Loading...
HomeMy WebLinkAboutC2007-080 - 4/10/2007 - ApprovedS P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R HOMELAND SECURITY IMPROV ENTS AT WASTEWATER TREATMENT PINTS AND WASTEWATER EQUIPMENT YARD PREPARED BY: RVE, Inc. 820 Buffalo St. Corpus Christi, Texas 78401 Phone: 361/887 -8851 Fax: 361/887 -8855 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 PROJECT NO: 7319 DRAWING NO: STL 162 4a S. MARTM JR. 89385 <�L,ENS�O,r i •T INDEXES ' 'Revise,i 7/5/00 HONELAND SECURITY IMPROVEMENTS AT WASTEWATER TREATMENT PLANTS AND WASTEWATER EQUIPMENT YARD Table of Contents NOTICE TO BIDDERS % Revised 7/; '10) NOTICE TO CONTRACTORS - A (Revised May 2006) Insrrance Require: men- NOTICE TO CONTRACTORS - B (Revised ' /5/00) Worker's Compensation C;verage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -i Time and Flare o Receiving 'roposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted wi_h P- oposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Ins,rance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/10) A -11 Cooperation with Public Agen,: es (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access arid Traffic 'ont -ol A -14 Constructiol Equipment Spillage and Trackinq A -15 Excavation and Removals A -16 Disposal /SaLvage of Material:, A-17 F e `Il E)f-` _ NOT USED A -i8 Schedule and Sequence of Construction. A -19 Construction Staking A -20 Testing and Certificatic, A -21 Project Sign, A -22 Minority /Minority Business Enterprise Participation. Policy (Revised 10/98) A -23 Inspection Required (Rev 9eC A -24 Surety Bonds A-25 Gales Tex Eitempt-i-ee NOT USED A -26 Supplemental Insurance Requirements A -27 Responsibility for Damago CI,ims NOT USED A -28 Considerations for Contract Award and Execution A -29 Contractor':; Field Adxdn str�:? ion Staff A -30 ,Amended "Consideration cr_ Contract" Requirements A -31 Amended Po' cy on Extra Work and Change Orders A -32 Amended "Execution of Cortract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents z'i NF31 er F a�zirt�eS �E i_ n��..; 4 NOT USED A -36 Other Submittals ;Revised 9/18/00) y " NOT USED A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -39 Certificate F n - e- �� :�- a-Ra 1'ina1- ."��t -a-n� NOT USED A -40 Amendment tc Section B -8 -): Partial Estimates A -91 _ -_ Op en e " ' y NOT USED A -42 OSHA Rules s Regulations -a►� _- • -•rte -� .. _ . ,,.�. A -43 Amended Indemnification Hoi1 Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions ana Draw;ngs (7/5/00) n_46 D -.r e f u;,.hl _Ghle meted r ate NOT USED (7/5/00) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guara:ity" (8/24/00) A -50 Texas Windstorm Certification Requirements PART S - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 021040 Site Grading S6 021080 Removing Abandoned Structures S55 023020 Jacking, Bcring, T „nneling S65 025205 Pvmt. Repa,r, Curb, Gutter, Sdwk. Dwy. Replacement 025210 Lime Stabilization S28 025222 Flexible Base High Strength S24A 025404 Asphalts, tails, & Emulsions SJ_9 025412 Prime Coat S30 025418 Surface Treatment `;32 025424 Hot Mix Asphalt Concrete Pavement S34 025610 Concrete Curb & C�.tter S52 025612 Concrete Sidewalk., & Driveways S53 027402 Reinforced Concrete Pipe Culverts S60 02740£ Corrugated Metal 'ripe S46 028300 Fence Relocation :12 028320 Chain Link Fence 1170 028340 Chain Link Security Fence S71 028360 Chain Link Securitv Fence Special Application S71A 028370 Barbed Wire Fence S48 030020 Portland Cement Concrete S40 032020 Reinforcing Steel S42 (Includes Diagram) 037040 Epoxy Compounds `44 038000 Concrete S.ructurc:s S41 PART T - TECHNICAL SPECIFICATIONS 01 11 00 Summary of Work 01 31 13 Project Coordinat.on 02827 Hydraulic Slide G<,',.e Operator 02830 Standard Gate 04 05 00 Masonry Wall 11950 Integrated Access Control System 160110 Electrical Genera Requirements 16170 Grounding and Bonding 16402 Elect_ricai Wiring Systems 16470 Panelboards 31. 63 ;;9 Drilled Concrete PLer5 and Shafts 32 31 19 Aluminum recorat_le Fence Panel GEOTICCHNICAL INVESTIGATION REPORT LIST OF DRAWINGS 1. Title Sheet 2, General Notes 3. Allison WWTP Main Entrance Gate 4. Broadway WWTF - Resaca St. Entrance Gate - East 5. Broadway WWTF - Resaea Sr. Entrance Gate - West 6. Broadway WWTF - Offi:_—/Ccrtrol Building - Lab Room Equipment Yard - Entrance Gates (Additive #1) 8. Greenwood WWTP - North Entrance Gate 9. Greenwood WWTF - Soutn Entrance Gate 10. Greenwood WWTP - Control Building il. Laguna Madre WWTP - Main °ntrance Gate 12- Oso WWTF Nile ur`_ve Entrance Gate j3• Oso WWTP - Ennis Jeslin Road Entrance Gate 14. Oso WWTP - Area Plans 15. Whitecap WWTP - Main Entrance Gate 16. Gate Details Sheet 1 of 3) /- Sate Details FShee, 2 of 3) 18, Gate Details Sheet 3 of 3) 19. Gate Control. System Block Diagram (Sheet 1 of 2) 20. late Control System Block Diagram (Sheet 2 of 2) 21. Electrical Details 22. Conduit and Cable Schedule 23. Proposed Fence Location and Additive Bid #2 24. Decorative Fence P &P it of 4) — — 25. Decorative Fence P &P (2 of 4) 26. Decorative Fence P &P ;3 of 4) 27. Decorative Fence P &P ?4 o` 4) 28. Fence Elevations and details (1 of 2) 29- Hence Elevations and '`eta: 1 (2 of 2) AGREJ*dENT PROPOSAWDISCLOSURE STATEMENT PERFOO MANM BOND PAYMMT BOWD NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: SSCURM IMPROVEMENTS AT WASTEWATER TREATMENT PLANTS AND neap 1bA Vl_ 17 YAK1)f ease si.a A consists of providing necessary imp emen s to t e s.ty's six (6) Wastewater Treatment Plants for Homeland Security requirements including 9 EA motorized vehicle gates and access control card readers at each gate and associated electrical work. Base Bid B includes approximately 1780 LF of a new 8 FT high wall masonry fence along the Ennis Joslin right -of -way at the Oso Water Reclamation Plant. Alternate bid items provide for 2 EA additional motorized vehicle gates and access control card readers at the Wastewater Equipment Yard and approximately 200 LF of additional 8 FT high wall masonry fence at the Oso WRP. All work to be complete and together with all appurtenances, in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2.00 p.m . on ftdnesday, N4rch _14, 2007, and then publicly opened and read., y bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for Wednesda , March 7, 2007 at 10:00 A.M. and will be conducted by the City. The location of the meeting w-iIT be the DeRortment of Engineering Services Main Conference Room, Third Floor, City Rail, 1201 Leopard street, Corpus Christi, TX A bid bond is the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Doll ms ($50.00) as a guarantee of their return in good cond!Fion withn two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling 'Marge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public_ CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INS7RANCE REQUIREMENTS Revised May. 2006 A Certificate of Insurance indi ating proof of coverage in the following amounts is required: TYPE OF INSURANCE INSURANCE COVERAGE 30 -Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability inc?uding: $2,000,000 COMBINED SINGLE LIMIT 1, Commercial Form 2. Premises - Operat. ions 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Opera' ions Razard 6. Contractual Liability 7. Broad Form Property Damage B. Independent Contractors 9. tersonal Injury AUTOMOBILE LIABILITY - - -OWNED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTtD WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS i,IABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONIkENTAL IMPAIRMENT COVERAGE: Not limited to sudden & accidental ❑ REQUIRED discharge; to include lorg -term X NOT REQUIRED environ*tental impact for the disposat of contaminants BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements Cl REQUIRED X NOT REQUIRED INSTALLKTION FLOATER $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements X REQUIRED NOT REQUIRED Page 1 of 2 �! The City of Corpus Christi AND RVE, Inc. must be named as an additional insureds on all coverages except worker's compensation liability coverage. The name of the Project must be listed under "description of operations" on each rertifira`e of insurance_ O For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provision, section of the contract A - completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COnPENSATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR GCVE_NMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building c.r construction prc7ec= must be covered by worker's compensation insurance, authorized self- ::surance, or an approved worker's compensation coverage agreement-, Even if Texas law does not require a contractor, subcontractor or oth% s performing project services (including deliveries to the job site) provide 1 of the 3 forms of worker's compensation coverage, the C- --y will require such coverage for all individuals providing work or ser %,ices on this Projec- at any time, including during the maintenance guaranty period. 'Motor carriers which are required to regis =sr with the Texas Depar:ment of Transportation under 'Texas Civil Stazures Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not =ov:.de 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which Is attached and deemed Incorporated into the project contract. Please rote that under section 110.110: certain language rust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; the Contractor -s required to submit to the City certificates of overage 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 3. the contractor is required to post the required notice at the job site. By skiing this Contract, the Contractor certifies that _t will timely come_: with these Notice to Contractors "B" requirements- NOTICE TO CONTRACTORS - 8 IRevisea 1/13/98) Page 1 of 7 6/7 1 9g I itle 28. INSURANCE Part Il. TE -AS `N "ORKERS' CONIPE .NSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. ENIPLOYER'NOTICES § 110.110 Reporting Requirements for Building or Construction Projects for Governmeaw Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this ruie shall have the meaning defined the Te:cas Labor Cade, if so defined. (I) Certificate of coverzee tcer6- fic:tc.t—._ coav of a certificate ct i=urance, a certificate of authoriTV to seif - insure :slued by the ccrlrnission, er, a workers' compensation coverage agreement (TWCC -S 1. TWCC -182, TWCC -83, or nVCC -34), showing statutory workers' compensation insurance coverage for the person's or eatit}fs employees (inciuding those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the me,-_- _n!z defined in the Terms Labor Code, § 406.096(e)(1). (3) Contractor —A person bidding for or awarded a building or cc, trucaon project by a governments entity. (4) Coverage — Workers' compensation insuance meeting the statutory requirements of the Texas Lahr Code, § 401.011(44) (5) Coverage agreetaezit —A written agreement on form TWCC -81, form TWCC -82, form TWCC -83. or lam TWCC -84, filed with the Te.Yas Workers' Compensation Commissioa which establishes a reWonship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. - (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has bef ~n comple.ed _-:d accepted by the eoverrunental entity_ (7) Persons rroviding cn the proiect ( "subcontractor" in g 406.096 of the Act) —«rth the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities perromung all or part of the services the contractor has undertaken to perform on the project, -- regardless of whether that per scn contracted directly with the contractor and regardless of whether that person has emplovees. ids includes but is not limited to independent contractors, subcontractor: leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furishing persons to perform, services on the project. "Services" includes but is not li�^uted r m NOTICE To CONTRACTORS - - Revised 1113198) gf% httn:Pwww acs_ state tx.-.s/taJ23/II /1 i0(B /110 110.htrni Page 2 of ? "5c � , J ;e r -line, a. de; vernng ecu:o, tent cr -c_e ris. or =residing labor, trazsz`e a: cn or oche: a prole=;. c"Zrtces.' does not L.�i :ce aCt?:a:CS :.^elated to the project ch as OOC; _e 7endorS° CMCC SUDDiv de-E 'erieS, c._. i c °,very or ^orL?Qle toilets. (8f1� P,r_Je=— :cludes the t_:rc•.1sion of all services re:2ted to a build:;,Q or COnstructlon co ., ,-act for a gov+err -me Pnur (b) Fros,c r,- or .causing to be orevided a certificate of coverage pursuant to this rule is a reptesentatic by the insure-- :hat all employees of -.he insured who are providing services en the project -e cc•: eyed by workers' ccmpensauon coverage, that the coverage is based on proper repgrtinc of classification codes and payroll amounts, and that all coverage agreements have been filed with thle aa;:repriate insurance carrier or, in the case cf a self- insured, with the commission's Division of Sew- Insuraxe Reauiation. Providing false or misleading ce.-T. of coverage, or :ailing to provide or r: aintain required coverage, or failing to report any change that materially mie=ns the provision of caverage may subject the contractor or other person providing services on the project to adru- irisu.at.'ve penalties, C.-Irz nal penalties, civil penalties, or other civil actions. (c) A gevernmental entity &.at enters into a buildir.2 or construc --on contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subseaien, using the language required by paragraph (7) of this subsecioa; (2) as part o: :-`te contract, using the language reauired by paragraph (7) of this subsection, require the eontrac:or to perform as ; eguired in subsection (d) of this section; (3) obtain `cm the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain frcm the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the ct r. ent coverage period, if tl�a contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) to iater t:ran seven days alter the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the dur*on of the project; (S) retain certin-cates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the cerificates of coverage to the commission upon request and to &ny person entitled :c thern by law; and (7) u *e the la::_sage contained in the following Figure i for bid specifications and contracts. hithout any *Jditiowli words or chaaees, except those required to accommodate the specific document in whieti then are contained or to impose stricter standards of documentation: T29S I 10 1 10(c)(7) tbl NOTZCi TO CONTRACTORS - 9 Revised 1/13/98) http:i /*-,v-w sos.state.tx.us/tac' S/IjjI IOB /I 10.1 10.11trrl Page 3 of 7 8/7/98 A contractor shau: j provide coverage for its empic y ets providing services on a project, : 'he duration of the project :zsed on proper reporting orclass=-CZ':on codes and payroil amounts =. d 2 or any coverage agreements; provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on me project; -- (3) provide the governmental emir,-, pnor to the end of the coverage period. 2 new certificate of coverage showing extension of coverage, if the coverage period shown on Ie contractor's current :trtifieate of coverage ends during the duration or-the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental endry will have on file certificates or coverage showing coverage for all persons providing services on .:-.c project; and (3) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates o: 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 coaractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they ue required to be covered, and stating how a person may verify current coverzrze and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at My 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 comet ion on the sale notice, without any additional words or changes: REQTIW,ED WORKERS' COWENI SAnON COVERAGE "The law requires that each person working on this site or providing services related to this consttltction project must be covered by workers' compensation insurance. :-.is includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other -. service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the -„ legal requirement for coverage, to verity whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." NoTim :0 COMTRACTORS - B Revised a d PiQe4 of3 g� /9$ 7'er (8) reculze. tact perscn with contracts -.c _ -el�lde services on a croject to: (A) provide coverage based on proper renordnz of classification codes and payroii a=-aunts and filing of axv covtxage agreements for °.ii of its ernpieyees providing Services en the proie- ..or the duration of the pro =; (B) provide a certificate cf covema -e to the con=dor prior to that person beQintL.^g xork on the proje- . (C) lEnciude in all contnrs to prop ide se vices er the project t`:e language in subsea .,en (e)(3) of this section; (D) provide the contracte., prior to the end of "he coverage period, a new certi.>Zc to of coverage showing exte=on of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom is contracts, and provide to the comractor: (1) a ce:ti5mte of coverage, prior to the other person beginning work on the project; and (fi) prior to the end of the coverage period, a new certificate of coverage showing e.Ytension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on ale for the duration of the project and for one year thetezfter; (G) -potify the governmental entity in writing by certified mail or personal delivery, -A ithin ten days after the person knew or should have !mown, of any change that materially aii'ects the provision of coverage of any person providing services on the project; and G04coau=uay require mch other person with whom it contrams, to perform as required by sub araz*1s (A) -(FD of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A perm providing services on a project, other than a contractor, shall: (1) lwovide coverage for its employees providing services on a project, for the duration of the project basil on proper reporting of classification codes and payroil amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the projem, prior to beginning work on the project; (3) lave the following language in its contract to provide services on the project: "By signing this coact cc 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 contrac: who will provide services on the project will be covered by workers' competisatien coverage NOTICE TO CONTRACTORS - B http:ff" . w sos.state.tx.usirac/2S/Il/1 10!13/110.1 10.htrni Revised 1/13/98) 8/7/98 .-V tr•- , .V.l 1i1 for &,t :::ration of =C project, that the cc-: erage will be based on proper reporting of classification codes and payroll z:.ounts, and that ail coverage agreemen.s will be filed with the appropriate in=z - -ce carrier or, r1 the case of a self - insured, with the commission's Division of Self - Insurance _. Reguiatiotr. Providing false or misleading i^.iortaation may subject the contractor to administrative peazides. criminal penalties, civil penalties, or other civil ae=ons." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate snowing extension of coverage, if the cove: age period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract : ( a cerfficate of coverage, prior to the other person beau i work on the project; and (a) prior to the end of the coverage period, a new certificaze of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year ttweatier, (7) notify the gover=enul entity in writing by certified mail or personal delivery, of any change that n*eriaily affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person iaiew or should have known of the change; and (8) contractually require each other person with whom it contracts to: .(A.) proms coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agrm-nents for all of its employees providing services on the project, for the duration of the project; (I 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; (II') provide, prior to the end of the coverage period, a new certificate of coverage showing extension ofthe coverage period if the coverage period shown on the current certificate of coverage ends during tic duration of the project; (. obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (i) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverasm period, if the coverage period shown on the current certificate of coverage ends during the • O'= TO COMPACTORS - B 8/7/98 htt ° / /www.sos. state.. x.us /tac/28[fYl 10B /110.110.html Revised 1J13/9E) page 6 of 7 -6 1 AL 1.Q i i'J duratloa CI :1e contras:: ( retail all required ceri :es of coverage on file for the duration of ::.e project and for one year there=- er, (G) notify the eovernme ::tai er.::ry in writing by cerr=cd mail or personal delivery, within ten days after the person knew or should have known, of arty change that mate..ay affects the provision of overage of any person providing services on the project; and (K) colmactually require erch person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certincate of coverage to be provided to the person for whom they are providing services. (0 If any provision of this rule or its application to any person or cir=rnstance is held invalid, the i#validiy does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994 This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised fbr bid. ()t) The coverage requirernerlt in this rule does not apply to motor carers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 4(j). 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 average in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered., issued for delivery, or renewed on or after January 1, 1996. Sources The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; attended to be effective November 6, 1995, 20 TexReg 8609. Itetum to Section Index NOTICE TO CONTRACTORS - B Revised 1/131981 g�198 11tAp-//www.sos.state.rx_usitac 28/II/I IO/B /110.1 10.htrrll Paqe 7 of PART A SPECIAL PROVISIONS HOMELAND SECURITY IMPROVEMENTS AT NASTEWATER TREATMENT PLANTS AND WASTEWATER EQUIPMENT YARD SECTION A - SPECIAL PROVISIONS A -1 T*0e and Place Of Receiving Proposals /Pre -Bid Meetin Se #led proposals will be received in conformity with the official adOertisement inviting bids for the project. Proposals will be received in th* office of the City Secretary, located on the first floor of City Hall, 1201 Le9pard Street, until 2:00 p.m., Wednesday, March 14, 2007. Proposals mailed should be addressed i.n tie following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Cb A re -bid meeting will be held on Wednesday, March 7, 2007 beginning at 10:00 A. The meeting will convene at the Engineering Services Main Conference R Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX and will include a discussion of the project elements. If requested, a site visit will follow. No ;additional or separate visitations will be conducted by the City. A -1 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Donarintinn of 4f'nianf a Tx [ VAME TPS AT WASTEWATER TREATM1BTt PLANTS AND WASTEWATER t ase A consists of providing necessary improvements to t City's six (6) Wastewater Treatment Plants for Homeland Security re irew*nts including 9 EA motorized vehicle gates and access control card readers at each gate and associated electrical work. Base Bid B includes ap*oximately 1780 LF of a new 8 FT high wall masonry fence along the Ennis Jowain right -of -way at the Oso water Reclamation Plant. Alternate bid items provide for 2 EA additional motorized vehicle gates and access control card readers at the Wastewater Equipment Yard and approximately 200 LF of ad tional 8 FT high wall masonry fence at the Oso WRP. All work to be colete and together with all appurtenances, in accordance with the plans, spetifications and contract documents; A -4� Me"od of Award The bids will be evaluated upon the following order of priority, subject to availability of funds: I. Total Base Bid A AM Total Base Bid B, or 2. ;Total Base Bid A + Additive Bid No. 1 AND Total Base Bid B, or 3. Total Base Bid A AM Total Base Bid B + Additive Bid No. 2, or 4. Total Base Bid A + Additive Bid No. 1 AM Total Base Bid B + Additive Bid No. 2 The City Intends to award the lowest combination of Total Base Bid A AND Total Base Bid`B OR !Total Base Bid A AND Total Base Bid B plus Additive Alternates to one or two ContWtors, within the limits of the available funding. Nt*: C actars shall include pricing for Additive Alternate No. I wins Total The, City reserves the right to reject any or all bids, to waive irr gularities and to accept the bid which, in the City's opinion, is most ad tag0ous to the City and in the best interest of the public. Section A - SP (Revised 12/15/04) Page 1 of 22 A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 5% Bid Bopd (Must reference: HOMELAND SECURITY IMPROVEMENTS AT WASTEWATER TREATMENT PLANTS AND WASTEWATER EQUIPMENT YARD - BASS BID A; PROJECT NO. 7319* HOMELAND SNCURITY IMPROVffidINTS AT WASTEWATER TREATMENT PLANTS AND WASTEWATER EQUIPMENT YARD -- BASS BID B; PROJECT NO. 7319 *, 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.) * NOTE: Contractors shall be required to submit a SEPARATE 5% Bid Bond for Total Base Bid A, including Additive Alternate No. 1 AND a SEPARATE 5% Bid Bond for Total Base Bid B, including Additive Alternate No. 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project(s) will be 150 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ('City Engineer") to proceed- For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, 500 per calendar day will be assessed against the Contractor as liquidated mages. said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which-damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. Section A - SP (Revised 12/15/04) Page 2 of 22 1K K `8 !taxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A-9 Acknowledgment of Addenda Ilie Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non- receipt, could have an adverse effect when determining the lowest responsible bidder 10 "age Rates (Revised 7,'5/00) Lrlbor preference and wage rates for Construction Types. Heavy Highway & Mailding. In case of conflict. Contractor shall use higher wage rate. R evailing Wage scales The Corpus Christi City Cbuncil has determined the general prevailing mirdmum dimly wage r0tes for Nueces County, Texas as set out in Part c. The cc ntractor and any subcontractor MIOSt not pay less than the specified wage rates to all laborers, workmen, and mechanics elOPloyed by than in the execution of the Contract. The Contractor or subcontractor shall fprfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, w"rkman, or mechanic erVloyed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an a0currate record .Meowing the names and classifications of all laborers, workmen, and mechanics employed by than in ccxrection with the Project and showing the actual wages paid to each worker . TIW Contractor will mad bi- weekly certified payroll submittals to the City Figineer. The CICOtractor will also obtain copies of such certified payrolls from all subcontractors and otters working on the Project. These documents will also be submitted to the City II>gineer bi- weekly. (See section for Minority /Minority Business Ebterprise Participation Policy for adtiiticral requirements concerning the proper form and content of the payroll submittals.) CM and one -half (1 %) times the specified hourly wage must be paid for all hours worked in e4cess of 40 hours in any one week and for all hours worked on Sundays or holidays. (see Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) A -11 Ouperaticu with Public Agrncies (Revised 7/5/00) Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess at 1- 800 - 344 -8377, the LCM Star Notification Cm any at 1- 80- 669 -5344, and the Southwestern Bell Locate Grow at 1- 800 - 828 -5127. For the Contractor's cx xvenience, the following telephone numbers are listed. City Engineer 880 -3500 Project agar eer 887 -8851 RVE, Inc. Section A - SP (Revised 12/15/04) Page 3 of 22 Traffic Engineering 880 -3540 Police Department 882 -1911 Water Department 857 -1880 (880 -3140 after hours) Wastewater Department 857 -1818 (880 -3140 after hours) Gas Department 885 -6900 (885 -6900 after hours) Storm Water Department 857 -1881 (880 -3140 after hours) Parks & Recreation Dolt 880 -3461 Streets & Solid Waste Services 857 -1970 A E P 299 -4833 (693 -9444 after hours) S B C 881 -2511 (1 -800- 824- 4424,after hours) City Street_ Div. for Traffic Signal /Fiber optic Loo -ate 857 -1946 857 -1960 Cablevision 857 -5000 (857 -5060 after hours) .CSI (Fiber optic) 887 -9200 (Pager 800- 724 -3624) KMC (Fiber Optic) 813 -1124 (pager 888 - 204 -1679) Cboicecan (Fiber Optic) 881 -5767 (Pager 850 -2981) CAPROCK. (Fiber optic) 512/935 -0958 (Mobile) Brooks Fiber optic 'MAN) 972- 753 -4355 A -12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractors sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage cr other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract. price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is riot limited to, working driveways in half widths, Section A - SP (Revised 12/15/04) Page 4 of 22 construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic S'ngineering Department All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. 1.14 Cho E4ui Rent Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sower system No visible material that could be washed into storm sewer is allowed to remain c -n the Project site or adjoining streets. A ±15 IOMeavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be r4moved unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation "; therefore, no direct payment will be made to Contractor. A Disposal /Salvago of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the contractor and must be removed from the site by the Contractor. The cost of all hauling is cclasidered subsidiary; therefore, no direct payment will be made to Contractor- A-27 FA*Id Office NOT USED Section A - SP (Revised 12/15/04) Page 5 of 22 A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CAL83MhR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. w. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates Indicate submittal dates required for all submittals. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update . Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City Dr Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) Section A - SP (Revised 12/15/04) Page 6 of 22 ,,,. .,.,,E _a,. ..14, a._ . .. _.__., . — Q licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Fence. • All pier locations fence end points, and changes in direction of fence. Gates. • All card reader locations. • All pull box locations. • All new electrical racks and panels. Was All r im�inveEt elevations I. i nteFseebiag 1i and flow line) (T-XDGT and RR permit;s) top of veAves bex air Z Lill �. A l l J' ...4 l • 1 , l lines t A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the :"ity. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Sits The Contractor must furnish and install 2 Project signs as indicated on the following drawings. (Attachment I) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A -30 Minority / Minority Business Enterprise Participation Policy 1. Policy (Revised 10/96) Section A - SP (Revised 12/15/04) Page 7 of 22 It �s the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi -n support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City ccntract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered -3s minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: L. Owner; (a! For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must: be owned by one or more minority person(s). Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Section A - SP (Revised 12/15/04) Page 8 of 22 19 d Minority: See definition under Minority Business Enterprise e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0$ of whose assets or partnership interests are owned by one or more women, oz a corporation at least 51.0 of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed b-,�, the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45—% 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor Dr from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer, The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information, as required. Section A - SP (Revised 12/15/04) Page 9 of 22 A -23 Inspection Required (Revised '7/5/00) The Contractor shall assure the appropriate building inspections by the - Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection. Contractor must obtain the Certificate of occupancy, when applicable. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/ wastewater meter fees and tap fees as required by City. A -24 Surety Bonds Paragraph two 2) of Section B -3 -4 of the General Provisions is changed to read as follows. "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas- If performance and payment bonds are in an amount in excess of ten percent (10$) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10k) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas, Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,00o from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued.,, A -25 Sales Tax E wwtion (NOT USED) Section A - SP (Revised 12/15/04) Page 10 of 22 a i. Obtain the neeessar-y-8--l-es tam permits frem the Other Hhaeges" Previde resale eer-tifieates to supplier-s. i._ ffepe8 1 V&Iue F materials. he m ' - are eligible €ems sales— tax effemptiens if the subeentraete* aloe ee. plies- with the abeve requirements. The Gentraeter must issue - reeale eerti €ieate to the subeentraeter and the subeentraeter, in tarn, seams -a- A -34 Supplement#]. Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name° City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2_ Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City and RVE, Inc. is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -1 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Section A - SP (Revised 12/15/04) Page 11 of 22 Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of :he City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims NOT USED Paragraph (a) General Liability of Section B -6 -11 of the General Provisions is amended to include: Contractor must provide Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's „' k v=— Installation Floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Bull e R k Installation Floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1, Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or :ether authorized part,•, specifying all current assets and liabilities. A -24 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, sVerintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: Section A - &P (Revised 12/15/04) Page 12 of 22 i 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, construction and installation of masonry walls of similar characteristics to this project, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Suck written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended " Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3-1 Consideration of Contract add the following text: Within five (5 working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5 The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. A list of subcontractors that will be working on the Project. This list may contain more than c)ne subcontractor for major components of the work if the Section A - SP (Revised 12/15/04) Page 13 of 22 Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the Cty Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the - ontract pursuant to Section B -7 -13; 7 A preliminary progress schedule indicating relationships between the major 7omponents of the work. The final progress schedule must be submitted to the City Engineer at the pre- construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning considerations for Contract Award and Execution and the Contractor's Field .Administration Staff. 9 Documentation as required by Special Provision A -35 -K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and names) and Titles) of individual(s) authorized to execute contracts on behalf of said entity. A -31 _Apm2ded Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Chance orders the present text is deleted and replaced with the following: -- Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any Change orders in an amount in excess of $25,000.00 must also be approved by the City Council. k -32 Jo ended '19mecut, = of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 A xecut�on of Contract add the following: the award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Cmditions of Work Section A - SP (Revised 12 /15/04) Page 14 of 22 Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -H*d Meeting referred to in Special Provision A -1. A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidditi3 phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications, fifth precedence will be given to the Technical Specifications, and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc . the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that o7-der. A -15 City hater Facilities: Special Requirements (NOT USED) Prier to afw G #ti— grater €aeility, , - the a-t-u Visiter/Gentraeter Safety Gri e eenduebed L 1 Orientation egram will be q€Fe ed by— antherized City Water Department t , e - ersees whe-de net have sueh -a ea-i�, and -wke desi *e to pert._.. _ ; OEIE within aRY Gity water- €aeili-ty. Fey - additienal in €ermatien refer to �kttae§�sest A;1-1- aateEials —and e-- ipment used in the Eepa}r, reaesembly ethers tens, whiek eeuld eEme irate eentaet with getable water, must eee €egm to Amerieaa Matieaal Standards lnstitute` Natienal s11)iBF) Standard 61 as —deser }bed in the StandaEd Gpeeifieatiens. Section A - SP (Revised 12/15/04) Page 15 of 22 A14-- °'mvcvaciaecvrr- fRtn`c —fie e9ataliied at all tAmE6 at the Wa cc--r- €aeilitysite. trash will "et be allewed The Ee€rtraete-r sha €l ke r -wer-le areas -elean at all: times and L-emeve all tLash rt� daily. g.- - Eeatraeter --s eereeFinel Faust wear eelered ate € €erm ever-alls ether H. - -- Gentraeter must net use any LCity €ae €lity r- estEgeme Eez tiaeter meat provide ewn sanitu c. : i . - . Tom... rle to the be perfermed enly by qual-A-1--eed teehaieal a as det-emined by meeting the qualifleatiens 1 tz=snd 9 belewi This werk inel-ades but is aet limited te, mead €ieatieilS;-- addittien , ehasges, - seleetieas, - furnishing, installing, ee :- meetiaq, eperatien all hardware an 19F se €tware speei €ied er r-eeluired by these .r _-e---rcuczensr. The Ge t...ae t, • beentraeter pL- gpesiag te— perferm the SGAP-A WAA - must -- and eentrel System b }3aese. Yee €erably as apiplied to the muni-(- pa4- Section a - SP (Revised 12/15/04) Page 16 of 22 i& �T and eampleMity aS equired in this C-e t aet ea at least- tMee , 3 - -- He as beefl- aet}Tely engaged in the type e€ werk speeifted herei n - €eE at least 5 years. 4 e empleys &yetetns Engineer, or an- Eleetrieal Engineer to ettpe vise -eF peEfer-m - the -werk re"ired by this -epee °_ 7 - -- eemplered a faanu€aetnrer'straining eenrse in een€ignviag and impletaentiag­ the speei €ie eemputers RTU61 s, aid He maintains a --permanent, G­ . -e faeility within 490 miles ef the Prejeet site t-s maintain -- repair, — ealibi-ate, and pregram the - --ey--W-ems speei€ied -herein- - ,._..__..._. He shall furnish- egnipment— rah }eh is the— preduet e€ one m' nufaeturer to the ma, imam- praetiea' extent Where this 16 not praetieal all equipment of a given type will be the 3 -:— pier perfe ne at the . N Stevens Water Treatment Plant -- will —be used in evaluating whieh— Gentraeter er 4­- the -antr aet Awe_- required —te shew the pregramm }ng as needed and M -ed -te- add - -these twe systems to tote a ;eisting City B OAD pregramming - bleekB -whieh the Eity- requires to be filled in and given the . 9 phase. The attaehed sheet Is an em-ample an i-s­ net- - intended to shew all of the required sheets The Gentraeter L-_- A -36 Other Submittals Sh— op__Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles In addition to the required copies, the Contractor shad also submit one (1' reproducible transparency for all shop drawings. C. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the criginal submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal c, rm . Section A - SP (Revised 12/15/04) Page 17 of 22 d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. S les: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Tt and_Repair Report When specified in the Standard and Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A -17 Aal ded "Arrangement and Charge for Water Furnished by the City" NOT usBD A -8 Aiper's Compen#ation Coverage for Building or Construction Projects for = �� h=umcuc auzleaes Section A - SP (Revised 12/15/04) Page 18 of 22 The requirements of "Notice to Contractors -B'" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance NOT USED The 3esuaee a€- a- eenetitute - €inal aeeeptaeee of the ien B 8 4 A -49 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -6 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for �:he materials delivered to the Project worksite. A -41 Ozone Advisory NOT USED Prin"g and het fwix an omene adv4se-, 1__ been-+-s netify- Eefttraeter abeiat -esen the dam will $et —be- tielanR ,?empensated at the -a ni t A -49 OSHA Rules i Reaulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -41 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 - -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The :contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change Orders Should a change ordez(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work Section A - SP (Revised 12/15/04) Page 19 of 22 of the change order ;unit prices, hourly rates, sub - contractors costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data :)n all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A -4i Disposal of Highly Chlorinated water (7/5/00) NOT USED A -47 Pre - Construction Exploratory Excavations (7/5/00) __, Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (101) of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Section A - SP (Revised 12/15/04) Page 20 of 22 Contractor shall perform no construction work on the project until all e3►loratory excavations have been made in their entirety, the results thereof r4rorted to the Engineer and until Contractor receives Engineers approval of report. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be subsidiary to this item and not be paid separately. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 overhead Electrical Wires ('7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction, equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. --ontractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP &L and inform CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B_8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any _laims or causes of action against the Contractor or any other individual or entity." A -50 Texas Windstorm Certification Requirements The Contractor shall provide certification of the design and installation of the complete, finished structure assembly including roof system, framing and support system, foundation system, etc. by a "third- party" professional engineer registered in the State of Texas and acceptable to the City, Texas Department of Insurance ('TDI) and the Texas Windstorm Insurance Association (TWIA) . The Contractor shall provide such certification in the form of TWIA forms WPI -1 / (WPI --2;, and WPI -8, prior to acceptance, to the City and the A/E consultant (with the close -out documents). Contractor shall file TWIA form WPI -1, with the TWIA prior to obtaining the Building Permit and shall submit a copy to the A/E Consultant and the City with the application for a Building Permi.. Section A - SP (Revisfd 12/15/04) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROORCT: Ho"E"M IFCURITY IMPROVX111=TS AT WASTSKATER TREATMENT PLANTS MM WASTRWATH& EQUIPMENT XPJKD; PROJECT No. 7319 Owlet: CITY- OF CHRISTI ENOWNEER.- RVE, Inc , Corpus Christi, TX COJIMACTM SUMITTAL DATE. SUBMITTAL NUMBER: APP%ICABU SPECIFICATION OR DRAWING SUBMITTAL Section A Sp (Revised 12/15/04) Page 22 of 22 z H z W H H 4 ATTACHMENT NO. I PAGE l OF 1 A G R E E M E N T THE #TATZ OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 10TH day of APRIL, 20 07, by and between the CITY OF CORPUS CHRISTI of the County of Nueces. State of Texas acting through its duly authorized City Manager termed it the 'ontract Documents as "City," and D &C Fence Co., Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration cf the payment of $841,258.00 by City and other obligations of 7ity as set out herein, Contractor will construct and complete certain improvements described as follows: HOMELAND SECURITY IMPROVE[4ENTS AT WASTEWATER TREATMENT PLANTS AND WASTEWATER EQUIPMENT YARD BASE BID B — PROJECT NO. 7319 (TOTAL BASE BID B + ADD.ALT.NO.2: $841,258.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insirance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents ;riclude this Agreement, the bid proposal and instructions plans and specifications, including all maps, plats, blueprints and other draw ngs, the Performance and Payment bonds, addenda, and related documents al_L of which constitute the contract for this project and are made a part hereof. Agreement Page of 2 83/89/2587 22:28 3618263561 ENGINEERING '"WIZAMb NZWOR ix�,oww�rrs � tM►s oa►sta ►mar PLKWX AM MX no n=W TAM - %UX BXD s MW 2 81 82 53 84 ss s6 ixcoratien pet special froviaion aaetian A -47, t0001plete in place, per 2 T pro Ct 839ns, eamLet LT 1"S a 8"v" a tad,at Chaialink 1bnw, (complete in place per PAGE 26/33 umv Mtce sx I a» Ie s3logm— VZOMM (C!'!! t y11='j pucz 00 O 8 SVC/ i OO a 2 / 6 6 3 fr 6l6 la Li e r 0 and Unanticipated CpslUctiona below 8' -0" i 51000 a s 000 DF1 zF rend; - (Comp eto "in a 2 / 6 6 3 fr 6l6 la Li e r 0 �' —• 1776 -Per 18" !t 12- Concrete DF2 LF rooting, (Complete in place, per Unear Foot) 124 18" aMeter x 251 Deop Dr3 EA Drilled Shaft, (c*Wlote in PUCS, s CaChl DF4 11 CA Al tnn Fence Panels, (complete in place, per S t7 Lt VW DF5 22 ZA AlUminum posts for Fence Panela, (complete in S / g s 3.2 F4" 121age, per Bach DFG 1 cra g, (ccagplots in a per LUC awn) $ G? Dal > sn aftx rtzip at :.4oe Oftseta, • (complete in S / �! '✓?� $ I S 4 S� PIRO*. per ) TO= W-M 8= H: M= Old Item. a1 -3i6, Dr1 -Dr7) sxvxsm lromal term Da[ W.2 tago 3 of ! 2 Page 3 of a 03/09/2007 22:28 3618263501 ENGINEERING PAGE 27/33 IRMUMM TTY YM RB AT ICI q►- 'rRiA BLA OB Alb IM9nomeM A*= "=, TAMD - !lABS 8ID 8 03/09/20!7 22:28 3618263501 ENGINEERING PAGE 28/33 z - •Asa 8n a BtD Ste= 1. TOTAL Un azn s 2, "TAL AM7tT"a &L No. ? / f t Ji►DDZTIVS ALTtlt10►tZ <E Cv. - d tcoacs" toe) bersulth oettitles that the wait that Sts b �'l' a+diitina hide) eoA prices aboMa on thls pri�L -out ter &we Mill be tabulated using thus• Wait VCU& and a� sin sit Psiass in/suded, and } � f �L�E `��oAtraotos) .ctaowlsAges sad as did + tvHbes a revs ageeas that the Total dsd As omt abmm M111 be read aaI Y1A! tba Wait Did " • that the ettieiay Total aid asonnt Will De as showu sa the Z ai f f C*Zu that ahova is this psiat -out b d.t.:ela.d by Y the lsspeeftiw estinaNd ,obrua '0i OF, sad than totaliaq the sxteaded +•costa. sumsim t raposal htr, hee a of i mme 2 p+w• 5 of a The Contractor wi 1 --ommence work within ten (10) calendar days from date tley re;- -eive written work order and will complete same within 150 CALENDAR DAYS after construction is begun, Should Contractor default. Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will par Contractor in current funds for performance of the contract in accorda-?ce with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above ATTIMT r City 7ecretary APPROVJM AS TO LE FORM: r By f __ Asst, Ci y Attorney CITY OF CORPUS CHRISTI By: Ronald F. Massey, Asst. Ci Mgr. of Public Works and Utilitie i By S171, Ange R. Escobar, P.E. Director of Engineering Services CONTRACTOR D &C Fence Co. Inc. Title: VP 5441 IH 37 (Address) CORPUS CHRISTI, TX 78408 (City) (State)(ZIP) 361/289 -2819 * 361/289 -5106 (Phone) (Fax) M AU I tiUKILcI� tY ( 04CII . Agreement Page 2 of 2 ENGINEERING PAGE 24/33 P R O P O S A L F 0 R F 0 R M SECURITY I mwvn=TS AT Wmw&Tm TREA'1'1MT PUMT$ Am ISTR"Ifi►T R ]CQU:EPW NT YARD - BUIC 311D 8; PROJECT NO. 7319 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS RZVI WM Proposal F*= AODMWUK �p.2 Page 1 of a �]1C� 2 paw I of 8 03/89/2887 22:28 3618263581 ENGINEERING PAGE 25/33 P R O P O S A L Place: Date: �� �'� 211 �-2 0 0 7 Pr�osal of �- C ����7YC C CO 141C. a Corporation orga ized and existing State of ; g ceder the laws of the Ej a Partnership orlkndividual doing business as T*: the C147 of CosVas Christi, Tax" Gentlomen: The undersigned hereby proposes to furnish all labor and matex4als, tools, and necessary equipment, and to perform the work requiJred fer: earSrsAM MaMler ai8 AM - amass r x�►sTSw�s�e 24 NMS m ��� � sn nr at th* 10cations set out by the plans and specifications and strict acccrdance with the contract documents for the follow in priced, to -wit: ing 2rssso Proposal rem page 2 or • s gg er • 03/09/2807 22:28 3616263581 ENGINEERING VXAMB Am M801 WER aMzNUMs TMW - shss ern a two "4Z sm g1 pva�zatsati, LS in Mace, 902 82 1 awn • (compl UFO- tieo per M000dal 53 Provision S•ctivn A-47, (ooe02ete In plane, Par 84 2 Project S1gns, (co=let, slaw! i ialra�e �sist sS Lr Csa4%U1 k lam�ee, (!M"ste in place per PAGE 26/33 may �tsee sw aza zit s� n40�ti0 tart 2 tM Mzcx at � s9,670 S L, O t 2 7 o0 0 placw, per z4ne-t Ir toot) 18 "' 12" Concrete I Cbsttnetioassbbelow 8' -0w I; 51000 I $ 5,600 DF1 LF Fena - (a plate "ib t 2 1776- placw, per z4ne-t Ir toot) 18 "' 12" Concrete -- Dr2 LE rooting, ( complete in 6 ( p 6 Place, per 4r Foot) 24 18" Kameter x 25t Deep Dr3 ZA Drilled Shaft, (complete 3 8 � $ � 3 S�O In Ce not Each ) 711 tat fence Panels, (complete in place, per '- ---- S � � C> -.__� L-_ DU CA a_ _ �Lo Each +Lt DFS 22 EA Al um Poets for Fence panels, (complete in 0_ / I $ 32 S� place. r Each, DF6 1 61ac 9, r ZAMfte in SWO) S % I 3_ G� ?, 4 to Dal 1 sA w xtriv at wwwo oiYsets, • (CaNxu to in s / Ll 5ry lea. ) - zar�►L WZYCE pid ztems ei -26, Dri -ar7) e_ T4M2xD proposal rots [ U9.2 rigs 3 of s 2 la9e 3 of i 133/09/2087 22:28 3618263501 ENGINEERING PAGE 27/33 MMOMMM *MCMTT - -M-M-F.—!TM AT AMULT&A %Tam==" AM NZWOMFEW no Naga= 71MD - MAM 31XD 13 Film its Zv v VZW=s (M 3t MW nuez AFB Ls in lace z X.) ) s- CFO- AF2 LS o, cow Ste in YZ 13 a I per &am 8 AF3 SA azeavatSo® per speeial, Prow""n 90CMAAM A-47, s in place, per $ JUM LS wad VOMUCLipated Oba'actions below V#_0#r S 2.500 2.500 PEI 200— zr at a a Block- Tome, (C=wl*to In 200 -1 or Lin r root) 20- x 12" Concrete FZ2 I.F "**tinge (c=Vl*tQ In 1216me Per Unger rZ3 root) MMQt*r x 251 Deep Oried shaft, (complate in lla $ llas 1 & 1 S&cO P r Uch) FE! Ls GraCM9. (006445t, in 9%1.p Iner tuft 7670 �E;771 TOTA W L wru" ALT. No. 2: FIM= REVZM ""*I ftyu Face 4 of 8 X10.2 2 go 4 of • 83/89/2997 22:28 3618263581 ENGINEERING PAGE 28/33 a PLAWS Tt %�M'P8 SIT'nN�l'rlit $tD std= 1 • tbru �n►ls �m s 2. lCS1►L iTZVt 11LT�W1'1'E ]Io. 2 =751,�— t ff . JoTaL srn s + ZrIys a='= 'U b 7� b 8 t7�P D p►�'L 1vo. 2 a d oss tcoatr�etox) t►sswitA certitios that the t that is bi Hill be tabulated ns btas) ooatainad this ProPOaai arses Shona en tAis tislat.wat for �7 titi itlq thaaa trait Dstosa cad ne ahos Sntot �pMLt Prices lufteded, and t � f � t f � °contra as !a � ctyex) ackaavledgy cad O Oftal ll� d tdsid � a4nea a4roes that the Tet+�l ltd Jtaoant omit ottiaiwl Tptai !td aaotY►t wi s w bs read in t�se ai tt olton ii) M Shown and the total s Psiat-oat by t"* rsm" tiv*�tlat.d 1i at the oxtaaded asennts. dO f - .� &3/v4.-A t= ) —Ad, &Oaw , a� �► PAft m 'rePesal rots �qf�,� nave s et s A22LOaft" 2 pale S or • 03/09/20W 22 :29 3618263981 ENGINEERING PAGE 29/33 has a Undersigned hereby declares that he has visited the halat of y exarain the plans s to the work covered b pdeifieations a site and work, and � h1a bid or bids, that heoa7rees to do0the warranty bv� are no estimates for the a aids qq by the City are in any sense a Opon notification of award of contract of the Contractor. PeyGalen da s execute the formal contract and will deliver a p ri goired) for the faithful we will within ten (tc) Bond (as required) to insure performance of this contract The bi bond! attached to this payment for all labor and materlalsa amount did, is to proposal, in the amount of 5� of the highest event became the property o! the City of the contract and bonds are nvt executed within the time above forth as lfquidated dams e9 y Co COr us Christi in the thereby. 9 for the delay and additional wor used p MaCritt/Maerity stsiness Malr.rprisw Part.3 then Ci lv bidddder shell, within five days of receipt of bids,, n submit The partic tiineer, in writing, the names and addresses of erfo in the contract and a description of the work to be P a' its dollar value for bid evaluation purpose, will be r r of 8i9ted Sets of Gooe�snts; The contract and all bonds prepared in not 1093 than four counterpart (original signed) sets. within 2A pTAUS of Completion: The undersigned agrees to complete ds" from the date designated by a Work O e. the work The underaiced further declares that he will provide all sseceasa�y tORfla and apPazatus, do all the work and furnish all materials and do ever ping re red to carry out the above by this roprmal, in strict accordance with the contractt documents and requires nts pertaining thereto, for the sum or Sums above number). Receipt of the following set forth. g addenda is acknowledged (addenda Respectfully Submitted: Name: t C 1°t'7V Ce C v --.. (SEAT, IF BIBDER IS By: ` a Corpmration) Address: a7l, C3 ��/ .rH ; 7% (p ` M- 2�'c ` f t sT /) � (Ci.t) (state) , �%C 7 � � 7 Telephoner /— 289'- 2f� /9tZip} WWI po j detach aid from etber Vapor.. fihasA and auifmit o4aplete with ct, Mpsra. ca.vtsw Aurmt 2000) u�rsssa pup"ai fora 7 =MWM V0.2 Pa" 6 of s P E R F O R M A N C E B O N D Bond No. 220 69 23 STATE OF TEXAS 5 XNOW ALL BY THESE PRESENTS: COOTY CF NUBC19S § T1tm _D&C P'®nae Co., I=. of NUBCBS County, Texas, heaeinafter called "Pri.ncipal", and Insurance Company of the west r corporation organized under the laws of the State of California , and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Te,*as, hereinafter called "City ", in the penal sum of SIGHT iiUMLAMM FOOT-CM THOUSAND TKo.uux0M FIFW- =IGffT AND NO /100 ($84xr___ ,258.00) DOTpLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors.. jointly and severally, firmly by these presents: T= COEDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH of APRIL, 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of: HONI L MD SECURITY lMkOVMMMS AT WASTEWATER TREATMIT PLANTS AND WASTMATER EQUYP>l ZM YARD SASE BID B - PROJZCT NO. 7318 (TOTAL BASE DID B + ADD.ALT.M.2: $841,258.00) MM, THRREFOMM, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract dor-uments, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect.. PA7IDED YUPSHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas, And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in arywi,se affect its obligatiQn on this bond, and it does hereby wive notice of any such change, extension of time, alteration or addition to the terms of the oontract, or to the work to be performed tterevnder_ Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby. designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art- ,19-1, Vernon's Texas .nsurance Code. IN WITNESS WMMEOF, this instrument is executed in 9 copies, ea0h one of which shall be deemed an original, this the 23rd day of Apr i I 20 — NCI PAL er_ce Company, ;nc. By; / v (Print Name 6 Title) (Fr1 nt N SU"TY inr- ,,rane Company of the West 0r Loop Wes r7, Ste. 0, Ho ton, TX 7701 syt Attorney -in -fact Rcsalyr. D. Hassell, ,'attorney -In -:act (Print Name) The Rosident Ageat of the Surety in Nu&oe s CttY, Texas, fox de,Mivesy of notice and service of process$ i.s: Kingsb;- i sarance Ayencv, Inc. jkoncy: dba Integrity Insurance Solutions 0*tack Pexsoa: Jacque' yn Kingsbury 1�lilre3�e: 15102 Leeward, #604 Corpus Christi, Texas 78418 Pine Xkw2bmr. 361 -866 -8400 (10M D #'te of Performance Bond must not be prior to date of contract)(Rovised 9102) Performance Bond Page 2 of 2 P A Y M E N T B O N D STXTE rte' TRXAS 5 3ond No. 220 69 23 KNOW ALL BY TIME VRESMMS : co or NUZCB8 5 T1W DiC F"co Co., Inc. of XUZCES County, Texas, hereinafter called "Principal ", and insurance Company of the West , a Corporation organized under the laws of the State of California , and duly authorized *o do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi,, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ZZOT MMRXD F Y -ONE THOUSAND TWO HUNDRND FIFTY -EIGHT AND V0-100 41,258.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, ad *inistrators and successors, jointly and severally, firmly by those presents: TM CONDITION OF THIS OBILIGATION I8 SUCH 'THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH day APRIL , 20 01 , a copy of which is hereto attached and made a part hereof, for the construction of: SOMELAND SECURITY IMP°ROVSM UTS AT WASTMOkTER TRBATMl88T PLAINS ANA MBTEMi,TER BQUIPNNT YARD BASS BID B - PROJECT NO. 7319 (TOTAL SASE BID 8 + ADD.ALT.X0,2: $841,258.00) IM, THMMFOSZ, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shnl.l be void; otherwise tc remain in full force and effect. PINMDED FM11MR, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page I of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material. ", as ased herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite Tiotices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7 .19 -1, Vernon's Texas insurance Code. 2A WITNESS WURROF, this instrument is executed in 4 copies, ear,h one of which shall be deemed an original, this the 23rd day of Ape -_. _ F 24 0 , PAINC IPJLL C Fence Company, Inc By: /CrW Op a#*,*4 i�iN a�'�2.G.a r �•' (Print Name & Title) (Print Nine) SURETY in&arance Company of the West 2C,u Loop We , Ste. =0, Ho ton, TX i Attorney -in -fact Rosalyn D. Hassell, Attorney -In -Fact (Print Name) T%e ftefdent Agetmt of the Surety in Naeces County. Tesaie— far 41423vw.y of notice and sluice of process is: := :asb.. °r Ir.surar,ce Agency, Inc. Agdmc'yp - dba integrity Insurance Solutions C=tsat Persea: Jacque -yn Kingsbury ATA*IresS: 1,102 Leeward, 4604 Corpus. Christi, Texas 78418 Mono X=bor: 361 -866 -8400 (NOTE: Date of Payment Bond must not be prior to date o£ contract) (Revised. 9/02) Payment Bond Page 2 of 2 No. 0004171 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN 13Y fHPSE PRESENTS That Insurance •:_ ompanv of the West. a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, . Corporation dul\ organized under the lar. s of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas. 1 coilectiveh rt ferred to as tic `Companies"), do hereby appoint JAC'QI'ELYN KINGSBUR],ROSALYN D. HASSELL their true and laAl AttonwAs) -in -Fact with authority to date. c Necute. sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts o(suretNship, and any related documents in witless whereof, the Companies hay caused thes, presents to be executed by its duly authorized officers this 1st day of November, 2005. �Y 00N 0i n 's INSURANCE COMPANY OF THE WEST W C, _ O a SEAL - e 1j r EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY Jet}ie,: D. Sweeney. Assistant �,ecretar State of California } i:'ounty of San Diego ss John L- Hannum, Executive Vice President On Ju4e 7. 2(106 before me, Mary Cobh, Notary Publ ic, personally appeared John L Hannum and Jeffrey D. Sweeney, personally known to me to be the persons whose names are *bscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the enibv upon behalf of which the persons acted. ex.-euted the instrument Witness my hand and official seal. RESOD ITIONS 'This Power of AtWney is granted and is -signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies "RESOLVED: That the President. an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s) -in -Fact to date, execute, sign, seal, and deliver on behalof the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and currets status of the appointment. ma,\ be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Com�iy. may be facsimile representations of those signatures and seals. and such facsimile representations shall have the same force and effect as if manu�lN affixed. The facsimile representations referred to herein may be affixed by stamping, printing, tvping, or photocopying." CERTIF ICATF I. the undersigned; Assistant Secretary of Insurance Company of the West. Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of AttomeN :s in full three and effect and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Cfpmpames, and are no,s in full force. IN WITNESS Wf�£REUF, IhaN 23rd e set m�" hand thi� daN cat April 2007 Jeffrey D. Sweeney, Assistant Secretary I o verify the au ucit} of this Power of Attome: you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individuawand defdils of the bond to which the power s attached For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, A 02130 2045 or call 1858) 35i = -2400 03/09/2007 22:28 of FIRM t" STREET: 3618263501 ENGINEERING PAGE 30/33 DML � �WM if � 171!2, a. IlMeadsd, all Ikon. Every q�tlon � boor fleeas aMktn� to da buskin wish wwsd. n the gueathm k rmt C F t�/CE CD, . I A(C. CITY• • -•. -• i c ( / ( : ��p g FIRM b: !. Corp,�pn _ 6. Other 2 Parinetshlp 3. sole ._,.._ 4. AwwM& n .`. DISCLCow to= r%l Md+........ E mod is nsoeasry, tie up the lavers! skte ed this 1. Sta1s oe � or altsrh Nparate sheet. rrgr+� In Ow abaW named *Arm', of Cows Chryq an 'oy�,Ae�hlp indr�esr oon ynS 99B or Name - ,1 PAA Job TMN and City Deparb wm (E known) 2. sub of each 'otitdaP of the of te fin ttw above nanled'firm'. of Christi having an •owneeship Int msC ob i 3% or more tY�me TWO 3. amm* ° stVp aft a named -W. of Chri�i II an'owmmhip interest' oonatituti MA f+larno nB ��� 6"W' Canmiasion or Commutse 4. � each SMPIOYN or a im of a • 0 of thb ooM&M and has an •owr�Np t � °f CMad whc view d on any e- M" Above 001180 dir143% or moro of the owr�p in the 1� /VC Consuftm I CERTIFICATE I bw #red eorerce as of tto data of thia b and that a trill 1 hays not aerpas ch Teoas as occur. wit promptly or "nature at Title: ✓ t� �,�t3( D� ct� Z / 2007 al :b �p.2 7 0! S 2 tags 7 of 8 03/09/2007 22:28 3618263501 ENGINEERING PAGE 31/33 Xwd4MG DEFINMONS A rn;:Ir Gila C my board, coamftsion or comm am appWnW by the coy couna b. of coppili c I Ta. not Min &=�Fsdj by vw CW of C. GPM fftof I convenw. Cwvm Chrw, Twc@*, @low on a hm or part tkne or dmM wo 0 90" kmknbw or CM I and JMot of mme" flock oo"my, ji-ft— "N.Spw Sam — For "MrVies.116010ft bul7v-4. VORAM b. am 0 or I d. The U of the and =C%.CdOlZ -C-ky M@ • Do Ww. Asshdant ;MkIZ"WrO.-t =.Cuy, Milt W the GV of co" Or vjbww aftumy or c. -- n jrm��% ham do _UftVOY ham, b a f im, wpwaw"Olf11.1%" � om to or Za= -ft-'K mests or ban vonbirs st pal ham Vefts bunw. t: C Any p - a ma or f i n" Twme PurPOMO Of Pr*fsoskm'*auch NW smhbmcb. Mod by the City , C," MWon arw wwwvwwwqgmlon. Was= Proposal ream Atumem Ot a C RD CERTIFICATE OF LIABILITY INSURANCE CSR DM DATE(MIWaolTTY" D &CE'E -2 05/03/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INIFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swan tner & Cordon Ins. Agcy -Cc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR F. 0. Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403 -0870 Phone:361 -883 -1711 Fax:361 -844 -0101 INSURERS AFFORDING COVERAGE NAIC0 INSURED INSURER* Association Can Ins Cc 35629 INSURER B; 'texas Mutual Insurance Co D & C Fen 0. , Inc. INSURER C: Republic Lloyds 19208 P.O. box '�� INSURER D: Corpulr Chr3ati TX 78472 INSURER E: THE POLICIES OF INSIJ#PNCE LIMBED BELOW HAVE BEEN IMPLIED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQMVITS COITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERtE A�ROED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. SHOW MAY HAVE BEEN REDUCED BY PAD CLAIMS. LTR T INSIMIMIkE POLICY NUMBER CIA LIMBS GENERAL L ITY V EACH OCCURRENCE $1,000,000 A X COMMEIEIALGENEWLIABILITY CLAIMS MADE I OCCUR X Contg!!ctual Liab_ CMP0102084 03/01/07 03/01/08 PREMISES Eeoecmws 100,000 MED EXP (Any one POMM) $ 5,000 PERSONAL aADVINJURY $1,0001000 GENERAL AGGREGATE 04,000,000 ' GENL AGGRSOATE LIMIT APPLIES PER PRODUCTS - COMPIopAGG s2,000,000 Z POLICY F-11 2W LOC A AUTOMOBILE LIABILITY X ANY AUTO . �Y _ CAP0201381 03/01/07 03/01/08 (Eaacd eni) SINGLE LIMIT (Ea aodrNM) 1,000,000 BODILY INJURY (per p—n) i ALL OWNED AUTOS SCHEOUISO AUTOS / r/ BODILY INJURY (Per awde" $ )[ HIRED AUTOS X NON- OIAIMED AUTOS PROPERTY DAMAGE (Per ucldeeN) $ GARAGE LIA AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ ANY AUTO $ LALAALITY EACH OCCURRENCE 000,000 A OCCUR F] (LAIMBMADE CU0002303 03/01/07 03/01/08 AGGREGATE s 5,000,000 s $ DEDWTWE $ rB: —$:&0,000 TION AID X TORY UNTO I I ER E.L. EACH ACCIDENT $1,000,000 B TNERNESECUTIVE ANY UDEDT TSF0001128640 03/14/07 03/14/08 E.L. MEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 below OTHER _._ C Installation Float TXP564586601 05/03/07 03/01/08 @Location 814,258 E Of 1 I VEINCLES I EXCI.WIO NS ADDED BY ENDORSEMENT I SPECIAL PROVBNONS Project: 67, 9 Hoombland Security Impr. WWTP and WWtr Equipment Yard Additional Iroured as required by written insured contract in favor of the City of Cor;;q* ChimLsti applicable to General Liability, Automobile and Installation loafot policies. City V CoSpuz Christi zngln4ftri services Attn:` Contract Administrator P.O. Sox 9 *77 Corpu6 Christi TX 78469 CICC-CO I SHOULD ANY OF THE ABOVE DESCRIBEO POLICIES BE CANCELLED SEFOrE EXPIRATION DATE THEREOF, THE ISSUING SNSURlit ML ENDEAVOR TO MAIL 3- 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 1988 IMPORTANT If tote car f sate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on'this cwWicate does not confer rights to the certificate holder in lieu of such endorsement(s). If $UBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate hider in Iku of such endorsement(s). DISCLAIMER Tho Certi ®ete of Insurance on the reverse side of this form does not constitute a contract betvaen th issuirq Insurer(s), auth€dzed representative or producer, and the certificate holder, nor does it aftmativfily or negatively mend, extend or alter the coverage afforded by the policies listed thereon. COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS F,NDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY /ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name otPerson or Organization. City of Corpus Christi Department of EeWneering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, Texas 79469.9277 (If no eiory appors above, information required to complete this endorsement will be shown in the Declaration as applicae to this endorsement.) A, Section 11— Who Is An Insured is amended to include as an insured the person or organization shown in the Schedtk but only with respect to liability arising out of your ongoing operations performed for that insured. B. With rlftpect to the insurance afforded to these additional insureds, the following exclusion is added: 2. ExclOsions This in$wance does not apply to "bodily injury" or property damage" occurring after: (1) AN work, including materials, parts or equipment furnished in connection with such work, on the project (odor than service, maintenance or repairs) to be performed by or on behalf of the additional insumd(s) at the sits of the covered operations has been completed; or (2) Th* portion of "your work" out of which the injury or damage arises has been put to its intended we by any pmon or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project CG 20 10 10 01 Insured: D&C Fence Co., Inc. '� Pol # CMP0102084 -00 Effective: Owl/ i Managing Partner a M. Lee Title: Aahorized Representative TE9901B V ADDITIONAL INSURED This endorsement modifies insurance provided under the following: Y BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This evliorsenrrrt changes the noliev effective on the incention date of the noliev unless another date is indicated below_ Jaiworivrient Metive Policy Number / 03101/07 �/ CAP02013 81 -00 Nam ° sured D&C F1Mnce Co., Inc. V, Countersigned by 1/ (Authorized Kepresentative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additiomal Inswred: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 is an !o red, bog only with respect to Iegal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The & bona& insured is not regAted to pay for any premiums stated in the policy or earned from the policy. Any return premiallk and may dividend, if appNeable, declared by us shall be paid to you. You amauthodued to act for the additional insured in all matters pertaining to this insurance. We wiq mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days nafce to in additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORhM "11111111 - ADDITIONAL INSURED T"m Standard Automobile Endorsement Prdwribed by March 19, 1992 ATTACHMENT 2 20F2 COMMERCIAL GENERAL LIABILITY CG 02 OS 0196 THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY /f'EXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This eMdorsement modifies insurance provided under the following: X / COMWRCIAL GENERAL LIABILITY COVERAGE PART ✓ LIQUOR LIABILITY COVERAGE PART OWLS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the *vent ofoancellation or malarial change that reduces or restricts the insurance afforded by this Coverage Part, we agree is mail prior written notice of cancellation or material change to: SCHEDULE City of Corpus Christi Dept. Of Engineering Services .` Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 Number of days advance notice: THIRTY (30) d r Name4lnsured: D&C Fend Co., Inc. V Policy Number: CMP0102084 -00 Effectift Date of This Endorsement: 03/01/07 Name Orintem: R. M. Lee Title ()printed): CGO20 (01 /ft) .., _,,,,..— ... —.._ .. Managing;Partner ATTACHMENT 3 1 OF 3 TE 02 02A J CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This eadorsersent modifies insurance provided under the following; BUSINESS AUTO COVERAGE FORM e' GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This ftdogw changes the policy effective on the inception date of the policy unless another date is indicated below: En ment Wective Policy Number / 03/011'17 CAP0201381 -00 Named Insured D&C Bence Co., Inc. Countersigned by (Authorized Representative) THIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the lancellation or change to City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 Name OPriateo: R. M. Lee Title (ll tinted ): MansgingNrtner FORT TE WJVA - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Slbndard Automobile Endorsement (Ed. Efbetive 3/92) ATTACHMENT 3 2 OF 3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7 -85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This odorsemnt applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization nameein the Schedule. The number of days advance notice is shown in the Schedule. This esdorsenaent shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule r 1. Number of days advance notice: 30 " 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P O Box 9277 Corpus Christi, TX 78469 -9277 This apdorse" t changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The irfbrmati m below is required only when this endorsement is issued subsequent to preparation of the policy.) Endor ement ii ective: 03/01/07 /Policy No. TSF0001128640 / Endorsement No. 001 Insured DkC Fence Co., Inc. a m Ito Insurance Con4pany Texas Mutual Insurance Co. Countersigned By: WC 42 06 01 (Ed. 7-44) _a_.,, ...... _ .— — 1111 ,.. ...W.... m._,. 1 1. - Name (Printed) Title (Printed): R. M. Lee Managing Partner ATTACHMENT 3 3OF3 GENJ RAL ENDORSEMENT Name of Person or organization insured, D&C Fence Co., Inc. --1 Date this endorsement takes effect 05/03/07 Endorsement Number 001 Policy Number TXP564586601 Policy Period 05/03/07 — 03/01/08 Builders Risk / Installation Floater Name of Company issuing this endorsement Republic Lloyds (We will not fill in the above unless we issue this endorsement after we issue your policy) In congderation of no change in premium, add the following as an additional insured: City of Corpus Christi: Department of Engineering Services Attn: Contract Administrator P O Box 9277 Corpus Christi, TX 78469 -9277 Shoullthe above described policy be canceled or materially changed before the expiration date thereof, the issuing compt*y will frail 30 days written notice to the above named. iM Signaiore: rlo� / Authorized gent KK4UO ATTACHMENT 4 1of1