Loading...
HomeMy WebLinkAboutC2008-152 - 4/15/2008 - Approved~. r, ' Zoos-1sz MZd08-098 44/15/08 S P E C I A L P R O V I S I R.S. Black Civil Contractors S P E C I l~' I CAT 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 PORT AVE./PEARSE DRIVE LIFT STATION ODOR CONTRQL SYSTEM PREPARED BY: Maverick Engineering, Inc. 2000 S.P.I.D., Suite 100 Corpus Chris~.i, Texas 78469 Phone: 361/289-1385 Fax: 361/289-0712 FOR: DEPARTMENT OF ENGINEEFtTNG SERVICES CITY OF' CORPUS CHRISTI, TEXAS Phone: 361/880-3500 .t~~flf T~11~ Fax; 361/880-3501 r*,~~tE,,.,.._fr,~~*+' i* =~ ~ ~~- ~ 13HASiCAR H. PATEL ~/'O ~~ S358b '~v PROJECT NO: '7348 ~i~0 ~~ ~fGISTEa~~~~~„' DRAWING NO : STL 15 S ~C.~ l ~/ ~/~ S P E C I A L P R O V I S I O N S S P 8 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 RAG T S A N D F O R B O N D S PORT AVE./PEARSE DRIVE LIFT STATION ODOR CONTROL SYSTEM PREPARED BY: Maverick Engineering, Inc. 2000 S.P.I.D., Suite 100 Corpus Christi, Texas 78469 Phone: 361/289-1385 Fax: 361/289-0712 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT NO: 7348 DRAWING NO: STL 158 ~S~*tE~ °F~rfx~is~+! * :' ~~. ~ BHASKAR H. PA;EL '°~~~ B3585 .W ~~ , ~~~9/~< (Revised 7/5/00} PORT AVE./PEARSE DRIVE LIFT STATION ODOR CONTROL SYSTEM PROJECT N0. 7346 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS-A (Revised Sept. 2000} Insurance Requirements NOTICE TO CONTRACTORS-B (Revised 7/5/00} worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award i A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00} A-12 Maintenance of Services ~4 ~ 3 ~~a~e ee-o-o--~~'Tr-s_€~ i~ ~~r~ 1 (NOT USED ) A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A -17 ~' ie 1$~€~ 7tee- {NOT USED ) A-18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control. A-20 Testing and Certification (NOT USED) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) (NOT USED) A-24 Surety Bonds (NO LONGER APPLICABLE) (6/11/98} A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations fox' Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended "Policy on Extra work and Change orders" A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A 35 Ei~~~~er--Fa~e~tie~ . ~ge~i~? n^^~,~ Y ----=mot= (NOT USED) -z---= A-36 Other Submittals {Revised 9/18/00) A 3a ~e~ed~rr~a~e~tei~-~~C~2r~~e-€e~--We-~e~~r~~~e5'-~_t~ " NOT USED} A-38 worker's Compensation Coverage for Building or Construction Projects for Government Entities n-39-Eel-~ €re~~e-e€-Aes~e-E-i-n~~ _ _ _ v -r .. ~--- - (NOT USED ) A-40 Amendment to Section B-8-6: "Partial Estimates" (NOT USED) A-42 OSHA Rules & Regulations A-43 Amended "Indemnification and Hold Harmless" (9/98} A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) -46~i~---e€-~Fi~~~lo~'i~~~e~~r ~'' ~~ ~^^` (NOT USED) A-4~ ~~e--~C-ea~tr~~ie~--Fafp~er-s-~e~E~e~o~-~e~e `'~T (NOT USED1 A-48 Overhead Electrical Wires (7/5/00} A-49 Amend "Maintenance Guaranty" (8/24/00) PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATxONS 022 EARTHWORK 022020 Excavation and Backfill for Utilities and Sewers S9 022100 Select Material 515 026 UTILITIES 0262 GENERAL 026210 PVC Pipe - AWWA C900 and 0905 Pressure Pipe S83 0264 WATERLINES 026402 Waterlines S88 030 - CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel S42 038000 Concrete Structures S41 PART T - T13CHNICAL SPECIFIGATTONS 090 - FINISHES 099020 Painting 130 -SPECIAL CONSTRUCTION 130800 Modular Odor Control System 150 - MECHANICAL 150640 Polyvinyl Chloride Fume Duct Pipe and Fittings 160 - ELECTRICAL 160000 Electrical Specification LIST OF DRAWINGS: SHT.NO. DHSCRIP'TION 1 Title Sheet & Vicinity Map 2 General Notes-Overall Site/ Demolition Plan 3 Site Piping Plan 4 Miscellaneous Details 5 Foundation Plans & Details 6 Electrical Plan 7 Electrical One-line and MCC Elevation 8 Electrical Demolition Plan NOTICE AGREEMENT PROPOSAL/DISGLOSLJRE STATEMENT FERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas far: PORT AVE. AND PEARSE DRIVE LIFT STATION ODOR CONTROL SYSTEM, includes installation of a modular Odor Control System including a concrete slab, piping with all appurtenances and electrical components and relocation of ferrous sulfate tank, all in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. an Wednesday, March 19, 2008, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for Wednesday, March 12, 2008 at 10:00 A.M. The pre-bid meeting will be conducted by the City, and will convene at the Engineering Services Main Conference Room,3rd Floor City_Hall,_J.2.0.1 Leopard Street Corpus Christi, Texas. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the S$ 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 Dollars ($50.00) as a guarantee of their return in good condition within 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 charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this wont 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/Kevin Stowers, Interim Director of Engr. Services /s/ Armando Chaps City Secretary NOTICE TO CONTRACTORS ~ A NOTICE TO CONTRACTORS ~- A INSURANCE REQUIREMENTS Revised May, 2aa6 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSIIRANCE D~INIMi~ INSZTRANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certi£icatea PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS` WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOXERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,006,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ^ REQUIRED Not limited to sudden & accidental discharge; to include long-term ® NOT REQUIRED environmental impact for the disposal of contaminants BUILDERS' RISK See Section 8-6-11 and Supplemental Insurance Requirements ^ REQUIRED ® NOT REQUIRED INSTALLATION FLOATER 5100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements ® REQUIRED ^ NOT REQUIRED Page 1 of 2 nThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ^The name of the project must be listed under "description of operations" an each certificate of insurance. ^~'or 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 writtezz notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Iatereat" must be submitted with your proposal. Should you ]rave any questions regarding insurance requirements, please contact the Contract Administrator at 880-3540. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORIL.R' S CG:i=E:tiSATION COVERAGE FOR BUILDING C:c C:,NSTRUCTION PROJcCTS FOR GCVE;?d1N1ENT ENTITIES "'-?xas law requi.es that :-,ost contractors, subcc: tractors, and oth°rs oroviding work or services for a City building c. construction prc=ect rtust be covered by worker's compensation insurance, authorized seir_=-surance, or Gn approved worker's compensaui^-n coverage agree^.;er t . Even if Texas law does :got require a contractor, subcontractor or others performing project services {including deliver~.es to the job sitei to provide 1 of the 3 forms of worker's compensaticn coverage, the City will. require such coverage for all individuals providing work or sery.~ices on this Project at any time, including during the mai:ta::ance guaranty period.' ::otior carriers which are required to re ~ ~ °Y with the Texas Depart~:ent of Transportation under Texas Civil g..., ~-- statutes Article E675c, and which provide accidental insurnneceec coverace under Texas Civil Statutes Article 6675c, Section 4{j) not crovide 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees tc comply with all applicanle provisions of Texas Administrative Code ~'itle 28, Section 110.1.».0, a copy °f whit:. is attached and deemed i:corporated into the project contract. Please note that under section-110.110: certain language ~,ust be included in the Contractor's Contract with the C~.ty and the Contractor's contracts with subcontractors and others providing services for the Project; ~. the Contractor is required to submit to the City certificates of coverage for its employees and f or 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 requ~r°d notice at the job site. By sicning this Contract, the Contractor certifies that ~= will timely co~:cl'.• with these Noti C° to Contractors "B" requiretnentc NOTICE :'0 CONTRACTORS - ~ ~Revisea 1/13/98} Page 1 of ~ e/~~~~ i itle ZS. L~SL'R~.~:CE Parr II. TES;..-~S `WORKERS' CO~~IPE~SATIO~T CO~IVIISSIO\ Chapter 110. REQLIF~D iti`OTICES OF COVER..-AGE Subchapter B. E~~PLOYER tiOTICES ~ 110.1.10 Reporting Requirements for Euilding or Canstr'~:ctioa Projects far Governmental Entities (a) The following words and ter ms, w nen used in this rule, shall have the foElawing me~ings, unless the context clearly indicates o[~'~erwise. Te.:ns not defined in This rule shall have the meaninrg dened in the Te:sas Labor Code, ii So deraned. (1) Certinc~te of coverage (cs::incat°:-_-_ c:.py of a cer~.incate of i:~urance, a certincate of authority to sei.%insure issued by the c;r^.mission, cr a wnricers' compens2tien coverage agreement (TWCGS 1, TWCGa^2, T'WCC-S3, ar T'WCC-S4), showing statutory workers' compensation insurance coverage far the person`s ar entit~s ernaloyees (including Chase subject to a coverage 2tteement} providing services on a project, ~cr the duration of the project. (2) Building or consL-uaion-'r'_as tre me:..^.i*~Q derived in zlhe Texas Labor Code, § 406.096{e){1). (3) Contractor--~ person bidding for or awarded a building or constru~ian project by a governznentai entity. (4) Coverage--Workers' compensation ins.:rance meeting t_he statutory requirements of the Texas Labor Code, § 40I.011(4-4}. (5) Coverage agreement-A written s~'1'ee=•"•e:~t on form Iti~TCC-ol, form TWCC-S2, form T~~CC-s~. or form TWCC-S4, bled with the Texas Workers' Comaensation Commission which establishes a relationship betweezz the prides far purposes of the Texas Workers' Compensation Act, pursu`.nt to the Texas Libor Cade, Chapter 405, Subchapters F and G, as one of erapioyerlemployee and establishes wino will be responsible for providing workers' compensatiau coverage for persons providing services on the project. (6) Duration or"the project-l:acludes the time from the beginning of work on the project until tl'.e work on the project hrs beet completed a•^d accepted by the gover.~tneztta.l entity. (7) Persons t:rovidine ser47ces on the project ("subcontractor" i:. 3 406.095 of the .Act)--~~rth the exception or persons excluded under subsections {h) and (i) of tnis sectio0. includes all persons or entities perfartning all or part of the services the contractor has undertaken to perfarrn on tl,.e projecT., regardless a: whether that person contrac:ea directly with the contractor and regardless of whether that person has employees. Tlss includes but is not limited to independent contractors, subcontractors. leasin3 comeanites, motor carriers, owner-operators, employees of any such enuty, or employees of any e:ttiry fi=r^.ts'tung persons to perFortit services or. the project. "Services" includes but is not li.,^zited ~-- :~aracE .o corsraacrciLS - _ Revised 1/13/981 $~~~9s l1ttD:/I:uww.sCS.slate.t~:.usitacl28/IT/IlOB/310.110.httnl Page z of 7 :o or.. °~: _ ..c.:iing, or de:..'ering ecuio~..e :t cr ...c~e::a;s, cr yrc~;cing labor, :r~zsce::...:cn., or othc: sc:-4^ce :,,.~.....:o a projec:_ ''cervices' does not i:.c:::~~ zcti•,.t:es ~.:r~eiated to the proje~;...::ch:s :oac:~oe~.•er~e •.endors, e:~..ce suopiy de:iveries, ~.d drive:}' or 4ar~able toilets. (8} Preie~ --~:dudes the crc•~ision of all services reiz:eC i0 a Cl:i.~du.g ar construction C;;^:,'aCI tnC a govern ue :.:,,~ eni1N. (b) Pre~~dir.g ar causing to ;;e provided a certificate ei coverage pursuant to this rule is a represe^*.a:c by the insured :k:at all emaioyees of a;e insured who are pro~~iding services on the projec: we cc•,~ered by workers' compensation coverage, that the coverage is based an proper reportinc of ciassincation codes and payroll amounts, and that aI? coverage agreements have been uIed with ~ e zocrccriate insurance cattier ar, in the case of a self-insured, with the catntnission~s Division of SeE:-L.st:rW~ce Reczuiation. Providing false or misiesding ce:ti^cates of coverage, or ai.iing to provide or r: ainrain require: coverage, or failing to report any c:.zrtge that mater4ally a~eM.s the provision or coverage may swbjeci the contractor or other person providing services on the project to admirista~::ve penalties, crirzinal penalties, civil pe^aiues, ar other ciV"ll actions. (c) A gave^-.mental entity uat enters into~a buildiia or constzuc:.~an contract on a projec; si~~ali: (I) include fir. tae bid specincations, all the provisions of para~pI {'~ of this subseaicn, using the language required by para~zpn (7) of this subsec:ica; (2) as part o: Lhe contract, using tha language reauzred by parar~aph {7} of this subsection, require the contractor to perrarm as required in subsection (d) of thin section; (3) obtain .~ orn the contractor a certificate of coverage for coca person providing services on the project, prior to that person beginning work on the project; (4) obtain ~ em the contractor a new certificate of coverage showing exrtension of coverar~e: (A} before tire end of the c~:r: eat coverage period, if t'te contractor's current certificate ei" coverage shows that rue coverage perod ends during the duration of the project; and (B) no Iater t.~.;an seven days a~=~er the expiration ofthe coverage for each other person proviaing services on the project whose current certificate shows that the coverage period ends during the duration of t e project (5} retain ce:-tincates of coverage on file for the duration of the project and far three years therea$er; (6) provide a copy of the cerincates of coverage to the commission upon request and to any person entitled :c there by law; and (7) use t7e Ea:.~sage contained in the foElowing figure i For bid specincations and con[ra~.s. •hlrhout any addition2i words ar changes, except those required to accorrmoaate the specific dacurrent in which thev ar° contained ar to impose stricter standards of docu :ientation: tbl NOTICE TO CONTR3ICTCAS - '~ Revised 1/13/98} http://www.sos.state.tx.us/tac'~S,?~JIIOB/IlO.IIG.htrr~i Qag~ 3 or 7 8/7/8 .3 i .'lV I t v. t a u ~} A contractor sn: i~: ~; l }provide coverage i'ar its empieye~s croviding services on a project, fv: ~.e duration of the projeo: '~:sed on proper reporting of cfa_ss4.ca::an codes and pa}TCii amounts a,.d ::: z or'any coverage a~reetnents; ~;Z) provide a certificate of coverage slowing workers' car~t}ensation coverage to the governmental eatiry prior to bemnui_-:g work on ~e project; !;} provide the governmental entire, p.^:or to the end of the coverage period, = new certificate of coverage showing extension of coverage, if the coverage period shown or. ~e contractor's current ~e;titcate of coverage ends durir~a t::e duration of the project; (4} obtain from each person providing services on a project, and provide to t::e governmental entity: (A} a certificate of coverage, prior to that person beginning work on the crojetz, so the governmental entity will have on fle certificates of coverage showing coverage for all pe: sons providing services on ;:.e project; and c`B) no later than seven days after receipt by the contactor, 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 cetificates o: coverage on file for the duration of the project and for one year thereafter; (6) ratify the governmental entity in writing by certified mail or persona! delivery, within ten days after the contractor knew or should have known, of any change that materially aiiects the provision of coverage of any person providing se: vices on the project; (7) Past a notice on each project site iruorming all persons providing services on the project that they a: a required to be covered, and stating how a person may verify craters c: ve.-age and report failure to provide coverage. This notice does not satisfy other posting requirements i~;.,pased by the Act ar other commission rules. This notice must be printed with a title in at least 30 paint bold type and text in at least l9 paint normal type, and shall be izz bath English and Spanish and nay other language common to the worker population. The text far the notices-shall be the fallowing text provided by the commission on the sample notice, •xirhout any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The Eaw requires that each person warldng on this site ar providing services related to this construction project trust be covered by workers` compensation insurance. %.is includes persons providing, hauling, or delivering eatuament or materials, or providing labor or transportation or ocher service related to the project, regardless of the identity of their employer or status as an employee." "CaII the Texas Workers' Compensation Commission at 5 t2-440-3789 to re~e:ve 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." NoTrc= -v cvN'txacroRS - s Bruised 1/13/981 $17/98 -ttp://www.sos.state.tx.us/tacJ28/IIlIiOB/110.11Q.html paq~ , ar 7 rs -r~:c :'.C.1 10 contracts -c~~ce sen`ices e~ ~ =~oject to: ..--.-, ~ ^"irP °..vch ce"Sa:l tylifl ttT=C C:: • .~ {A) provide coverage based an proper repot-a:.2 of classincarion cotes ~Rd payroll .:..aunts and filing of any caverage agree:rer:~s for'--'--' of i:s e:r:cieyees providi.^g se^~~ices er: the grojer:, :ar the duration of Lhe project; (B) prc4lde a cenihc:te cr coverage Ca Lhe coa4~actar p[10r to tnzt person DeP1TLn=-^g `~tiarle on the proje~ ; {C) inciuce in zrfl contracts to pratide services et: the project t.".e iarguage in suose~aen (e)(3) of this section: (D) provide the contt-actc:, prior to the end oz tie coverage pe::oa, z new certinc:=:e or coverage showing extension of coverage, if the caverage pe:-iod shown on the current certinc to of coverage ends diming the duration or the project; (E) obtain from each other person with wham :contracts, aria provide to the cor.:rac.or: (i) a ce:'tiucate of caverage, priorto the other peon bea__in.RinQ wori: a^ the proje~ ; .~d {ii) prior to the end of the caverate period, a rew certificate of coverage showing erersion of the coverzge period, if the caverage period shown an the curter.: ce:tiiicate of coverage ends during the duration of the project; (F) retain all required ce~ancates of coverage an file far the duration of the project a_-:a far one year there: iter; (G) notizy the governmental entity ut wrtting by cued mail or personal delivery, u-ithin ten days aver the person knew or should have latawn, of any change that materially affects the provision of coverage of any person providing se: vices on the project; and (H} contzaerually require ~..: ca other person with whom it cantracts, to perform u required by subparaesaphs (A)-(H) oz this paragzaph,with the certificate of coveragge to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (l) provide caverage far its employees providing services on a project, far the duration o~the project -based on proper reporting of classincation codes and payroll amounts and filing of a*ty coverage agreements; (2) provide a certificate ai coverage as required by its contract to provide services en the project, prior to beginning work on the project; (3}have the following language in its contract to provide services an the project: "5y signing this contract or providing or csusing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that ail employees of the person signing this contract wilo will provide services on the project will be covered by workers' compensation caverage NO?ICS TO CONTRACTOR5 -- B Revised 1/13/98} 817!98 http:/i~ti.vw.sos.state.tx.usltad28/IIlIIOB/I10.110.htmi Page s ~t ~ Lp 1^.\.. 1.V.11V for ~.e ~•=ration of t:.e project, that the cc•.erage will be based orl proper repar~inQ at classiucation codes a.^.d aayrol! a::.ounts. and that ail ce~•e: zge assee^le"-s '~~ be fled with the appropriate insura.~ce ^„arrier ar, :~ the case of a self irst:red, with the commissiods Division of Self-Insurance Re~:iatiort. ~'roviaing false or misleading i:~ormation may subject the contractor to administrative penzires, crirrvnal pe^alties, civil penalties, or other civil ac-.:ans." (4} provide the person for wham it is proviaing services on the project, prior to the end of the coverage period shown an its current certificate of coverage, a new certif care snowing extension of coverage, if the coverage period shown on the certificate oz cover age ends during the duration of the proje~ ; (5) obtain from eacz person providing services on a project tinder contract to it, and provide as required by its contract: (A} a certificate of coverage, prior to the auger persaa beginnng work on the project; and (B) prior to the end of the coverage period, a new certi.iicaze of coverage shaw'sag extension of the coverage period, if the coverage period shown on the current certificate of caverxge ends during the durst=on ofthe proje~:; (6) retain all require: certincates of coverage on file for the duration of the project and far one year therea~er; {7) notiry the governmental entity in writing by certified mail or persarial delivery of say change that tnateriaily afi"ects the provision of coveran ~,°efw o P hould have known of the changeroand and send the notice within ten days after the perso (g) contractually require each other person with wham it contracts to: (A) provide coverage based on proper resorting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services art the project, for the duration ofthe project; (B} provide a certificate of caverxge to it prior to that other person beginning work on the project; (C) include in ail contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage periaa, if the caverxge period shown on rite current certificate of caverxge ends during the duration of the project; (E) obtain from earn other person under contract to it to provide services on the protect, and provide as required by its contract: (i) a certificate of coverage, prior to the otrrer person beginning work on the project; znd {ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the r~orzcE To corrnwcro~s - e 8/7/98 http:l/www,sos.state.:x.usltacl28/ITII 101$!1 ia.l l0.html Revised iii~ige~ page 6 of 7 ~s t.~,L ~ :v. i iu duration ci :ne contract: (F) retain ail required ce:t:_°:.~:es or"coverage en nie for the duration or t~.e project and for one year thereafter (G} notify the governme :tai et::ity in wri~$ by certified mail or per sor~z.i delivery, within ten days after the person (mew or should have known, of any change that mite:.ai.iy affecu the provision of coverage of any person providing services on the project; and (~ contractually require eye cersoa with whom it contracts, to perform as required by this - subparagraph and subparagraphs (A)-{G} of this paragraph, with the certificate of coverage to be provided to the person for wi~om they are providing services. (~ If any provision of this rule or its application to any person or cira:ntstance is held invalid, the invalidity does not affect other provisions or appfications of this rule tint can be given effect without the invalid provision or application, and to this end the provisions of this rule are declazed to be severable. {g) This rule is applicable for building or construction contracts adve ~'sed far bid by a governmental entity on ar after September I, 1994. This rule is also applicable for those building or construction contracts entered into an or aver September 1, 1994, which are not required by law to be advertised for bid. (h} The coverage requirement L~ this rote does not apply to motor car.-iers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Deputment of Transportation and who provide accidental insurance coverage pursuant to Texas Civic Statutes, Article 6675c, § 4~}. (i) The coverage requirement iri this rule does not apply to sole proprietors, partners, and corporate afftcers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(x) (as added by House Br~l 1089, 74th Legislature, 1995, § 1.20). This subsec~ion appEies only to sole proprietors, partners, and corporate executive affcers who arc excluded from coverage in a,n insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adapted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index NOTICE TQ CONTRACTORS - B Revised.l/I3/98} gn/98 http://www.sos.state.rx.usitac,~2g/LV110~8/110.1IO.htmi Page 7 of 7 PART A SPECIAL PROVISIONS PORT AVE./PEARSE DRIVE LIFT STATION ODOR CONTROL SYSTEM PROJECT NO. 7348 SECTION A - SPECIAL PROVISIONS A-1 Time sad Place of Receiving Proposals/Pre-Bid Meetia Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the Gity Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, March 19, 2008. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - PORT AVE./PEARSE DRIVE LIFT STATION ODOR CONTROL SYSTSNi PROJECT NO. 7348 A pre-bid meeting will be held on Wedneadayr March 12, 2608, beginning at 10:00 a.m. The pre-bid meeting will convene at the City Hall, 3= Floor Engineering Conference Room, 1201 Leopard Street. No additional or separate visitations will be conducted b the Cit . A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Descri lion of Pro`eCt PORT AVE./ PRARSR DRIVB LIFT STATION ODOR CONTROL SXSTEM, includes installation of a modular Odor Control System including a concrete slab, piping with all appurtenances and electrical components and relocation of a ferrous sulfate tank, all in accordance with the plans, specifications and contract documents; A-4 Method of Award The bids will be evaluated based on the Total Base Bid, subject to availability of funds; The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be Submitted with Pro oral The following items are required to be submitted with the proposal: 1. 5$ Bid Bynd (Must reference PORT AVE./PSARS]3 DRIVE ODOR CONTROL SYSTEM, PROJECT N0. 7348r as identified is the Proposal.) (A Cashier's Check, certified check, mosey order or beak draft from nay State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement section A - SP (Revised 12/15/04) Page 1 of 2fl A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 120 caleadar days. The Contractor shall commence work within ten (14) calendar days after receipt of written notice to proceed from the Director of Engineering Services or designee ("City Engineer'). For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per caleadar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer} may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Com eaeatxon Insurance Covera e 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. A-$ Faxed PropO~als 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 13-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 4Pa a Rates (Revised 7/5/04} Labor preference and wage rates for Construction Type(s): Heavy. I•n ease~f evirr=rez, cvircruc~6~' ~!r'r~~ 1-tse-h~EJ'~3e~i~ ~~)a~~e-~a~~•e- Section A -- SP {Revised 12/15/04) Page 2 of 2d Minimum Prevailing Waae Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.} One and one-half {1'~z) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section 8-1-~., "Definition of Terms", and Section B-7-6, "Working Hours".) A-il Coo eratioa with Public A encies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- eight {48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One-Call System DIG TESS at 1-800-344-8377, the Lone Star Notification Company at 1-800-669-8344, and the Southwestern Bell Locate Group at 1-800-344-7233. For the Contractor's convenience, the fallowing telephone numbers are listed: City Engineer ..........................826-3500 Project Engineer .......................826--3500 A/E Project Engineer, Bhaskar Patel, P. E. Maverick Engineering, Inc..........289-1385 fax: 289-0712 Street & Solid waste Services ........826-1970 Traffic Engineer .......................826-3540 Police Department ......................882-1911 Water Department .......................826-1880 (826-3140 after hours) Wastewater Department ..................826-1818 (826-3140 after hours) Gas Department .........................885-6900 (885-6900 after hours) Storm Water Department .................826-1881 (826-3140 after hours) Parks & Recreation Department..........826-3461 American Electric Power Ca. (AEP) ....,.299-4833 (693-9444 after hours) SHC / AT&T..... ......................881-2511 {1-800-824-4424 after hours} Signal/Fiber Optic Locate ..............826-1946 857-1960 Cablevision ............................857-5000 (857-5060 after hours) ACSI (Fiber Optic) .....................887-9200 (Pager 800-724-3624) Century/Tel ............................225/21,4-1169 (225/229-3202 M) ChoiceCom (Fiber Optic} ...••••••••••••.881-5767 (Pager 850-2981.) CAPROCK (Fiber Optic) ..................512/935-095$ (Mobile) Brooks Fiber Optic (MAN) ...............972/753-4355 A-12 Mainteaaace 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. Section A - SP {Revised 12/7.5/04) Page 3 of 20 However, the accurac and cam leteness of such information is not aranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown or not 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 the Contractor must pay far all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments 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 (NOT USED) o~.- ~~=~j«et- site te~ee~ t~xe-dama3~~e a€-ine~lement~~ 1'fie-Ce~r~r~e~e~Ht311~e-required to s~eliedule is nQ~l im i te~te , wer#i~ar ivew~ i~-li~l~ vfie~~ , pcryine~].~ FF3 ~ ~~~FHrk~e ~ ,. n.-.,., ~ ,..., .-. ~ ..,., - ov cozTCiu C cv F . A-14 Coastruatioa S i meat S ilia a and Trackia 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 lines must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewers is allowed to remain on the Project site or adjoining streets. A-15 Excavation 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 Section A - SP (Revised 12/15/04} Page 4 of 20 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 removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the various bid items; therefore, no direct payment will be made to the Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to the Contractor. A-17 Field Office {NOT USED) A-1$ Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar 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. 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 aad Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) benchmarks, required for project layout, will be provided by the City or 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 paint or benchmark, the Contractor shall provide the City or Consultant Project Engineer 48 Section A - SP (Revised 12/15/04) Page 5 of 20 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 benchmarks damaged as a result of the Contractors negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. Tf, 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. Tf, 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. ~ e ~ t h ll i k t h € ll i ~ e r~e ar e a- ~re~ ~ e e- ~ s~~ A-20 Testing aad Certificatioa 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 City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. Section A - SP (Revised 12/15/04) Page 6 of 20 A-21 Project Signs (NOT II3SD) A-22 Minority/Minority_eusiness 8ntesprise Participation Policy (Revised 10/98) Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 19$9, 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. 2. 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 contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0 of the assets or interest in the partnership property must be owned by one or more minority persons}. (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}. 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person{s}. 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 7 of 20 d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enter rise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0 of whose assets or interests in the corporate shares are owned by one or more women. f. 3oint Venture: A joint venture means an association of two ar 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 by 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 ~ ].5 ~ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose 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. A-23 Ins ectiGn Re fired (Revised 7/5/00) (NOT IISSD) Section A - SP (Revised 12/15/04) Page 8 of 20 e.i 1n. !'~: {-. A-24 Surety Boars Paragraph two (2} of Section 8-3-4 of the General Provisions is changed to read as follows: "I3o 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 (10~} of the Surety Company's capital and surplus with reinsurers) 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. Far 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 band must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NO T,ONGER APPLYCABLE) (5/11/98) Fes,,,. ~C~ntr~e ,,,....~;~,,.-.-.a ,: ~i..,..V.,.... t s € r ~ t ~ .F 4 = P .. _ t~ F .. ~.. v~.... ~~. = ` ' d ~ e~ mgr-a~eme~• e ~ea s € l € ti €~l ~~epE ~' rr `~ :y-a~ a ~ i I' ~ _ _ -l -r-- l ti ••.^~ = = - - ~^^_.,h..Y A~-~ ~ ~t ~ ~ e~ e~ce~np e~e ee, r x~~~~ a~ axxee t ee ~ eee e I / / eke A I€ the C 4 6b eeee~tt•s-$~'Fex~ e~rtr~ete~ eleete te~er~te t i ~ l t rxnc~e r~eepa-~ ~~ ~ ~ed ee~r~r~e~ ••... t~ ~t- t , m.~' ~~~r.., , ..v . - ~ n ~ee•es~a~~a: e~s- ax -•-•~e~ • •s ra~ i~ a e _. ..r _- ----- . .. -_ 3. P-r .~.. tii... n....-.~....~ _-- -__~ - - ~ J «~ . eside re~ale =-4"=f=-~}=- "= - ~~ --r r ,-_--_ - €er a3.l S ,~ t ~les, 3'r~~ei$e-a~e~-Case--T~~~ee - t li ibl € ~ppl 1 t ieab•le ~- t `_'._~ '_'r=-,'c= i i€ th `_: - t -t ~ tea _ es~r ~ -ae- ers~re e g e- ~~-c~a ~9 ax e3~e~ttg ens e su ean; r~e e = ee ~~ ~ € ~ e e_te ~e ~riis-aup~~ k e~ :-~ Section A - SP {Revised 12/15/04} Page 9 of 20 A-26 Supplemeatal Iasuraace Requiremeata For each insurance coverage provided in accordance with Section B-6-11 of the General Provisions, 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: Contracts Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 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 8-6-11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-&-1]. {a} of the General Provisions, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees ar any person indemnified hereunder. A-27 Reapoasibility for Damage Claims Paragraph {a} General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide ~ilder's Ri$l~ar Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. ~}lder'-~ Installation Floater coverage must be an "All Risk" farm. Contractor must pay all costs necessary to procure such Installation Floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. Section A - SP (Revised 12/15/04) Page 10 of 20 A-28 Considerations for Contract Award sad 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. Tf 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 other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 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 be limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, oa the jab 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 subseciuent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City 8ngiaeer's obligation to execute a contract far this Project. Tf 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 of the General Provisions. Section A - SP (Revised 12/15/04) Page 11 of 20 A-30 Ameaded "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts", Section 8-3-1 "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: 1. 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; 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will 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 City 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. Tn 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 Contract pursuant to Section 8-7-13 of the General Provisions; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to Special Provision A-28 concerning "Considerations for Contract Award and Execution" and Special Provision A-29 concerning "Contractor's Field Administration Staff"; 10. Within five (5) days following bid opening, submit in letter farm, information identifying type of entity and state (i.e., Texas or other state), Corporation or Partnership, and name (s} and Title(s1 of individual(s) authorized to execute contracts on behalf of said entity." Section A - 5P (Revised 12/15/44) Page 7.2 of 20 A-31 Amended "Policy oa $xtra Work and Change Orders" Under "General Provisions and Requirements for Municipal Construction Contracts", Section 5-8-5 "Policy on Extra Work and Change 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 ar his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,600.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council." A-32 Amended "Execution o€ Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts", Section 8-3-5 °Execution of Contract", add the following: "The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor." A-33 Conditions o~ Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meetia referred to is S ecial Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications, and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Transportation "Standard Specifications for Construction of Highways, Streets and Bridges", ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements {NOT IISSn} ii. ~F3a3~6r-7~~'cezr~l~e-~6~' •,••.~ ,•~•~.••...: •• ~.,~ ........,.. y,..~.,........, ,.~... .~.. ...... ..,,.,,.. .,...... ... .....~ .... ...... ...... .~.....~a.., .... _._..__.._... .,._.j ...._._ ~ E ~ ' t k ll ~ t ' ~ t 3~ e ~ -ae- er s~ A ~ s a e, e~ , aPer~ , ~aain~ena~ee emgke~ee ef~he -Ci~~~da~te~- Section A - SP (Revised 12/7.5/04) Page 13 of 20 ~e~t~~=a~ ~s~ s~~~~ ~a~ ee~ ~~ ~ 3 ~ ~ € €~ ~ ~ ~ ~ ~ i gt~~ . ~e i~ w~ e~ ~ ~ e ~o s~~e~a~~- ~ia~~~ ~-r€ e~ . r r I r r r r r I r r r r ~~~~e ~~=~~se~-~~~ ~ge~ see~ ~m~ e~}e ~e~~~~a~ ~a~~ I emg~e~ee ; a o... F . •F ~ , ~ . €e~e ~~o ee~~~ ~e ~# ~~~--~3etr ~ a~ ~s-~~ }~ab~e €s ~ ~-~e-'~ . 9 A ~ ~-e~ ~4 . P4 ~~~e-~e~ tree . €e 5 .~r - Ff . ,~f o~ -~~ x~-F~ ~ $ey: • r r • , r , , , , Section A - SP (Revised 12/15/04? Page 14 of 20 . b € 1 ~ i ) i d-fi t i i l • ~ rastewat ~; er ~ ~ts ~tee•s-fire er~ 3~-ae-ap~ 5 e e ie ~ e pa ~:a er~e , ~ ~~egtt~~~e~--x~:-t~ife'-C-e~~~'~e~ ~t leae~-t~xe e--rte ~- F: ..~~ i ~ TSe } F.. ' t 11.. ..}-.FF...7 ~..] ...-7 F., ..: l:i -.. a}lni r. A~n z , a'}~--a.~e'r~.n _ _'~~ta'~n ~ ~ ~ • ~~3e-wi ~ ~~e-~~'3e~1'6~e~ ... F .. ~ ~ .. «.... .,..,. . , l~i = hi ~ ~ ~ ~ - ~ ~ t r- r e_--new-~re ~ -r~ €ei e~~ ng :r ~e i e r,ae e•r n.~ .. ~ ar--se een r,ae - - sr~ eg i Y'~' 4.. C!'~T T1T }e..w T} t ~ l d f-the - G:~z~--o~,z~Gm. ~4 ~e e -tee .~E~ ~~amg e e ._.. ~~ 1 u.l ....T... ..a A-36 Other Submittals (Revised 9/18/00) 1. Shop Drawring Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section, and sequentially number each transmittal farm. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractors 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. Section A - SP (devised 12/15/04) Page 15 of 20 f. Markin: 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 the 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 the 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, through Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Teat and Repair Report: When specified in the Standard or 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 e i ment will not be a roved for use on the Project. A-37 Amended "Arran emeat and Char a for 4Pater Furnished b the Cit ^ (NOT IISED} ., F ..l 1 .. A-38 Workers Co ensation Coverer a for Buildin or Construction Pro'ects £or Government Entities The requirements of "Notice to Contractors-B" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Fiaa1 Acceptance (NOT IISED} A-40 Ameadment to 8ectioa 8-8-6: "Partial Estimates" "General Provisions and Requirements for Municipal Construction Contracts" Section B-8-6 "Partial Estimates" is amended to provide that approximate estimates from which, partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. Section A - SP (Rev'ised 12/15/04) Page 16 of 20 A-41 Ozane Advisory {NOT IISED} p~iee ideated i~ t~xe -~- A-42 OSHA Rules & Regulations Tt is the responsibility of the Contractor{s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and/or jobs. A-43 Amended "Indemnification and Hold Harmless" (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-6-21 "Indemnification and 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, ar 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 (4/26/99) Should a change orders} be required by the Engineer, the Contractor shall furnish the Engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, subcontractors costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawiags (7/5/00} 1. 'The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 2. 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: a. Horizontal and vertical dimensions due to substitutions/field changes. b. Changes in equipment and dimensions due to substitutions. c. "Nameplate" data on all installed equipment. d. Deletions, additions, and changes to the scope of work. e. Any other changes made. Section ,A - SP (Revised 12/1S/04) Page 17 of 20 A-45 Disposal o£ Highly Chlorinated Water (7/5/00} (NOT IISED) -~f C+'~i ~:+L uu~.u ivi vvvvr.a7, • I ! agene•x•ee-ter-tie-•~t~p~al~al l~te~ used-in ~e-Pr~~ee~ . ~Aisr=•~-- ;~s~irf~$e~~e t-~i~~"f~~€Sr-upp~'~v'u~ . ~~le'~2 t3~a~~~-~e Qiv~-rvvQ= vi s~"rign=~•ciL.~cv=~•~3~=r~e~~zr~ei~'. `.F~3e-E-'E3~3~i'~3e~A~-~~3~a~•~~-av~l~s~~•~1°~-ci-c`-y ~-4 A-47 Pre-Construction Exploratory Excavations (7/5/40) (NOT IISED) ^vzF~ivpc^~vea~srpc~fi3G3~~~~7~~1~'6Tee~, a~iC~t~3e-~'633~~ae~A~-aisc~~ r~ii~•~F°•,~~'••• ,.~..~`:`. ~~ r , 8. M ... L o .. l .. r r i A-48 Overhead Electrical Wires (7/5/00) The Contractor shall comply fully 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. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of its employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. The Contractor shall coordinate his work with A.E.P. and inform A.E.P. of its construction schedule with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not shown. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown on the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-e-11 "Maintenance Guaranty", add the following: Section A ~• SP {Revised 7.2/15/04} Page 18 of 2Q "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Additionally, per technical specification section 130800 herein: "The Manufacturer shall warrant the biofilter media for a period of 20 years from the Substantial Completion/ Start IIp date. The equipment manufacturer shall either recondition the media or provide replacement media at no expense to the owner, if the media compacts or decomposes during the warranty period. The warranty becomes null and void if the system is not operated in accordance with the Manufacturer's printed operation and Maintenance Manuals." A-50 Amended "Prosecution and Pro ress" Under °General Provisions and Requirements for Municipal Construction Contracts", B- 7 Prosecution and Progress, add the following: ••Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated ar suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization casts. Such costs shall be addressed through a change order to the contract. Section A - SP (Revised (2/15/04) Page 19 of 20 SOBMITTAL TRANSMITTAL FORM PROJECT: FORT AVE. AND PEAR3S DRIVE ODOR CONTROL SYSTSM, PROJECT #7346 OWNER: City of Corpus Christi ENGrNEER: Maverick Eagineeriag, Iac. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A _ SP (Revised 12/15/04) Page 20 of 26 PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 3 General Decision Number: TX080039 02/08/2008 TX39 Superseded General Decision Number: TX20070041 State: Texas Construction Types: Heavy (Sewer/water Treating Plant and Sewer/Tncid. to Hwy.) Counties: Bell, Bosque, Coryell, Falls, Freestone, Hamilton, Hill, Lampasas, Leon, Limestone, McLennan, Milam, Mills, Navarro, Robertson and Williamson Counties in Texas. WATER & SEWAGE TREATMENT PLANTS AND LIFT PUMP STATIONS Modification Number Publication Date 0 02/08/2008 * SUTX1990-003 02/09/1990 Carpenter ........................$ Cement Mason .....................$ Electrician ......................$ Form Builder .....................$ Form Setter ......................$ Laborer ..........................$ Pipelayer ........................$ Rates Fringes 9.00 8.00 13.45 .80+8 1/2~S 6.50 6.00 5.85 7.50 Power equipment operators: Bulldozers ..................$ 5.85 Cranes, Clamshells, Backhoes, Derricks, Dragline, Shovels...........$ 6.97 Front End Loaders...........$ 10.00 Scrapers ....................$ 5.85 Steel Setter .....................$ 9.50 Steel worker .....................$ 7.00 Truck drivers: Tandem Axles ................$ 5.85 Transit Mix .................$ 5.85 Utility Laborer ..................$ 5.85 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental httpa/www.wdol.~ov/wdoUscafiles/davisbaconlTX39.dvb 21201200$ Page 2 of 3 WELDERS - Receive rate prescribed far craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii} } . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WALE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate} ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.} and 3.} should be followed. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.} zf the answer to the question in 1.} is yes, then an interested party (those affected by the action} can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage httpalwww.wdol.govlwdollscafilesldavisbacon/TX39.dvb 2/20/2008 Page 3 of 3 payment data, project description, area practice material, etc.} that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION httn•//w~zn~v wrinl anv/wrlnllcrafilPC/rlavicharnn/TX39_civh 2~20~20~8 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 15TH day of APRIL, 200$, by and between the CITY ~F CCRPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Cantract Documents as "City," and R.S_.81ack Civil Contractors, Inc./Machiner & Materials Inc. a Joint Venture termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: Zn consideration of the payment of $290 000.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: PORT AVE. AND PEARSE DRIVE LIFT STATION ODOR CONTROL SYSTEM PROJECT NO. 7348 {TOTAL BASE BID: $290,000.00} according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof, Agreement Page 1 of 2 F~:il 14/ 2008 17:12 8263862 ENGINEE~2ING PAGE 08111 PORT AV$. A1~1'D P$ARSB DRIVE LIFT STATrON ODOR GOIQTROL 37CST$M PROJ'RCT MO . 7 3 4 8 r == xis rv v g~ QTY & DNIT 8RIC8 82D IT~d 1sXT~1Qi9I01P TTEb[ YINIT pBSGRIPTIOM Ili FIfiQRBS {QTY S: ~T pRIC~ IxP Fx%13 ) Modular 7dor cantrvl System 1 iaetalle3, including cvz~crete slab 2U9~~b Z ~~ Obc~.o~ d h / 1 LS an ex aust steak, complete in r~~ $ Z~~.~ - place , per L_u_mp Bum $ 2 - e~~~ ~ /`-'~ ~ 71L Site piping including duct work with 2 1 supports , bollards, watex' line a17d ~ drain li7es instazled, camglete in place, p ~r I.+ump gum $ .Z (~ $ z ~n.~~ Remove a.i8 Relocate exi.stiag Ferrous 3 1 sulfate .~olutioa tank complete with Ls piping, electrical contra],s az~d r ~Eoundati ~n, Complete in p~.aae $ 3(~~UL7GT_ $ _3~~~(~r~u per Lu sum Rapiecem:eat of aaisting light pole ~ 1 complete xith ff.xCuace and all 8A elnctri,c:~l xiriag alad accessories, iasealle~i, ca~plete ~,a 8~.ace Per $-- 3S'~ G~ $ 3 SG~.00 each 8lectric~~l site w4~1C with components S 1 End wiri;.~g, complete in place, per LS Lump Sum $ ~SC~1. ao ~ ~D_ [~ Demo iti~.>n aE con~sete waJ,]. 6 1 9truCtur~:e, sla,k~ for existing ferrous LS sulfate ~.'ank sad all unusec9 piping and ec~sa~~mtent, complete izz place, S SSG, Oca $ S-~. C~ per Ltun~ sum 7 1 Restorat._on of site j,x~Cluding LS pavement repairs, it~ata,llatfon of ~" gravel g::-awnd cover with mulch baxder, ~~omplete in place, par LumF $ ~~, p~ $ ~DpG+ O(~ Sum - ._.~ TOTA~~ BASS BID (Ttemg X th~augh '~) : ;~ ~.qD~ Dc~~. `~ ~s~ ~IAD 1i0. L ATTltC~%"P NO. 2 8l+~'L 3 GP 6 R8VI9~ PROpO$AL PODS PAGE 3 OF 6 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 240 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 pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses, Signed in Q parts at Corpus Christi, Texas on the date shown above, ATTEST City Secretary APPRO D AS TO LEGAL FO By Asst. City Att ey ATTEST: (I~ Corporation) {Seal Be ) (Note: If Person signing far corporation is not President, attach copy of authorization to sign) ~ ~auwr,~~ CITY OF CORPUS CHRISTI Angel Escobar, Interim As ity NEgr. f Public Works and Utilities By S ~ Kevin Stawer5, Interim Director of Engineering Services CONTRACTOR P.o. sox fi2~.8 R.S.Black Civil Contractors Ina./Machiner & Materials Inc. a Joint Venture gy- T i t l e: ¢~~e-~ n%a (Address} CORPUS CHRISTI TX 784fi6 {City) {State){ZIP} 361/242-3187 * 361/242-3187 (Phone) (Fax) Agreement Page 2 of 2 03/142008 17:12 8263802 ENGINEEF2ING PAGE 06111 P R O P O S A L F O R Fp~t~ PORT AVE. AND PEARSE DRIVE LIFT STATION ODOR CON'T'ROL SYSTEM PROJECT NQ. 7348 ~7 DEPARTMENT OF ENG2NEERING SERVICES C2TY OF CORPUS CHRISTI, TEXAS ~uDa~a'o~t iPO. i ~,rr~-e~I~r xo. a p~-os z as s 1lEVIHlID P>lOPOBILL !OBIS PAGfi 1 4F 6 e.i/14l'1~08 17:12 8263802 ENGINEERING P R O P O S A L Place: Hate: _ 3~-1g^~~- PAGE 07/11 Proposal of~~~ ~-C~~ , Cl V i L ~~~1?Y~ c,7•e._~_ - /NC /, ~ /~~ ~ C~f-i~ ~ °-~ I d- ~-!?~ % ~ e~ -4-L_..~~ fey ~ , ~ ~ [~ I NT '~~ ~~ ~'~'`~ a Corpozation orga,n~,~ed and existing under the laws at the State of ~ ~~y~;S OR a Pari.nership ar Individual doing business as TO: The City o~ Carpus Christi, Texas Gentlemen: The unfl~~r;~xgzxed hereby proposes to furnish all labor and materials, too7.s, and necessary equipment, and to perform the wozk required f az PORT AVS. .AN]7 PYsARB$ DRIVE LIFT STATION ODOR CONTROL ~YSTg~ PR0~7~,:CT NO. 735 at the locations sit out by the plar~,s and specifications and in strict accoz~daz~ce with thy:: contract documents fox the fo],1.awizxg pxices, to-wit RRVxBR~ PROF08J~L gOR~S LbAQE 2 OF 6 1V~3AElgA~ ~. 7. ]lTSflC~~gT 1CG - 2 BJAOR 2 08 6 03/14/2808 17:12 8263802 ENGINEERING PAGE 08/11 PORT AV$. ADD pgARgg DRIVE LIFT STATION ODOR CONTROL SXS~'8Ds PROJ'8CT NO. 7348 _ =a =xx zv y ~ZA QxX & D~IT PRICE Bm I'l'k LR]IT~~9ZO~r ITS ~T1IT D$SCRIPTIOl~ IN FYG~1t8S (QTY 8 ~1QIT ~RICR IN FZ~' Modular odor control System inetalleS, including ao~:arete slab 2~9~G~p, o:-~ 2" ~ ~~ ~ ~' 1 Ls and exha ast starck, tompleta in 1a S $ $ p Ge, pier Lump um ~ .~ ~5~~ 9Ste piping including duct work with 2 1 supports, Ysollards, water Line and ~ drain lies instaz7,ed, complete in placer p~~r LuR1A Bun! $ .Z ~ $ ~ ~~.o[~ itemove a.18 Iteioaate exi.stirsg Ferrous 3 1 Sulfate .solution tank complete with LS piping, _lectrical controls a:nd ~OUridati~~il, Cbm late in l.aae r per Lump sum ReplAaear~eat of assisting 7.ight pole 4 1 Camg~leta a~.th !#,xtua~e sad all SA alaetr~,c~:sl wiring as:d BCCassoriea ~ iaetalle~i, acmplete- i.a pl.aCe per $ ~S~ ~ $ 3 SCE. o~ Bach Electric.~s1 site wor1C wS.th components 5 1 and wiri:.~g, complete in place, per Aemaliti~an of concrete wa],I. 6 Z structur~:~, slag for existing ferrous L5 gu~.fate ~.ank and all unused piping and ec~uiy:mtent, complete zz~ place. $ SQ3F'i, Dn $ .5~.~'~ per Lwrt~ Sum 7 Y Restorat._on of site i,n,eludiag LS pavement repairs, ~.zxstallation of 4" gxavel g::pund, cover with mulch boxder, complete in place, per Lump surn oC~ ~ (ate. p~ S ~pl'~. , pO TOT2i:, BASE SID (Items X though 7) : $_~~~ :_. ~, 2-~oi D~G~. `~ a-~an vbc bro. L d1TFAC~lrZ' brD. 2 F71GE 3 OF 6 RSVIS$D FROP09AL POB16 SAGE 3 OF 5 03/14/2008 17:12 8263802 ENGINEEf2ING PAGE 09/11 The t,nde;~~signed here}ay declares that he has visited the site and has carefully examined the plans, specifications and contract document8 relating to the woo-k covered by hie bid or bide, that he agrees to do the work, and that no repreaentatian5 made by the City are in any sense a warranty but are mere estimates for the guidance of the Coz~taractor. Upon notification of award of contract, we will, within teri (l0} calendar days execu•,e the formal cantacact and will deliver a Perfoxmaz~Ce Fond {as required) for i:he faithful. performance of this contract and a Payment Bond {as required} to inure payment far alI labor and materials. The bid bond attached to t~:is proposal, in the amount of 5~ of the ha.ghest amount bid, xs to become tale property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as lic~ttidated damages for the delay az~d additional work Gauged thereby. Mi.:apr~.ty,'Miaority Susiaese Saterprise Participatf.o~,z The apparent low bidder shall, ~,.r.ithin five days of receipt of bide, submit to the City Engineer, in writing, tk~e names and addresses of MBE firma participating ~ri the contract and a description of the work to be performed and its dollar value for bid evaluation gurpoee. Number o:.: signed Sets of Documents; The contract and all bonds wi11 be pxepared in not leas than four counterpart (original signed) sets, Tiu-e a£ i:ompletian: The undersigned agrees to complete the work within ~~l0 aaleadar da^ye from the date designated by a ~fiork Order. The ur]dexsigned further declares that he will provide all necessary tools and apparatUS, do alt the work and furnish all materials sad do everything required. to carry out the above mentioned work covered by this proposal, in strict accardancs with the contract donumer~ts az~d the requ~.xements pertaining thereto, for the sum or sums above set forth. r Eteceipt c~f th.e fol•3.owa,ng addenda is acknowledged {addenda number) (SEAL -- zF S~AABR I~ a Corparatia z} Respectfiully submitted: Name : ~oC~ ~r S~~.~-~~ ~` ~~ $y : /.r~- ~ {SZC~NATVRS} ~aaxes~: P~ L~a~_~~,Z1 (P.O. Sox} (Street) (City) {8tate} {Zip) 'telephone: Z~Z-31'8'7 I40T~: Ao not detach bic[ £ram tether papers. F~17. irl ovith ixik and submit complete wfth att:aahed pa sera. (ABVi&efl Augu$t 2D06) ]tiDn ~C 1 ~-rr:,emm~r aro. 7 paw s or s ~ABBB FR080B~1L FOR1d PAGE ~ OF 6 P E R F O R M A N C E B O N D BOND NO. 10993885 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT R.S.Black Civil Contractors Inc./Machine & Materials Inc. a Joint Venture of NUECES County, Texas, hereinafter called "Principal", and TRAVELERS CASUALTY & S[JRETY COMPANY OF AMERICA , a corporation organized under the laws of the State of nNnrFrmrrr,m _ , 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, Texas, hereinafter called "City", in the penal sum of .TWO HUNDRED NINETY THOUSAND AND NO/100($290,000.00 ) 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, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 15TH of APRIL 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: PORT AVE. AND PEARSE DRIVE LIFT STATION ODOR CONTROL SYSTEM PROJECT NO. 7346 (TOTAL BASE SID: $290,000.00) - NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials andlor 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. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this band, 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. 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. 7.19-~, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 2No day of MAY 20 os PRINCIPAL R.S. BLACK CIVIL CONTRACTORS, INC./ ;MACHINERY & MATERIALS, INC., JOINT VENTURE ATTEST (Print Name & Titl ) SURETY By: Attorne~in-fact MARY ELLEN MOORE AME ~~ ',.~Y'~°. ~'' ` ! . !~ ~ ~ ~~ ~ 9JLI ^ A ,, r'i iy ~ ~ ~ ,`~ , ~a ~ r ~r !ry • J i ~ ~ ~ S `~. (Print Narne) The Resident Agent of the Surety in Nueces Count , Texas, far de.Livery of notice and sexvice of process is: Agency: w ryr r„**ri~ r rnunnr~ TM~'T7R~n1("F' n~Fniry Contact Person: MARY ELLEN MooRE Address: Phone Number: ~i _RR"i-1 7i 1 (NOTE: Date of Performance Bond must not .fie prior to date of contract}{Revised 3/OS) Performance Bond Page ? of 2 (Print Name & Title) P A Y M E N T B O N D BOND NO. 104993885 STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT R.S.Black Civil Contractors Inc./Machine & Materials, Inc. a Joint Venture of NUECES County, Texas, hereinafter called "Principal", and a corporation organized under the laws of the State of , 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 carporation 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 TWO HUNDRED NINETY THOUSAND AND NO/100($290,000.00_) 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, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 15TH day APRIL 2008, a copy of which is hereto attached and made a part hereof, for the construction of: PORT AVE. AND PEARSE DRIVE LIFT STATION ODOR CONTROL SYSTEM PROJECT NO. 7348 (TOTAL BASE BID: $290,000.00) NOW, THEREFORE, 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 shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this band, 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 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 terms "Claimant", "Labor" and "Matexial" as used 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 wham any requisite notices may be delivered and on whom service of process may be had a.n matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 2ND day of MAY 20 os PRINCIPAL R.S. SLACK CIVIL CONTRACTORS, INC./ MACHINERY & MATERIALS, INC., JDINT By: rint Name & Title} ATTEST (Print Name & Titl SURETY TRAVELERS CASEJALTY & S~iRETY COMPANY OF AMERICA . ~ ~. ., "~ Y: ~ •~'~ Attarn n--fact ~_%~~^ ~ ~} ~ "~ MARY ELLEN MOORS -% -{ ••. =~= ; ~ ~ ~~ (Print Name} .~~, ~~+~.,,,,,..•~'t,~'~`$ ' r,r~`+ll+~l it r1 t~+~~ y~ttiti~` The Resident Agent of the Surety in Nueces~ County, Texas, for delivery of notice and service of process is ~~~ Agency: Contact Address: SWANTNER & CORDON INSURANCE AGENCY Person : MARY ELLEN MOORS p_n_ Box Boo Phone Number: {NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 STPAilL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact Na. 214946 Certificate No. O O O ~ 1 V ~ O ~J KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the °Companies"), and that the Companies do hereby make, constitute and appoint R. M. Lee, Diann Eisenhauer, Mary Ellen Moore, Leroy Ryza, and Kristi Roberts of the Ctty of COlpus ChI•tStl ,State of TeXaS ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of.guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pernifted in any ~Ctions or.ptoceedings allowed by law. 13th IN WITN~vSaS HEREOF, the Comp~~6s have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of lvr , Farmington Casualty Company St. Paul Guardian Insurance Company , Fidelity and Guaranty .Insurance Company ., St. Paul Mercury Insurauce Company Fidelity and Guaranty Insuz`a_iwce Underwriters, Inc. Travelers Casualty and Surety Company Seahoard Surety Company Travelers Casualty and Surety Company of America Sf. Paul Eire and Marine Insurance Company United States Fidelity and Guaranty Company O GI.SGq~ V C.~r{rfY ~4fRE ~ p ~*K..~NS4 ~I SNSUy ~4YY AryQ Y y O .. 9 JP ......,. y eJ a ~~n'p ~y~p~ a Y ILpPPORA)hy Q~'i~ '~L+~ tY ~"~ E ~- 3 ~a (i ~~EVt® x ~1 ,.,, fi~ Wre~P011RTF~tn i ~i Y~ > ~ 1977 ~ 195f 1927 f; - : ~~ ~ lturrPOao, avttrao, 9 <O~ y ai '~'~ # n't~o. ~`~S~ALio"'a~,'~SI6AL:is° ~ CONH. o GOV+. ~ w ~ r . ~~ ~ t~ ~F'CCi,E+µ~ ~FANCf` vlS...AN L~f n. ~.... ~a° ° e° ~ ~ ,~ State of Connecticut City of Hartford ss. By: G rge W ompsan, Sen' r Vic President 13th March 2p06 On this the day of ,before me personally appeared George W. Thompson, who acknowledged himself Io be the Senior Vice President of Farmington Casualty Company, Fidelrty and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. "~~.~ W W" ~+ ~ V My Commission expires the 30th day of June, 2006. ~ '0tIB6~G * Marie C. Terreault, Norary Public 58440-9-05 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY iS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY fS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the 13aazds of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his ar her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indernity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate al] or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed {under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the sea] of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsinle signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. 7ohanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Gompany, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Cdinpany-qf America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Pvwer.of Attoiney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seas of said Cgnpanies this 2ND day of MAY , 20 ~~. - Kori M. ]ohans Assistant Secretary G ~ StY~ETy rya s -t1 ik ~xs rr ~N ''Yi l.BU ~rL * ry ; QOM ~~"SG9 JP~....... Vq9~ bJT OaG 171011b1/y ~Y~ r ~ a T 4 p1tFOq ~7 V:' •~ n ~ p ~b~,o ,1977 g f927 .~~ ~~ -"'1~' ~.~CAp4uRAlf`:~ ~ wvrtFORO• ; (/tt/u_trr'a~n0.~ y'` R Ns ~ b~~ '~j~ * ~~ `p. ~`~SEALi~o~ 3'~$S~L,an ~` CONN. ~o \ ca~+ JP S"i+ t~ / 3 ~ \,.,,,,/ a . h ~ ~ q: ~~ xnHCe $ . ANy rY....' • ~N et '~a • ~ AMt~ To verify the authenticity of this Power of Attorney, call L-800.421-3880 or contact us aE www.stpaultravelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. F= i.. r~ ~, t' -~ !' t. ~_ i. F ' ~. t' i• ~~ t, , t. WARNING:THIS POWER OF ATTORNEY 15 INVALID Wt7HOU77HE RED BORDER IMPORTANT N~TiCE To obtain information or make a complaint: You may cai! Travelers Casualty and Surety Company of America and its affiliates' loll- free telephone number for information or to make a complaint at: 1-800-328-2189 You may contact the Texas Department of insurance to abta in information on companies, coverages, rights or complaints at: 1.800~252.3~39 You may write the Texas Department of Insurance: P. O. Box 1491 D4 Austin, TX 78714-9104 Fax: {512) 475-'i 771 Web: tttta://www.tdi.state.tx.us E-mail: ConsumerProtectiont~tdi.state.tx.us PREMIUM OR CLAIM 1]ISPIJTES: Sihould you have a dispute concerning your premiurn~or about a claim you should contact your Agent or Travelers first. if the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH TH15 N®TICE T® YOUR BOND: This notice is for information only and does not be come a part or condition of the attached document and is given to cornpiy with Texas legal and regulatory requirements. {PN-0q2-R) Ed. 10.18.47 03/14/2008 17:12 8263802 ENGINEERING PAGE 10111 I of CITY OF CORPUS CHR1S3'I DISCLOSURE QI= INTERESTS wr ~ C sti City of Corpus Christi 4rdinan:.e ~ 711 ~, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "N1A°. ~ (7/N 7 \ FIRM NAME: -Q S /~ t'.~t t~~ GLy,i ~ ~~~~ <a-a.2. --- ~~.;~~~~-~i~;':~~~r- ~ifr~~J STREET:' ~~J Q©X ~ Z ! Ci'#'Y: G C ZIP:-- r7 ~ ¢ 10 ~ FIRM la: 1. Carporation_ _ 2. Partnership 3. Sole Owner 4. Assoaiatbn 5. Qther L7 v~' /nr-~, _ _ ? /~it,~N,2~ - DISCLOSURE QUESTIONS !f addition2ll space is nece5sa°y, please use the reverse side of this page or attach separate sheet, 1. State the names of each employee of the City of Corpus Christi having an ownership interest canstituling 35e or more of the owr~~ership in the above named firm. Nams Job Title and City Dapariment (if kncwvn} i 1f l~,y ~ 2. State the names of each official of the City of Corpus Christi having an ownership interest consfitt,ling 3°~b or mc~ro of the awnera hip in the at~ove named firm. Neme 'title ~r/'r~N ~ 3. State the names of e~ich beard member of the City of Corpus Chrtstl having an ownership Interest constitu#ing 3°~ ar mere of the ownershlp In the above Hamad firm. Name 8oarcl, Commission or Committee ~/GNP r 4. State the names of each employee or officer of a consultant farthe City of Corpus Christi who worked on any matter related to tl•fe surbj,ect Of tltls coir~tract and has art ownership intearest oonstituting 39t or more of the pwnorShip in the a hove named flirt. Name Consultant ~d~~ CERTIFICATE I certify that alt in#ormation pi ovfded is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas >~s changes occur. Certifying perm: l~n B ~ ~ ~ ,7~ Title: ~~iY~.r~ %`/~ C~ ype ar nn Signature of Certlfying Persor : G~c~ Date: 3 /~~d ~ , _ ,_„ ~-~~ axTnr.~rr xo. s Q~IiE 5 O! 6 s~ssrssso ~xoposu porgy PA48 5 OF 6 03/14/2008 17:12 8253802 ENGIhfEERING PAGE 11/11 DEF1N ITIONB a. Board Member. A member of any board, commission or oamrnittee appointer) by the Clty Council of the City of Carps Christi, Texas. b. f=mployee. Any person employed by the City of Corpus Christi, Texas, either on a Tull ar part time basis, but not as an ifndependent oorrtra,:tar. C. Firm. Any entity ope~~ated fcr economic gain, whether professionai industrial ar cammercisl end whether estab~shed to produce ar deal with a prod~,cf ar service, including but nod lim[ted to, ~n~ties opar~ated in the form of sole proprietorship, asp self-emploxed person, partnership corporation, point atxk cornpanY, joint venture, roceivership or truck an ~ entities whrch, for purposes of taxa{ian, are treated as non-profit organyfaations. d. Official. The Mayor, mrrmbers of the City Council, City Manager, Deputy Ci Mana er, Assistant City Managers, Department and Divisic.~n Heads and Municipal Court Judges of she C1ty of Corpus~hris~, Texas. e- Ownership Interest. ~~gal dr equitable interest, whether actual)yy or constructive held, in a firm, including when such interest ra hetd thn:wgh an agent, trust, estat®or holding ant"~r~ Constructive held refers to holding arcontrol established through vai3ng trusts, proxies or special terms of venture ar partners ip agreements. f.Con u rson tar such n i nd archite b e C' of Ce C ristl for the j c n and recommendation. ~-~~-cat~icr iro . ~ Pl10a 6 411 6 A3YI88C PROPp8a1I, PORaS PAGE 5 OP 6 ACORD CERTIFICATE OF LIABILITY INSURANGE DATE[MMADIYYYY} ,,, 5/9 aoaa PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION (CC} 8xantner sx Gore9on Insurance Agency ONLY AND CONFERS NO RIGHTS UPON THI: CERTIFlCATE P. o. Hox B70 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR corpus chrieti Tx 784D3 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (361) 883-1711 (3fi1) 844-0101 INSURERS AFFORDING COVERAGE NAIG ~ K~BURED NSURERA~ Texas Mutual Insurance Co art #R8 Black Civil Contractors Inc NSURERB: Trinit Llo d^ Insurance Co x6689 P.O. Haut 6218 NSURERC- Trinit Univereai Ins Co RS 15954 Corpus Christi TR 78466-6218 NSURERD: Fireman's Fund Ias Co NSUAER E: GOV~RAGES THE POLICIES OF NSURANCE LISTED BELOWHAVE BEEN ISSUEDTOTHE INSURED NAMEDABOVE FOR THE POLICY PERIOD INpICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT pR OTHER DOCUMENT WITIi RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORpED 8Y THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. N t POLICY NUMBER POLICY EFFECTIVE PATE MM POLICY E%PIRATIOM DATE M LIMRS GENERAL LIABILRY ~ EACH OCCURRENCE $ 1000 000 H R COMMERCWLGENERALLIABILRY CRP075415503 / 1/x8/2008 1/x8/2009 PREMISES Eeocc~rence $ 100,000 CLAIMS MADE ~ OCCUR ,/ ~ MED EXP [My one pBlsonl ; 5, 000 PERSONAL 8 ADV INJJRY = I, 000, 000 GENERAL AGGREGATE S x,000,000 GENLAGGREGATELIMITAPPLIESPER~ PRODUCTS-COMPIOPAGG $ 2,000,000 POLICY j( PR4 LOC AUT OMOBILE LIABILITY 1/ COMBINED SNGLE LIMIT C x ANY AUTO CAPa50050003 1/28/2008 1/28/x009 [EeaccideM] :~ 1.D00,000 ALL owNED Auros SCHEDULED AUTOS ~ BODILY INJURY [Per person I $ R HIRED AUTOS BODILY INJURY $ R NON-OVrNEDAUT05 lPereocldenll PROPERTYpAMAGE $ (Per ealderq I GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EA ACC OTHER THAN ; AUTO ONLY_ AGG $ EXCES8AIMBRELLA LIABILITY EACH OCCURRENCE d lr 000, 000 C R OCCUR ~ CLAIMS MADE CUP0751fi3a03 _ I/28/2008 1/28/2009 AGGREGATE S I, 000, 000 / y ~ ~ DEDUCTIBLE $ R RETENTION : ~o,ooa ~ A WORKERSCOMPBeSAT10NAl~ / ' TeF0001140917 1/28/2008 1/28/2009 g VJCSTRTU- OTH- EMPLOYERS LWBILETY y ANY PROPRIE70R1PARTNERIFJ(ECUTIVE / E.L. EACH ACCIDENT $ 1, 000, 000 OFFICERIMEMBER EXCLUDED9 ` ~ y E.L. DISEASE - EA EMPLOYE $ I, 000, 000 If yes desabe under SPECIAL PROVISIONS below E.L. DIS -AOLIGV 1, 000, 000 OTHER Reporting Form - Various -- D Bldre Risk/Install. MZI9780a934 I/x8/2008 1/a8/a00 C latad Value ALL L2IBK FORId DESCRIPTION OF OPERAT10N81 LOCATION8IVEI#CLES JEXCLUSlON6 ADDED BY ENDOR8EMENTJ SPECIAL PROVISIONS / Prajact: Port Ave. and Pearce Drive Lift Station Odor Control System, Project No. 7348 (Builders // Riak / Installation limit is $290,000} The City of Corpus Christi is named ae Additional Insured on iM General Liability and Auto policies. CERTIFICATE HOLDER cnNr_Fi I oYI~N SHOULD ANY OF THEABOVE DESCRS'1C-0 POLECiE8 BE CANCELLED BEFORE TF~'~XPIRATION City of Corpus Christi 8Y-ginaering Barvices' DATE THEREOF, THE 188UING NSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Attn : Contract Adaliniatrator NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Bur FAILURE TO DO SO SHALL / P. O. HOX 9277 . / MMM IMPOSE NO OBLIGATION OR LIABILITY DF ANY KING UPON THE INSURER, ITS AGENTS OR REPRESENTATNEB. Corpus Christi TX 784fi9-9277 AUTHORIZEDREPRESENTATIYE P-c.urcL: ~a 4zuuTluu? ®ACORD CORPORATION 1988 Page 1 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy{ies) must be endorsed. A statement on this certiFicate does not confer rights to the certificate holder in lieu of such endorsement{s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement{s). DISCLAIMER The Certificate of Insurance an the reverse side of this form does not constitute a contract between the issuing insurer{s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACDRD 25 (2001106) Page 2 of 2 t;GN~ERAL ~aRyC~ l1f ITCI'S6!! if E' 6rt,~"a!!f%~~Ii31t Ifl41lfC~ R..S.1'itack Civil ('rn3lractcxs, (rIC. '~1seiYi[tcr & ~iur~rials, ftic, l'!a[c Ibis cndotsrment lakNS e.Ri~ct 1,12$/0$ Hniiorserlrerlt Numi:ICr f Pcdicy'`iElrnbcr w ivizis7$02934 '~ ~ Palicy Fericxi _ Jan_uary__ 2$ 200$ - 2009. 8nflder~ Rlsk i iraxlxllatiars Flaatcr Nymr: nYC'ornllany issuing [Ilis elldirrsr:rrtrn[ ~iremaT!'s•FIInd 1fiSurancC Ci~rnp~fn~,.^_ ~~ ~VE'e will itoE [ell is tl~ alcove uulcss we isstu [hig cnriorsernca[ uRP[~ ue issue your poiicYl In at?llsidcration of nn change inpmnvum, atltl file inllnwing as 2u! additi©nai in{uric{: (sty of G€+[~SI~ Christi: [3epartrx~rt! of Ft?gin+~arYng 4cr+•ica:.s ,trtlr. C'{m[rae[ .\cllriinisna[~~r Y () Hex <)2?'F r~al~>!~ C'Ilr;~sii, ~rJ( ?BdGS}-9277 4hau}d the alxlvc ciescriheci policy be canrri4d or malct;tilly ctlattgcil brforr the «pirativu ~tasr [here.af; €iIC issuing rampalsy will mail lp cinys writ[cn ttotice is tlu• abrn'c• narlietf. LMT' R. M. Lee, Ms~naging Partner Swantner ~ Gvrdvn ICfC-(:1.011 U28/D8 to 11281D9 ~oLlcv ~IUMBi=1~: cap a~~~~ ~~ -oa COMMi~tCiAI. C31rldECRAL LIABiLi'i`Y CG 20 ~B f37 04 THIS ENDORSEMENT CHANCES THE PO~.iCY. PLEASE READ IT CAREFULLY. J ADD~TIQNAL INSURED -" DESIGNATEt3 PERSON QR ORGANIZATI~]IV This endorsemen# modifies insurance provided under the following: CbMMERCIAL GENERAL LIABILITY CbVERAGE PART SCHEDULE Section 11 • Who Is An Insured is arr,ended to in- clude as an additionat insured the person{s} ar or- ganizations} shown in the Schedule, but only with respect to lisb#lity for "bodi#y injury", "property damage" or °personal and advertising injury" caused, in whole or in part, by your acts or om#s- signs or ttte eats or omissions of thane acting an Your behalf: A. In the performance of your ongoing operations; or B, In ccsnnectian with your premises owned by or rented to you, /~•*~ u CG za zs d7 [l4 Copyright, !SQ Properties, lr,c;., 2aaa Page i of 1 TRIMlT1' UNNERSAI lMSkiRAl14' CQ 10000 NORTi-! GENTRAI. EXPFEES5~'VA~ pALLAS, TX 75231 COMMERCIAL PACKAGE POLICY POLICY INTEREST SCHEQULE .raoo~ A.DDIT'IC~~It~, T1VS~=FEA C,~~Y QF OCRPC]$ GHRI'STI DEPT OF 8I3t3INES3tII+7G BEPJI.^,.Qg ~o >~px Q~~~ ca~evs r_xi~:sTZ ~rx ~sa~~ Poltcy [VufnAe.: CAP 0754155 -03 lVemsd Insured: R.S. BtACK CIVIL CDlVTRACTQRS, SCH~D 0601 /4C,EN~' CUf'Y MM1RP ° ADDfTIOidAL It~ISl1RED 7fsis en~iarsHmertt ma_llf~:s insu!~nce protr+ded under the foliov~irg: TE 5981 B Btf8lt~Eg& AtJ70 COVERAGE DORM GAR/0.GE CdVERAGIr FORM TRUCKEfi3 COVERAGE FORM This endorsement char,gas Lila pokey elfoctivr~ ort ih¢ irtcaplian data of the policy unless arrother date :s indicted he;iow . inndorsi:meni E.ffectlve ~ ^..~. 1/28,(0$ ._._. %~. d ~.-. - FOfic3r Number %.~_ . CAP25U0504-03 ~/ Named Insured ._._._.-..-.----..~~ _.~ _ !iS SI.,ACiC CIVIL. <rUN~TRA~"~C}ItS LING ...._.._ __-.- Cauntersl need b ( Au on Rei~esesntatlve 1 'The pravisirnis anti exaEusidrrt thtit ~~ppiy W t<IAi3i~ITY COVi=RAGE also appFy id fhis er~dnrsament. V -~i~ Carpus ChriStl. []ir Hof E~~~erin~Senrices, Attnt'ontraCt Atiministralor, P_p 13_px 5277, Corpus Chr98ti_ TX 78469~fl277 i Ertts~r Name ern+f kddress of Additional Insured) -- +s an insured, but only with restsect tq ik;gal !~~!spunsit~iiity fir acts ar omissions Uf a pprt:on for vri!gtn Liability Coverage :s ~affasded tlndBr this pal'rcy 1'he additional insured i$ nOt (Squired tD qc+y Tor any pra_rriurns statetl in the ptsticy or earned from the poliry. .rry return premium and any dittidertd, it appGcabte, derisrad by ua shall b8 paid to you. Yrht aYe 8f,"Ehar(~s;d to act fGr tl1a; 3Qditi[inat insured in ail matters periaining E4 this insurat,ce. t3`va wiH mad this artditianai insured ncrtii.~ t3f any cTntzElation ref this paliCy. ii tho cancv~latinn is by us, vie ~r~iN glut ten days n+~tice to the additional insured. Tire additions! instrrM viii? retain 9ny right nt rt~:nvery as a 1.lair,ant s~n;Fer !Yr<s i±Clicy FURM TE 99 01 B -Af3pITiQNAL IN5i1RED Texas 5fanrlard Autornobile Endorsement Prescribed FKarch iti, 1892 Pt3LICY IV131N13ER: CAPE~754155 -Q3 CdMHIERCIAI GfcNERAL LIAGl4lTY CG D2Q$12t14 THIS ENDOitSEMENT CHANGEa THE POi.ICY. P#~EASE READ IT CARE~ULf.Y. TEXAS CH~INGES -- AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CWANGE -T/his endursensent modifies insurance provided under the fpllawing: Y GOMMERCtAL Gt:NECtAL LIABILITY COVERAGE PART LIG}UUR LIABILITY GUVERAGE PART OWNERS ANCJ COIVT`RACTQI~S PROTECTIVE LIABILITY COVERAGE PAi2T POLLUTION tIA81LITY C~VIrRAGI; PART PRODUCT `IV#THt]RAWAL C4VERAGE PART' PRGpEJCTSICOMPLETED OPERATION3LIABILITY COVERAGE PART RA[LROAD PRO'fECTNE LIABILITY CpV1wRAGE PART In the event p# canceilai'wn ar maierial change Ihaf reduces or reslrlcts the insurance afforded 5y this Goverage Part, we agree is mail prior vt~'itt6rf notice of cancel4atlun ar material change Ea: SCHEC11lLE i. Name: Ci#y of Corpus Christi .~._..._= j .____~....___._...._.... ' Department a# Engineering Services N Attn_ Contract Adrrtinistrator 2. Address: PO Box 8277 Corpus Christi, T7C 7't34fi5-9277 ~ 3. _ _ Number of da s advance natlae: 30 _ _ In#ormation roqu€rad to complete this Sr:hedule, I# not Shown gt)OVe, will be sliovun in tl-e Deciara[ions. _~ CG Q2 l}5 92 Od ;:; iS%r Prrperties, ine , 20(33 I}hgcs 1 u# 1 ~' CANCELLATION PHtQVi$IC7N OR CdVEF~AGE CftANGE ENDORSEMENT Thr~ endorsel~~s3t snpdi~ies insurance Fsrovided under tl~e #ai#arving: .~ tlt1SFNESS AUTO CQVERAGE FORNt GARAGE CpVERAC,E FARM 7RtJCt4ERF~ CdVE1tAGE FORIfA TE o2 nxA ~1' h-s endarsei»ent changes fhe noticy P#fet:Tive an the inreptian date of the paltry unless another date ig ir.dic2tecf tselrnv: J 30 _ days before this paficy Is eas~eeilQd ar srrateriafty Cf,anged to reduce ar restrict coverage ~ wllf snail s~~tire a# tfi~e tancefiaiian ar changa ia; / City ~# Corpus Christi, C~epi. of Engineer#rtg SaNirx~, Attn: ConEract Administrator, PQ Sax 9277_Corpus Chrisli_F7(W7i3A69~9277 \/ ~~. --- ___.___.._____....w.._ i Enter Name ant! gdCiress )~__._._~.._._.____ ww__-__._.~w._..,...._.._.__.... FdF2M TE Qi paA - CAldCl=Lla47f4N PROVI81(NJ OIZ CtJV~iiACsE Ch#ANGE ENC3(7RSElJIENT Texas Standard A~tamobile Entlarsesnent Prescribed MatCfY ~$, ts9a ~~~)~'Y r~~~~ WOtit(ERS' COMPEtJSATtON AND i<MFLOYE~S [] j~11/j[ LtAf31LITY INSL3RANGE POt_IC1l ittsrtraeceC.ampaloy WC 42 ~6 fl~ TEXAS NOTICE O~ MATERIAL CHANCE ENDOR5EMENT This endorsernerrt applies only to the insurance providESd by the poiicy hersuse ~"cxas ~s shown iti Item ~.A. of #hr' Inforrnatitrn Page. In the event crf cAnc~llaiion nr other material change of the palicy, we will tneii advance notice to the person or organitatkon rtamed it! the Schedule, l'he nurrltacr of days advanca natit;t is shown in the Sc:ltedule. This endorsement shall not operate drectly or indirectly to benefit anyone not nr~rr~ed in #he. Schr~duke Schedule 1. Number of days advance notlee: 3a d 2. ~fatice vriN be mailed to: City of Corpus Christi J DepartmerR of Engineering Services Attn: Gotltract Administrator I.O. Box 9277 Corpus Ghristi, 'CX 78469-9277 t>~ c7idr,rsarirr,t c:^t,s;;~~~s :he ~r:liry la vR'~rsis d isa arucl:eii rt;eeGVe r:e= [`~i rneepii~rt dale tt lt:e ~ci~Gy ~:n.FSS a :f~iferen! c;~= ~~ i~~~1:r'tr2(t helr,~Y 3 t?e r[iI~;A'irkJ ~~,!!8G:'IiR'~ viellYLF'- !3^e+3l;t? C~MC@f[3L7 +.~'~ :Y""n lh:E E~l:l fFFT.Bi~! t5 iss.s'~d St;SVgtc~?i"!Q ~1r,~`3.'3li:;l! ;;f ;I?F• ~!N.iGy ) Tfi~ rrKiaru:inent, rtfrrclrve pn ,fanuary 28, 20Q8 ~ _r! l:...L'• F ~. ~?atfd~[:! tn'•e, Sr rsi~ .: p:u! rrf ./ F'gtiCy,~1C. TS1--00€lll~i19~7 20(1fi0t26 ulilreTr±x.r~Nlutualfn;;urnnL:t±C;smpany •'?shad *~ R 4 91. kGK C I V 1 ~ COflTtitkC TCrttS ! NC ~ndarserr~nt~ho, l~ ` 1/ t''rer~ei'3r~s"s' ~r'~•'~y~>~f. ~~ff,..,,.,,y, tl lttlthrarizr:rf Ft+:prescntative 1~JC,420~01 lt;G- .-4Aj :~r;i;;;t •~ ;;.}I%`!' ~:~iir":GGE:1•t 1°:fC~~-:'~r?ri