & spandrel arch bridges designed for :_-ommercial navigation, bridges involving marine construction; and cther major bridges). Modifi.cat.Lon Number Publication Date 0 01!23!2005 1 02'18%20:05 2 02/25/2005 StJTX20C5 007 11'C5/20$4 Rates Fringes Asphalt Distributor :operator. $ 12.42 0.00 Asphalt paving machine operator$ 11.57 0.00 Asphalt Raker., _3 9.36 0.00 Bulldozer operator. .$ 10.90 0.00 Carpenter.. 5 10.71 0.00 Concrete Finisher, Paving. .; 12.18 0.00 Concrete Finisher Structure: 3 11.16 0.00 Concrete Rubber. ... .3 10.50 0.00 Crane, clamshell, Backhoe, Derrick. Dragline, Shovel Operator } 12.55 0.00 Flagger 7,17 0.00 Form Builder /Setter, Structures$ 11.47 0.00 Form Setter, Paving & Curb 9 65 0,00 Foundation Drill Operator, Truck Mounted. 15.32 0.00 Front End Loader Operator. 10.05 0.00 Laborer., common. 8.35 0.00 Laborer, Utili . 9.09 0.00 Mechanic 13.17 0.00 Motor Grader Ope atco Fine Grade 13.78 0.00 Motor Grader Operator Rough 5 15.00 0.00 Pipelaver-,.. 9.00 0.00 Railer Operator Pneumatic, Self - Propelled ., 8.57 0.00 Roller Operator Steel Wheel Fiat Wheel /Tamping.. ... > 8.57 0.00 Roller Operator Steel Wheel Plant Mix Pavement., ,5. 9.49 0.00 Scraper )perator 9.67 0.00 Services 10.75 0.00 Structural Steel. Worker. ... f 14.00 0.00 Truck ;.river, lowboy- - Float.. s 14.15 0.00 Truck driver, Single Axle, Heavy. 11.39 0,00 Truck driver, Single Axle, http: / /www wdol. gov/ wdol /scafiles /da sbacon/TX122.dvb 12/11/2006 Page 2 of 3 ,.,gat Iru:k :), _ver . Tandem =+xie, Sem, -Tra iler Welder W ?r = Z:,r Bari Lcade ervi cei 9.00 0.00 9.39 18.00 8.9? 0 00 0.00 0.00 WELDERS receive rate prescribed for craft performing operanior. to which welding is incidental ",-. l stied c assifications needed for work not included within the scope f the :classifications listed may be added after award on. y as provided in the `labor standards contract clauses 9CFR 5 5 (a) (ii) In the l.s_ing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing WAGE DETERMINATION APPEALS PROCESS Has there been an initial dec i s on in the matter? This can an existing published. wage determination * a serve, underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter a crnf;nmance (additional classification and rate) ruling �r surrey related matters, initial contact including requests for summaries of surveys should be with the Wage and Hour Regional -Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Dais - Bacon survey program. If the response from this initial 7.ontact i3 iot satisfactory then the process described in 2.) an:-+ should be `allowed. With rega. d to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations Write to: Branch of Construction Wage Determinations Wage and Hour Division 'J.:. Department of Labor 20( Constitution Avenue !1 N Wasn..ngton, DC 20210 If the answer to the question in 1.) is yes, then an btp v.wdol.gov/wdol/scafiles/davisbacon/TX122.dvb 12/11 /2006 rrt.er es *.e a part,, those affected by the action) can request _eview and reconsideration from the Wage and Hour Administrator See 29 `'?R. Part I 9 and 29 ,FR Part 7) Write to: ta e and Hour Administrator Depa.r t ment of Lab__ 0 Const z t at for Avenue ti W Washington. DC 10220 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc ) that the requester considers relevant to the issue. If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board Department. of Labor �c Constitution Avenue N W•a hington, DC 20210 All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Page 3 of 3 http: /'wtivw wdol.goviwdol /scafiles /davisbacon/TX 122.dvb 12/11 /2006 FEDERALLY REQUIRED LANGUAGE EEO Certification Equal Employment Opportunity Certification rvcerpt From 41 CFR §60- 1.4(b) U.S. Department of Housing and Urban Development Office of Housing Federal Housing Commissioner Department of Veterans Affairs The applicant hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modifi- cation thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insur- ance, or guarantee, the following equal opportunity clause During the performance of this contract, the contractor agrees as fol lows ( ) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that em- ployees are treated during employment without regard to their race, color, religion, sex, or national origin, such action shall include, but not be limited to the following: Employ- ment, upgrading, demotion, or transfer, recruitment or re- cruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees ro post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause The contractor will, in all solicitations or advertisements for smployees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for em- ployment without regard to race, color, religion, sex, or national origin. (31 The contractor will send to each labor union or representative of workers with which it has a collective bargaining agree- ment or other contract or understanding, a notice to be provided advising the said labor union or workers' represen- tatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment i4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regu- lations and relevant orders of the Secretary of Labor 5) The contractor will tarnish all information and reports re- quired by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compli- ance with such rules, regulations, and orders 'm Name ars! Address (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be can- celed, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Govern- ment contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 1 1246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 17) The contractor will include the portion of the sentence imme- diately preceding paragraph (1) and the provisions ofpara- graphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Sec- retary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcon- tract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors With the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and Federally - assisted construction contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed form HUD -92010 (1/62) VA form 26 -421 upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the F °' cutive order. In addition, the applicant agrees that if it fails or es to comply with these undertakings, the administering .icy may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee), refrain from extending any further assis- tance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings Excerpt from HUD Regulations 200.410Definition of term "applicant- (a In multifamily housing transactions where controls over the mortgagor are exercised by the Commissioner either through the ownership of corporate stock or under the provisions of a regulatory agreement, the term "applicant' as used in this subpart shall mean the mortgagor (hp In transactions other than those specified in paragraph(a) of this section, the term "applicant" as used in this subpart shall mean the builder, dealer or contractor performing the con- struction, repair or rehabilitation work for the mortgagor or other borrower 200.420Equal Opportunity Clause to be included in contracts and subcontracts (a) The following equal opportunity clause shall be included in each contract and subcontract which is not exempt During the performance of this contract, the contractor agrees -Rs follows- , I) The contractor will not discriminate against any em- ployee or applicant for employment because of race, creed, color, or national origin. The contractor will take affirmative action to ensured that applicants are employed, and that employees are treated during employment without regard to their race, creed, color, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including ap- prenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employ- ment, notices to be provided setting forth the provisions of the nondiscrimination clause. (2)The contractor will in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard race, creed, color, or national origin. (3) The contractor will send to each labor union or repre sentative of workers with which he has a collective bargain- ing agreement or other contract or understanding, a notice, to be provided, advising the said labor union or workers' repre- sentative of the contractor's commitments under this section. and shall post copies of the notices in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Ex- ecutive Order 10925 of March 6 1961, as amended, and oldie regulations, and relevant orders of the President's Commit- ee on Equal Employment Opportunity created thereby (5) The contractor will furnish all information and reports required by Executive Order 10925 of March 6, 1961, as amended, and by the regulations, and orders of the said Committee , or pursuant thereto, and will permit access to his books, records, and accounts by HUD and the Committee for purposes of investigation to ascertain compliance with such regulations, and orders. (6) In the event of the contractor's non - compliance with the nondiscrimination clause of this contract or with any of the said regulations, or orders, this contract may be can- celled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Govern- ment contracts or Federally- assisted construction contracts in accordance with procedures authorized in Executive Order 10925 of March 6, 1961, as amende, and such other sanctions may be imposed and remedies invoke s provided in the said Executive Order or by regulations, or order of the President's Committee on Equal Employment Opportunity, or as other- wise provided by law. (7) The contractor will include the provisions of Para - graphs(1) through (7) in every subcontract or purchase order unless exempted by regulations, or orders of the President's Committee on Equal Employment Opportunity issuedpursu- ant to Section 303 of Executive Order 10925 of March 6, 1961, as amended, so that such provisions will be binding upon each subcontractor or vender. The contractor will take such action with respect to any subcontract or purchase orders as HUD may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vender as a result of such direction by HUD, the contractor may request the United States to enter into such litigation to protect the interests of the United States. (b) Except in subcontracts for the performance of construction work at the site of construction, the clause is not required to be inserted in subcontracts below the second tier. Subcontracts may incorporate by referenced to the equal opportunity clause. 200.425Modification in and exemptions from the regulations in this subpart. (a) The following transactions and contracts are exempt from the regulations in this subpart: (1) Loans, mortgages, contracts and subcontracts not ex- ceeding S10,000. (2) Contract and subcontracts not exceeding $ 100,000 for standard commercial supplies or raw material; (3)Contracts and subcontracts under which work is to be or has been performed outside the United States and where no recruit- ment of workers within the United States in involved. To the extent that work pursuant to such contracts is done within the Untied States, the equal opportunity clause shall be applicable; (4) Contracts for the sale of Government property where no appreciable amount of work is involved; and (5) Contracts and subcontracts for an indefinite quantity which are not to extend for ore than one year if the purchaser determines that the amounts to be ordered under any such contract or subcontract are not reasonably expected to exceed $ 100,000 in the case of contracts or subcontracts for standard conunercial supplies and raw materials, or S10,000 in the case of all other contracts and subcontracts. form HUD -92010 (1182) VA form 26 -421 Section 3 Certification City of Corpus Christi Neighborhood Services Department CERTIFICATIONS SECTION 3 OF THE HOUSING AND Uli LIMN DEVELOPMENT ACT OF 1968 Housing and Urban Development regulations implementing Section 3 of the Housing Development Act of 1968 require that, to the greatest extent feasible, opport uties for training and employment be given to lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project As evidence of Compliance, the undersigned certifies that he /she will: 1. Take affirmative steps to hire and train lower income residents of the project area, and Signed: 2. Solicit the participation of businesses located in or owned substantially by persons residing in the area of the project Title: ;" r / . COMPANY: Date: . ' 7 % Section 3 clause 24CFR part 135.38. All section 3 covered contracts shall include the following clause (referred to as the section 3 clause): A. The work to be performed under this contract is subject to the Housing and Urban Development Act of 1968, as amended, 12 requirements 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities HUD assistance or HUD - assisted projects covered by section 3, shall, to the greatestaextent feasible, be directed to low - and very low - income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations which implement section 3. As evidenced by their execution of thi contract, the Farties o phis contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations, C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, advising the labor organization or workers'' if any, a under this section 3 clause, and will post copies of�h�cevnocothe icontractor's u l s commitments t the wo k site where both employees and applicants for training and employment can see the notice. The notice shall describe the section 3 preference, shall et rthminimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a fording that the subcontractor is in violation of the regulations in 24 CFR not subcontract with any subcontractor where the contractor has notice 135. or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require em to opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFIt termination of this contract for default, de part 135 may result in sanctions, contracts. debarment or suspension from future HUD assisted G. With respect to work performed in connection with assistance, section 7(b) section 3 covered Indian housing @) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be that to the that under this contract. Section 7(b) requires Greatest extent feasible (i) preference and opportunities for training be given to Indians, and � g and employment i) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises are sbject to the provisions of section 3 and section 7(b) �' Parties .to this contract the maximum extent feasible, but not in derogation of compliance with comply 7 with section 3 to Executive Order 11246 Equal Employment Opportunity Executive Order 11246 As Amended Equal Employment Opportunity SOURCE: The provisions of Executive Order 11246 of Sept. 24, 1965, appear at 30 FR 12319, 12935, 3 CFR, 1964 -1965 Comp., p.339, unless otherwise noted. Under and by virtue of the authority vested in me as President of the United States by the Constitution and statutes of the United States, it is ordered as follows: Part I - Nondiscrimination in Government Employment [Part I superseded by EO 11478 of Aug. 8, 1969, 34 FR 12985, 3 CFR, 1966 -1970 Comp., p. 803] Part II - Nondiscrimination in Employment by Government Contractors and Subcontractors Subpart A - Duties of the Secretary of Labor SEC. 201.The Secretary of Labor shall be responsible for the administration and enforcement of Parts II and III of this Order. The Secretary shall adopt such rules and regulations and issue such orders as are deemed necessary and appropriate to achieve the purposes of Parts II and III of this Order. tSec. 201 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] Subpart B - Contractors' Agreements SEC. 202. Except In contracts exempted in accordance with Section 204 of this Order, all Government contracting agencies shall indude in every Government contract hereafter entered into the following provisions: During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall indude, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination dause. (2) The contractor will, in all solicitations or advancements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. 3) The contractor will send to each labor union Or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with afl provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order No. 11246 of Ieptember 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders (6 ) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept. 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24 1 965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law (7) The contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor win take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States." [Sec. 202 amended by E0 11375 of Oct. 13, 1967, 32 FR 14303, 3 CFR, 1966 -1970 Comp p, 684„ EO 12086 of Oct., 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230) SEC. 203. Each contractor having a contract containing the provisions prescribed in Section 202 shall Ile, and shall cause each of his subcontractors to file, Compliance Reports with the contracting agency or the Secretary of Labor as may be directed. Compliance Reports shall be filed within such times and shall contain such information as to the practices, policies, programs, and employment policies, programs, and employment statistics of the contractor and each subcontractor, and shall be in such form, as the Secretary of Labor may prescribe. (b) Bidders or prospective contractors or subcontractors may be required to state whether they have participated in any previous contract subject to the provisions of this Order, or any preceding similar Executive order, and in that event to submit, on behalf of themselves and their proposed subcontractors, Compliance Reports prior to or as an initial part of their bid or negotiation of a contract. (c) Whenever the contractor or subcontractor has a collective bargaining agreement or other contract or understanding with a labor union or an agency referring workers or providing or supervising apprenticeship or training for such workers, the Compliance Report shall include such information as to such labor union's or agency's practices and polices affecting compliance as the Secretary of Labor may prescribe: Provided, That to the extent such information is within the exclusive possession of a labor union or an agency referring workers or providing or supervising apprenticeship or training and such labor union or agency shall refuse to furnish such information to the contractor, the contractor shall so certify to the Secretary of Labor as part of its Compliance Report and shall set forth what efforts he has made to obtain such information. (d) The Secretary of Labor may direct that any bidder or prospective contractor or subcontractor shall submit, as part of his Compliance Report, a statement in writing, signed by an authorized officer or agent on behalf of any labor union or any agency referring workers or providing or supervising apprenticeship or other training, with which the bidder or prospective contractor deals, with supporting information, to the effect that the signer's practices and polides do not discriminate on the grounds of ace, color, religion, sex or national origin, and that the signer either will affirmatively cooperate in the Implementation of the policy and provisions of this Order or that It consents and agrees that recruitment, employment, and the terms and conditions of employment under the proposed contract shall be in accordance with the purposes and provisions of the order. In the event that the union, or the agency shall refuse to execute such a statement, the Compliance Report shall so certify and set forth what efforts have been made to secure such a statement and such additional factual material as the Secretary of Labor may require. [Sec. 203 amended by EO 11375 of Oct 13, 1967, 32 FR 14303, 3 CFR, 1966 -1970 Comp., p. 684; EO 12086 of Oct 5 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] SEC. 204 (a) The Secretary of Labor may, when the Secretary deems that special circumstances in the national interest so require, exempt a contracting agency from the requirement of including any or all of the provisions of Section 202 of this Order in any specific contract, subcontract, or purchase order. (b) The Secretary of Labor may, by rule or regulation, exempt certain classes of contracts, subcontracts, or purchase orders (1) whenever work is to be or has been performed outside the United States and no recruitment of workers within the limits of the United States is involved; (2) for standard commercial supplies or raw materials; (3) involving less than specified amounts of money or specified numbers of workers; or (4) to the extent that they involve subcontracts below a specified tier. (c) Section 202 of this Order shall not apply to a Government contractor or subcontractor that is a religious corporation, association, educational institution, or society, with respect to the employment of individuals of a particular religion to perform work connected with the carrying on by such corporation, association, educational institution, or society of its activities. Such contractors and subcontractors are not exempted or excused from complying with the other requirements contained in this Order. (d) The Secretary of Labor may also provide, by rule, regulation, or order, for the exemption of facilities of a contractor that are in all respects separate and distinct from activities of the contractor related to the performance of the contract: provided, that such an exemption will not interfere with or impede the effectuation of the purposes of this Order: and provided further, that in the absence of such an exemption all facilities shall be covered by the provisions of this Order." [Sec. 204 amended by EO 13279 of Dec. 16 2002, 67 FR 77141, 3 CFR, 2002 Comp., p. 77141 - 771441 Subpart C - Powers and Duties of the Secretary of Labor and the Contracting Agencies SEC. 205. The Secretary of Labor shall be responsible for securing compliance by all Government contractors and subcontractors with this Order and any implementing rules or regulations. All contracting agencies shall comply with the terms of this Order and any implementing rules, regulations, or orders of the Secretary of Labor. Contracting agencies shall cooperate with the Secretary of Labor and shall furnish such information and assistance as the Secretary may require. [Sec. 205 amended by EO 12086 of Oct. 5. 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] SEC. 206. The Secretary of Labor may investigate the employment practices of any Govemment contractor or subcontractor to determine whether or not the contractual provisions specified in Section 202 of this Order have been violated. Such investigation shall be conducted in accordance with the procedures established by the Secretary of Labor. (b) The Secretary of Labor may receive and investigate complaints by employees or prospective employees of a Government contractor or subcontractor which allege discrimination contrary to the contractual provisions spedfied in Section 202 of this Order. [Sec. 206 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] SEC. 207. The Secretary of Labor shall use his /her best efforts, directly and through interested Federal, State, and local agencies, contractors, and all other available instrumentalities to cause any labor union engaged in work under Government contracts or any agency referring workers or providing or supervising apprenticeship or training for or in the course of such work to cooperate in the implementation of the purposes of this Order. The Secretary of Labor shall, in appropriate cases, notify the Equal Employment Opportunity Commission, the Department of Justice, or other appropriate Federal agencies whenever it has reason to believe that the practices of any such labor organization or agency violate Title VI or Title VII of the Civil Rights Act of 1964 or other provision of Federal law. [Sec. 207 amended by ED 12086 or Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] SEC. 208. The Secretary of Labor, or any agency, officer, or employee in the executive branch of the Government designated by rule, regulation, or order of the Secretary, may hold such hearings, public or private, as the Secretary may deem advisable for compliance, enforcement, or educational purposes. (b) The Secretary of Labor may hold, or d::ause to be held, hearings in accordance with Subsection of this Section prior to imposing, ordering, or recommending the imposition of penalties and sanctions under this Order. No order for debarment of any contractor from further Government contracts under Section 209(6) shall be made without affording the contractor an opportunity for a hearing. Subpart D - Sanctions and Penalties SEC. 209. In accordance with such rules, regulations, or orders as the Secretary of Labor may issue or adopt, the Secretary may: (1) Publish, or cause to be published, the names of contractors or unions which it has concluded have complied or have failed to comply with the provisions of this Order or of the rules, regulations, and orders of the Secretary of Labor. (2) Recommend to the Department of Justice that, in cases in which there is substantial or material violation or the threat of substantial or material violation of the contractual provisions set forth in Section 202 of this Order, appropriate proceedings be brought to enforce those provisions, including the enjoining, within the limitations of applicable law, of organizations, individuals, or groups who prevent directly or indirectly, or seek to prevent directly or indirectly, compliance 'with the provisions of this Order (3) Recommend to the Equal Employment Opportunity Commission or the Department of Justice that appropriate proceedings be instituted under Title VII of the Civil Rights Act of 1964. (4) Recommend to the Department of Justice that criminal proceedings be brought for the furnishing of false information to any contracting agency or to the Secretary of Labor as the case may be. (5) After consulting with the contracting agency, direct the contracting agency to cancel, terminate, suspend, or cause to be cancelled, terminated, or suspended, any contract, or any portion or portions thereof, for failure of the contractor or subcontractor to comply with equal employment opportunity provisions of the contract. Contracts may be cancelled, terminated, or suspended absolutely or continuance of contracts may be conditioned upon a program for future compliance approved by the Secretary of Labor. (6) Provide that any contracting agency shall refrain from entering into further contracts, or extensions or other modifications of existing contracts, with any non complying contractor, until such contractor has satisfied the Secretary of Labor that such contractor has established and will carry out personnel and employment policies In compliance with the provisions of this Order. (b) Pursuant to rules and regulations prescribed by the Secretary of Labor, the Secretary shall make reasonable efforts, within a reasonable time limitation, to secure compliance with the contract provisions of this Order by methods of conference, conciliation, mediation, and persuasion before proceedings shall be instituted under subsection (a)(2) of this Section, or before a contract shall be cancelled or terminated in whole or in part under subsection (a)(5) of this Section. [Sec. 209 amended by EO 12086 of Oct. 5, 1978,-43 FR 46501, 3 CFR, 1978 Comp., p. 230] SEC. 210. Whenever the Secretary of Labor makes a determination under Section 209, the Secretary shall promptly notify the appropriate agency. The agency shall take the action directed by the Secretary and shall report the results of the action it has taken to the Secretary of Labor within such time as the Secretary shah specify. If the contracting agency fails to take the action directed within thirty days, the Secretary may take the action directly. [Sec.. 210 amended by EO 12086 of Oct, i, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p 230] SEC. 211. If the Secretary shall so direct, contracting agencies shall not enter into contracts with any bidder or prospective contractor unless the bidder or prospective contractor has satisfactorily complied with the provisions of this Order or submits a program for compliance acceptable to the Secretary of Labor [Sec 211 amended by EO 12086 of Oct. , 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] SEC. 212. When a contract has been cancelled or terminated under Section 209(a)(5) or a contractor has been debarred from further Government contracts under Section 209(a)(6) of this Order, because of noncompliance with the contract provisions specified in Section 202 of this Order, the Secretary of Labor shall promptly notify the Comptroller General of the United States. [Sec 212 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] Subpart E - Certificates of Merit SEC. 213. The Secretary of Labor may provide for issuance of a United States Government Certificate of Merit to employers or labor unions, or other agencies which are or may hereafter be engaged in work under Government contracts, if the Secretary is satisfied that the personnel and employment practices of the employer, or that the personnel, training, apprenticeship, membership, grievance and representation, upgrading, and other practices and policies of the labor union or other agency conform to the purposes and provisions of this Order. SEC. 214. Any Certificate of Merit may at any time be suspended or revoked by the Secretary of Labor .f the holder thereof, In the judgment of the Secretary, has failed to comply with the provisions of this Order SEC. 215. The Secretary of Labor may provide for the exemption of any employer, labor union, or other agency from any reporting requirements imposed under or pursuant to this Order . if such employer, labor union, or other agency has been awarded a Certificate of Merit which has not been suspended or revoked. Part 111 - Nondiscrimination Provisions in Federally Assisted Construction Contracts SEC. 301. Each executive department and agency, which administers a program involving Federal financial assistance shall require as a condition for the approval of any grant, contract, loan, insurance, or guarantee thereunder, which may involve a construction contract, that the applicant for Federal assistance undertake and agree to incorporate, or cause to be incorporated, into all construction contracts paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to such grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program Involving such grant, contract, loan, insurance, or guarantee, the provisions prescribed for Government contracts by Section 202 of this Order or such modification thereof, preserving in substance the contractor's obligations thereunder, as may be approved by the Secretary of Labor, together with such additional provisions as the Secretary deems appropriate to establish and protect the interest of the United States in the enforcement of those obligations. Each such applicant shall also undertake and agree (1) to assist and cooperate actively with the Secretary of Labor in obtaining the compliance of contractors and subcontractors with those contract provisions and with the rules, regulations and relevant orders of the Secretary, (2) to obtain and to furnish to the Secretary of Labor such information as the Secretary may require for the supervision of such compliance, (3) to carry out sanctions and penalties for violation of such obligations imposed upon contractors and subcontractors by the Secretary of Labor pursuant to Part II, Subpart D, of this Order, and (4) to refrain from entering into any contract subject to this Order, or extension Or other modification of such a contract with a contractor debarred from Government contracts under Part II Subpart D, of this Order. ec 301 amended by EO 12086 of Oct 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] SEC. 302. "Construction contract" as used in this Order means any contract for the construction, rehabilitation, alteration, conversion, extension, or repair of buildings, highways, or other improvements tr real property (b) The provisions of Part II of this Order shall apply to such construction contracts, and for purposes of such application the administering department or agency shall be considered the contracting agency referred to therein. (c) The term "applicant" as used in this Order means an applicant for Federal assistance or, as determined by agency regulation, other program participant, with respect to whom an application for any grant, contract, loan, insurance, or guarantee is not finally acted upon prior to the effective date of this Part, and it includes such an applicant after he /she becomes a recipient of such Federal assistance. SEC. 303. The Secretary of Labor shall be responsible for obtaining the compliance of such applicants with their undertakings under this Order. Each administering department and agency is directed to cooperate with the Secretary of Labor and to fumish the Secretary such information and assistance as the Secretary may require in the performance of the Secretary's functions under this Order. (b) In the event an applicant fails and refuses to comply with the applicant's undertakings pursuant to this Order, the Secretary of Labor may, after consulting with the administering department or agency, take any or all of the following actions: (1) direct any administering department or agency to cancel, terminate, or suspend in whole or in part the agreement, contract or other arrangement with such applicant with respect to which the failure or refusal occurred; (2) direct any administering department r agency to refrain from extending any further assistance to the applicant under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received by the Secretary of Labor from such applicant; and (3) refer the case to the Department of Justice or the Equal Employment Opportunity Commission for appropriate law enforcement or other proceedings. (c) In no case shall action be taken with respect to an applicant pursuant to clause (1) or (2) of subsection (b) without notice and opportunity for hearing. [Sec. 303 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] SEC. 304. Any executive department or agency which imposes by rule, regulation, or order requirements of nondiscrimination in employment, other than requirements imposed pursuant to this Order, may delegate to the Secretary of Labor by agreement such responsibilities with respect to compliance standards, reports, and procedures as would tend to bring the administration of such requirements into conformity with the administration of requirements imposed under this Order: Provided, That actions to effect compliance by recipients of Federal financial assistance with requirements Imposed pursuant to Title VI of the Civil Rights Act of 1964 shall be taken in conformity with the procedures and limitations prescribed in Section 602 thereof and the regulations of the administering department or agency issued thereunder. Part IV - Miscellaneous SEC. 401. The Secretary of Labor may delegate to any officer, agency, or employee in the Executive branch of the Government, any function or duty of the Secretary under Parts II and III of this Order. [Sec_ 401 amended by EO 12086 of Oct. 5, 1978, 43 FR 46501, 3 CFR, 1978 Comp., p. 230] SEC. 402. The Secretary of Labor shall provide administrative support for the execution of the program known as the "Plans for Progress." SEC. 403. Executive Orders Nos. 10590 (January 19, 1955), 10722 (August 5, 1957), 10925 (March 6, 1961), 11114 (June 22, 1963), and 11162 (July 28, 1964), are hereby superseded and the President's Committee on Equal Employment Opportunity established by Executive Order No. 10925 is hereby abolished. All records and property In the custody of the Committee shall be transferred to the Office of ?.rsonnel Management and the Secretary of Labor, as appropriate. (b) Nothing in this Order shall be deemed to relieve any person of any obligation assumed or imposed under or pursuant to any Executive Order superseded by this Order. All rules, regulations, orders, instructions, designations, and other directives issued by the President's Committee on Equal Employment Opportunity and those issued by the heads of various departments or agencies under or pursuant to any of the Executive orders superseded by this Order, shall, to the extent that they are not inconsistent with this Order, remain in full force and effect unless and until revoked or superseded by appropriate authority. References in such directives to provisions of the superseded orders shall be deemed to be references to the comparable provisions of this Order. [Sec. 403 amended by EO 12107 of Dec. 28, 1978, 44 FR 1055, 3 CFR, 1978 Comp., p, 264] SEC. 404. The General Services Administration shall take appropriate action to revise the standard Government contract forms to accord with the provisions of this Order and of the rules and regulations of the Secretary of Labor. SEC. 405. This Order shall become effective thirty days after the date of this Order. Executive Order 11246 EEO and Affirmative Action Guidelines for Federal Contractors Regarding Race, Color, Gender, Religion, and National Origin BASIC PROVISIONS Since 1965, the U.S. Department of Labor's Office of Federal Contract Compliance Programs (OFCCP) has been committed to ensuring that Government contractors comply with the equal employment opportunity (EEO) and the affirmative action provisions of their contracts. OFCCP administers and enforces Executive Order 11246, as amended, which prohibits federal contractors and federally- assisted construction contractors and subcontractors, who do over $10,000 in Government business in one year from discriminating in employment decisions on the basis of race, color, religion, sex, or national origin. The Executive Order also requires Govemment contractors to take affirmative action to insure that equal opportunity is provided in all aspects of their employment. AFFIRMATIVE ACTION REQUIREMENTS Each Government contractor with 50 or more employees and $50,000 or more in government contracts is required to develop a written affirmative action program (AAP) for each of its establishments. A written affirmative action program helps the contractor identify and analyze potential problems in the participation and utilization of women and minorities in the contractor's workforce. If there are problems, the contractor will specify in its AAP the specific procedures it will follow and the good faith efforts it will make to provide equal employment opportunity. Expanded efforts in outreach, recruitment, training and other areas are some of the affirmative steps contractors can take to help members of the protected groups compete for jobs on equal footing with other applicants and employees. ENFORCEMENT AND COMPLIANCE Compliance Reviews OFCCP conducts compliance reviews to investigate the employment practices of Govemment contractors. During a compliance review, a compliance officer examines the contractor's affirmative action program; checks personnel, payroll, and other employment records; interviews employees and company officials; and Investigates virtually all aspects of employment in the company. The Investigator also checks to see whether the contractor is making special efforts to achieve equal opportunity through affirmative action. If problems are discovered, OFCCP will recommend corrective action and suggest ways to achieve equal employment opportunity. Complaint Investigations Individuals may file complaints if they believe they have been discriminated against by federal contractors or subcontractors. Complaints also may be filed by organizations on behalf of the person or persons affected. : omplaints must be filed within 180 days from the date of the alleged discrimination, although filing time can be extended for a good reason. If a complaint fled under Executive Order 11246 involves discrimination against only one person, OFCCP will normally refer it to the EEOC. Cases involving groups of people or indicating patterns of discrimination are generally investigated and resolved by OFCCP. Complaints may be flied directly with any of OFCCP's regional or district offices throughout the country, or with OFCCP in Washington, D.C. Compliance Assistance To help contractors understand their contractual obligations for EEO and affirmative action, OFCCP provides technical assistance. District office staff offers guidance to contractors on how to develop an affirmative program through company seminars, training programs held in conjunction with industry liaison groups, and one -on -one consultations on affirmative action practices and procedures. Enforcing Contract Compliance When a compliance review discloses problems, OFCCP attempts to work with the contractor, often entering into a conciliation agreement. A conciliation agreement may include back pay, job offers, seniority credit, promotions or other forms of relief for victims of discrimination. It may also involve new training programs, special recruitment efforts, or other affirmative action measures. When conciliation efforts are unsuccessful, OFCCP refers the case to the Office of the Solicitor for enforcement through administrative enforcement proceedings. A contractor cited for violating EEO and affirmative action requirements may have a formal hearing before an administrative law judge. If conciliation is not reached before or after the hearing, sanctions may be imposed. For example, a contractor could lose its government contracts or subcontracts or be debarred, i.e., declared ineligible for any future government contracts. Further Information For more information about contact compliance, filing complaints, or compliance assistance, contact any of OFCCP's regional or district offices. All offices are listed in telephone directories under U.S. )epartment of Labor, Employment Standards Administration, Office of Federal Contract Compliance Programs. Affirmative Action Plan Attachments AFFIRMATIVE ACTION PLAN {: t ) _ 1 i t L , � ' in compliance with Executive Order No. 11246 and Section 3 of the 1968 Housing & Urban Development Act regarding Equal Employment Opportunity hereby gives notice that no person in the United States shall, on the ground of race, color, religion, sex or national origin, be denied employment, and further assurance is also given that r% will immediately take any reasonable treasures necessary to effectuate this policy. Notice of the policy will be placed hr plain sight on the job location for the benefit of interested parties, and all subcontractors will be so notified All Equal Opportunity posters will be displayed as required is r r r has been appointed as the Equal Employment Opportunity Officer to coordinate company efforts, to advise and assist key personnel and staff, and officially serve as focal point for complaints, inquires, etc. Attachment #2 reflects present employment of the company and percentage goals for projected hiring of lower— income residents, minorities and women AFFIRMATIVE SUBCONTRACTING In accordance with Paragraph 135.70 of Section 3, Attachment #1 reflects anticipated subcoptractor(s) needed (by craft) and approxinsate dollar amounts in each category for the duration of this project. - i t j : f ; , f� .�, .fit -ig , will use the HUD Business Registry, as far as possible, in the project area and inform subcontractors of the need tWbe on the HUD Registry. Specific efforts will be made to contact and use minority-owned businesses in the project area to the maximum extent feasible Section 3 requirements and language will be in each subcontractor bid and/or proposal for work on this project. Compliance with Section 3 and Executive Order No. 11246 will be required of all subcontractors of 810,000 or more. UTILIZING LOWER INCOME RESIDENTS, MINORITIES AND WOMEN yir To the maximum extent feasible, �.. _ and any subcontractors will use lower income residents as trainees, apprentices and workers (if qualified) to compidie the work on this project. Special outreach efforts will be made to various public and private recruitment sources such as the Texas Employment Commission and Manpower. Special efforts will also be made to recruit minorities and women. / . , �. subcontractors will determine by craft and /or position the approximate manpower needs o r " complete project. all he app anpower Dee to complete die project The manpower needs will be made known to the resources named above. Attachments #2 and #3 shall be completed by t/- and each subcontractor to assure that reasonable goals and target dates are a formal part of any contract or subcontract. Attachment #2 indicates current workforce, and Attachment #3 shows projected workforce needs and goals for lower income residents, minorities and women. PROMOTION, DEMOTION, PAY RATES, LAYOFFS, ETC. All personnel actions of the company shall be made on a nondiscriminatory basis without regard to race color, religion, sex or national origin We will inform each subcontractor of these affirmative action requirements and insure compliance. RECORDS AND REPORTS t , /, j will submit all reports required in a timely fashion. The Company will also assure that ail subcontractors shall submit required reports as needed. (print) Name of Executive Officer (print) Name of EEO Officer COMPANY NAME: ADDRESS: PHONE NO. SIGN i�fi -d7 DATE Zr�1 02 -oZ,6 •07 SIGNATURE DATE )ate: 7 Attachment #2 CURRENT EMPLOYMENT Company: Project #: .)Sponsor: ) • - /,/ , ./ / Contract #: )ur company (is) or (is not) located in and (is) or (is not) owned by residents of the Project Area. "he positions and employees nstieded below represent the present employment of the Company As vacancies occur or new positions are estabNshed, re will attempt to maintain at least • r__% of the workforce from the Project Area. r Use figures arrived at on Attachment #3.) Position Cs- , / .77 Name & Address , - . Prod Area Resident Yes No / 4:1 1. ) Seac/Race (Codes) fij /17/ 4 /1 / toned )1.1 Me: dude al employees related to this job including administrative and clerical staff. Racial Codes: 1- Indian M - Male B- Black F - Female H - Hispanic W- White 0- Other Attachment #1 Anticipated and Actual Subcontracts Project #: Sponsor: The following list is Intended to provide information on antidpated subcontracts and to provide a record of actual subcontracts. The final record will be provided to HUD Equal Opportunity Division for their use as desired and to reflect affirmative o3mptiar►ce by this company. Total: Goals for Subcontracts Total $ to Area Businesses Total $ to Minority/ Women Businesses Racial Codes: I - Indian M - Male B - Black F - Female H - Hispanic W - White O - Other * Set dollar amount goals for awarding of contracts to Small or Disadvantaged. Area Businesses. 4 Also set dollar goals for awarding of contracts to businesses owned by minorities and women. . 'Date - Approximate start and ending date of construction. COMPLETE FOR SUB MISSION WITH BID THIS PORTION IS FOR RECORD KEEPING PURPOSES AFTER RECENING CONTRACT 1 Craft/ SPAY 1 Approximate $ Amount Subcontractor (Name - Address) Proj. Area Business Minority olity Owned SexlRace (Codes) iDate(start/end) Yes No Yes No II M1 Total: Goals for Subcontracts Total $ to Area Businesses Total $ to Minority/ Women Businesses Racial Codes: I - Indian M - Male B - Black F - Female H - Hispanic W - White O - Other * Set dollar amount goals for awarding of contracts to Small or Disadvantaged. Area Businesses. 4 Also set dollar goals for awarding of contracts to businesses owned by minorities and women. . 'Date - Approximate start and ending date of construction. ATTACHMENT # 3 PROJECTED WORKFORCE NEEDS COMPANY . PROJECT # : (Q SPONSOR CONTRACT # . AFF 4TIW RECRUITMENT ANQ UTILIZATION OF LOWER INCOME PROJECT AREA RE 'IMPUTES AND WOMEN_ The list of crafts (by classification or specialty) below reflects anticipated numbers of employees which will and to complete this any's part of the project. In accordance with Section 3 of the Housing Act of 1 and Executive Order 11246, the Company submits the following anticipated workforce needs and hereby establishes the following goals: (Include ail projected positions including administrative and clerical.) COMPLETE FOR SUBMISSION WITH BID THIS SECTION FOR RECORD KEEPING PURPOSES ONLY *Total CRAFT Read Journeyman Apprentice Trainee Number from Project Area (Goals) Journeyman Apprentice Trainee * ted Approximate Racial Codes: I - Indian B - Black S/A - Spanish American W - White O - Other M -Male F - Female Note: See A . tent 3A ezapmle of notification to recruitment sources. *Minority & Women Goals * Low Income Resident Goals * Set Goals as Mdicated above for submission with bid. Attachment # 3A O '. Gentlemen: SContractgr or bcontractor) is presently participating in the construction of a project which is funded by the Federal Govemment. To assure compliance under various laws, we are committed to take affirmative action to recruit Tower- income workers from the defined area of this project. We are also recruiting minorities and women. The area of recruitment is not limited to the project area in this case. We are an Equal Employment Opportunity Employer (male and female). The designated area of the project is : The City of Corpus Christi. The crafts (by classification) shown below reflect our primary needs for manpower Journeyman Apprentice Our hiring office is located at: Your assistance in our recruiting efforts will be appreciated. Sincerely, Affirmative Action Quarterly Report AFFIRMATIVE ACTION PLAN QUARTERLY REPORT Name of Company: Address: Telephone: Date: Project No. : Project Name: Location: SUGGESTED QUARTERLY REPORT A Quarterly Report will be submitted to the Equal Opportunity Office of HUI-three months e start of construction and every three months thereafter. Numbers in each block will represent a three months accumulation. The Report should also include the payroll records for the week the report is submitted, wth designations of employees race, color, national origin, or sex. APPLICANT FLOW: I White Non - Minority Hispanic Black Other Total Male Female Male Female Mate Female Male Female Male Female Applications I Hired White Non - Minority Mail Female Applications Wired Male Female Black Other • Total Male Female Male 1 Female Male Female REASONS FOR TERMINATION: construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. as supplemented by Department of Labor regulations (29 CFR part 5). Under Section 102 of the Act, each contractor shall be required to compute the wages of ever mechanic and laborer on the basis of a standard workweek ems of the standard workweek is permissible provided that thekworkeh surcompensated in excess a rate of not Tess than 1 1/2 times the basic rate of pay for all hours worke i x sstof 40 hours in the workweek. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or working conditions which are unsanitary, hazardous or dangerous. These r 9 under do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 5. Rights to Inventions Made Under a Contract or Agreement— Contracts or agreements for the performance of e developmental, research work shall provide for the rights of the Federal experimental, or any resulting invention in accordance with 37 CFR part 401, `Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Govemment Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by y 6. Clean Air Act (42 U.S.0 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended — Contracts and subgrants of amounts in excess of $100,000 shah contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to HUD and the Regional Office of the Environmental Protection Agency (EPA). 7. Byrd Anti- Lobbying Amendment 31 U.S.C. ( 1352)— Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, ress or an employee of a member of Congress in connection with obtaining any grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place in connection obtaining any Federal award. Such disclosures are forwarded from tier to tier up to with p 8. Debarment and Suspension (E.O.s 12549 and 12689) —No contract be made to parties listed on the General Services Administration's List of Parties shall Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, `Debarment and Suspension," as set forth at 24 CFR w�h This list contains the names of parties debarred, suspended, or otherwise excluded part 24. xcluded by Appendix A to Part 84— Contract Provisions Title 24: Housing and Urban Development PART 84— UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND AGREES WITH INSTITUTIONS OF HIGHER EDUCATION, HOSPITALS, AND OTHER ICON- PROFIT ORGANIZATIONS Subpart E—Use of Lump Sum Grants All contracts, awarded by a recipient including small purchases, shall contain the following provisions as applicable: 1. Equal Employment Opportunity —AN contracts shall contain a provision requiring compliance with E.O. 11246, "Equal Employment Opportunity,' as amended by E.O. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,' and as supplemented by regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." 2. Copeland "Anti- Kickback" Act (18 U.S.C. 874 and 40 U.S.C. 276c)--AII contracts and subgrants in excess of $2000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland "Anti- Kicbadc" Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States'). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to HUD. 3. Davis -Bacon Act, as amended (40 U.S.C. 276a to a-7)--When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2000 shall include a provision for compliance with the Davis - Bacon Act (40 U.S.C. 276a to a -7) and as supplemented by Department of Labor regulations (29 CFR part 5, "Labor Standards Provisions Applicable to Contracts Goveming Federally Financed and Assisted Construction"). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not Tess than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to HUD. 4. Contract Work Hours and Safety Standards Act (40 U.S.C. 327 through 333) —Where applicable, all contracts awarded by recipients in excess of $2000 for agencies, and contractors declared ineligible under statutory or regulatory authority other than E.D. 12549. Contractors with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principal employees. 9. Drug -Free Workplace Requiraements —The Drug -Free Workplace Act of 1988 (42 U.S.C. 701) requires grantees (including individuals) of federal agencies, as a prior condition of being awarded a grant, to certify that they will provide drug -free workplaces. Each potential recipient must certify that it will comply with drug -free workplace requirements in accordance with the Act and with HUD's rules at 24 CFR part 24, subpart F Last updated: February 18, 2004 Workers Compensation Coverage Is an Statutory Requirement for the Prime Contractor and all Sub - contractors. Prier to construction work start the contractor shall be responsible for submitting documentation as proof of workers compensation coverage for the prime Contactor and any and all subcontractors used on the project site providing services for the protect for the duration of the probe. until is completed and accepted by NSD. All certificates of insurance shall be accepted by City of Corpus Christi Risk Management Department. Accessibility Law: Architectural Barriers Act Enforced by the Access Board and requires that federally funded buildings and facilities be accessible to people with disabilities. Debarment and Suspension 24 CFR 84 Page I of 1 110nie Paoe > Uggiilbajkaagh > e-CFR Home ;tronic Code of Federal Regulations (e -CFR) BETA TEST SITE e -CFR Data is current as of November 9, 2004 Title 24: Housing and Urban Development PART 84— UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND WI M, INS +NS OF HIGHER EDUCATION HOSPITALS AND OTHER NON- PROFIT ORGANIZATIONS Subpart B— Pre -Award Requirements Browse Previous p Browse Next I 84.13 Debarment and suspension; Drug -Free Workplace. (a) HUD and its recipients and subrecipients shall comply with the nonprocurement debarment and suspension common rule implementing E.O.s 12549 and 12689, "Debarment and Suspension," at 24 CFR part 24. This common rule restricts subawards and contracts with certain parties that are debarred, suspended or otherwise excluded from or ineligible for participation in Federal assistance programs or activities. (b) HUD and its recipients and subrecipients shall comply with the certification requirements of the Drug -Free Workplace Act of 1988 (42 U.S.C. 701), as set forth at 24 CFR part 24, subpart F. Bra vious I Browse Next For questions or comments g e-CFR editorial content features, or design, email gtrenara oov For questions concerning e-CFR programming and delivery issues, email ry oov. Lest updated: February 18, 2004 I' :liecfr.gnoaccess.eov/ cell tftextltext- ithxh.=.�efr b ei;t =..7f, A 21,QC01,,, crA _c, EPA Requirements All Construction Contracts Over 5100,000.00 Section 306 of the Clean Air Act, Section 508 of the Clean Water Act, and EPA Regulations of Non - Exempt Federal Contracts The Contractor shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 USC 1857(h) ); Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738; and Environmental Protection Agency Regulations (40 CFR, Part 15), which prohbit the use under Non - Exempt Federal contracts, grants or loan of facilities includes on the EPA List of Violating Facilities. Violations will be reported to HUD and to the USEPA Assistant Administrator for Enforcement (EN -329 FDA Horepacre 1 Search FDA Site 1 FDA A -Z Index 1 Contact FDA LEAD -BASED PAINT POISONING PREVENTION ACT TITLE 42 - THE PUBLIC HEALTH AND WELFARE CHAPTER 63 - LEAD -BASED PAINT POISONING PREVENTION SUBCHAPTER IV - PROHIBITION AGAINST FUTURE USE OF LEAD -BASED PAINT Proht. ition by Secretary of Health and Human Services in application to cooking, drinking, or eating utensils §4831. Use of lead -based paint • (a) The Secretary of Health and Human Services shall take such steps and impose such conditions as may be necessary or appropriate to prohbit the application of lead -based paint to any cooking utensil, drinking utensil, or eating utensil manufactured and distributed after January 13, 1971. • (b) Prohion by Secretary of Housing and Urban Development of use in residential structures constructed or rehabilitated by Federal Government or with Federal assistance The Secretary of Housing and Urban Development shall take steps and impose such conditions as may be necessary or appropriate b prohibit the use of lead -based paint in residential structures constructed or rehablitated by the Federal Govemment, or with Federal assistance in any form after January 13, 1971. • (c) Prohibition by Consumer Product Safety Commission in application to toys or furniture articles The Consumer Product Safety Commission shall take such steps and impose such conditions as may be necessary or appropriate to prohibit the application of lead -based paint to any toy or furniture article. Laws Page FDA Home Page I Search FDA Site I FDA A -Z Index I Contact FDA I Privacy I Accessibility FDA Website Management Staff Contract and Subcontract Activity Report (H U D -2516 FORM) iiJJlhIi1! v8,44111! 11111tifiilifin 111 1141041 iIa 11411414N E > E a 4' v m $ L� ° ar a > J! 0 F 8 ? d a c U 8 i ° a a . I I 1 r _ 11 il! i i • il hivfl !E4 11 i 1 ji I I i .. 7 i i lc L+ Z E Z v y � L Ol ,ti y o 7 f 1Iii-z)131 i i it l 0� 1 V 1.1 � s1 u LII 1 gs•o:aaEip -la3 aiaaesevd a i n n a " 'i v' t. n n p. r. •• ai � i ti n n r: . U v 3 s Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of Labor Relations Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contact pursuant to the provisions applicable to such Federal assistance A. 1. (1) Minimum Wages. All laborers and mechanics em- ployed or working upon the site of the work will be paid uncondi- tionally and not less often than once a week, and without subse- quent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secre- tary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equiva- lents thereof) due at time of payment computed at rates not Tess than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, re- gardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed tr' be constructively made or incurred during such weekly period Sucn laborers and mechanics shah be paid the appropriate wage rate and fringe benefits on the wage determination for the classi- fication of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics per- forming work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any addi- tional classification and wage rates conformed under 29 CFR 5.5(x)(1) (ii) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible_ place where it can be easily seen by the workers. (it) (a) Any class of laborers or mechanics which is riot listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage deter- mination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria (nave been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) 'he classification is utilized to the area by the construction industry, and 13) 1 he proposed wage rate, including any bona fide Cringe ben- efits, bears a reasonable relationship to the wage rates contained n the wage determination. -;b) i the contractor and the laborers and mechanics to be em- oloyed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage =ate including the amount designated for fringe benefits where =previous edition 's obsolel, appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of La- bor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommenda- tion of HUD or its designee, to the Administrator for determina- tion, The Administrator, or an authorized representative, will is- sue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii)(b) or (c) of this para- graph, shall be paid to all workers performing work in the classifi- cation under this contract from the first day on which work is per- formed in the classification. (111) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay an- other bona fide fringe benefit or an hourly cash equivalent thereof. (Iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs rea- sonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable stan- dards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate ac- count assets for the meeting of obligations under the plan or pro- gram (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the De- partment of Labor withhold or cause to be withheld from the con- tractor under this contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued pay - ments or advances as may be considered necessary to pay la- borers and mechanics, including apprentices, trainees and help- ers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee { r helper, employed or working on the site of the work, all or part Page 1 nr 4 form HUD -4010 (07/2003) ref. Handbook 1344.1 of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts 3. (I) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereaf- ter tor all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social secu- rity number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section I(b)(2)(8) of the Davis -bacon Act). daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Sec- tion t(b)(2)(B) of the Davis -Bacon Act, the contractor shall main- tale records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially re- sponsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215 -0140 and 1215- 0017.) (II) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HtiD or its designee The payrolls submitted shall set out ac- curately and completely all of the information required to be main - ained under 29 CFR 5 5(a)(3)(i). This information may be submit- ted it any form desired Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of ')ocuments (Federal Stock Number 029 - 005 - 00014 -1) U.S Gov - ornment Printing Office Washington, DC 20402. The prime con - tractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215 -0149 (b) Each payroll submitted shall be accompanied by a 'State- ment of Compliance: signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the per- sons employed under the contract and shall certify the following: ) That the payroll for toe payroll period contains the information required to be maintained under 29 CFR 5.5 (a)(3)(i') and that such information is correct and complete: (2) That each laborer :?r mechanic (including each helper, ap- prentice and trainee) erraployed on the contract during the payroll Previous edition 's o©sole e period has been paid the full weekly wages earned, without re- bate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the appli- cable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall sat- isfy the requirement for submission of the "Statement of Compli- ance required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (Ili) The contractor or subcontractor shall make the records re- quired under subparagraph A.3.(i) available for inspection, copy- ing, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such rep- resentatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pur- suant to 29 CFR 5.12. 4. Apprentices and Trainees. (1) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. De- partment of Labor, Employment and Training Administration, Of- fice of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an ap- prentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actu- ally performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a =contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the Page 2 of 4 form HUD -4010 (07/2003) ref. Handbook 1344.1 journeymen hourly rate specified in the applicable wage determi- nation, Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the appren- ticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage deter- mination for the applicable classification, If the Administrator de- termines that a different practice prevails for the applicable ap- prentice classification, fringes shall be paid in accordance with that determination. in the event the Office of Apprenticeship Train- ing, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an ap- prenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is ap- proved (III Trainees. Except as provided in 29 CFR 5.16. trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior ap- proval, evidenced by formal certification by the U.S Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Train- ing Administration Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprentice- ship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices Any employee listed on the pay- roll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Adminis- tration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed in the event the Employment and Training Administration withdraws approval of a training program, the con - tractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved (iii) Equal employment opportunity. The utilization of appren- tices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30, 5. Compliance with Copeland Act requirements. The contrac- tor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 of this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision. and also a clause re- quiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by am subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment. A breach of the contract clauses In 29 CFR 5.5 may be grounds for termination of the con- tract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorpo- rated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be sub- ject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the De- partment of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their repre- sentatives. 10. (I) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any per- son or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (II) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (Il1) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Adminis- tration transactions', provides in part: 'Whoever, for the purpose of influencing in any way the action of such Administration makes, utters or publishes any statement knowing the same to be false shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be dis- charged or in any other manner discriminated against by the Con- tractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provi- sions of this paragraph B are applicable only where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor con- tracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such work- week unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subpara- Previous edition is obsolete= Page 3 of 4 form HUD -4010 (07/2003) ref. Handbook 1344.1 graph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addi- tion, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permit- ted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1 ) of this paragraph. (9) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of La- bor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such con- tractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this Paragrapr Previous edition is obsolete Wage 4 of 4 (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the sub- contractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are ap- plicable only where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surround- ings or under working conditions which are unsanitary, hazard- ous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Sec- retary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Con- tract Work Hours and Safety Standards Act, 40 USC 3701 et seg (3) The Contractor shall include the provisions of this para- graph in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. form HUD -4010 (07/2003) ref. Handbook 1344.1 Field Requirements and Project Sign NOTICE TO ALL EMPLOYEES Working on Federal or Federally Financed Construction Projects MINIMUM -WAGES OVERTIME You must be paid not less than the wage rate in the schedule posted with this Notice for the kind of work you perform. You must be paid not less than one and one -half times your basic rate of pay for all hours worked over 40 a week. There are NO exceptions. APPRENTICES Apprentice rates apply only to apprentices properly registered under approved Federal or State apprenticeship programs. )PER PHY ed March 2004 Publication 1321 If you do not receive proper pay, contact the Contracting Officer listed below: Or you may contact the nearest office of Wage and Hour Division, ti S. Department of Labor. The Wage and Hour Division has offices in several hundred communities throughout the country. They are listed in the U.S. Government section of most telephone directories under: Department of Labor Employment Standards Administration. U.S. Department of Labor Employment Standards Administration Wage and Hour Division SECTION 3 NOTICE EMPLOYMENT OPPORTUNITIES FOR BUSINESSES AND LOWER INCOME PERSONS IN CONNECTION WITH HUD ASSISTED PROJECTS This project is covered by the provisions of Section 3 of the Housing Urban Development Act of 1968, as amended. g TO THE MAXIMUM EXTENT FEASIBLE, OPPORTUNITIES FOR TRAINTNG AND JOBS ARISING IN CONNECTION WITH HUD- ASSISTED PROJECT, WILL BE GIVEN TO LOWER INCOME RESIDENTS OF THE PROJECT AREA. TO THE MAXIMUM EXTENT FEASIBLE, WE WILL UTILIZE SMALL BUSINESS CONCERNS LOCATED IN, OR SUSTANTIALLY OWNED BY, RESIDENTS OF THE PROJECT AREA, IN THE AWARD OF CONTRACTS AND PURCHASE OF SERVICES AND SUPPLIES. Any lower income resident seeking training or employment or any other business concern located in or substantially owned by persons residing in the project area seeking contract opportunities p alleges noncompliance, may file a grievance: who U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT SAN ANTONIO, TEXAS OFFICE 106 South St. Mary St. , Suite 502 San Antonio, TX 78205 (210) 475 -6806 Red Background White Background Blue Background PROJECT NAME White Letters Project A kkess City of Corpus Christi Community Development Block Grant Program Department of Housing & Urban Development Black Letters CDBG i`unds: Total Project cost Contractor. Address - Phone Plumber: Architect: Address: Phone Number Locate sign where it is most visible to the public. Sign is made from a 4' x 8' sheet of 3/4" plywood. White Letters FIELD REQUIREMENTS The Following Federal Forms and Publications shall be posted in a visible place at the jobsite during all construction duration: t . POSTERS • WH Publication 1321: Davis Bacon Poster • Prevailing Wage Rates • HUD Form 4010: Federal Labor Standards • Section 3 Notice: Opportunities for Low and Very-Low Income People • Executive Order 11246: Equal Employment Opportunity • Affirmative Action Plan: Use of Low Income, Minority and Women CDBG HOME SIGN • Sign as per contract specifications shall be placed where visibility is not hindered . Final selection of sign location site at construction field can be done at Pre- construction Meeting. Davis -Bacon Act Davis -Bacon Act [Public -- No. 403 -74th Congress] [S.3303] AN ACT To amend the Act approved March 3, 1931, relating to the rate of wages for laborers and mechanics employed by contractors and subcontractors on public buildings. Be it enacted by the Senate and House of Representatives of the United States of America in Congress assembled, That the Act entitled An Act relating to the rate of wages for laborers and mechanics employed on public building of the United States and the District of Columbia by contractors or subcontractors, and for other purposes," approved March 3, 1931, is amended to read as follows: "That the advertised spedfications for every contract in excess of $2,000, to which the United States or the District of Columbia is a party, for construction, alteration, and /or repair, Including painting and decorating, of public buildings or public works of the United States or the District of Columbia within the geographical limits of the States of the Union or the District of Columbia, and which requires or involves the employment of mechanics and /or laborers shall contain a provision stating the minimum wages to be paid various dasses of laborers and mechanics which shall be based upon the wages that will be determined by the Secretary of Labor to be prevailing for the corresponding dasses of laborers and mechanics employed on projects of a character similar to the contract work in the city, town, village, or other civil subdivision of the State in which the work is to be performed, or in the District of Columbia if the work Is to be performed there; and every contract based upon these spedfications shall contain a stipulation that the contractor or his subcontractor shall pay all mechanics and laborers employed directly upon the site of the work, unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account, the full amounts accrued at time of payment, computed at wage rates not less than those stated In the advertised specifications, regardless of any contractual relationship which may be alleged to exist between the contractor or subcontractor and such laborers and mechanics, and that the scale of wages to be paid shall be posted by the contractor in a prominent and easily accessible place at the site of the work; and the further stipulation that there may be withheld from the contractor so much of accrued payments as may be considered necessary by the contracting officer to pay to laborers and mechanics employed by the contractor or any subcontractor on the work the difference between the rates of wages required by the contract to be paid laborers and mechanics on the work and the rates of wages received by such laborers and mechanics and not refunded to the contractor, subcontractors, or their agents.. "Sec.2. Every contract within the scope of this Act shall contain the further provision that in the event it is found by the contracting officer that any laborer or mechanic employed by the contractor or any subcontractor directly on the site of the work covered by the contract has been or is being paid a rate of wages less than the rate of wages required by the contract to be paid as aforesaid, the Govemment may, by written notice to the contractor, terminate his right to proceed with the work or such part of the work as to which there has been a failure to pay said required wages and to prosecute the work to completion by contract or otherwise, and the contractor and his sureties shall be liable to the Government for any excess costs occasioned the Government thereby. "Sec. 3. (a) The Comptroller General of the United States Is authorized and directed to pay directly to laborers and mechanics from any accrued payments withheld under the terms of the contract any wages found to be due laborers and mechanics pursuant to this Act; and the Comptroller General of the United States is further authorized and is directed to distribute a list to ail departments of the Government giving the names of persons or firms whom he has found to have disregarded their obligations to employees and subcontractors. No contract shall be awarded to the persons or firms appearing on this list or to any firm, corporation, partnership, or association in which such persons or firms have an interest until three years have elapsed from the date of publication of the list containing the names of such persons or firms. "(b) If the accrued payments withheld under the terms of the contract, as aforesaid, are insufficient to reimburse all the laborers and mechanics with respect to whom there has been a failure to pay the wages required pursuant to this Act, such laborers and mechanics shall have the right of action and /or of intervention against the contractor and his sureties conferred by law upon persons furnishing labor or materials, and in such proceedings it shall be no defense that such laborers and mechanics accepted or agreed to accept less than the required rate of wages or voluntarily made refunds. "Sec. 4. This Act shall not be construed to supersede or impair any authority otherwise granted by Federal law to provide for the establishment of specific wage rates. "Sec. 5. This Act shall take effect thirty days after its passage, but shall not affect any contract then existing or any contract that may thereafter be entered Into pursuant to invitations for bids that are outstanding at the time of the passage of this Act. "Sec. 6. In the event of a national emergency the President is authorized to suspend the provisions of this Act. "Sec. 7. The funds appropriated and made available by the Emergency of 1935 (Public Resolution Numbered 11, 74th Congress), are hereby meade available Act the fiscal year ending June 30, 1936, to the Department of Labor for expenses of the administration of his Act." Approved, August 30, 1935. AMENDMENT AN ACT To require the payment of prevailing rates of wages on Federal public works in Alaska and Hawaii. Be it enacted by the Senate and House of Representatives of the United States of America in Congress assembled, That section 1 of the Act entitled An Act relating to the rate of wages for laborers and medhanics employed on public buildings of the United States and the District of Columbia by contractors and subcontractors, and for other purposes," approved March 3, 1931 (46 Stat. 1494), as amended, is further amended by striking out the words "States of the Union or the District of Columbia" and inserting in lieu thereof :"States of the Union, the Territory of Alaska, the Territory of Hawaii, or the District of Columbia ";and by striking out the words "or other civil subdivision of the State" and inserting in lieu thereof "or other civil subdivision of the State, or the Territory of Alaska or the Territory of Hawaii ". Sec 2. The amendments made by this Act shall take effect on the thirtieth day after the date of enactment of this Act, but shall not affect any contract In existence on suds effective date of made thereafter pursuant to invitations for bids outstanding on the date of enactment of this Act. Approved, June 15, 1940. 140 U.S. Code, sec. 276a -7) The fact that any contract authorized by any Act is entered into without regard to section 5 of Title 41, or upon a cost - plus -a -fixed -fee basis or otherwise without advertising for ro shall not be construed to render inapplicable the provisions of sections 276a to 276a -5 of this title, if such Act would otherwise be applicable to such contract. March 23, 1941, 12 noon, ch. 26, 55 Stat. 53; Aug. 21, 1941, ch. 395, 55 Stat. 658. AMENDMENT July 2, 1964 AN ACT To amend the prevailing wage section of the Davis -Bacon Act, as amended; and related sections of the Federal Airport Act, as amended; and the National Housing Act as amended Be it enacted by the Senate and House of Representatives of the United States of America in Congress assembled, That section 1 of the Act of March 3, 1931, as amended (46 Stat. 1494, as amended; 40 U.S.C. 276a), Is hereby amended by designating the language of the present section as subsection (a) and by adding at the end thereof the following new subsection (b); "(b) As used in this Act the term wages' , ` scale of wages', ' wage rates' , ' minimum wages', and ' prevailing wages ° shall include - "(1) the basic hourly rate of pay; and "(2) the amount of - (A) the rate of contribution irrevocably made by a contractor or subcontractor to a trustee or to a third person pursuant to a fund, plan, or program; and (B) the rate of costs to the contractor or subcontractor which may be reasonably anticipated in providing benefits to laborers and mechanics pursuant to an enforceable commitment to carry out a financially responsible plan or program which was communicated in writing to the laborers and mechanics affected, for medical or hospital care, pensions on retirement or death, compensation for injuries or illness resulting from occupational activity, or insurance to provide any of the foregoing, for unemployment benefits, life insurance, disability and sickness insurance, or accident insurance, for vacation and holiday pay, for defraying costs of apprenticeship or other similar programs, or for other bona fide fringe benefits, but only where the contractor or subcontractor is not required by other Federal, State, or local law to provide any of such benefits: provided that the obligation of a contractor or subcontractor to make payment in accordance with the prevailing wage determination of the Secretary of Labor, Insofar as this Act and other Acts incorporating this Act by reference are concerned may be discharged by the making of payments in cash, by the making of contributions of a type referred to in paragraph (2)(A), or by the assumption of an enforceable commitment to bear the costs of a plan or program of a type refer-red to in paragraph (2)(B), or any combination thereof, where the aggregate of any such payments, contributions, and costs is not less than the rate of pay described In paragraph (1) plus the amount referred to in paragraph (2). "In determining the overtime pay to which the laborer or mechanic is entitled under any Federal law, his regular or basic hourly rate of pay (or other alternative rate upon which premium rate overtime compensation is computed) shall be deemed to be the rate computed under paag aphf (1), except that where the amount of payments, contributions, or costs incurred with respect to him exceeds the prevailing wage applicable to him under this Act, such regular or basic hourly rate of pay (or such other alternative rate) shall be arrived at by deducting from the amount of payments, contributions, or costs actually Incurred with respect to him, the amount of contributions or costs of the types described In paragraph (2) actually incurred with respect to him, or the amount determined under paragraph (2) but not actually paid, whichever amount is the greater " Sec. 2. Section 15(b) of the Federal Airport Act, as amended (60 Stat. 178, as amended; 49 U.S.C. 1114(b)) is hereby amended by inserting the words "in accordance with the Davis- Bacon Act, as amended (40 U.S.C. 276a -- 276a -5)" after the words "Secretary of Labor, ". Sec. 3. Section 212(a) of the National Housing Act, as amended (53 Stat. 208, as amended; 12 U.S.C. 1715 (c)), is hereby amended by inserting the words "in accordance with the Davis -Bacon Act, as amended (40 U.S.C, 276a -- 276a -5)," after the words "Secretary of Labor,". Sec 4. The amendments made by this Act shall take effect on the ninetieth day after the date enactment of this Act, but shall not affect any contract in existence on such effective date or made thereafter pursuant to invitations for bids outstanding on such effective date and the rate of payments specified by section 1(b)(2) of the Act of March 3, 1931, as amended by this Act, shall, during a period of two hundred and seventy days after such effective date, become effective only in those cases and reasonable classes of cases as the Secretary of Labor, acting as rapidly as practicable to make such rates of payments fully effective, shall by rule or regulation provide. g SAMPLE of Prevailing Wage Rates 11 11111k, lit rketrie‘ ai GENERAL OECIS:ON: TX20030063 12/24/2004 TX63 Oate. Oeembe. 24 20)4 enera, Decis,on Numb e TX20030063 1:4/2004 /uperseded :eera ,sion Number: TX/20063 Texa" (2nfvr2c: ic pes Hnfidinu Page 1 of 3 Butl1911 s 41Z t c Peo 3c (-4-S CONSTRICTION tin.9 Nue, es and Lan Patfieo e in Texas. BUILDING CONSTRUCTION PROJECTS 'does no include residential construction consisting of single family homes and apartments up t2 ano in'ifiuding 4 stories) Mcditicatior, Number Publication bate 06/13/2003 02/13/2004 05/28/2004 12/24/2004 * BRTX6001-0v5 07/01/2004 Brick1aver ELECO278-101 C2/01'2003 Electridiai. IPON006-002 1 '01,200' 1ronw(rker PAIN100P-r02 0 '01/20W: Petes Fringes $ 1 .95 5.20 Fringes $ 5.28 Fringes $ if., 10 4.65 Ra7e: Fringes -1.30 SUTX1982-002 1?/01/1987 Fringes Thrpenter. ...„ ..S 9 96 Cement Masoc/Finisher. 12 50 Laborer._ ,,.$ 5 56 Mason Tendel. .,.$ 7 14 Plumbers and Pipefitters Including HVAC).,.. .S 10 05 Power equipment operaters: Backhoe, . . $ 7,e4 Roofer ..$ 9.20 Truck Driver. • ..$ 7.50 WELDERS - Receive rate prescribed for 2'raft performing operation to which welding is incidental. http://frwebgate.access.gpo.gov/cgi-binieetdoc.cei?dbname=Davi -11..ASD n.a&dor i =YID (Yr 411 11^111nt N Unlisted classifications needed for work not included within the scope ef the classifications listed may be added after award only a provided in the labor standards contract clauses 29."Ff H (i 'ii) n • ne 1SIi-g above-_ the ":U" dess3nat on means that rat e'= under the identifier do not reflect collectively ea famed uaee and fringe benefit rite . rz _cat.: Other designatio ur & es whose rates ha' e determined to be } re a: irng Page 2 of 3 WAGE DETERMINATION APPEALS PROCESS Ha, there been an rn.itioI oeci .on the matter? This can ex sting published wage determinat ;or, surrey underlying a wage determination r: Wage and Hour Division letter setting forth a position on wage determination matter conformance ±additiona' classification and rater ruling Cr = sarve; related matters rnit1a1 contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in whist the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. f the response from this initial Contact is not satisfactory, then the process described in 2.) and ?_) should be followed. With regard to any other matter not yet ripe for the formal process described here initial contact should be with the Branch f Cor.struction Wage Determinations. Write t_ >: Brance of Construction Wage Determinations Wage- and Hour Divisi on r.S iepartment of Labor 200 ;cnstituticn Avenue, N,W Washington, DC 20210 2 If the antiwar tc the ques°ion in .) is yes, then an interested part, (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 `MFR P=ert 1.9 and 29 CFR Part '1. Write to Wage and Hour Administrator U-S. Department of Labor 200 Constitutioe Avenue, N.W Wash r neton, DC 20210 The request s,oaid he accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc i that the requester considers relevant to the issue. it the decia ion of the Adm :nistratrr ds not favorable, an interested party may appeal directly t:; the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. tittpl !frwebgate. access. gpo. gov /cgi- bin/getdoc.cgi ?dbname= Davis- Bacon &doeid= TX2001 6/1 (1/'IN1S ,114 iU Ike lt IC V Was ngton , 14 202 4 ) decisions by be Admini3tratLve Review Board are final. END OF GENbRAL DEC ION Page 3 of 3 _1#tp://frweivate.access.imo.ggy/cgi-bin/getdoe cal 7tilvn am e=r)a e car cwi)2,1,-,,:;A=T—V1full_ ri PIA/Ne -;" 440.,,44 4, , 4. .1 ttk ,;ENERAL DECION: TX20030122 02/25/:00 TX122 at Feorual 25, 207) I;enera. DecTsLon Namoe!: TX20030122 0?, "/2005 Texa •onstructior rypes: Heavy ard Highwai couries. Nueues, San ;-'at ricio And Vtctbria Counties in Texas. 6IGHWAY ::ONSTRUCTION PROJECTS (excludin tunnels. building structures n rest area projects & tiiircad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation bridges divolvinq marine construction; and other malur bridges Mdifisatiol humbeI 511TX2005-0L' 11/C9/1664 Publication )ate 01:28/2005 02 18/2005 02:.:5/1-005 P.:.,tet Fringes Asphalt El_itributos Operatcr...$ 1, .42 0.00 Asphalt paving machine operatcr$ 1i.57 0.00 Asphalt Raker...„. .. _ ' ,. 3( 0.00 Bulldozer 'Terator . . 1r.9( 0.00 Carpenter. . ... . „..$ li .71 0.00 Concrete F.risher, 6aving. ....$ 1.:.16 0.00 Concrete Flnisher, Sttuctures„.$ 1 0.00 Concrete Rubber...,..„... ...$ 1C.50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel perator._ . ......,....- . -$ .15'--3 0.00 Flagger... . ... .17 0.00 Form Builder 'Setter, Structures$ 11.41 0.00 Form Setter, Paving & Curb . $ 0.00 Foundation Drill Operator, Truck Mounted__ .... . $ 11 3.. 0.00 Front End Loader Operator_ . $ 16 05) 0.00 Laborer, common. $ . 35 ).00 Laborer, U5i1ity $ '5 0'3 0.00 Mechanic.. . ... _ ... $ 13 l', u.00 Mot-or Grader Opexat, Fill Grade,. .. . ..,_ . $ ).00 Motor Grader Operat.:)1 Rough.. $ 15 06 0.00 Pipelayer... •.3 f.q. U.00 Roller Operator, Pneum.atic. Self-Propelled .... ..,... .. $ 6 57 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.. _. ... . 2 0 57 0.00 Roller Operator, Steel Whee, Plant Mix Pavement.... 9,49 0.00 Scraper Operator... ..$ 9.67 0.00 Servicer... ...., „ . ...$ 16 75 .00 Structural Steel Worker.„. ...$ 14 00 u.00 Truck driver, lowboy-Float. ..$ 14 15 6.00 Truck driver, Single Axle, Heavy._ , ............ ...$ 12,39 .00 Truck driver-, Single Axle, Truck Driver, Tandem Axle, Semi-Trailer. ,.. $ 9 39 U,00 $ 9 00 " 00 Page 1 of 3 s 4N-ti irj http://frwebgate.access.gpo.gov/c2i-birileetdoc.cei?dbname=Davis-Raannitranem=TYlanq Ann/Inn4 WAS t.iocun'ent Ketnevai Weider 8 . Cu Work Zone Barricade Serviner, .$ 8 (_ 0.00 0.00 WELDER. Receive rate prescribed ff:r r f t. performing nperat:on t which weiding rncide•rtai fra1 ted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor :tar:dards contract clauses -S9CFR 5 5 'a 1) Page 2 of 3 I t the l i sti nc abcve, the "SI1" des.: great ion means that:_ listed under the identifier do rot reflect collecti1 bargainer.' wage and fringe benefit rates Other desi i°_.di. ate uni nrs whose rates have beer determined to b45 prevailing. WA >E DETERMINATION APPEALS PROCESS 1 Has ter tnerni seen an initial de.:isi ;i in the matter This can an existing published wage derermiiation ' a survey underlying a wage determination a Wage and Hour Division letter sertinc forth a position on a wage determination matte: a _:onforman. e (additional niassif aticn and rate ruling Or survey re wed matters, 1n tia1 contact, including requests for summaries nf surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. It the response from this initial contact is not satisfactory, then the process described in 2.) and 3 ) should be followed, With regard to any other matte: not yet ripe for the formal process desc robed here, initial contact should be with the Branch cif Construction Wage Determinations Write to Branch of Const.ructir:r Wage Leterminaticns Wage and Hour D isior, U.S. Department of Labor 200 onstit.uticr Avenue, N.W. Washington, DC 20210 c'.; If the answer tc the question in interested party '- yes, then an P (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See CFP Par, 1.8 and 29 CFP Part .. Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested parry's position and by any information (wage payment data, project description, area practice material, etc.; that the requestor considers relevant to the issue. ilt}ft / /frtvp atp ae`t', *e nnn rtnv /rni_I.i.. /no ♦�i... .,.i7.11. —Tl D.....« �., seuievai 3 if the decision cf the Administratoi is not favorable, an interested party may appeal directly to the Administrative Review Boar0 iformerl the Wage Appeals Board) Write to: Administrative Review Board J.S Departmen of Labcr 200 Constitutin Avenue, Wasiqgton. Y 2021 4 Ali deci5iions by t'rn-:. AdminiEtrative Review Board are final. END OF GENERAL DECIi.3tON Page 3 of 3 4S.:1 fr,Wchgaire...UsraiLaWand,C13,6bIni a et doe r i?dhuants...a.nertimer4L-Nar:ST-anu, sito HUD-11FORM (TO BE COMPLETED BY CONSULTANT AIE OR CONSTRUCTION OBSERVATION PERSONNEL) for use when conducting Contractor - Employee Interviews tecord of employee Interview U.S. Department of Housing and Urban Development Office of Labor Relations OMB Approval No. 2501 -0009 (exp. 08/31/2007) nib lit reporting burden for this collection of information is estimated to average 15 minutes per response, including the time for reviewing instructions, searching existing data sources, n rig and mainlining the data needed, and completing and reviewing the collection of information. This agency may not collect this information, and s torn, unless it displays • currently valid OMB control number The information is collected to ensure compliance with the Federal labor standards by you are not required wto ith complete construction workers. The information collected witi assist HUO in the conduct of compliance monitoring; the information will be used to test the y recorded interviews u ep with veracity of certified payroll reports submitted by the employer. tlenaitlw Blanc§§ n. The information collected on this form is considered sensitive and is protected by the Privacy Act The Privacy Act requires that these __cords be maintained with appropriate administrative, technical, and physical safeguards to ensure their security and confidentiality. In addition, these records should be protected ainst any anticipated threats or hazards to their security or integrity that could result in substantial harm, embarrassment, inconvenience, or unfairness to any individual on whom the ormation is maintained. The information collected herein Is voluntary, and any information provided shall be kept confidential. 1a. r'rojec1 Name io. Project Number 2a Employee Name t2b. Employee Phone Number (including area code) Contractor or Subcontractor (Employer) I. 2c Employee Home Address & Zip Code 2d. Verification of identification? Yes 11 No ❑ How long on this 3b. Last date on this job before today? 3c. No. of hours fast day on this job? 4a. Hourly rate of pay? Your job classification(s) (fist aM) — continue on a separate sheet if necessary Your duties Tools or equipment u" 4b. Fringe Benefits? Vacation Yes p No ❑ Medical Yes ❑ No ❑ Pension Yes ❑ No ❑ 4c. Pay stub? Yes ❑ No ❑ Y ■re you an apprentice or trainee? ❑ fl 1 U. Are you paid at least time and % for all hours worked in excess of 40 in a week? Are you paid for all hours worked? ❑ ❑ 11. Have you ever been threatened or coerced into giving up any part of your pay? 12b. Date '�. Employee Signature 3 Duties observed by the Interviewer (Please be specific.) 4 Remarks oa. Interviewer name (please print) Y N ❑ ❑ ❑ ❑ 15b. Signature of Interviewer 15c. Date of interview 'ayroll Examination 6. Remarks Signature of Payroll Examiner lous editions are obsolete 17b Date Page 1 of 2 form HUD -11 (08/2004) sstructions Genera This form is to be used by HUD and local agency employed on projects subject g staff for recording information gathered during on -site interviews with laborers and mechanic;, are HUD staff and fee construction inspectors, HUD Labor elations staff, and local agency labor staandard on-site interviews and use this fora standards contract monitors. nformation recorded on the form HUD -11 is evaluated for general compliance and compared to certified payroll reports submitted by the respective employer, The comparison tests the veracity of the payroll reports and may be critical to the successful conclusion of enforcement actions n the event of labor standards violations The thoroughness and accuracy of the information gathered during interviews ews is crucial. Note that the interview itself and the information collected on the form HUD -11 are considered confidential. Interviews should be conducted individually and privately. All laborers and mechanics employed on the job site must be made available for interview at the interviewer's re ues The employee's participation, however, is voluntary. Interviews shall be conducted in a manner and place that are conducive to the purposes the interview and that cause the least inconvenience to the employer(s) and the employee(s) q P p ses of C:o l m etln the form HUD. 11 sterns la I c Self- explanatory Items 2a - 2d Enter the employees full name, a telephone number where the employee can be reached, and the employee's home address. man Many construction workers use a temporary address in the locality of the project may be forwarded to them. Obtain a more permanent address, if available. Ask the employee for ma form of identification-(e.g., from which s license) to verify their name Items 3a - 4c: Enter the employee's responses. Ask the employee whether they have a pay stub with them; if so, determine whether the P a v. _ stub is consistent with the information provided by the employee. Items 5 - 7 Be certain that the employee's responses are specific. For example, job classification ( #5) must identify the trade involved ( e.g., e. . Carpenter Electrician, Plumber) - responses such as "journeyman" or 'mechanic" are not helpful for our purposes. . Items 8 - 12b Self- explanatory items 13 - 15c, These items represent some of the most important information that can be gathered while conducting on -site interviews. Please be specific about the duties you observed the employee performing. It may be easiest to make these observations before initiating the ' nterview. Please record any comments or remarks that may be helpful. For example, if the employee interviewed was working with a crew, low many workers were in the crew? Was the employee evasive? g The level of specificity that is warranted is directly related to the extent to which interview(s) or other observations indicate notations present. If interviews indicate that there may be underpayments involving a particular trade(s), the interviewers encouraged t be nterview as many workers in that trade(s) that are available tems 16 - 1 ?b. The information on the form HUD-11 may be reviewed for general compliance, initially. For example, are the job dassification and wage rate stated by the employee compatible with the dassifications and wage rates on the applicable wage decision? *served by the interviewer consistent with the job classification? Are the duties 3nce the corresponding certified payroll reports are received, the information on the HUD -11 shall be compared to the payroll reports. An iiscrepancies noted between the HUD -11 information and that on the payroll report shall be noted in Item 16, Remarks. If discrepancies are toted, follow -up actions to resolve the discrepancies must be taken Any Woos editions are obsolete Page 2 oft form HUD -11 (08/2004) PAY ROLL REPORT FORMS Authorization for Signature of Payrolls Name of Company: Project Name: City: )/ L work at the ) _ (contractor/ employer) authorize to sign the payrolls for my employees who project. Signature Date Additional person(s) authorized for signatures of payrolls: Initial ( ) Initial( ) (03/04) This as authorization to the Mane M teyYN.+ Payroll Deduction Authorization y to deduct from my paycheck S This is for item number(s): (circle item number(s)). ri 1 Loan 2 Retirement 3 Advance on Wages 4. Savings 5. Savings Bonds 6. Uniforms Repayment of 7. Credit Union 8. Profit Sharing 9. Donations to Agencies 10. Insurance Premiums 11. Union Dues 12. This dedura k to be rnWe (Check appropriate box) 0 On e Time Only Employee's Signature: Printed or Typed Ns Project Name: MUD Project Number: Weekly 131- Weeldy For Weeks 0 NcA 00 tg A -5 U.S. Department of Labor Wage and Hour Division STATEMENT OF COMPLIANCE (Name of signatory parry) (1) That I pay or supervise the payment of the persons employed by (Title) (Contractor or Subcontractor) that during the payroll penod commencing on the_____ day or__. __ 19._ and ending the day of project have been paid the full weekly wages earned that no rebates have been or will be made either directly from the full weekly wages earned by any person and that (Contractor or Subcomtractorl Form Approved Budget Bureau No. 44-R1093 do hereby state: on the: 19_, all persons employed on said or indirectly to or on behalf on said no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations, Part 3 (29 CFR Subtitle A), issued by the Secretary of Labor under the Copeland Act, as Amended (48 Stat 948, 63 Stat. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. 276c), and described below (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage det5ennination incorporated into the contract; that the classifications set forth therin for each laborer or mechanic conform iwht the work he performed. (3) That any appumtices employed in the above period are duty registered in a bona fide �p agency recognized by the Bureau of Apprenticeship and Training, United States apprenticeship program if no registered with a State sexists in a State, are registered with the Bureau of Apprenticeship nd Training, Department Labor. or if no such recognized agency exists in a xsWp raining, United State Department of Labor. (4) That ta) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS ❑ In addition to the basic houniy wage rates paid to each laborer or mechanic listed in the above referenced payroll payments of fringe benefits as listed in the contract have been or will be made to appropriated programs for the benefit of such employees, except as noted in Section 4(c) below. (b) WHERE FRINGE BENEFITS ARE PAID IN CASH (""'j Each Laborer or mechanic listed in the above referenced payroll has been paid as indicated on the payroll, an amount not less than the L of the basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted (c) EXCEPTIONS Remark.; Name and Title EXCEPTIONS (CRAFT) Signature wilful falsification deny of the above stigmas may subject the contractor or subcontractor to civil or aimin,1 prosecution. See section 1001 of title 18 and 5oa 231 of tide 31 of the United States code. Foam Wti 348 (1 /6E) Purdrne this fetus directly from the Supt. of Documents A-6 0 V X 0 g 0 e For Week Ending C 0 U a0 0 cz v 0 g U E w (4) Day and Date I V O t o va t- 0 co 0 co ca W N • Y 3 ■ 3 (6 0. a) o Q. v 0 fig CO o 3 v °, cog oi 4) U = C V O C X 0 O a) 0 E a) E ULL.. 7 5 = v V E c • 8 a c'� • v ✓ o = 4) _o a) o «. aJ a) O -o • C O 3 w a Y L Z 16 f) p U 0 j 7 c j -0 to tli H t • O O .c L 7 H O w fA .c m a) Q N L EE :y3 E Ectg.ac c) L Jo CO e m 'a m m.0 ,ca) O O V) 0) CO W O F- 1l. (.4 _ E. Fill in the classification exactly as it appears on the determination. 1 0 i i 16- 4 ( I 2 co «p E o a 2r... tv too oo a w 2 2 c c e 0 0 co J a a 2 � c c co m y h d « v C _ O � • O .c E m C 6 a 37 w y •C 0 E C O >, U • •. c o co y et 6 m co < ggt p o, w _ et o Is o � V g 2 0 3. Z I a CO U 03' co y 8w « « t ° °c co • E 2 C4 40 ° a i ' S �r a v 0 8 CL c o` m $ tf B n x c n • W W !4 O W 2 15 rnI a $r,• $ S w 2 c t S a �- 10 W E 0 vi a c � o � c a 3 � Q m m 2 � W W o a ° co W b B tS° « S g n« m I 15 E E m W Q Q $ O c n $° y o as co n V E 0 o 0 • a m O• E' a 13 F- Q. n c t c d a� u « o€ 0 0 c g O « 0 m 0 a no o o >. D h en 0 C U 12 to S — d °g W € ` h '_' to Q W $ a S. O c y • O N • Ss W °— C 7 Lai • c o c U u` '� g 10 Wp Q >' '4 c • °C E O �j S j W X61 C�' C J �. d' 0 • E ir_ as • O I c E« i a h . .s ° t ix, w w 'n n v`! W o €j U 11.6 p " j u E W • W 1 ppc Q o •rs C a( « p h G« Q Z c m P n« O• C a • f ar51,2.01.`Pe i i 1 1 i I w '111 W �j W W E '—� W —` pP W _ c _ g W E ° W U g W !III v -- a E ci ' ifi gad gg' A G R E E M E N T THE STATE OF TEXAS COUNTY OF NUECES THIS AGREEMENT is entered into this 13TH day of FEBRUARY, 2007, k.,, and :etween the CITY OF CORPUS CHRISTI of the County of State of Texas ;sting through its duly authorized City Manager termed n the ontract Documents as "City," and Reese Contracting, Inc. termer; the _:on ract Documents as "Contractor," I:on -hese terms r'erforrla: ,e in `-lueces County, Texas: r cony :era i _n t e payment of $977,777.00 by City and her Aplldat, _n as set out herein, Contractor will t: t and comj !e e 7ertain improvements described as follows: SOUTHMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART 1 PROJECT NO 6172 (TOTAL BASE BID: $977,777.00) accordihg to The attached '.Tans and Specifications in a good and worKman:ike manner the prices and conditions set out in their attached bid .rop sal :upp ying at their expense such materials, service: , lab:: air ins i a,r :e as required by the attached Contract Documents, :n it uc;_nr _;- erseeina the entire job. The Contract ocumen s _ 7l ude th s; Agreement, the bid proposal and <nsrut ions plans and specifications, including all maps, plats, uepri ,ts — dr.awings, the Performance and Payment bonds, addenda and :elated doc1rn ris aLl 7f which constitute the contract c r this pre- t and are mare a part hereof Agreement Page of 2 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I 1 II BID ITEM ' t SNIT DESCRIPTION III IV V UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART A STREET (FANNIN) A- ( 3268 SY Street Excavation, complete in place per square yard A-2 2673 SY $ 2Z, 5e $ `73,53e. @� Asphaltic Concrete (Ty D)(1.5 "), I complete in place per square yard $ /2.' 2673 SY Limestone Flexible Base (8 "). complete in place per square yard $ /7 /c $ 47, S4 (.7° Limestone Flexible Base (4 ")(Under & Behind C &G), complete in place per square yard $ lL T $ 7,C 74. 55 Geogrid Fabric, complete in place per square yard $ Wiz. $ ii,(.1L42 Prime ( @0.15 Gal/Sy), complete in place per gallon $ �4 $ 2, 54z. 6" Standard Curb and Gutter, complete in place per linear foot $ !z." c $ 2 d a z 7 F Concrete Sidewalk, complete in place per square foot Curb Ramps, complete in place per square foot $ 4l` c( $ le. is $ 37, 55S•s5 $ 2, 52•A<' Proposal Form Page 3 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I III IV V UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) Concrete Driveway, complete in place per square foot $ 35,744.' Relocate Fence (Chain Link), complete in place per linear foot $ 32 4 3, - Relocate Fence (Wood Plank), complete in place per linear foot $ t4. 3 $ �, r z i c; z 1 EA Ozone Day, complete in place per each 1 $ 54- ,54` $ l,c See .5U Traffic Control complete in place per lump sum $4, (.70,'7 $ 4, o . 97 SUB -TOTAL FANNIN STREET, PART A: $ 3 to, 3 °o • `'� Proposal Form Page 4 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I II BID QTY & ITEM UNIT PART B STORM WATER (FANNIN) III IV V DESCRIPTION B- 6 EA 5' Curb Inlet, complete in place per each UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) 6 EA $22cS�,rF $ f 7, ! 24 . 5' Curb Inlet Extension, complete in place per each $ `1,sC .� E 77 LF 18" RC Pipe Class 3, complete in place per linear foot $ $ y, 7e°. 4 24" RC Pipe Class 3, complete in place per linear foot $ , .Ze,'° ;z3,41-cc 42" RC Pipe Class 3, complete in place per linear foot $ C 357z $ Z 144. City Standard Manhole, complete in place per each $ 4,Sec. $ 2 7, 1c0. c „ Trench Safety, complete in place per linear foot ( EA per each $j i7 $ 5;117." Curb Inlet Silt Fence, complete in place 945 SY $ /25.51 $ 753- °r1;` Sodding, complete in place per square yard $ S , €4 591LF $ S,5 5' x 2' Box Culvert, complete in place per linear foot $ .2gs; $ S.,435." SUB -TOTAL FANNIN STREET, PART B: $ ° 53 Proposal Form Page 5 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I BID QTY & ITEM UNIT DESCRIPTION PART C WATERLINE (FANNIN) IV V UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) 8" PVC Waterline, complete in place per linear foot 3 EA IEA $ ge'e $ 4,3ce (c Fire Hydrant Assembly w/Tee, complete in place per each $3, (44 $ f-43 8" x 8" Tapping Sleeve & Valve w/Box, complete in place per each $ 2,'€7t'-2 $ 2, G70.2g 8" Valve with Box, complete in place per each $ r, $ 8" x 8" Tee, complete in place per each $ 7e 76 $ 8" - 45 Degree Bend, complete in place per each $24 7 2- $ /7s. 8" Plug, complete in place per each C-9 $ 32.6-4 $ 1 32, 64- 6' Plug, complete in place per each $ % (4.iFC $ 114, P-c Water Service Line (Residential - Short Side Connection) ,complete in place per each $ 74c.5 $ 4-7 Water Service Line (Residential - Long C- 10 14 EA Side Connection) , complete in place per each $ /4,7q3.3 Proposal Form Page 6 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I I ___.,_ I1 III IV V BID QTY & ITEM UNIT DESCRIPTION UNIT PRICE IN FIGURES $ r, E 1 - `` C BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ , c Gc L . "�� -1 i EA Water Service Line (Commercial Short Side Connection) , complete in place per each C. 12 966 LF Trench Safety, complete in place per linear foot $ , c c $ (i S .,4 C -13 1 LS Allowance for Unanticipated Adjustments, complete in place per lump $ 5000.00 $ 5000.00 surn C. 14 898 Removal and Disposal of AC Waterline, complete in place, per linear foot $ 27 $ z 4, 24 4 r SUB -TOTAL FANNIN STREET, PART C: $ / Z 3, 3 7 7 7 z Proposal Form Page 7 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART D WASTEWATER (FANNIN) D_ 798 8'` PVC Wastewater Line, complete in place per linear foot $ 5 E� $ i, D- EA 4' Diameter Wastewater Manhole, complete in place each �< $ �' oc� <c $ i z' �' per D-3 14 EA Wastewater Service Line (Residential - Short Side Connection) , complete in place per each $ i', °-5 G. S s $ (4, 7 2 - 4z D-4 1 i EA Wastewater Service Line (Residential - Long Side Connection) , complete in place per each $ f, t `15 -S ` $ i 3, € 50r• '' D -5 1 EA Wastewater Service Line (Commercial - Long Side Connection) complete in place per each $ ,4 9. 7° $ I. 4- 1 93 7 c D 6 198 Trench Safety, complete in place per linear $ 2 4- $ :?, z foot SUB -TOTAL FANNIN STREET, PART D: $ z S , 42 Proposal Form Page 8 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I (Please type or print clearly): SUB -TOTAL FANNIN STREET, PART A: $ 3 / C' 3 ee • 4 SUB -TOTAL FANNIN STREET, PART B: $ Z 74, &4c- . S 3 SUB -TOTAL FANNIN STREET, PART C: $ 12-3,377. 7 Z SUB -TOTAL FANNIN STREET, PART D: $ � S, 42A- os TOTAL BASE BID, FANNIN STREET: $ 8 3 , f 4 c . 34 Proposal Form Page 9 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I 1 II III IV V BID ITEM PART E QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) STREET (LEWIS) E -1 5 0 SY Street Excavation, complete in place per square yard $ .23.5/ $ i ' , e E -2 406 SY Asphaltic Concrete (Ty D)(1.5 "), complete in place per square yard $ /2. 66 $ 5,14-S `E E 3 406 SY Limestone Flexible Base (8 "), complete in place per square $ z' $ 7, 4( 3 . s- yard E -4 i 04 SY Limestone Flexible Base (4 ")(Under & Behind C &G), complete in place per square yard $ /2" i4 $ t, 3 35 -•3 E 10 SY Geogrid Fabric, complete in place per square yard $ c 5 7 $ z g4c 7c E -6 b l GAL Prime ( @0.15 Gal/Sy), complete in place per gallon $ 34- $ . s (:, 74- )42 LF 6" Standard Curb and Gutter, complete in place per linear foot $ , 7 $ J z 5 z 54-- E_8 X64 SF Concrete Sidewalk, complete in place per square foot $ 76- $ 4, �� 6.4 E -9 451 SF Curb Ramps, complete in place per square foot $ 6,2c $ z; 7(4-. z ' Proposal Form Page 10 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) E. -1 U 596 SF Concrete Driveway. complete in place per square foot $ ec. $ 4 . E_ 11 93 Relocate Fence (Chain Link), complete in place per linear foot $ j i $ �, f S E -12 1 EA Ozone Day, complete in place per each $ 1, a %•5 k $ i, Q 5 6. s(` E-1 3 1 LS Traffic Control, complete in place per lump sum $ / q 72 • zs $ 1 �' 7 Z Z s SUB -TOTAL LEWIS STREET, PART E: $ S Z,'74 • t Proposal Form Page 11 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART F STORM WATER (LEWIS) 56 LF 30" RC Pipe Class 3, complete in place per linear foot $ t .7.g' 4`° $ 5, ei ca S 44 F- 125 LF 42" RC Pipe Class 3, complete in place per linear foot $ :30c, ee $ �' F -? l EA City Standard Manhole, complete in place per each $4,se.c s. $ 4,5re co F -4 181 LF Trench Safety, complete in place per linear foot $ e., 25 $ i, 138/6 F -5 147 SY Sodding, complete in place per square $ g CE, $ ( p, 2.7 7 yard SUB -TOTAL LEWIS STREET, PART F: $ 54, 3z r �y Proposal Form Page 12 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I I II Ill IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART G WATERLINE (LEWIS) G -1 156 LF 8- PVC Waterline, complete in place per linear foot $ 54. g4 $ ig, s . -1 �r- I -2 ? EA 8" Valve with Box, complete in place per each $ t, t c ec , 7c $ 2, z 1 3 .4c- G -3 1 EA 8" x 6" Tee, complete in place per each $ ,14 (, 4 f $ (, 141 , `i G -4 1 EA 8" x 90C Bend, complete in place per each $ 303. 7 $ 3 °3.6'7 G -5 i EA 6" Plug, complete in place per each $ 11 14-. a° $ (I 4 , l'° G -6 1 EA Water Service Line (Residential - Short Side Connection) . complete in place per each $ e e .44 $ S t 9 ' 44 G -^ 2 EA Water Service Line (Residential ._ Long Side Connection) . complete in place per each $ l Pe7. 25 $ 2, c ( 4.5'c G -8 156 LF Trench Safety, complete in place per linear $ 1, Az $ Z(A 3 z foot G-9 I LS Allowance for Unanticipated Adjustments, complete in place per lump sum $ 500000 $ 5000.00 G-10 5 SY Remove & Restore Pavement (Class One), complete in place per square yard $ / 14 19 $ S 1 5 -45 G l 1 211 LF Removal and Disposal of AC Waterline, complete in place, per linear foot $ 2-7, 33 $ S, 7e, & 6 j SUB -TOTAL LEWIS STREET, PART G: $ J 7, (2 I 3 4 Proposal Form Page 13 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I l II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART H WASTEWATER ( LEWIS) $ V $ w H 1 ;85 8" PVC Wastewater Line, complete in place per linear foot $ t✓5, $ 25,025. -o H 2 2 EA 4' Diameter Wastewater Manhole, complete in place per each $ 3 orb '" $ C,, cy-i, @` H -3 2 EA Wastewater Service Line (Residential - Short Side Connection) , complete in place per each $ 7A3.9`' $ 1, 5 C N • s 5 H-4 I EA Wastewater Service Line (Residential - Long Side Connection) ., complete in place per each $ 1, 3 /5- Z $ /1 3 r 5, H -5 385 LF Trench Safety, complete in place per linear $ 2 • y $ 1� l31- d foot H -6 41 SY Remove & Restore Pavement (Class One), complete in place per square yard $ t5(5 u. $ 5 3,13 14- SUB -TOTAL LEWIS STREET, PART H: $ 40, 44 4� Proposal Form Page 14 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I (Please type or print clearly): SUB -TOTAL LEWIS STREET, PART E: $ S2, 74 6 / 7 SUB -TOTAL LEWIS STREET, PART F: $ _54, ,32 SUB -TOTAL LEWIS STREET, PART G: $ z 7, / z 1 •34 SUB -TOTAL LEWIS STREET, PART H: $ #c, 44 t . 4 6 TOTAL BASE BID, LEWIS STREET: $ 74, 3° • c . TOTAL BASE BID, FANNIN STREET AND LEWIS STREET: $ 7 7, 7 7 7< '° Proposal Form Page 15 of 18 e ( tra_ ar w_ ommen`e work within ten (10) calendar cays f om ? _ e.. r e _ . written work order and will complete t.arse itt,r 150 CALENDAR DAYS u. 1 Cont: 'tor defai L t camaae.. as se- f_ t-; it tre EVE ry tract gned ATTEST: ,e cretarti' after construction is begun. :ontactor may be liable for liquidated Contract Documents, =onfra or 'cLrca l cart,; APPROVER AS TO LEGAL FORM: By _C� vu Asst City Attorney 9 (if Corporation) (Se Below) (Not. If Person signing for compeSatioe is not President, atta+tlt copy► of authorisation to sign) ~.zrrent funds for performance of - with the Contract Documents as the work t Corpus s Christi. Texas on the date shown CITY OF CORPUS CHRISTI By:k 610 12:onald F Massey. Asst. City M f Public Works and Utilities Inge Escobar, P.E. :`ir for of Engineering Services CONTRACTOR Reese Contractin, Inc. X.11 -11212)2R, itle: Ne5id.e4 P.O. BOX 8352 'Address) CORPUS CHRISTI, TX 78468 pity) (State)(ZIP) 361/994 -9555 * 361/991 -2969 Phone F ,Ai 1 rn f , Ai31HO� ?Ltr V Agreement Page ct 2 SFC F P R C P , J S F O R M/ S L C J R E S T A T E M E N T F OR SOUTHMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART I DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of 18 Proposal of OR PROPOSAL Place: Date: C f CEtc�9u 5 c, << 574' 1 K 1/ /7 /6% Corporation organized and existing under the laws of ne State of Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, t ols, and necessary equipment, and to perform the work *required for; SOUTHMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART I at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: Proposal Form Page 2 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART A k.._ STREET (FANNIN A-1 3268 SY Street Excavation, complete in place per square yard $ 2 Z (N $ .� 3,53e. A- 2 267 SY Asphaltic Concrete (Ty D)( 1.5"), complete in place per square yard $ / 2, ^ $ 3 3 , 9 3 L-61 } 4 : s 2671 SY Limestone Flexible Base (8 "), complete in place per square $ 7 air $ 47 Zz4 7° yard 3 A -4 H A -5 595 SY 3271 SY Limestone Flexible Base (4 ")(Under & Behind C &G), complete in place per square yard $ 1 f , C'c $ 7,'' 74. SS Geogrid Fabric, complete in place per square yard $ cz $ ( '1� t-c 4 z k -6 401 (1AL Prime ( @O.15 Gal/Sy), complete in place per gallon $ 3 G $ , 5 4 Z - 1'41 LF 6" Standard Curb and Gutter, complete in place per linear foot $ � r - � , q $ Z Z 74 ; , � z . K 8365 SF Concrete Sidewalk, complete in place per square foot $ 4, 4c $ 37, 5 SS A -9 244 SF Curb Ramps, complete in place per square foot $ /C,35 $ S Proposal Form Page 3 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) °+ 0 4$43 SF Concrete Driveway, complete in place per square foot $ u - $ 3`744 ,,., i l 420 Relocate Fence (Chain Link), complete in place per linear foot $ 32.g9 $ 3 e A- ) 2 254 Relocate Fence (Wood Plank), complete in place per linear foot $ -,a� , ; $ , 2 cr A i 3 1 EA Ozone Day, complete in place per each $ f, 054- 56" $ 1, 0 S e . 5 4 A- 14 1 LS Traffic Control. complete in place per lump sum $ 4 1< 7e 5.7 $ 4, 7 o 7 SUB -TOTAL FANNIN STREET, PART A: $ 3 (o, 3 c'c Proposal Form Page 4 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 41B, PART I I II III IV V BID ITEM QTY & UNIT DESCRIPTION STORM WATER (FANNIN) UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART B B -1 6 EA 5' Curb Inlet. complete in place per each $ 2 c54 , 1 1 $ (7, t 2 . - B -2 6 EA 5' Curb Inlet Extension, complete in place per each $ &°�e ; $,`c ` B -3 77 Ll P 18" RC Pipe Class 3, complete in place per linear foot $ (25 ci g $ ci, 7e0. 46 B-4 195 LF 24" RC Pipe Class 3, complete in place per linear foot $ /2,e $ .2-3 �`� `� c B -5 18 42" RC Pipe Class 3, complete in place per linear foot $ 3Ci7 z " � $ 7, i 4 . o B -6 6 EA City Standard Manhole, complete in place per each Pe $ 4'S`�0' e o $ 2 �, cc° ' B-7 887 LE; Trench Safety, complete in place per linear foot $ 5. 77 $ 5; 117. 1q B -8 6 EA Curb Inlet Silt Fence, complete in place per each $ /25 .5/ $ 75 3 - °4. B -9 945 SY °yard Sodding, complete in place per square $S, 54 $ 5,5iS. �` G B- l0 591 LF • 5' x 2' Box Culvert, complete in place per linear foot $ zgS �� $ /6 g, 435. �o SUB -TOTAL FANNIN STREET, PART B: $ 274/ C 4° . S3 Proposal Form Page 5 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I 1 ---t--- 11 I1I IV V BID QTY & ITEM UNIT ..t- PART C --- DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) WATERLINE (FANNIN) C i ! 966 LF 8" PVC Waterline, complete in place per linear foot $ 5e e' $ 413e�, t, 2 3 EA Fire Hydrant Assembly w/Tee, complete in place per each $ 3, c 4. 4 z $ i 0, X4-3 Z c�. 1 EA --1-- 8" x 8" Tapping Sleeve & Valve w/Box, complete in place per each $ zr ,7t, Zs $ 2 , 70 'z 5- C- 4 3 EA 8 " Valve with Box, complete in place per each $ , , `4e, 5 $ 3, 4_Z 6 S C -5 1 EA 8" x 8" Tee, complete in place per each $ 37e • 76 $ 3 74 , 76 6 6 8" - 45 Degree Bend, complete in place per each $2.`i-4. ; z $ (1 7 3 1 EA 8" Plug, complete in lace r each g� P P per $ f 32 . c- ¢ 64 $ 132, -8 1 EA 6" Plug, complete in place per each $ 1 1.4.t° $ 1 (4, t" C -9 11 EA Water Service Line (Residential - Short Side Connection) , complete in place per each $ %4c • 3 5 $ S, 2-42 i 3 C -10 14 EA Water Service Line (Residential - Long Side Connection) , complete in place per each $ /, c 5 6 , 6 7 $ (9-,7 S 3- 3 l' Proposal Form Page 6 of 18 SOUTHMOREL AND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I __ , n 111 Iv v BID ITEM C-11 ! QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) 1 EA Water Service Line (Commercial - Short Side Connection) , complete in place per each / r.z $ f,,= i - V- -'' $ • / 2. ''' C2 966 LF "french Safety, complete in place per linear foot $ $ C-13 1 LS Allowance for Unanticipated Adjustments, complete in place per lump $ 5000.00 $ 5000.00 sum C-14 898 LF Removal and Disposal of AC Waterline Waterline, complete in place, per linear foot $ 27, c° $ 24, SUB-TOTAL FANNIN STREET, PART C: $ 2. 3 , '3 7 7 7 z Proposal Form Page 7 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I — [ II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART D WASTEWATER (FANNIN) [� -1 798 I.F 8" PVC Wastewater Line, complete in place per linear foot p �,L $ �� 5 c $ S E, 7 D -2 4 EA 4' Diameter Wastewater Manhole, complete in place per each $ 3 °� c,fe z e' `c $ ' D-3 14 EA Wastewater Service Line (Residential - Short Side Connection) , complete in place per each $ (, e S . S 5 $ (4, 7 2 C - 4 z D-4 1 1 EA Wastewater Service Line (Residential - Long Side Connection) , complete in place per each $ I, f q5 -5 ( $ 3, 5ce", (c 6 D -5 1 EA Wastewater Service Line (Commercial - Long Side Connection) , complete in place per each $ ;,�- `1, 7C $ I, 41 7C D -6 798 LF Trench Safety, complete in place per linear $ 2 i 4, $ z 3 -z foot SUB -TOTAL FANNIN STREET, PART D: $ `t S , 42 Proposal Form Page 8 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I i Please type or print clearly): SUB -TOTAL FANNIN STREET, PART A: $ 3 / 0, 3 �0 . E' 11 SUB -TOTAL FANNIN STREET, PART B: $ 274, t 4 e. 5 3 SUB -TOTAL FANNIN STREET, PART C: $ / 2-5,37 7 . -7 2 SUB -TOTAL FANNIN STREET, PART D: $ � 5, 4Z° • °S TOTAL BASE BID, FANNIN STREET: $ 3, 14 (4-' 34 Proposal Form Page 9 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I 1 l[I III IV V BID ITEM QTY & UNIT DESCRIPTION + UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART E STREET (LEWIS) E ? 510 SY Street Excavation, complete in place per square yard $ 23 ,5/ $ 1 1, 55e. r £ E - -2 406 SY Asphaltic Concrete (Ty D)(1.5 "), complete in place per square yard $ iz E $ S, 14-s `.E E-3 406 SY Limestone Flexible Base (8 "i, complete in place per square yard $ ff -z� $ -7, 4( 3.5 E -4 104 SY Limestone Flexible Base (4 ")(Under & Behind C &G), complete in place per square yard $ /d - 4 $ f, 335-3L E- 5 510 SY Geo a a d Fabric. complete in place per square yard $ J . 5 7 $ � �c e . 7 E -6 6l GAL Prime ( @0.15 Gal/Sy), complete in place per gallon $ ^ 3 $ 74- E- 7 242 LF 6" Standard Curb and Gutter, complete in place per linear foot $ :Z ;� t. 7 $ 5, z5 4 54- E -8 964 SF Concrete Sidewalk, complete in place per square foot $4,"76. $1 XP' 4 E -9 451 SF Curb Ramps, complete in place per square foot $ z= $ 2, 765-6. _Z 0 Proposal Form Page 10 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I BID ITEM E 10 II III IV V QTY & UNIT DESCRIPTION .�_._} UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) Concrete Driveway, complete in place 9b SF per square foot cc- $ ° $ 7 E 1 Relocate Fence (Chain Link), complete in place per linear foot $ 3� $ f S 44 E -12 1 EA 1 Ozone Day, complete in place per each $ I, o 5 .5 k $ 1, Q 5 6 , 5(' E 13 1 LS Traffic Control, complete in place per lump sum $ _ g 72 :ZS $ I, q • ' Z , 2 5 SUB -TOTAL LEWIS STREET, PART E: $ 5 Z,--7 4 • r i Proposal Form Page 11 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I I II III IV V BID ITEM PART F F-1 QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) STORM WATER (LEWIS) 56 LF 30" RC Pipe Class 3, complete in place per linear foot $ r 7: 4cy $ c ei C 5- ,44 F-2 125 LF 42" RC Pipe Class 3, complete in place per linear foot $ 3� ea $ �' �� c 3 I EA City Standard Manhole, complete in place per each $ 5c� , $ 4, 5re " F -4 181 LF Trench Safety, complete in place per linear foot $ 25 $ i, s 3g. " F-5 147 SY Sodding, complete in place per square $ c c E $ ( i S7' 7 yard SUB -TOTAL LEWIS STREET, PART F: $ .54, 32 r y Proposal Form Page 12 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I SUB -TOTAL LEWIS STREET, PART G: $ 2.-7, 12 I . 34 Proposal Form Page 13 of 18 II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART G G- I WATERLINE (LEWIS) 156 LF 8' PVC Waterline, complete in place per linear foot $ 5 g 4 $ *. , . --f -A- G-2 EA 8' Valve with Box, complete in place per each $ / , Ir 7c $ 2 Z t 3 `tom G -3 € EA 8" x 6" Tee, complete in place per each $ I 1 14 c , q 4 $ i, 14 0' G -4 i EA 8" x 90° Bend, complete in place per each $ 303, & 7 $ `303.67 G -5 1 EA 6" Plug, complete in place per each $ 111--a' $ 1 i 4-- s' G -6 i EA Water Service Line (Residential - Short Side Connection) , complete in place per each $ eF 44 $ S 15 44 G 2 EA Water Service Line (Residential - Long Side Connection) , complete in place per each $ 7,407-2-5 $ 2, e (4 , s° G -8 156 LF Trench Safety, complete in place per linear $ ! z $ z_ 2-, 3 _ i z G 9 Allowance for Unanticipated Adjustments, complete in place per lump sum $ 5000 $ 5000.00 G IQ 5 gy Remove & Restore Pavement (Class One), complete in place per square yard $ / 9 i5 $ S S q_5 G 1 I 1 1 Removal and Disposal of AC Waterline, complete in place, per linear foot $ 2.7 3 3 $ 5.7� 6, - SUB -TOTAL LEWIS STREET, PART G: $ 2.-7, 12 I . 34 Proposal Form Page 13 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I 1 II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) PART H WASTEWATER (LEWIS) $ ti? $ toy, H-1 385 LF 8" PVC Wastewater Line, complete in place per linear foot $ Cp5 6` $ 2 5, O 25. g.' H-2 4' Diameter Wastewater Manhole, complete in place per each $ 3 oee o� $ C, � �, P <. H-3 2 EA Wastewater Service Line (Residential - Short Side Connection) , complete in place per each $ 7g3-`1`;" $ I, 5 ‘ 6 • `'' 5 H-4 I EA Wastewater Service Line (Residential - Long Side Connection) , complete in place per each $ /, 3 15- 5 Z $ 1, 3 (5, ' H -5 385 LF Trench Safety, complete in place per linear $ 2 g $ i, 13' a H -6 41 SY Remove & Restore Pavement (Class One), complete in place per square yard $ 131 5 4. $ 5; 3 `i 3 - •� SUB -TOTAL LEWIS STREET, PART H: $ 40/.44( . 46 Proposal Form Page 14 of 18 SOUTHMORELAND ADDITION STREET IMPROVEMENTS, PHASES 3B & 4B, PART I (Please type or print dearly): SUB -TOTAL LEWIS STREET, PART E: $ 746 / 7 SUB -TOTAL LEWIS STREET, PART F: $ S4, 3� i . tg SUB -TOTAL LEWIS STREET, PART G: $ /2 t • SUB -TOTAL LEWIS STREET, PART H: $ 4C, 4•1 ( TOTAL BASE BID, LEWIS STREET: $ / 74 , „ 3 • fc TOTAL BASE BID, FANNIN STREET AND LEWIS STREET: $ C( 7 7 77 L '° Proposal Form Page 15 of 18 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within two days (five days for Contractors outside Nueces County) of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose, Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 150 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): ec. !- 12/a/04; Ak. z- 0407 Respect /fully submitted: EEE5 By: 11,1 (pf.e. e.)) (SIGNATURE) (SEAL If Bidder is a Corporation) Address: ? 0, Wen 35 2 (P.O. Box) (Street) Coop s 7$ (-1� (City) (State) (Zip) Telephone: (3N" 2 ' /4 -5555 Name: NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers.......... PR(7 /90) Proposal Form Page 16 of 18 STATE OF TEXAS COUNTY OF NUECES PERFORMANCE BOND Q.) g3 73 73 KNOW ALL BY THESE PRESENTS: THAT Reese Contracting, Inc. of NUECES County, Texas, re i ,Eifter c--.11ed "Pr 1-1:/- i.pai", and Continental Casualty Company , a Drp mm laws of the State of Illinois hhl odiy fl!'d 71 cc His3ness in the State of Texas, r ftc. cJ ml re held and firmly bound unto the , mun:iipul corporation of Nueces County, :eKa. ed "City', n the penal sum of NINE HUNDRED SEVENTY-SEVEN THOUSAND, SEVEN HUNDRED SEVENTY-SEVEN AND NO/100 ($977,777.00) DC,7,EARS, . awful money of the United States, to be ra/d i NE I r Azy. -he payment of which sum well and o - --selves, cur heirs, executors, /.! !.rhl s inriy and severally, firmly by -5 !!_e:-• THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ndLhal en7ereH nts a ertain contract with the City of Corpus , cThc ti 13TH )f FEBRUARY , 20 07 , a copy of which is /±!:e./-/ atta,'HH part hereof, for the construction of: SOUTHMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART 1 PROJECT NO. 6172 (TOTAL BASE BID: $977,777.00) NOW, THEREFORE, principal shall faithfully perform said i a:. order e wi- The hlans, specifications and contract r'.(.1(i(i,nd an: Hinger . extensions, or guaranties, and if p ncioal one I rev /eplace all defects due to faulty mater !Ls anhh dr rkmaasnip that appear within a period of one (1) /om the date df , ompletidn and acceptance of improvements by The 'y the71 ts oP lation shall be void; otherwise to remain !7t/ ford- mud etfec- PROVIDED FURTHER, in'} legal action be filed on this c mnue Pieces ,cuhty, Texas. va /le received hereby stipulates that ;h.' le, 0- me -;re, ittemation or addition to the terms h, ant/ -- , - H.- work perl'ormed thereunder, or the plans, -- it etc:. . a !companylng the same shall in cL 3 » cm P -his bond, and it does hereby tic - y &I t aner. , <tension of time, alteration or t t, E ms the he 'tract, or to the work to be E--o/ri'd in( - -/ crITL9n (2, Bond Paqo 2 T e --he requirements of Article 5160, Mxie, and other applicable statutes of 1 1,Hts_mod i hereby designated by the Surety as liend Re, ieet Nueces County to whom any requisite E ma.0 le liver 1 end d'e whom service of process may be had r - su 0iretyship, as provided by Art. 1 V01 -(Hi Itance C, de. IN WITNESS WHEREOF, -ais iistrument is executed in 4 copies, ;cid] ne whch he ieemed an original, this the 26th f febwary_ ?:107 . PRINCIPAL Reese Contracting, Inc. Bv: IYIPOUW. , . v\i.. L. D,ee, se P're 5Idkent (P( : nt Name & Title) ATTS7 Sec0etary e Sjitta. Ke e SURETY Continental Casualty Company _yikrvyL, hazwo Diann Eisenhauer - re The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Swantner & Gordon Insurance Agency Contact Person: R.IVI.Lee Address. P 0. Box 870 Corpus Christi, Texas 78403-0780 Phone Ntunber: 361-883-1711 : t date f contract) (Revised 9/02) 'eItormance Bond Page 2 PAYMENT BOND STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY. OF NUECES § THAT Reese Contracting, Inc. of NUECES County, Texas, here _rafter 7..al led "Prine-. tpa l ", and Continental Casualty Company cc .- ora t i ( e a lei ar i ze l rn der '_ he laws of the State of Illinois do ous ness in. the State of Texas, :CT: 'f ..11:e held and firmly bound unto the r --o at a muneiipal corporation of Nueces County, here af7_ 'r on leH "Cit", and unto all persons, firms and rp .::tior, -.upplyiru i:.aor !.:134 materials in prosecution of the ecrk 'eferrsci t IT tle ,,Itached epntract, in the penal sum of NINE HUNDRED SEVENTY-SEVEN THOUSAND, SEVEN HUNDRED SEVENTY-SEVEN AND NO/100($977,777.00) DC'TFS, lliwfeul money of the United States, to rc pe ri in t ..lecee You ty. Texas, Her the payment of which sum well e:7i ul/ re mad ..: hi: e , urselves, our heirs, executors, ejmi .errailes eec se---esors intly and severally, firmly by -Las prese::: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the 1-Lr cal el-eree a -:ertdln eontract with the City of Corpus Me 13TH :ray FEBRUARY, 2007, a copy of which is ere ( ;,it'He:d 1(1 ma He part hereof, for the construction of: SOUTHMORELAND ADDITION STREET IMPROVEMENTS PHASES 3B AND 4B, PART 1 PROJECT NO. 6172 (TOTAL BASE BID 7 $977,777.00) NOW, THEREFORE, I.' !le principal shall faithfully perform its dunleE irH ma'Ke pc)rift pLyment to all persons, firms, se,loc,r:.racrer, po: at ons and claimants supplying labor and 7hE: prosecLi_ion et the work provided for in said ogra rt. alei an and u du:,/ authorized modification of said at tha ma here ndfeier be made, notice of which modification so: l nele4r expressly waived, then this obligation - remain in full force and effect. PROVIDED FURTHER, it lily legal action be filed upon this id en-ir 1 e nieces -aunty, Texas. :d rum sa 1 sur-t-, for miuc received hereby stipulates that ege, ' me, :r-ration or addition to the terms cont:e7,,-t, A to t ne wore performed t7lereunder, or the plans, moo f .rat: ca, ravvinls etc :ccompanyi:lg the same shall in c!efw a Effi. Len:Lien or this bond, and it does hereby or u71 s :h Thandc, -xtension of time, alteration or cc Ii L n e 7-rm. --ntract, or to the work to be f ad iel, Pa\ini.ten': Bond P a 0 1 - e )1 1 requirements of Article 5160, and other applicable statutes of ems imaht", "Labor" and "Material", with and as defined in said t-s fled :t,.3--I-. , hereby designated by the Surety e h ss t - 7c4,:t Readc::It it Nueces County to whom any requisite : Le mAy rc: -:L Lc-fer:( i-nd on wham service of process may be had rrn-ers , .s sl. ' su :) ,nretyship, as provided by Art, 9 I V(.1-1.-:-;1L., 'eYEI ,ranc- Cr.le. IN WITNESS WHEREOF, Js instrument is executed in 4 copies, « ih ich shhii be deemed an original, this the February )0.7 26th PRINCIPAL Reese Contracting, Inc. kees e pc e siaerct & 1 ATTEST eitc e-1L-C ses-etary S ay\ okra, esae F1' SURETY Continental Casualty Company trr - in-Idct Diann Eisenhauer Tice Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency Swantner & Gordon Insurance Agency Contact Person: R.M. Lee Address P.O. Box 870 Corpus Christi, Texas 78403-0870 Phone Number 361-883-1711 cf - be date of Lontract) (Revised 9/02) Paymea Hand Had- he P(): +FR( /l N,'l R_n )ss -ail Men By These Pre,ents, rnot a.. .1 Americas : asualt� anc n c ,eat- h tern aftiyei F creby R }I I eo, Nits Ellen Nluore.. I e nrsu, nds, ,tnder tat OR F i tt'POIN CNDIV1DUA1. ATTORNEY -IN -FACT at a >,ualtr Cornpanc_ an Illinois corporation, National Fire Insurance Company of Hartford, an '01,pans k - r long, Penny lvanta, a Pennsylvania corporation (herein called "the CNA Companies "), are nc her r,fficcs 'he C.-, of Chicago, and State of Illinois, and that they do by virtue of the kr it i appoint » Rvza. kristi Roberts, Diann Eisenhauer, Individually their true aril iawlu Attorneyis, iii-Fscr with full power and authority hereby conferred to sign, seal and execute for and on their ngs and otncr obligatory .nstrun -nit., ,■1 similar stature - In Unlimited Amounts - an o hind them there ny as fully and to the ,amt eaten as i1 such instruments were signed by a duly authorized officer of their corporations and all the ac of -said Attorney, 3ursuant u,!he author ty hereby ever, s; nerebv ratified and confirmed. P..w pr0f Attorney is mad; and executed pur,.,.,ant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly ad ,It.. at, - ndicated, by the Boar<_l, of Diretots of the orp rations In 5. tness M hereof, the ( NA Companies have used irtese presents to be signed by their Senior Vice President and their corporate seals to be he ,. to :ii"tised on ttE's : 3th day or Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Thomas P Stillman Senior Vice President Sr,:e ILno- s,Ciiut ' of( ool, ,. this 1 ith day .rfJuly, 20f)6_ oefore tie personal y ,:a;n. Thomas I' Stillman to me known, who, being by me duly sworn, did depose and say: th. ric resides in the t_ sty of Chicago, State .)f Illinois, that he t, a Senior Vice President of Continental Casualty Company, an Illinois corporation, N iiona Fire insurance Company of Hartford, an Illinor corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described .n and whim executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said m - :rument are such c 'rporate seals, that the: were so at' ixeo pursuant to authority given by the Boards of Directors of said corporations and that he tame there: o pursuant to like authorit• . and ,,,.knu.viedges same to be the act and deed of said corporations. 'OFFICIAL SEAL' • MARIA M. MEOMM • Nolary Pubik. Sts. of Illinois • i A y Commit= Eip'w 7116100 yl . Commission Expires Marcl 00.4 Maria M. Medina Notary Public CERT'IFIC'ATE i sal-. A Ritrikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, an lllinot, corporation. and American Casuals Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the P.:'. er . -f Attorney , teem above set forth is still rn force and further certIf: that the By -Law and Resolution of the Board of Directors of the corporations pr t ied the reverse hereof still in force In testimo, y wrtereof I have hereunto subscribed my name and affixed the seal of the said corporations this February do ; ' _ruary 2007 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Assistant Secretary State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822 -5000 You may also write to CNA Surety at P.O. Box 1068, Houston, Texas 77251 -1068. You ma contact the Texas Department of Insurance to obtain information on companies, coverages rights or complaints at 1- 800 -252 -3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texa: 78714 -9104, or fax 512 -475 -1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium of about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached documents. CITY OF CORPUS CHRISTI City of Corpus Christi Ordinance 17112, City to provide the following information with "NA" DISCLOSURE OF INTERESTS as amended, requires all persons or firms seeking to do business with the Every question must be answered. If the question is not applicable, answer FIRM NAME: kG E 5E :.�e4:7ica tw c STREET: Pts °0 3 S Z CITY: C:f t ZIP: 7 46,g FIRM Is 1 Corporation ( 2. Partnership ❑ 3. Sole Owner 0 4. Association ❑ 5. Other ❑ DISCLOSURE QUESTIONS It additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership In the above named "firm". Name Job Title and City Department (if known) A 2. State the names of each "official" of the City of Corpus Christi having an "ownership constituting 3% or more of the ownership In the above named "firm ". Name Title interest" 3. State the names of each "board member" of the City of Corpus Christi having an "ownership Interest" constituting 3% or more of the ownership in the above named "firm ". Name Board, Commission or Committee / 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership In the above named "firm ". Name Board, Commission or Committee L % /A CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person :!_ , , ti. , (Type or Print) Signature of Certifying Person: /Ij Trite: Date: ///7/b`7 Proposal Form Page 17 of 18 DEFiNITIONS a. 'Board Member ". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas, b. "Employee" Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm ". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self- employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non -profit organizations. a. "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas, e. "Ownership Interest ". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. "Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form Page 18 of 18 ACORD CERTIFICATE OF LIABILITY INSURANCE '4001: ER r « :$02 1c r I ',x 870 s ti; T.. s t.; X 7841:_t_'--- Phone 361 -883 1'11 Fax 36.- G44 -01.G JF' -.4°V Reese ontractlny, tr P 0 Box 8352 Corpus Christi TX 78468 -835 CSR REESE -Bl 02/27/07 DATE (MM/DD /YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # NS,RER A NS,,RER B INSURER C Republ :c Underer>ters Ins Co Texas Mutual Insurance Company Southern Vanguard INSURER D INSURER E COVERAGES "HE 'OLICIES OF INSURANCE LISTED BE! OP/ HAVE BEEN ISSUED TO' HE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OH COND',TION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY - 'ERT AIN, THE 'NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO A;.:.. THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POL + : :IES AGGREGATE .:MI' SHOWN MAY HAVE BEEN REDUCED BY "AIC CLAIMS YPE OF INSURANCE GENERAL LIABR IT' POLICY NUMBER X OMMERC.. -L . M,FNERAL L.A.B -'� TXP564704LAN -- , LAN [X X '' AG3REG,Ft IMITAPPLIESP - H :POLICY (X ^' ! jEC JET AUTOMOBILE LAB TV / X ,a" AUTi' 1 . _ ;WNE: A "OS ,CHI-DUI., P TOS --ORE -3 AU.. 'S NON OWN') GARAGE ;- tABIL :TY aAP! ALP- ' EXCESS /UMBRELLA LIABILITY X QCC JR •ED,.. iCTIH IX ,, RETENTION $10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXEC'.TvF i FICERIMEMBER EX(1 'DED' yes, describe under SPECIAL PROVISIONS oe =ow OTHER CLAIMS MA 'E T CA564704 -( UM B5647044 TSF0001114993 POLICY (MMDNY) 0''x01 /061 07/01/07 n LIMITS EACH OCCURRENCE UAMAGt it.) HEN I tL) PREMISES (Ea occurence) $1,000,000 $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1 , 000 , 000 GENERAL AGGREGATE V(2,000,000 PRODUCTS - COMP/OP AGG $ 2 , 000 , 00 0 01/06 07/01/07 COMBINED SINGLE LIMIT /$ 1 , 000 , 000 (Ea accident) �/ BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY EA ACC AGG 07,'01/06 07/01/07 EACH OCCURRENCE $1,000,000 AGGREGATE $1,000,000 03/02/06 03/02/07 X E EL EL WCSIAfW- TORY LIMITS 0TH ER EACH ACCIDENT $ 500000 DISEASE - EA EMPLOYEE 5000 00 DISEASE - POLICY LIMIT $ 500000 H _lontractors Equipm TXP5647042OC 07 01/06 07/01/07 ;Leased /Rented IDESCRIPTION OF OPERATIONS ! LOCATIONS VEHICLES ; EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Proect No 61''2 Southmoreland Addition Street Improvements Phases 4B, Part 1 The City of Corpus Chrsti is named as Additional Insured on all General Liability and all Automobile Liability policies. Scheduled Lease /Ren 240,798 210,000 3B and CERTIFICATE HOLDER CANCELLATION City of Corpus Christi Engineering Services P. 0. Box 9277 Corpus Christi. TX 78469-927' V ACORD 25 {2001/08) {ICC -CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. © ACORD CORPORATION 1988 IMPORTANT If the certificate holder .s an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on th,s 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 horde- in lieu of such endorsement(s DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amens, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/081 COMMERCIAL GENERAL LIABILITY l IS EV OR I" Ci AN( ES THE PC LICY - PLEASE READ IT CAREFULLY ADDITION 4L INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: (_'OMMERCLAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name 0 erson or Organization: Cite of Corpus Christi Department of Engineering Services Attr: Contract Administrator P t_0 Box 927- Corpus Christi. Texas ,8469 -9277 l no entry appears above. information required o complete this endorsement will be shown in the Declaration as applicabir t; this endorsement WHO IS AN II'SLRED (Section II ) is amended to include as an insured the person or organization shown in the Schedule, but oni■ with respect to liability arising out of "your work" for that insured by or for you. Named Insured: Reese Contracting, Inc. V Policy Nnmber FXP5647042 d h:ffectitie Date of This Endorsement: 7 -10 -06 Authorized Representatil e. Name Printed): R. M. Lee Title (Printed): Managing Partner ;i 'Q 85 ATTACHMENT 2 1 OF 2 TE 99 01B ADDITIONAL INSURED 'I his endorsement modifies insurance provided under the following: FBI:SINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective -7-10-06 Named insured Reese Contracting, Inc Policy Number I CA5647043 Countersigned b Authorized Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured_ City of Corpus Christi Dept Of Engineering Services Attn: Contract Administrator P C Box 9277 Corpus Christi, TX 78469 -9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liabilit4 Coverage is afforded under this policy The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act ;or the additional insured in all matters pertaining to this insurance. W e wil: mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we wi'l give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 OIB - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 ATTACHMENT 2 2 OF 2 COMMERCIAL GENERAL LIABILITY C� IIS ENDORSEMENT C'-IANCiES THE POLICY - PLEASE READ IT CAREFULLY w TEXAS CHANGES - AMENDMENT OF I ANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: 1 COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART P� LLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART R AILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Loverage part. we agree to mail prior written notice of cancellation or material change to: City of Corpus Christi Dept. Of Engineering Services Attn Contract Administrator P 0 Box 9277 Corpus Christi, TX 78469 -9277 Number of days advance notice THIRTY (30) Named Insured Reese Contracting. Inc. Policy Number TXP5647042 1 Effective Date of This Endorsement: '-10-06 Authorized Representative: Name (Printed): R. M. Lee Title (Printed): Managing Partner ATTACHMENT 3 t'G0205 i 11/85) 1 OF 3 TE 02 OZA ANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT 'Ili!, endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM CARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the poliLy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective Policy Number 7-10-06 FCA5647043 Named Insured Reese ( ontracting Inc V it.. Countersigned by (Authorized Representative) I FLIRTY 30) days before this polic js canceled or materially changed to reduce or restrict coverage w e will mail notice of the cancellation ot change to: of Corpus Christi Dept Of Engineering Services Attn. Contract Administrator P 0 Box 927— Corpus Christi, TX 78469-9277 Authorized Representative Name (Printed): R. M. Lee Title (Printed) Managing Partner FORM TF 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed November 1. 1987 ATTACHMENT 3 2 0F3 \NORKI RS COMI'E\SAT1 {);% x.ND E'.MPL.OYERS LIABILITY INSLRANCE POLICY WC 42 06 01 (ED. 7 -85) +EXASNOTIt'E )i' MATERIAL CHANGE ENDORSEMENT �.� er'd'rsement applies oniy :• A of the Information Page. In the event of cancellation or person or organization named Schedule to the Insurance provided by the policy because Texas is shown in item other material change of the policy, we will mail advance notice to the in the Schedule The number of days advance notice is shown in the This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Number of days advance notice: 30 \/r' yo?lce will he mailed to City of Corpus Christi Department of Engineering Services / Attn: Contract Administrator V P C3 Box 9277 Corpus Christi. TX 78469 -927' This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 3-02-06 Policy No TSF0001114993 Endorsement No. Insured Reese Contracting Inc / Premium S In#1 i. Insurance Compan` Texas Mutual In Co Countersigned By: W( ' 4: 06 01 Name (Printed): R. M. Lee Ed 7 -8-) Title (Printed): Managing Partner ATTACHMENT 3 3 OF 3