HomeMy WebLinkAboutC2009-092 - 1/13/2009 - Approved2009-092
M2009-001
01/13/09
F O R M S
Sendero Industries
S P E C I A L P R O V I S I O N S
S P E C I F I C A T I O N S
A N D
O F C O N T R A C T S A N D B O N D •S
F O R
OSO TRUNK MAIN MANHOLE REPAIR/
REPLACEMENT PHASE 3
FOR
WASTEWATER DEPARTMENT
CITY OF CORPUS CHRISTI, TEXAS
Phone: 361/826-1800
bgMap 4+w
VitASTEWATER
navearxaxr
AND
DEPARTMENT OF ENGINEERING SERVICES
CITY OE CORPUS CHRISTI, TEXAS
Phone: 361/880-3500 ~ \\\\\\\~oF"" ~f
- - Fax: 361/860-3501 \\ ~rf
PROJECT N0: 7386
DRAWING NO: SAN 549
\ E
.'V *: * j
r f.ARI F CRI III r
i~°$
..
S P E C I A L P R O V I S I O N S
S P E C I F I C A T I O N S
A N D
F O R M S O F C O N T R A C T S A N D B O N D S
F O R
OSO TRUNK MAIN MANHOLE REPAIR/
REPLACEMENT PHASE 3
FOR
WASTEWATER DEPARTMENT
CITY OF CORPUS CHRISTI, TEXAS
Phone: 361/626-1800
V~1AST~WATER
DEPAETNENT
AN D
DEPARTMENT OF ENGINEERING SERVICES
CITY OF CORPUS CHRISTI, TEXAS
Phone: 361/880-3500 ~~~~\~~11111ZU
Fax: 361/880-3501 `~~~ tE OF r ~l//
PROJECT NO: 7386
DRAWING N0: SAN 549
1~~ 5t P, ....... fkq l/~
S ~~
-~ '&.'~ '.'k
.~'~: * j
l .... .. ... .. ..... .... ..
r CARL E. CRULL r
~ 46706
/////tlrr~Z~~lll~l ~~TO
~,~
(Revised 7/5/00)
OSO TRUNK MAIN MANHOLE REPAIR/REPLACEMENT PHASE 3
PROJECT N0.7386
Table of Contents
NOTICE TO BIDDERS (Revised ~/5/00)
NOTICE TO CONTRACTORS - A (Revised Sept. 2006)
Insurance Requirements
NOTICE TO CONTRACTORS - B (Revised .7u1y 2ooa)
Worker's Compensation Reporting Requirements 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
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
A-13 Area Access and Traffic Control -
A-14 Construction Equipment Spillage and Tracking
A-15 Excavation and 'Removals
A-16 Disposal/Salvage of Materials
__'__ ^__°_°_-° NOT USED
A-18 Schedule and Sequence of Construction
A-19 Construction Staking
A-20 Testing and Certification
- - ^~ ^-~'-^« ^':g n.. NOT USED
A-22 Minority/Minority Business Ente~^prise Participation Policy (Revised 10/9S)
- ^~' "~~~^^~ NOT USED
A-24 Surety«BOnds
__~__ ...^ ...-.«+___ NO LONGHR APPLICABLH (6/11/98)
-- A-26 Supplemental"Insurance Requirements
- +~-= ~ = °^-~ ^' - NOT USED
A-28 Considerations for Contract Award and Execution
A-29 Contractor's-Field Administration Staff
A-30 Amended "Consideration of Contract" Requirements
A-31 Amended Policy on Extra Work and Change Orders
A-32 Amended "Execution of Contract" Requirements
A-33 Conditions of Work
A-34 Precedence of Contract Documents
- =''- -~^ _~- - NOT USED
A-36 Other'Submittals (Revised-9./18/00)
-..~ .....__,_,. c,..- ui.,« _..i...a s... «s... NOT USED
A-38 Worker's Compensation Coverage for Building or
Government Entities - -~
A-39 Certificate of Occupancy and Final Acceptance
A-40 Amendment to Section B-8-6: Partial Estimates
NOT USED
A-42 OSHA Rules & Regulations
A-43 Amended Indemnification & Hold Harmless (9/98)
A-44 Change Orders (4/26/99)
A-45 As-Built Dimensions and Drawings (7/5/00)
_i.~.. ..,.~.. _a - NOT
A-48 Overhead Electrical Wires (7/s/oo)
A-49 Amend "Maintenance Guaranty" (8/24/00)
A-50 Re-Routing of Traffic During Construction
A-51 Dewatering/We1lPOinting
A-52 Bypass Pumping Operaions
A-53 Amended "Prosecution and Progress"
PART B - GENERAL PROVISIONS
PART C - FEDERAL WAGE RATES AND REQIIIREMENTS
PART S - STANDARD SPECIFICATIONS
022020
022022
022040
025205
025210
025220
025404
025412
025424
025802
027203
027205
027610
030020
032020
038000
055420
Construction Projects for
USED
NOT USED
Excavation & Backf ill for Utilities & Sewers
Trench Safety for Excavations
Street Excavation
Pavement Repair, Curb, Gutter,
Lime Stabilization
Flexible Base-Caliches
Asphalts, Oils, & Emulsions
Prime Coat
Sidewalk and Driveway Replacement
Hot Mix Asphalt Concrete Pavement
Temporary Traffic Controls during Construction
Vacuum Testing of Sanitary Sewer Manhole and Structures
Fiberglass Manholes
Televised Inspection of Conduits
Portland Cement Concrete
Reinforcing Steel
Concrete Structures
Frames, Grates, Rings and Covers
LIST OF DRAWINGS
1 0001
2 G002
3 C101
4 X101
5 C102
6 C103
7 C104
8 TC101
9 TC102
10 TC103
11-22 N/A
Cover Sheet/Vicinity Map/Sheet Index
Legend & Symbols/Estimate Summary/ General Notes
General Site Plan
Existing Manhole Demolition
Site Plan- Curtis Clark & Nelson (Site 1)
Site Plan- / Betty Jean & Curtis Clark (Site 2) and
South Staples & Curtis Clark (Site 3)(Add Alt 1.)
Wastewater Flow Control Plans & Details
BC (1)-03 thru BC (12)-03 & TCP (1-4)-98
Traffic Control Plan- Curtis Clark & Nelson (Site 1)
Traffic Control Plan- Curtis Clark & Betty Jean (Site 2)
Traffic Control Plan- Curtis Clark & South Staples (Site 3)
(Add Alt 1) -~
Texas Department of Transportation Traffic Control Details
23 SD101 City of Corpus Christi Standard Details, Sheet 1 of 5
24 SD102 City of Corpus Christi Standard Details, Sheet 2 of 5
25 SD103 City of Corpus Christi Standard Details, Sheet 3 of 5
26 SD104 City of Corpus Christi Standard Details, Sheet 4 of 5
27 SD105 City of Corpus Christi Standard Details, Sheet 5 of 5
NOTICE
AGREEMENT
PROPOSAL/DISCLOSIIRE STATEMENT
PERFORMANCE BOND
PAYMENT BOND
NOTICE TO BIDDERS`
NOTICH TO HIDDRRS
Sealed proposals, addressed to the City of Corpus Christi, Texas for:
OSO TRDNR MAIN MANHOLE REPAIR/ REPLACEMENT PHASE 3, PROJHCT NO. 7386; consists
of
Base Bid:
Site 1-Curtis Clark and Nelson - Replacement of one special brick and
concrete manhole and one standard manhole
Site 2-Curtis Clark and Betty Jean - Replacement of one special brick and
concrete manhole and one standard manhole
Additive Alternate 1:
Site 3-Curtis Clark and S. Staples - Replacement of one special brick and
concrete manhole
including all appurtenances and associated work in accordance with the plans,
specifications, and contract documents.
will be received at the office of the City Secretary until 2:00 p.m. on Wednesday,
Sevtember 10, 2008, and then publicly opened and read. Any bid received after
closing time will be returned unopened.
A pre-bid meeting is scheduled for 10 a m Wednesday, Seotember 03, 2008 and will
be conducted by the City. The location of the meeting will be the Department of
Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard
Street, Corpus Christi, TX.
A bid bond in the amount of 57; 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 Sg
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. ao/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 work is to be done and that such wage scale
is set out in the contract documents obtainable at the office of the City Engineer
and the Contractor shall pay not less than the wage rates so shown for each craft
or type of "laborer," "workman," or "mechanic" employed on this project:
The City reserves the right to reject any or all bids, to waive irregularities and
to accept the bid which, in the City's opinion, seems most advantageous to the
City and in the best interest of the public.
CITY OF CORPUS CHRISTI, TEXAS
/s/ Angel R. Escobar, P.E.
Director of Engineering Services
/s/ Armando Chapa
City Secretary
Revised '//5/00
NOTICE TO CONTRACTORS - A
NOTICE TO CONTRACTORS - A
INSURANCE REQUIREMENTS
(Revised May 2006)
A Certificate of Insurance indicating proof of coverage
in the following amounts is required:
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-Day Notice olCancellation required on all certificates Bodily Injury and Property Damage
Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT
1. Commercial Form
2. Premises -Operations
3. Explosion and Collapse Hazard
4. Undergound Hazard
5. Products/ Completed Operations
6. Hazard
7. Contractuallnsurance
8. Broad Fonn Property Damage
9. Independent Contractors
10. Personallnjury -
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
EMPLOYERS' LIABILITY $100,000
EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT
PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT
ENVIRONMENTAL IMPAIRMENT COVERAGE ^ REQUIRED
Not limited to sudden & accidental discharge; to include Q NOT REQUIRED
long-tern environmental impact for the disposal of
contaminants
BUILDERS' RISK See Section B•6-I 1 and Supplemental Insurance
Requvements
^ REQUIRED
NOT REQUIRED
INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance
Requirements
^ REQUIRED
NOT REQUIRED
Page I of 2
OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's
compensation liability coverage.
OThe name of the project must be listed under "description of operations' on each certificate of insurance.
OFor each insurance coverage, the Contractor shall obtain an endorsement [o the applicable insurance policy,
signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material
. _ change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or
coverages which are specified in section B-6-I 1 or Special Provisions section of the contract.
A completed "Disclosure of Interest" must be submitted with your proposal.
SGould you Dave any ques!lans regarding insurance requlremeuLS, please contact tke Contract Adnriaislrator a!
880-3500.
Page 2 of 2
NOTICE TO CONTRACTORS - B
WORKER'S COMPENSATION INSURANCE
REQUIREMENT S
Page 1 of 1 ]
Texas Administrative Code
TITLE 28 INSURANCE
PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF
WORKERS' COMPENSATION
CHAPTER 110 REQUIRED NOTICES OF COVERAGE
SUBCHAPTER B EMPLOYER NOTICES
RULE §110.110 Reporting Requirements for Building or Construction
Projects for Governmental Entities
(a) The following words and terms, when used in this rule, shall have the following meanings,
unless the context clearly indicates otherwise. Terms not defined in this rule shall have the
meaning defined in the Texas Labor Code, if so defined.
(1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of
authority [o self-insure issued by the commission, or a workers' compensation coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers'
compensation insurance coverage for the person's or entity's employees (including those subject
to a coverage agreement) providing services on a project, for the duration of the project.
(2) Building or construction--Has the meaning defined in the Texas Labor Code,
§406.096(e)(1).
(3) Contractor--A person bidding for or awarded a building or construction project by a
governmental entity.
(4) Coverage--Workers' compensation insurance meeting the statutory requirements of the
Texas Labor Code, §401.011(44).
(5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form
TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which
establishes a relationship between the parties for purposes of the Texas Workers' Compensation
Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of
employer/employee and establishes who will be responsible for providing workers'
compensation coverage for persons providing services on the project.
(6) Duration of the project--Includes the time from the beginning of work on the project until
the work on the project has been completed and accepted by the governmental entiTy.
(7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the
exception of persons excluded under subsections (h) and (i) of this section, includes all persons
or entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees. This includes but is not limited to independent
contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of
any such entity, or employees of any entity furnishing persons to perform services on the project.
Page 2 of 11
"Services" includes but is not limited to providing, hauling, or delivering equipment or materials,
or providing labor, transportation, or other service related to a project. "Services" does not
include activities unrelated to the project, such as food beverage vendors, office supply
deliveries, and delivery of portable toilets.
(8) Project--Includes the provision of all services related to a building or construction contract
for agovernmental entity.
(b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a
representation by the insured that all employees of the insured who are providing services on the
project are covered by workers' compensation coverage, that the coverage is based on proper
reporting of classification codes and payroll amounts, and that all coverage agreements have
been filed with the appropriate insurance carcier or, in the case of aself-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of
coverage, or failing to provide or maintain required coverage, or failing to report any change that
materially affects the provision of coverage may subject the contractor or other person providing
services on the project to administrative penalties, criminal penalties, civil penalties, or other
civil actions.
(c) A governmental entity that enters into a building or construction contract on a project shall:
(1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using
the language required by paragraph (7) of this subsection;
(2) as part of the contract, using the language required by paragraph (7) of this subsection,
require the contractor to perform as required in subsection (d) of [his section;
(3) obtain from the contractor a certificate of coverage for each person providing services on
the project, prior to that person beginning work on the project;
(4) obtain from the contractor a new certificate of coverage showing extension of coverage:
(A) before the end of the current coverage period, if the contractor s curcent certificate of
coverage shows that the coverage period ends during the duration of the project; and
(B) no later than seven days after the expiration of the coverage for each other person
providing services on the project whose cuttent certificate shows that the coverage period ends
during the duration of the project;
(5) retain certificates of coverage on file for [he duration of the project and for three years
thereafter;
(6) provide a copy of the certificates of coverage to the commission upon request and to any
person entitled to them by law; and
(7) use the language contained in the following Figure 1 for bid specifications and contracts,
without any additional words or changes, except those required to accommodate the specific
document in which they aze contained or to impose stricter standards of documentation: Attached
Graphic
Page 3 of 11
(d) A contractor shall:
(1) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting of classification codes and payroll amounts and filing of any .
coverage agreements;
(2) provide a certificate ofcoverage showing workers' compensation coverage to the
governmental entity prior to beginning work on [he project;
(3) provide the governmental entity, prior to the end of the coverage period, a new certificate of
coverage showing extension ofcoverage, if the coverage period shown on the contractor's
current certificate ofcoverage ends during the duration of the project;
(4) obtain from each person providing services on a project, and provide to the governmental
entity:
(A) a certificate ofcoverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates ofcoverage showing coverage for all persons
providing services on the project; and
(B) no later than seven days after receipt by the contractor, a new certificate ofcoverage
showing extension ofcoverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(5) retain all required certificates ofcoverage on file for the duration ofthe project and for one
year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery, within ten
days after the contractor knew or should have known, of any change that materially affects the
provision ofcoverage of any person providing services on the project;
(7) post a notice on each project site informing all persons providing services on the project that
they are required to be covered, and stating how a person may verify current coverage and report
failure to provide coverage. This notice does not satisfy other posting requirements imposed by
the Act or other commission rules. This notice must be printed with a title in a[ least 30 point
bold type and text in at least 19 point normal type, and shall be in both English and Spanish and
any other language common to the worker population. The text for the notices shall be the
following text provided by the commission on the sample notice, without any additional words
or changes: Attached Graphic
(8) contractually require each person with whom it contracts to provide services on a project to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements for alt of its employees providing services on the project,
for the duration of the project;
(B) provide a certificate ofcoverage to the contractor prior to that person beginning work on
the project;
(C) include in all contracts to provide services on the project the language in subsection (e)(3)
of this section;
Page 4 of 11
(D) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
(E) obtain from each other person with whom it contracts, and provide to [he contractor:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension
of the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(F) retain all required certificates of coverage on file for the duration of the project and for one
year [hereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within ten
days after the person knew or should have known, of any change that materially affects the.
provision of coverage of any person providing services on the project; and
(H) contractually require each other person with whom it contracts, to perform as required by
subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the
person for whom they are providing services.
(e) A person providing services on a project, other than a contractor, shall:
(1) provide coverage for its employees providing services on a project, for the duration of the
project based on proper reporting ofclassification codes and payroll amounts and filing of any
coverage agreements;
(2) provide a certificate of coverage as required by its contract to provide services on the
project, prior to beginning work on the project;
(3) have the following language in its contract to provide services on the project: "By signing
this contract or providing or causing to be provided a certificate of coverage, the person signing
this contract is representing to the governmental entity that all employees of the person signing
this contract who will provide services on the project will be covered by workers' compensation
coverage for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements will be filed with.the
appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of
Self-Insurance Regulation. Providing false or misleading information may subject the contractor
to administrative penalties, criminal penalties, civil penalties, or other civil actions."
(4) provide the person for whom it is providing services on the project, prior to the end of the
coverage period shown on its current certificate of coverage, a new certificate showing extension
of coverage, if the coverage period shown on the certificate of coverage ends during the duration
of the project;
(5) obtain from each person providing services on a project under contract to it, and provide as
required by its contract:
(A) a certificate of coverage, prior to the other person beginning work on the project; and
(B) prior to the end of the coverage period, a new certificate of coverage showing extension of
the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of [he project;
Page 5 of 11
(6) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(7) notify the govemmental entity in writing by certified mail or personal delivery, of any
change that materially affects the provision of coverage of any person providing services on the
project and send the notice within ten days after the person knew or should have known ofthe
change; and
(8) contractually require each other person with whom it contracts to:
(A) provide coverage based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements for all of its employees providing services on the project,
for the duration of the project;
(B) provide a certificate of coverage to it prior to that other person beginning work on the
project;
(C) include in all contracts to provide services on the project the language in paragraph (3) of
this subsection;
(D) provide, prior to the end of the coverage period, a new certificate of coverage showing
extension of the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(E) obtain-from each other person under contract to it to provide services on the project, and
provide as required by its contract:
(i) a certificate of coverage, prior to the other person beginning work on the project; and
(ii) prior to the end of the coverage period, a new certificate of coverage showing extension
of the coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the contract;
(F) retain all required certificates of coverage on file for the duration of the project and for one
year thereafter;
(G) notify the governmental entity in writing by certified mail or personal delivery, within ten
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(I~ contractually require each person with whom it contracts, to perform as required by this
subparagraph and subparagraphs (A)-(G) ofthis paragraph, with the certificate of coverage to be
provided to the person for whom they are providing services.
(f) If any provision ofthis rule or its application to any person or circumstance is held invalid,
the invalidity does not affect other provisions or applications ofthis rule that can be given effect
without the invalid provision or application, and to this end the provisions ofthis rule are
declared to be severable.
(g) This rule is applicable for building or construction contracts advertised for bid by a
govemmental entity on or after September 1, 1994. This rule is also applicable for those building
or construction contracts entered into on or after September 1, 1994, which are not required by
law to be advertised for bid.
Page 6 of I 1
(h) The coverage requirement in this rule does not apply to motor carriers who are required
pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of
Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes,
Article 6675c, §4(j).
(i) The coverage requirement in this rule does not apply to sole proprietors, partners, and
corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly
excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089,
74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and
corporate executive officers who are excluded from coverage in an insurance policy or certificate
of authority to self-insure that is delivered, issued for detivery, or renewed on or after January 1,
1996.
Source Note: The provisions ofthis §110.110 adopted to be effective September 1, 1994, 19
TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609
Page 7 of 11
T28S 110.110(d)(7)
"REQUIRED WORKERS' COMPENSATION COVERAGE"
"The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes persons
providing, hauling, or delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their employer or status as an
employee. "
"Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on
the legal requirement jor coverage, to verify whether your employer has provided the required
coverage, or to report an employer's failure to provide coverage. "
Page 8 of 11
T28S 110.110(c)(7)
Article .Workers' Compensation Insurance Coverage.
A. Definitions:
Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-8l, TWCC-
82, TWCC-83, orTWCC-84), showing statutory workers' compensation insurance coverage for
the person's or entity's employees providing services on a project, for [he duration of the project.
Duration of the project -includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in,¢406.096) -includes all persons
or entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless ofwhether that person contracted directly with the contractor and regardless
of whether that person has employees. This includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of
any such entity, or employees of any entity which furnishes persons to provide services on the
project. 'Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project. "Services"
does not include activities unrelated to the project, such asfood/beverage vendors, office supply
deliveries, and delivery ofportable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory requirements
of Texas Labor Cade, Section 401.011(44) for all employees of the contractor providing services
on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
D. !f the coverage period shown on the contractor's current cert fcate of coverage ends during
the duration of the project, the contractor must, prior to the end ojthe coverage period, file a
new certificate of coverage with the governmental entity showing that coverage has been
extended
E. The contractor shall obtain from each person providing services on a project, and provide to
the governmental entity:
(I) a certifrcate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for a[1 persons
providing services on the project; and
(2) no later than seven days after receipt 6y the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
Page 9 of 11
F. The contractor shall retain alt required certifrcates of coverage for the duration of the project
and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certifred mail or personal
delivery, within 10 days after the contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the project.
H The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compertsation Commission, informing all persons providing
services on the project that they are required to be covered, and stating how a person may verify
coverage and report lack of coverage.
L The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
(I) provide coverage, based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
the project;
(2) provide to the contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing
services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts, and provide to the contractor:
(a) a certificate of coverage, prior to the other person beginning work on the project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage
period, if the coverage period shown on the currem certificate of coverage ends during the
duration ofthe projeet,-
(5) retain all required certificates of coverage on frle for the duration of the project and for one
year thereafter;
(ti) notify the governmental entity in writing by certified mail or personal delivery, within 10
days after the person knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project; and
(7) contractually require each person with whom it contracts, to perform as required by
paragraphs (1) - (7), with the certificates of coverage to be provided [o the person for whom they
are providing services.
J ey signing this contract or providing or causing to be provided a certificate ofcoverage, the
contractor is representing to the governtental entity chat all employees of the contractor who
will provide services on the project will be covered by workers' compensation coverage for the
duration of the project, that the coverage will be based on proper reporting of classification
codes and payroll amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of aself-insured, with the commission's Division of Self-
Page 10 of 1 I
Insurance Regulation. Providing false or misleading information may subject the contractor to
administrative penalties, criminal penalties, civil penalties, or other civil actions.
K The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which enti!!es the governmental entity to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
governmental entity.
Page I 1 of 1 i
PART C
FEDERAL WAGE RATES
AND REQUIREMENTS
Yage 1 of L
General Decision Number: TX080037 07/25/2008 TX37
Superseded General Decision Number: TX20070039
State: Texas
Construction Types Heavy
Counties: Nueces and San Patricio Counties in Texas.
HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line
Construction and Drainage Projects)
Modification Number Publication Date
0 02/08/2008
1 07/25/2008
* SUTX1987-001 12/01/1987
Rates Fringes
CARPENTER (Excluding Form
Setting) .........................S 9.05
Concrete Finisher ................$ 7.56
ELECTRICIAN ......................$ 13.37 2.58
Laborers:
common .................. ....$ 6.55
Utility .....................$ 7.68
Power equipment operators:
Backhoe .....................$ 9.21
Motor Grader ............ ....$ 8.72
WELDERS - Receive rate prescribed for 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
(29CFA 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.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
http://www.wdol.gov/wdol/scafiles/davisbacon/TX37.dvb 8/14/2008
Page 2 of Z
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 Hovr
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.) If 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
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal 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
http://www.wdol.gov/wdol/scafiles/davisbaconfl'X37.dvb 8/14/2008
A G R E E M E N T
THE STATE OF TEXAS §
COUNTY OF NUECES ~
THIS AGREEMENT is entered into this 13TH day of JANUARY, 2009,
by and between the CITY OF CORPUS CHRISTI of the County of Nueces,
State of Texas, acting through its duly authorized City Manager,
termed in the Contract Documents as "City," and Sendero Industries
LLC termed in the Contract Documents as "Contractor," upon these
terms, performable in Nueces County, Texas:
In consideration of the payment of $597,640.00 by City and
other obligations of City as set out herein, Contractor will
construct and complete certain improvements described as follows:
OSO TRUNK MAIN MANHOLE REPAIR/REPLACEMENT PHASE 3
PROJECT NO. 7386
(TOTAL BASE BID + ADD.ALT.: $597,640.00)
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
BASE BID - OSO TRUNK MAIN MANHOLE REPAIR/REPLACEMENT PHASE 3
BASE BID- (SITE 1) CURTIS CLARK DRIVE & NELSON LANE
I 11 III IV V
BID QTY & UNIT PRICE BID ITEM EXTENSION
N ITEM
II UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN
FIGURES)
Mobilization, Demobilization, and Bonds,
A-1 ~S per Lumn Sum. $~aoQU pV $ ~~ 000. U U
Complete demolition and removal of the
1 existing manhole (#2773) including brick
A-2
LS 'stack', existing vault roof, vault sides, vault
$
$
bottom and existing invert, complete in
U Q v, Q CJ
~~
~
place, per Lumo Sum. ~7~ pQOG ~
1 Complete demolition and removal of the
A-3
LS existing 4' dia. brick manhole (# 2774),
$~~ 000 60
$ ~ ~ O G O • QU
complete in place, per Lumo Sum.
Special Fiberglass Reinforced Plastic (FRP)
Manhole (Approx. 18.0' depth), complete In
place, including new foundation, invert, new
II A-4 1 frame and cover, cement stabilized backfill,
removal and replacement of pavement!
$ O OU
$ ~~ 00
EA pavement repairs, and any other items ,s ~~o~p0 ~
required to produce a new manhole, per
II Each.
Standard 4' DIA Fiberglass Reinforced
Plastic Manhole (Approx. 7.2' depth),
II complete in place, including new
A-5 1 foundation, invert, new frame and cover,
$ /~c/ G,o6
$
a~
EA cement stabilized backfill, removal and ' J~
~
6d ! ~i
q replacement of pavement/ pavement repairs, o
,
7 /i
II and any other items required to produce a
new manhole er Each.
II A-6 1 Control of Wastewater Flows, per Lump $ $
LS Sum. j,5~6O4.°° /.~0 OO.OC,)
II A-7 EA Trench Safety for Manhole, per Each. $ //0~~ $ ~7 L, ~QQ• ~ U
A-8 1
Ls Traffic Control Measures, per Lump Sum.
$/Gs~.oo
$ /~ S ad. ~
A-9 ~F Well Pointing, per Linear Feet. $~~~~ $ // L~~~ ~U
SDBTOTAL BASE BID (SITfi 1) (Items Al through A9):
s ~~~5 1?..~0. GU
Proposal Form
Paar i of 8
nacF: nrn - lS2TE 2) CIIRTIS CLARK DRIVE & BETTY JEAN DRIVE
I II III IV V
BID QTY & UNIT PRICE BID ITEM EXTENSION
(OTY X UNIT PRICE IN
ITEM UNIT DESCRIPTION IN FIGURES FIGURES)
Mobilization, Demobilization, and Bonds,
B-1 1 Per Lump Sum. $fj~ ~W $ /Y ppJ. GU
LS
Complete demolition and removal of the
existing manhole (#2806) including brick
B-2 LS 'stack', existing vault roof, vault sides, vault
bottom and existing invert, complete in
$
$ ~ "')p Q U. O d
place, per Lump Sum. x'700 4• u O ,
Complete demolition and removal of the
B-3 1
LS existing 4' dia. brick manhole (# 2805),
$~~ ~~ ~
Ul>~•GU
$ °2~
complete in place, per Lump Sum. ,
Special Fiberglass Reinforced Plastic (FRP)
Manhole (Approx.19.0' depth), complete in
place, including new foundation, invert, new
B-4 1 frame and cover, cement stabilized backfill,
removal and replacement of pavement/
$ p
a
aU
$ % 6OCJ,G U
.S
EA pavement repairs, and any other items .
~ a
required to produce a new manhole, per
Each.
Standard 4' DIA Fiberglass Reinforced
Plastic Manhole (Approx. 17.4' depth),
B-5
1 complete in place, including new
foundation, invert, new frame and cover,
l
d
kfill
d b
$ 00~
~
(~
$ ~/ ~ QO. UU
`5
EA , remova
an
ac
cement stabilize ,S
~ i
replacement of pavement/ pavement repairs,
and any other items required to produce a
new manhole, per Each.
B 6 1 Control of Wastewater Flows, per Lump
$ /~D~•~
U~O.~J U
$ /S
LS Sum. ~
g.7 EA Trench Safety for Manhole, per Each. $ ~~oUa 6O $ 21 OOQ ~G
B-8 LS Traffic Control Measures, per Lump Sum. OGU~ $ ~^7Q ~ U.GU
7
g_g LF Weli Pointing, per Linear Feet. $ ~3~00 G+3~Q'
$ /
3IIBTOTAL BASE BZD (SITE 2) (Items 81 through 89): $ ~~Q' v~
Proposal Form
o+..n ~ n4 q
ADDITIVE ALTERNATE SID - (SIT83) CVRTxs r_nauu nRTVR atan annmv emanr vim. nmevcvn
I II III IV V
BID QTY & UNIT PRICE BID ITEM EXTENSION
ITEM UNIT DESCRIPTION IN FIGURES (OTY X UNIT PRICE IN
FIGURES)
C-1 1 Mobilization, Demobilization, and Bonds,
LS per Lumo Sum.
$/SOdc~ UO
$ /,y~QU U, GU
Complete demolition and removal of the
existing manhole (#2888) including brick
C-2 LS 'stack', existing vault roof, vauk aides, vault
bottom and existing invert, complete in $ /~ (~QCI,6U $ /7600, G U
place, per Lumo Sum. .
Special Fiberglass Reinforced Plastic (FRP)
Manhole (Approx. 19.2' depth)
complete in
,
place, including new foundation, invert, new
C-3 1 frame and cover, cement stabilized backfill,
EA removal and replacement of pavemenU Si7~ OOO• QO $ :S ~ pc1G . U U
pavement repairs, and any other items
required to produce a new manhole, per
Each.
C,d 1 Control of Wastewater Flows, per Lump
$
$
LS Sum. /S o00. G0 /S ~iU O ~
C-5 EA Trench Safety for Manhole, per Each.
$,L? 0.x, GG $ /.Z, G OG• UU
C-6 LS Traffic Control Measures, per Lumo Sum.
$ I U ~ $ / 7 o QO.Q~j
C-7 LF Well Pointing, per Linear Feet. $ Grp a $ /-~.fd0.~/G
TOTAL ADDITIVS ALTBRNATB (SiTB 3) (Items C-1 through C-7):$ / y~r. ~QQ,GU
BID SUMMARY
Base Bid (32TES 1 AND 2)
Base Bid (SITES 1 AND 2) plus
Additive Alternate (SITE 3)
$ yss-, ~yG. ~~
s 5~7, ~ Yom. ~ U
Proposal Form
Page 5 of 8
The Contractor will commence work within ten (10) calendar
days from date they receive written work order and will complete
same within 130 CAZENDAR 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 4 parts at Corpus Christi, Texas on the date shown
above.
ATTEST:
City Secretary
CITY O1F CORPU~S1 ~CjjA~~R////ISTI
Oscar Martinez
Assistant City Manager
APPROVED AS TO GAL DRM:
By:
Asst. ity Attorney
By: `i~~~
Pete Anaya, P.E.
Director of Engineering Services
CONTRACTOR
Agreement
Page 2 of 2
~~s~ :~~,„L,~~d~.~IUINORIZC~
er souaca. 0-~13.~
SECR AR~J}~
SOVSTON, TX 77092
(City) (State)(ZIP)
713/868-6960 * 713/868-6906
(Phone) (Fax)
~-
P R O P O S A L F O R M
F O R
OSO TRUNK MAIN MANHOLE REPAIR/ REPLACEMENT PHASE 3
PROJECT NO. 7386
DEPARTMENT OF ENGINEERING SERVICES
Proposal Form
Page 1 of 8
CITY OF CORPUS CHRISTI, TEXAS
P R O P O S A L
Place:
Date: p ~ J'-U jJ
Proposal of Jc N.I~r''7Z0 !N Du cTR~c S ,
a Corporation organized and existing under the laws of the
State of
OR
a Partnership or Individual doing business as
~'h~ L L L
TO: The City of Corpus Christi, Texas
Gentlemen:
The undersigned hereby proposes to furnish all labor and
materials, tools, and necessary equipment, and to perform the work
required for:
OSO TRUNK MAIN MANHOLE REPAIR/ REPLACEMENT PHASE 3
PROJECT NO 7386
at the locations set out by the plans and specifications and in strict
accordance with the contract documents for the following prices, to-
wit:
Proposal Form
Page 2 of 8
HASE BID - OSO TRUNK MAIN MANHOLE REPAIR/REPLACEMENT PHASE 3
BASE SID- (SITE 1) CURTIS CLARK DRIVE & NELSON LANE
I II III IV V
glp OTy g, UNIT PRICE gID ITEM EXTENSION
(QTY X UNIT PRICE IN
1 ITEM UNIT DESCRIPTION IN FIGURES FIGURES)
I Mobiilzation, Demobilization, and Bonds,
II A-1
~S
per Lumn Sum.
$~ao00, p0 ~7
$ l A aQ~. U Q
Complete demolition and removal of the
1 existing manhole (#2773) including brick
A-2
LS 'stack', existing vault roof, vault sides, vault
$
$
bottom and existing invert, complete in
U ~"~ QQV, Q U
place, per Luma Sum. /7, DOaC) ~
1 Complete demolition and removal of the
A-3
LS existing 4' dia. brick manhole (# 2774),
$~~ 00060 ~f
< ~ 6 G O.OC~
$
complete in place, per Lumo Sum. o
Special Fiberglass Reinforced Plastic (FRP)
Manhole (Approx. 18.0' depth), complete in
place, including new foundation, Invert, new
A-4
II 1 frame and cover, cement stabilized backfill,
lacement of pavement/
removal and re
$ ~ UU
$ ~~ 00
EA p
pavement repairs, and any other items ,5 ~~ o0jp0 ~
required to produce a new manhole, per
II Each.
Standard 4' DIA Fiberglass Reinforced
Plastic Manhole (Approx. 7.2' depth),
II complete in place, including new
A-5 1 foundation, invert, new frame and cover,
$ /fc,/ 6.0CJ
$
~G
EA cement stabilized backfill, removal and .J~
Qp
6ro 7 ~r
replacement of pavement/ pavement repairs, O
,
77 i
II and any other items required to produce a
new manhole er Each.
A-s
II 1
LS Control of Wastewater Flows, per Lump
Sum
$
0a
~
$
. /J
C5
~ /.~Q Z30.QC~
I) A 7 EA Trench Safety for Manhole, per Each. $ //0~~ $ ~L, 60~, v ~
A-8 1
Ls Traffic Control Measures, per Lump Sum:
$/G,~o.oo
$ lG s ao. ~
A-9 LF Well Pointing, per Linear Feet. $/3~vU $ ~l~'~~O.~U
SUBTOTAL BASE BID (SITE 1) (Items Al through A9):
s 1 yes ~..~o. Go
Proposal Form
9an> R of R
SASE BID - (SITE 2) CURTIS CLARK DRIVE & BETTY JEAN DRIVE
I II III. IV V
BID QTY & UNIT PRICE BID ITEM EXTENSION
(OTYX UNIT PRICE IN
ITEM UNIT DESCRIPTION IN FIGURES FIGURES)
Mobilization, Demobilization, and Bonds,
B-1 1 perLumaSum. Sf~cXX~uO $ ~~(JQO.GG
LS
Complete demolition and removal of the
existing manhole (#2806) including brick
B-2 LS `stack', existing vault roof, vault sides, vault
$
$
bottom and existing invert, complete in
a Sum
L
l ~74U Q ~ O x'76 (~ U. O U
.
um
ace, per
p ,
1 Complete demolition and removal of the
B-3
LS existing 4' dia. brick manhole (# 2805),
S~~ ~~ ~ S ~/ UdQ,~jU
complete in place, per Lumo Sum.
Special Fiberglass Reinforced Plastic (FRP)
Manhole (Approx. 19.0' depth), complete in
place, including new foundation, invert, new
B-4 1 frame and cover, cement stabilized backfiil,
removal and replacement of pavement/
$
ap
pU
$ ,f% CSOU•G U
EA pavement repairs, and any other items ~ a
,
~
required to produce a new manhole, per
Each.
StandaM 4' DIA Fiberglass Reinforced
Plastic Manhole (Approx. 17.4' depth),
complete in place, including new
B-5 1 foundation, invert, new frame and cover,
removal and
ed backfill
bili
t
t $ 00~
j ~
!~ $ sue/ ~ QU. UCJ
i
EA ,
s
a
z
cemen ,
~
replacement of pavement/ pavement repairs,
and any other items required to produce a
new manhole, per Each.
g's 1
LS Control of Wastewater Flows, per Lump
sum
$ /~iO6.Gv
3 /,i'UQd .O U
.
g_7 2
EA Trench Safety for Manhole, per Each.
$ /~Opo, a O
$ 21 ISQO.~G
g-8 LS Traffic Control Measures, per Lump Sum. GUS
O $ ~~O Q U.GU
g_g LF Well Pointing, per Linear Feet. $ /3 ~~ $ ~ /+c.3ec ~
SIIBTOTAL BASE SID (SITE 2) (Items Bi through H9): $ ~2Q' ~~ -
Proposal Form
ADDITIVE ALTERNATE SID - (R7mtx~1 rnnmre .,r„flo ..
_ _ ______ __-__. - -..... .. ov. .an aanraabti STlCiti1;T
I II III IV V
BID QTY & UNIT PRICE BID ITEM EXTENSION
ITEM UNIT DESCRIPTION IN FIGURES (QTY X UNIT PRICE IN
FIGURES)
C•1 1 Mobilization, Demobilization, and Bonds,
LS per Lumo Sum. $/S~Qq UU $ /sew U, GU
Complete demolition and removal of the
1 existing manhole (#2888) including brick
C-2 LS 'stack', existing vault roof, vault sides, vault
bottom and existing invert, complete in $ ~-~ ~jQC/,6U $ ~760O. G U
place, per Lumo Sum. ,
Special Fiberglass Reinforced Plastic (FRP)
Manhole (Approx. 79.2' depth), complete in
place, Including new foundation, invert, new
C-3 1 frame and cover, cement stabilized backfill,
EA removal and replacement of pavement/ $ f7~ Owl • oG $ S/ QcJ~J . U G
pavement repairs, and any other items
required to produce a new manhole, per
Each.
C~ 1 Control of Wastewater Flows, per Lumc
LS Sum. $/S o00. GU $ /S ~iU. ~ O
C-5 EA Trench Safety for Manhole, per Each.
C-6 1
LS Traffic Control Measures
,Per Lumo Sum.
$ ~ ~ $ ~ 7 o aG Qv
C-7 LF Well Pointing, per Linear Feet. $
S $
O a
D ~r
-~dv GG
TOTAL ADDITIVB ALTBRNATB (SITB 3) (Items C-1 through C-7):$ /y~r,~~Q,~(f
BID sur~AxY
Base Bid (SITES 1 AND 2)
Base Bid (SITES 1 AND 2) plus
Additive Alternate (SITE 3)
$ yss,/yoga
$ S~7_ ~ yam. ~ u
Proposal Form
Page 5 of 8
The undersigned hereby declares that he has visited the site and has
carefully examined the plans, specifications and contract documents
relating to the work covered by his bid or bids, that he agrees to do
the work, and that no representations made by the City are in any sense
a warranty but are mere estimates for the guidance of the Contractor.
Upon notification of award of contract, we will within ten
(10) calendar days execute the formal contract and will deliver a
Performance Bond (as required) for the faithful performance of this
contract and a Payment Bond (as required) to insure payment for all
labor and materials. The bid bond attached to this proposal, in the
amount of 5~ of the highest amount bid, is to become the property of
the City of Corpus Christi in the event the contract and bonds are not
executed within the time above set forth as liquidated damages for the
delay and additional work caused thereby.
Minority/Minority Business Enterprise Participation: The
apparent low bidder shall, within five days of receipt of bids, submit
to the City Engineer, in writing, the names and addresses of MBE firms
participating in the contract and a description of the work to be
performed and its dollar value for bid evaluation purpose.
Number of Signed Sets of Documents: The contract and all
bonds will be prepared in not less than four counterpart (original
signed) sets.
Time of Completion: The undersigned agrees to complete the
work within One Hundred (100) calendar dayB (Base Bid), (Thirt
calendar da s wi3T~dde or a dda~ive Al ern~f.8, -3 away e
rom t o a e esignate y a or r er.
The undersigned further declares that he will provide all
necessary tools and apparatus, do all the work and furnish all
materials and do everything required to carry out the above mentioned
work covered by this proposal, in strict accordance with. the contract
documents and the requirements pertaining thereto, for the sum or sums
above set forth.
number):
of ,the
addenda is acknowledged (addenda
(SEAL - IF BIDDER IS
a Corporation)
Respectfully submitted:
Name : .SLH 1~G~~ > N ,
By:
( ~~ RE)
Address: G~/5/ %~R,lJt/.&/
(P.O. Box) (Street)
~~ ~ ~~ 9 ~
(City) (State) (Zip)
Telephone: 7i3-rYG ~- G.pGd
NoTB: Do not detach bid from other papers.
Fill in with ink and submit complete
with attached papers.
(Revised August 2000)
Proposal Form
Page 6 of 8
P E R F O R M A N C E B O N D
BOND # 6525816
STATE OF TEXAS §
COUNTY OF NUECE3 §
KNOW ALL BY THESE PRESENTS:
THAT Sendero Industries LLC ofx HARRIS Countyy, Texas,
hereinafter called "Principal", an a~~'~Ii54AANCE COHPANY ~ a
corporation organized under the laws of the State ofWASHINGTON ,
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 FIVE HUNDRED
NINETY-SEVEN THOUSAND, SIX HUNDRED FORTY AND NO/100 ($597,640.00)
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 3UCH THAT: Whereas, the
principal entered into a certain contract with the City of Corpus
Christi, dated the 13TH of JANUARY 20 09 a copy of which is
hereto attached and made a part hereof, for the construction of:
OSO TRUNK MAIN MANHOLE.REPAIR/REPLACEMENT PHASE 3
PROJECT NO. 7366
(TOTAL BASE SID + ADD.ALT.: $597,640.00)
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 and/or workmanship that appear within a period of one (1)
year from the date of completion and acceptance of improvements by
the City, then this obligation shall be void; otherwise to remain
in full force and effect.
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 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.
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.
7.19-1, Vernon's Texas Insurance Code.
IN WITNESS WHEREOF, this instrument is executed in 4 copie~~
each one of which shall be deemed an original, this the -F(/-y`~
day of ~ C N 200 9
nmmirem
SURETY
FIRST NATIONAL INSIIRANCE COMPANY OF AMERICA
WASHINGTON
By:~,~LX+~ ~
Attorney-in-fact
Agency:
Contact Person:
Address:
SWANTNER fi GORDON INSIIRANCE AGENCY
MARY ELLEN MOORS
P 0 BO% 870 -
CORPIIS CHRISTI, T%
Phone Number: 361-883-1711
-~ ,~,,, `
~.. - ~~
°: i• „_
---~ ~,
s~
iy ... c.. _~s
(NOTE: Date of Performance Bond must not be prior to date of contra ct)(Revised 3/08)
Performance Bond
Page 2 of 2
P A Y M E N T B O N D
STATE OF TEXAS §
COUNTY OF NUECES §
BOND #6525816
KNOW ALL BY THESE PRESENTS:
THAT Sendero Industries LLC of HARRIS County, Texas,
hereinafter called "Principal", andF~T N I CS COMPANY ~
a corporation organized under the laws of the State of yAAATNCTON
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", 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 FIVE
HUNDRED NINETY-SEVEN THOUSAND, SIX HUNDRED FORTY AND
NO/100($597,640.00) 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 TEAT: Whereas, the
principal entered into a certain contract with the City of Corpus
Christi, dated the 13TH day JANUARY 20 09 , a copy of which is
hereto attached and made a part hereof, for the construction of:
OSO TRUNK MAIN MANHOLE REPAIR/REPLACEMENT PHASE 3
PROJECT NO. 7386
(TOTAL BASE HID + ADD.ALT.: $597,640.00)
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
bond, venue shall lie in Nueces County, Texas.
And that said surety for value received hereby stipulates that
no change, extension of time, alteration or addition to the terms
of the contract, or to the work performed thereunder, or the plans,
specifications, drawings, etc., accompanying the same shall in
anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or
addition to the terms of the contract, or to the work to be
performed thereunder.
Payment Bond
Page 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 "Material",
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 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.
7.19-1, Vernon's Texas Insurance Code.
IN WITNESS WHEREOF, this instrument is executed in 4 copi
each one of which shall be deemed an original, this the
day of d~Kw 20~.
PRINCIPAL
SURETY
FIRST NATIONAL INSIIRANCE COMPANY OF AMERICA
,~,~.
SEATTLE, WASHINGTON '~~ ,
. (~ `~
By: ~ `~
,;
Attorney-in-fact
WILLL9M M JONES - ~,;':
~.
( Print Name ) c~--aM \\~.\' "
~~I11/111141141\\'
Agency; SWANTNER fi GORDON INSIIRANCE AGENCY
Coatact Person: MARY ELLEN MOORS
Address : P 0 BO% 870
CORPIIS CHRIS I,
Phoae Number:
X61-883-1711
(NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08)
Payment Bond
Page 2 of 2
CITY OF CORPVS CHRISTZ
DEPARTMENT OF ENGINEERING SERVICES
P.O. BOX '9277
CORPUS CHRISTI, TEXAS 78469-9277
RE: Certification of Power of Attorney for Performance and Payment Sonde
Project Name/No.• #7386 Oso Trunk Main Manhole Repair/ReplacemBht Phase3
Surety Company: First National Insurance Company of America
Gentlemen:
_, ~, (~-oss ~CCn~r.,~cK- (name
r certify. that the facsimile power of
ism M. Jones
for Sendero Ind:
of Officer of surety),
attorney submitted by
(Attorney-In-Fact)
(Contractor), a copy of which ie attached to this enrtifioate, is a true
and correct copy of the original power oP attorney on file in the records
of the surety .company in its home office, has not been amended or
abridged, is still is full force and effect, and said designated agent is
currently in good standing with the surety. In the event of cancellation
of this power of attorney, the City of Corpus Christi shall be notified in
writing by certified mail Within sevea'(7) days thereof at the following
address:
City of Corpus Christi
Department of Engineering Services
Attn: Contract Administrator
P.O. Box 9277
Corpus Christi, Texas 78469-9277
Signed this ~ day of ~~~weu-t./ 20~
\v~~ •
Name• I~ l4~SS ~C (( ,~(.,,((,~,~c~,
Title:,~~ ~laN0.\ ,N~c~y¢r
Sworn and subscribed to before. me on this ~ day of ~/Uq/ ,
20~.
IENIIffFJt R04ALE~ (~~/li///~ ~G~ `
. NOTARY PUBLIC x ary Publ p
~s~~ State of 1'CXCIf
~nre' ~' 07-09.12 My Commission Expires •~ 9 -2a%~
(Revised 9/03)
ATTACHMEI~TT 1
1 OF 1
POWER Firet National Insurance Company of America
1001 4th Avenue
' ~ to OF ATTORNEY suitet7oo
Seattle, WA 98154
KNOW ALL BY THESE PRESENTS: No. 13342
That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
**********JEFFREY M. JONES; WILLIAM M. JONES; CAROL MANUEL; JANET MORFORD; Houston, Texas**********
its true and lawful allomey(s)-in-fact, with full authority to execute on behalf of the company fidelity and surely bonds or
undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST
NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regulady
elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 21st day of January 2009
Dexter R. Legge, Secretary Timothy A. Mikolajewski, Vice President
CERTIFICATE
ExUact from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. -FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant
Vice President appointed for that purpose by the offcer in charge of surety operations, shall each have authority to appoint
individuals as attorneys-In-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety
bands and other documents of similar character issued by the company in the course of its business... On any instrument making or
evidencing such appointment, the signatures may be affixed by facsimile. On any inslmment conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affxed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking"
ExUact from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By-Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Dezter R. Legg , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the
foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney
issued pursuant thereto, are true and collect, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force
and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this ~~ day of /'C / k , z~
sEAi '~` ~ ~r~~
~a ~ ~,rP'~,'~ Daxter R. Legg, Secretary
5-1049/DF 1/09 • • Safeco®and the Safxwrlogo are rs5isleretl trademarks or Safety Corporation.
WEB PDF
1=figure: 2s rat §1.6o1(a)(3)
1 IMPORTANT NOTICE
To obtain information or make a complaint:
AVISO IMPORTANTE
Para obtener informaci6n o pars someter
una queja:
2 You may contact Home Office Surety at
i -206-473-3799
3 You may call (company)'s toll-free telephone
number for information or to make a complaint
at
(800) 472-5357 Surety Opfion #7
4 You may also write to Safeco
Insurance Company at:
PO Box 34526
Seattle, WA 98124-1526
5 You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at:
(SDO) 252-3439
6 You may write the Texas Department of
Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Eax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi_slafe.bc.us
7 PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should contact
the (agent) (company) (agent orthe company)
first. If the dispute is not resolved, you may
contact the Texas Department oflnsurance.
8 ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached
document-
Usted puede contactar a serviao de la oficina
principal de Safeco Surety aI: 1_206-473-3799
Usted puede Ilamar al nrimero de telefono
gratis de (company)'s pars informaci6n o
para someter una queja al:
(800) 472-5357 Surety Opci6n De #T
Usted tambirsn puede escribir a Safeco
Insurance Company
PO Box 34526
Seattle, WA 98124-1526
Puede comunicarse con el Departrnenfo de
Seguros de Texas para obtener informaci6n
acerca de companias, coberturas, derechos
o quejas al:
(800) 252-3439
Puede escribir aI Departamento de Seguros
de Texas:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http)/www.tdi.state.tx.us
E-mail: ConsumerPmtection@tdi.state.tx.us
DISPUTAS SOBREPRIMAS O RECLAMOS:
Si Gene una disputa concerniente a su prima o a
un reclamo, debe comunicarse con el (agente) (la
compania) (agente o la companfa) primero. Si no
se resuelve la disputa, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA: Este aviso
es solo para proposilo de informaci6n y no se
convierte en pane o condition del documento
adjunto.
P E R F O R M A N C E B O N D
STATE OF TEXAS §
COUNTY OF NUECES ~
IQJOW ALL BY THESE PRESENTS:
THAT 3eadero Iadustri®s LLC of HARRIS 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 corporation of Nueces County,
Texas, hereinafter called "City", in the penal sum of FIVE HUNDRED
NINETY-SEVEN THOUSAND, SIX HUNDRED FORTY AND NO/100 ($597,640.00)
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 I3 SUCH THAT: Whereas, the
principal entered into a certain contract with the City of Corpus
Christi, dated the 13TH of JANUARY 20 09 a copy of which is
hereto attached and made a part hereof, for the construction of:
OSO TRUNK MAIN MANHOLE REPAIR/REPLACEMENT PHASE 3
PROJECT NO. 7386
(TOTAL SASE BID + ADD.ALT.: $597,640.00)
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 and/or workmanship that appear within a period of one (1)
year from the date of completion and acceptance of improvements by
the City, then this obligation shall be void; otherwise to remain
in full force and effect.
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 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.
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.
7.19-1, Vernon's Texas Insurance Code.
IN WITNES3 WHEREOF, this instrument is executed in 4 copies,
each one of which shall be deemed an original, this the
day of 20
By:
(Print Name & Title)
ATTEST
(Print Name & Title)
SURETY
By:
Attorney-in-fact
(Print Name)
Agency:
Coatact Person:
Address:
Phone Number:
(NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 3/08)
Performance Bond
Page 2 of 2
P A Y M E N T B O N D
STATE OF TEXAS §
lINOW ALL BY THESE PRESENTS:
COUNTY OF NUECES $
THAT Sendero Industries LLC of HARRIS 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 corporation of Nueces County,
Texas, hereinafter called "City", and unto all persons, firms and
corporations supplying labor and materials in prosecution of the
work referred to in the attached contract, in the penal sum of FIVE
HUNDRED NINETY-SEVEN THOUSAND, SIX HUNDRED FORTY AND
NO/100($597,640.00) 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 23 SUCH THAT: Whereas, the
principal entered into a certain contract with the City of Corpus
Christi, dated the 13TH day JANUARY 20 09 a copy of which is
hereto attached and made a part hereof, for the construction of:
OSO TRUNK MAIN MANHOLE REPAIR/REPLACEMENT PHASE 3
PROJECT NO. 7386
(TOTAL BASE BID + ADD.ALT.: $597,640.00)
__ 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
bond, venue shall lie in Nueces County, Texas.
And that said surety for value received hereby stipulates that
no change, extension of time, alteration or addition to the terms
of the contract, or to the work performed thereunder, or the plans,
specifications, drawings, etc., accompanying the same shall in
anywise affect its obligation on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or
addition to the terms of the contract, or to the work to be
performed thereunder.
Payment Bond
Page 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 "Material",
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 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.
7.19-1, 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
day of 20
By:
(Print Name & Title)
ATTEST
(Print Name & Title)
SURETY
By:
Attorney-in-fact
(Print Name)
ACj@nCy:
Contact Person:
Address:
Phone Number:
(NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/OB)
Payment Bond
Page 2 of 2
CITY OF CORPUS CHRISTI
DISCLOSURE OF INTERESTS
Gity of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business
.with the City to provide the fol owing information. Every question must be answered. If the question is not
applicable, answer with "NA".
FIRM NAME ,S[~sr c$o ra..~~u~^zRirsS
STREET: /08/x/ /!"7~~'NtJ~fl CITY: / JS~,J ZIP: 77092
FIRM is: 1. Corporation __ 2. Partnership 3. Sole Owner 4. Association _
5. other L L C.
DISCLOSURE QUESTIONS
If additional space is necessary, please use the reverse side of this page or attach separate sheet.
1. State the names of each "err ployee" of the City of Corpus Christi having an "ownership interest" constituting 3%
or more of the ownership in t ie above named "firm".
Name Job Title and City Department (if known)
~~
2. State the names of each "of icial" of the City of Corpus Christi having an "ownership interest" constituting 3% or
more of the ownership in the above named "firm".
Name Title
N~
3. State the names of each "bo~ird member" of the City of Corpus Christi having an "ownership interest" constituting
3% or more of the ownership in the above named "firm".
Name Board, Commission or Committee
~'~
Q. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any
matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the
ownership in the above named "firm".
Name Consultant
CERTIFICATE
I certify that all information provided is true and correct as of the date of this statement, that I have not
knowingly withheld disclosur>_ of an information requested; and that supplemental statements will be
promptly submitted to the of ~us Christi, Texas as changes occur.
Certifying Person: S~ .~ a® Title: ~~ t c~ ~ X
(Type or rinl) ~
Signature of Certifying Person:
Date: ~- 9^GY
Form
ACORD DATE (MM/DDM'YY)
-~M._ CERTIFICATE OF LIABILITY INSURANCE D2,D6@DD9
W. M. JONES COMPANY
8588 KATY FREEWAY, SUITE #345
HOUSTON TX 77024
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
INSURERS AFFORDING COVERAGE
INSURED
SENDERO INDUSTRIES, LLC
6814 THORNWALL
HOUSTON TX 77092-4607
713.966-6960
A: NATIONAL UNION FIRE INSURANCE CO
B: NATIONAL UNION FIRE INSURANCE CO
NAIC #
INSURER D: INSURANCE CO OF THE STATE OF PENN
INSURER E: FEDERAL INSURANCE COMPANY
V V YCRIYV CJ
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANV REDUIREMENT, TERM OR CONDITION OF ANV CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAV PERTAIN, THE INSURANCE AFFORDED BV THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E%CLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMBS SHOWN MAY HAVE BEEN REDUCED BV PAID CLAIMS.
ILTR ~ TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE POLICY E%RMIION LIMBS
O lE MMID ATE
GENERAL LUIBIU7Y 3791983 O9/02/08 O9/QZ/Op EACH OCCURRENCE S 1,000,QQQ
X COMMERCIAL GENERAL LUIBILITY / ~
Y
aE
w
e E 1DD
DDD
~/ P
q
eEe
OC
,
m ,
CLAIMS MADEa OCCUR MED. EXP (Any one person) $ 5,000
A X CONTRACTUAL PERSONALSADV INJURY E 1,000,OOO
GENERAL AGGREGATE E 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRO PRODUCTS-COMP/OP AGG. E 2,000,000
POLICY X
LOC
g
AUTOMOBILE LU181LRV 4304052 08/02/08 08/02/09 COMBINED SINGLE LIMIT /
000
$ / 1
DDQ
X ANY AUTO ~ (Ea eccitlant) ,
,
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) E
B
X HIRED AUTOS
BODILY INJURY
X
NON-OWNED AUTOS
(Peraaitlanl) $
PROPERTY DAMAGE
(Per accitlenl) E
GARAGE LIABILITY
AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC S
AUTO ONLY: AGG E
EXCESSI UMBRELLA LU\BILITV BE7279734 08/02/06 09/Q2/O9 EACH OCCURRENCE E 5,000,QQQ
X OCCUR ^ CLAIMS MADE !
// AGGREGATE $ 5,000,QQQ
C C` g
DEDUCTIBLE g
X RETENTIONS 10 00
S
WORKERS COMPENSATON AND
EMPLOYERS' LVIBILITY
1095867
08/02/09
08/D2IQ9 VJC aTATU- OTHER
X TORY IiMiTa
p
ANY PROPRIETONPARTNERIEXECUTNE a,/ E.L. EACH ACCIDENT $ 1,000,QQD
OffICERRAEMEER ExCLUDEaT
Ir
asscnee url4r
e E.L. DISEASE-EA EMPLOYEE $ 1,000,000
y
A
SPECML PROVMgNe MIOW E.L. DISEASE-POLICY LIMIT E 1,000,QQQ
OTHER: SCHEDULED EQUIPMENT 45463428 06/02/06 08/02109 LIMIT (1,212,482 $1K DEDUCTIBLE
E
DESCRIPTION OFOPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS
SUBJECT TO THE TERMS, CONDITIONS, LIMITATIONS 8 EXCLUSIONS OF THE COVERAGE FORM AND ENDORSEMENTS.
Re: OSO TRUNK MAIN MANHOLE REPAIR/REPLACEMENT PHASE 3 -PROJECT NO. 7386
THE CITY OF CORPUS CHRISTI IS NAMED AS ADDITIONAL INSURED ON ALL POLICIES EXCEPT WC/EL WHERE REQUIRED BY WRITTEN
CONTRACT.
CITY OF CORPUS CHRISTI
ENGINEERING SERVICES
ATTN;CONTRACTADMINISTRATOR J
P O BOX 9277 J
CORPUS CHRISTI, TX 78469
aneo9DD:
ACORD 25 (2001108)
SHOULD ANV OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO
DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANV KIND UPON THE INSURER, ITS
AGENTS OR REPRESENTATA/ES.
V
WILLIA, M. O
Certificate # 50558 CJ ACORD CORPORATION 1999
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25-5 (2007108) Certificate #50558
ENDORSEMENT
This endorsement, effective 12:01 A.M. 08/02/2008 forms a part of
`,/ policy No. GL 379-19-83 issued to SENDERO INDUSTRIES, LLC
byNATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA
/THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
J ADDITIONAL INSURED -WHERE REQUIRED UNDER CONTRACT OR AGREEMENT
(Professional Services Exclusion)
This endorsement m/odifies insurance provided under the fol%wing:
,/ COMMERCIAL GENERAL LIABILITY COVERAGE FORM
Section 11 -Who is an Insured, 1., is amended to add:
f. Any person or organization to whom you become obligated to include as an additional insured
under this policy, as a result of any contract or agreement you enter into, excluding contracts
or agreements for professional services, which requires you to furnish insurance to that
person or organization of the type provided by this policy, but only with respect to liability
arising out of your operations or premises owned by or rented to you. However, the
insurance provided will not exceed the lesser ot:
1. The coverage and/or limits of this policy, or
2. The coverage andlor limits required by said contract or agreement.
~~~ ~~~~
Authorized Repre`sentatNe or
Countersignature (in States Where
~....r:.._~.~_
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ENDORSEMENT #
This endorsement, effective 12:01 A.M. 02-11-09 forms a part of Policy No. 4304052
issued to SENDERO INDUSTRIES, LLC by NATIONAL UNION FIRE INS CO OF PA
/ ADDITIONAL INSURED -WHERE REQUIRED UNDER CONTRACT OR AGREEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
ADDITIONAL INSURED: BLANKET WHERE REQUIRED BY WRITTEN CONTRACT
I. SECTION II -LIABILITY COVERAGE, A. Coverage, 1. -Who Is Insured, is amended
to add:
d. Any person or organization, shown in the schedule above, to whom you become
obligated to include as an additional insured under this policy, as a result of
any contract or agreement you enter into which requires you to furnish
insurance to that person or organization of the type provided by this policy, but
only with respect to liability arising out of use of a covered "auto". However,
the insurance provided will not exceed the lesser of:
(1) The coverage and/or limits of this policy, or
(2) The coverage and/or limits required by said contract or agreement.
AUTHORIZED REPRE ~IJTATIVE
87950 (10/05)
/_
POLICY NUMBER: GL 379-19-83 ~ COMMERCIAL GENERAL LIABILITY
CG 02 24 10 93
THIS ENDORSEMENT CHANGES THE POLICY,. RLEASE READ IT CAREFULLY.
-- EARLIER NOTICE OF CANCELLATION
'~ PROVIDED BY US
This endorsemeht modifies insurance. provided under the followings
COMMERCIAL G.ENER/pL LIABiLIIY.COVERAGE PART
LIOUQR LIABILITYl;QVERAGE PART
POLLUTION LIABILITY. EO'VEfi±4GE PART
PRODUCTS/COMPLETED OPERA3FONS LIABILITY COVERAGE. PART
:SCHEDULE
Number of Days' Notice 60
v
Ilf no entry appears above,: Information required to complete this Schedule wil! be shown in the
Oeclaratibns es applicable. to this endorsementi.l
For any stattitorily permitted reason. other than nonpayment of premium, the number of days required
for nat~ce of ;cancellation, a;; provided in paragraph 2: of effN'er .thie CANCELLATION .Common Pobcy
Condition or as amended by an applicable state .cancellatiota endorsement, is ingreased [o the. number
of :days shown ih the Schedule- ,above,
~-
~ ~
~~
CG 02 24 10 93 Copyright, Insurance Services Office, Ina., t992 Page 1 of t r"i
ENDORSEMENT
This endorsement, effective 72:01 A.M. 08/02/2008 forms a part of
Policy No. CA 430-40-52 issued to SENDERO INDUSTRIES, LLC
v/
by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
EARLY NOTICE OF CANCELLATION PROVIDED BY US
This endorsement modifies insurance provided under fhe following:
V% BUSINESS AUTO COVERAGE FORM;
TRUCKERS COVERAGE FORM
GARAGE COVERAGE FORM
Common Policy Conditions, A. Cancellation, 2. is amended to read:
2. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancel-
lation at least:
a. TEN ( 10 )days before the effective date of cancellation if we cancel for
nonpayment of premium; or
b. THIRTY ( 30) days before the effective date of cancellation if we cancel for any
other reason.
(~
AUTHORIZED R ES TATIVE
ao,oo ro mc~
TEXAS ONLY -ADVANCE NOTICE OF CANCELLATION OR NON-RENEWAL BY US EXTENDED
This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a
different date is indicated below.
(The fo0a+rirg "attaching clause" need be compleletl only when this endorsement is issued sut~sequent to preparation of the policy).
This endorsement, effective 12:01 AM 08/02/2008 forms a part of Policy No. WC 001-09-5887
Issued to SENDERO INDUSTRIES, LLC
/ By THE INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA
This endorsement modifies insurance provided under the following:
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY
PART SIX -CONDITIONS, D. -Cancellation of the Texas Amendatory Endorsement (WC 42 03 01 F) is deleted in its
entirety and replaced with the following:
You may cancel this policy. You must mail or deliver advance notice to us stating when the cancellation is to take
effect.
We may cancel or non-renew this policy. We must send by certified mail or deliver to you in person, not less than the
number of days shown below, advance written notice stating when the cancellation or non-renewal is to take effect. A
copy of the written notice will be sent to the Texas Workers Compensation Commission.
Except for non-payment of premium, non-payment of loss reimbursement or non-delivery of satisfactory security or
collateral when due for which we will provide the advance written notice required by law, we shall not provide less than
the number of days advance notice set forth below, or in the policy and endorsements attached thereto, or as required
by state law.
If another insurance company not'rfies the Texas Workers' Compensation Commission That it is insuring you as an
employer, such notice shall be a cancellation of this policy effective when the other policy starts.
Texas law requires a minimum of ten (10) days advance written notice for cancellation or nonrenewal due to fraud in
obtaining coverage, misrepresentation of the amount of payroll for purposes of premium calculation, failure to pay
premium when payment was due, and increase in hazard for which you seek coverage that results from an action or
omission and that would produce an increase in the rate, including an increase because of failure to comply with
reasonable recommendations for loss control or to comply within a reasonable period with recommendations designed
to reduce a hazard that is under your control, and a determination by the Commissioner of Insurance that the
continuation of the policy would place us in violation of the law, or would be hazardous to the interests of subscribers,
creditors, or the general public. Texas law requires a minimum of thirty (30) days advance written notice for other
cancellation or nonrenewal reasons.
/ Cancellation: 60 Days
Non-Renewal: 60 Days
WC 99 42 07A Countersi ned b Y`^u-~~- C'`~-^Q'--'~
9 Y------------------------------
(Ed. 03104)
Authorized Representative