Loading...
HomeMy WebLinkAboutC2009-309 - 7/28/2009 - ApprovedFORMS 2009-309 M2009wZ16 SPECIAL P R C V I~ S I D712 8109 Ram-Bro ~ontracti~g SPECIFICATI~I~ A N D C F C~ N T R A C T S AND B O N D S F4R ADA RAMP AND SIDEWALK IMPROVEMENTS FOR STREET OVERLAYS CLU'STF~tS 1, Z, 3 & 4 ~ ~~~,~.~,~, CLUSTER ~. ~ ~~.r~~.......,~~~''9 ~~ COYM, REHMET & GUTIERREZ ENGINEERING, L.P. ~ ~:' '~~~ ~~ 5656 S. STAPLES, SUITE 230 ~* ~ ~ * ~ 1~*; *~ CORPUS CHRISTI, TEXAS 7$411 ~•••••••••••••••••••••~•••~ ~lEFFREY G, C4YM ~ Phone : 3611991-8550 ~~,.~ ~ .................` ~. Fax:. 361/993-7569 ~~ ., ~a~ss3 ,:~'P Email. donr@crgei.com I ~ . ~ ~ ~ ~.~ DNS ~, ~ ~P M~ CLUSTERS 2 & 4 NA`,,. ~ ~~r~r~.;/ ':~ •• ~ L.N.V. ENGINEERING '** .~'•~~~ 801 NAVIGATION SUITE 300 r ~~ '~~~~ CORPUS CHRISTI TEXAS 7$408 • ~~~f~~.i+r.a.....•...~,..~ .Phone : 361-883-1984 I~Bh~r.P~~~z,JR, ~ Fax: 361-883-1986 ' ,~~+ Email: danl~ln~rinc.com ~+~ ~~ ~, ,. ~ ~ ~ ':_.. S~~ ~- CLUSTER 3 ~ g_~~. ~ ~~~~~ j~ RVE INC. $20 BUFFALO ST. w CORPUS CHRISTI, TEXAS 7840 Phone: 361--887-$851 Fax: 361-$87-8$55 Email: patveteto@rve-ine.com FOR STREET DEPARTMENT CITY OF CORPUS CHRISTT,TEXAS Phone: 3611826-18$1 Fax: 361/826-18$9 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTx, TEXAS Phone: 363./8$0-3500 Fax: 3611880-3501 PROJECT ND: 6481 Cluster 1 6482 Cluster 2 6483 Cluster 3 X484 Cluster 4 DRAWING N0. Cluster 1: 805 Cluster 2; 846 Cluster 3: 807 Cluster 4: 808 G•q-o9 INDEXED ~ Revised 7 / 5 / 4 o~y~ ADA RAMP AND SIDEWALK FQR STREET OVERLAYS CLUE' CLUSTER l PROJECT CLUSTER 2 PROJECT CLUSTER 3 PROJECT CLUSTER 4 FROJECT IMP; rERS NO. NO. NO. NO. RovEMENTs 1, 2, 3 & 4 6481 6482 6483 6484 Table of Contents NOTICE TO BIDDERS Revised 7/5/00 NOTICE T4 CONTRACTORS - A ~ Revi sed March 2 0 Q 9 } Insurance Requirements NOTICE TD CONTRACTORS - B (Revised 7/5/00 Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-l Time and Place of Receiving Proposals/Pre-Bid Meeting A-z 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-1~ Wage Rates tRevised 7/5/00} A-11 Cooperation with Public Agencies Revised 7/5/DO} A-l2 Maintenance of Services A-13 Area Access and Traffic Control Aw14 Construction Equipment Spillage and Tracking A~-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-"~--_ ~d ~~m~z-~~o NOT USED Awl8 Schedule and Sequence of Construction A--19 Construction Staking A-2~ Testing and Certification ~-~ . 1 A-22 Minority/Minority Business Enterprise Participation Policy Revised 1/98} T'I ^iT7~Il~w,,•,~~000,~Vr~~ „,~r,,; ,,•nr~ ~~G~~~„r~ ~1 I c / n n l NpT USED A-24 Surety Bonds ~e s T~ E: =c~^r t .. n N4 LONGER APPLY CABLE ~ 6 / l 1 / 9 8 ~ A-2~ Supplemental Insurance Requirements -sa .----=1 ..,._ ~~-----~, _ _~__' ___T NdT USED A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-34 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/~4~ A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities ` NOT USED A-40 Amendment to Section B~8-6: Partial Estimates A-41 Ozone Advisory A~42 OSHA Rules & Regulations A--43 Amended Indemnification & Hold Harmless X9/987 A-44 Change orders ~4/26/99~ A-45 As-Built Dimensions and Drawings ~7/5/0~~ ` NQT USED ' NOT USED A-48 Overhead Electrical Wires ~?/5/04 A-~ 4 9 Amend "Maintenance Guaranty" ~ 8 / 24 / 4 4 } ~Ai--~n r,.,,,~-„~~,~__^- -- - ~ NOT USED =r Aw51 Mobilization and Demobilization Bid Items A-52 Amended "Prosecution and Progress" PART B - GENERAL PRQVISIONS PART C. ~ FEDERAL WAGE RATES AND REQUIREMENTS ~1 PART S - STANDARD SPECIFICATIONS DIVISION 2 - SITEWORK sECTIoN 025404 SECTION 025412 SECTION 025424 SECTION 025610 SECTION 425614 SECTION 025802 SECTION 025805 SECTION 02$040 Asphalts, Oils and Emulsions Prime Coat Hot Mix Asphaltic Concrete Pavement Concrete Curb & Gutter Concrete Curb Ramps Temporary Traffic Controls During Construction Abbreviated Pavement Markings Sodding ~ S - 8 } DIVISION 3 - CONCRETE WORK SECTION 030020 Portland Cement Concrete SECTION 032020 Reinforcing Steel SECTION 038000 Concrete Structures DIVISION 4 - MASONRY WORK SECTION D4108D Brick Pavers ~5-50} FART T ~ TECHNICAL SPECIFICATIONS DIVISION 2 - SITEWQRK SECTION 025809 Thermoplastic Striping SECTION 025813 Preformed Striping & Emblems SECTION 025816 Raised Pavement Markers and Traffic Buttons SECTION 025818 Reference - Pavement Markers ~TxDOT D-9-4200} SECTION 025820 Reference - Traffic Buttons ~TxDOT D-9-4340} SECTION 025828 Bituminous Adhesive for Pavement Markers ~ TxDOT D-~ 9 - 613 0 } DIVISION 9 - FINISHES SECTION 09310 Composite Shell Cast-In-Place Tactile Warning Surface 111 LIST OF DRAWINGS SHES'P # D$SCRIPTIQN 1 Title Sheet 2 General Notes All Clusters) 3 Estimated Quantities Clusters 1, 2, 3 & 4 Cluster 1 Sheets 4 Cluster 1 Riverhill Drive Curb Ramp Detail Sheet 1 of 2 5 Cluster 1 Riverhill Drive Curb Ramp Detail Sheet 2 of 2 6 Cluster 1 Flynn Parkway Curb Ramp Detail Sheet 7 Cluster 1 Wandering Creek Drive Curb Ramp Detail Sheet 8 Cluster 1 Louisiana Parkway North} Curb Ramp Detail Sheet . 9 Cluster 1 Louisiana Parkway South} Curb Ramp Detail Sheet 1 of 3 10 Cluster 1 Louisiana Parkway South} Curb Ramp Detail Sheet 2 of 3 11 Cluster l Louisiana Parkway South} Curb Ramp Detail Sheet 3 of 3 12 Cluster 1 Carancahua Third} Street Curb Ramp Detail Sheet 1 of 2 13 Cluster l Carancahua Third} Street Curb Ramp Detail Sheet 2 of 2 Cluster 2 Sheets 14 Cluster 2 Baldwin Blvd. @ Agnes Curb Ramp Details 15 Cluster 2 Baldwin Blvd. @ Airport Road Curb Ramp Details 16 Cluster 2 Morgan Blvd. @ Baldwin Blvd. Curb Ramp Details 17 ~ Cluster 2 Morgan Blvd. @ So. Port Curb Ramp Details 18 Cluster 2 Morgan Blvd. @ Cleo & Kokernot Curb Ramp Details 19 Cluster 2 Morgan Blvd. @ 19~~ St. Curb Ramp Details 24 Cluster 2 Nueces Bay Blvd. m Up River Road Curb Ramp Details 21 Cluster 2 Nueces Say Blvd. @ Buddy Lawrence Curb Ramp Details 22 Cluster 2 Tarlton St. @ Greenwood Dr. Curb Ramp Details 23 Cluster 2 Tarlton St. @ Carver Dr. Curb Ramp Details 24 Cluster 2 Up River Road @ Palm Road Curb Ramp Details Cluster 3 Sheets 25 Cluster 3 Trojan Dr. at Moody Dr. Curb Ramp Plan 26 Cluster 3 Airline Rd. at Alameda Rd. Curb Ramp Plan 27 Cluster 3 Airline Rd. at ocean Dr, Curb Ramp Plan 28 Cluster 3 Solar Powered Roadside Flashing Beacon Assembly Details Cluster 4 Sheets 29 ~ Cluster 4 Shoreline Boulevard Ramp Details @ IH-37 & S.B. Shoreline 30 Cluster 4 Shoreline Boulevard Ramp Details @ Peoples & S.S. Shoreline 31 Cluster 4 Shoreline Boulevard Ramp Details @ Peoples & N.B. Shoreline 32 Cluster 4 Shoreline Boulevard Ramp Details @ Lawrence & N.B. Shoreline 33 Cluster 4 Shoreline Boulevard Ramp Details @ Lawrence & S.B. Shoreline 34 Cluster 4 Shoreline Boulevard Ramp Details @ Coopers Alley & N.B. Shoreline 35 Cluster 4 Shoreline Boulevard Ramp Details @ Coopers Alley & S.H. Shoreline 36 Cluster 4 Shoreline Boulevard Ramp Details @ Park Avenue & S.B. Shoreline 37 Cluster 4 Shoreline Boulevard Ramp Details @ Elizabeth @ Ocean Dr. 38 Cluster 4 Shoreline Boulevard Ramp Details @ Del Mar @ Ocean Dr.. 3g Cluster 5 Shoreline Boulevard Ramp Details @ McCaughan Park @ N.B. Shoreline 4D Cluster 4 Shoreline Boulevard Ramp Details @ Ayers & Ocean Drive iv DETAIL SHEETS BALL CLUSTERS) 41 TXDOT Standard Curb Ramp Details Sheet 1 of 4 42 TXD~T Standard Curb Ramp Details Sheet 2 of 4 43 TxDOT Standard Curb damp Details Sheet 3 of 4 44 T~DaT Standard Curb Ramp Details Sheet 4 of 4 45 Curb & Cutter Details 46 Sidewalk & Curb Detail Sheet 47 Pavement Marking Details 48 Traffic Control Details at Intersections 49 Sign Supports 50 Plastic Drums 51 Channeli2~ng Device Traffic Canes N4TIC$ AGREEMENT PROPOSAL/DI3CLOSIIRE STATEMENT PERFORMANCE BOND PAYMBN'T BCN'D v NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: ADA RAMPS & SIDEWALKS IMPROVEMENTS FaR STREET OVERLAYS CLUSTERS 1, 2, 3 & 4; Project Nos, 6481, 6482, 6483 and 6484 consists of removing existing concrete and constructing new ADA Ramps on portions of thirteen City streets. The work will be in four clusters. Cluster 1 includes portions of River Hill Drive, Wandering Creek Drive, Carancahua Third} Street, Louisiana Parkway North}, Louisiana Parkway South} and Flynn Parkway. The project base bid far Cluster 1 will include 5,400 S.F. of concrete removal, 7,D60 S.F. new ADA curb ramp construction, 6 each relocating traffic signs, 2 each valve adjustments, 2 each signal box adjustments, 2 each remove and replace brick columns, 1,217 L.F. of pavement striping, 69 L.F, of eliminating existing pavement striping, 3 each installation of permanent advanced warning signs, 8D S.F. of grass sodding and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 2 includes portions of Nueces Bay Boulevard, Tarlton Street, Up River Road, Morgan Avenue and Baldwin Boulevard. The project base bid for Cluster 2 will include 6,531 S.F. of concrete removal, 7,568 S.F, new ADA Curb Ramp construction, 571 S.F. of grass sodding, 8 each valve adjustments, 1 each water meter adjustment, 2 each manhole adjustments, 3 each pull box adjustments, 4 each relocating traffic signs, 23 S.F. retrofitting detectable warning surfaces, 4,934 L.F. of pavement striping, 3 each installing small traffic signs and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 3 includes portions of Trojan Drive and Airline Road. The project base bid for Cluster 3 will include 1,441 S.F. of concrete removal, 1,723 S.F. new ADA curb ramp construction, 1,063 L.F. of pavement striping, 1 each solar powered roadside flashing beacon assembly and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 4 includes Shoreline Boulevard from IH~-37 to Del-Mar Boulevard. The project base bid for Cluster 4 includes 8, 883 S.F. of concrete removal, 9,272 S.F. new ADA curb ramp construction, 115 S.F. grass sodding, 12 each pull box adjustments, 3 each valve adjustments, 96 S . F . retrofitting detectable warning surf aces , 52 S . F. rock garden, 5,329 L.F. of pavement striping, 1 each solar powered roadside flashing beacon, and all associated traffic control measures in accordance with the plans, specifications and contract documents. Proposals will be received at the office of the City Secretary until 2:00 PM on Wednesda Jul 15. 2009, and then publicly opened and read. Any bid received after Closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m., Wednesday, July 8, 2009 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 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 bands for contracts over $25,000.oO will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids . Revised 7/5/00 Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Twent -Five and no/100 Dollars x$25.00} as a guarantee of their return in good condition within two weeks o bf id date. Documents can be obtained by mail upon receipt of an additional x$5.00} which is a non-refundable postage/handling charge. ..,~____ The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEKAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Rsva.sed 7/5/00 NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS NOTICE TO CONTRACTORS - A INSURANCI3 REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPB aF INSURANCE MINI~]'M INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PSR OCCURRENCE / AG-CR$GAT$ Commercial General Liability including: $2,040,004 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 EMPLOYERS' LIABILITY $50D,DD0 EXCESS LIABILITY $1,D04,40D COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental Q REQUIRED discharge; to include long-term environmental impact for the disposal of NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements D REQUIRED NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED Page 1 o t OThe City of Corpus Christi must be named as an additioaal insured on all coverages except worker's compensation liability coverage. OThe same of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the. Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty X30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which .are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of 2aterest" must be submitted with your proposal. should you have aay questions regardiAg insurance requirements, please coatact the Coatract Admiaistrator at 880-3500. Page Z of 2 NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page~of~~ Texas Administrative Code TITLE 28 INSURANCE PAST Z TEAS DEPARTMENfi flF INSURANCE, DT~ITSIDN QF ~UVDRKERS' C~MPENSATI~N CHAPTER 110 REQUIRED NOTICES ~F CO~TERA.GE . SUBCHAPTER ~ EMPL~Y~ER NUTICES RULE. §11U.110 Reporting Regwirements 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 def ned in this rule shad 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 to 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 orconstruction=-Has the meaning defined in the Texas Labor Code, ~3}Contractor--A person bidding far 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, §401.0 l 1 X44}. ~5}Coverage agreement--A written agreement on form TWCC-8I, form TWCC-82, form TWCC-S3, or form TWCC-$4, f led 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 employerlemployeeond 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 vn 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 ~ 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 foodlbeverage vendors, office supply deliveries, and delivery of portable toilets. ~S} Project--includes the provision of all services related to a building or construction contract for a governmental 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 caverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been f led with the appropriate insurance carrier or, in the case of a self insured, with the commission's l]ivision 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 subsectian; ~2} as part of the contract, using the language required by paragraph ~~} of this subsection, require the contractor to perform as required in subsectian ~d} of this section; ~3) obtain from the contractor a certif sate 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 caverage: ~A} before the end of the current coverage period, if the contractor's current 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 current certificate shows that the coverage period ends during the duration of the project; ~5~ retain certificates of coverage on f le for the duration of the project and for three years thereafter; ~6} provide a copy of the certif sates 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 specifcations and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards ofdocumentation: 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 classif cation codes and payroll amounts and f ling of any coverage agreements; ~2} provide a certif cafe of coverage showing workers' compensation coverage to the governmental entity prior to~beginning work on the project; ~3}provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage 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 of coverage, prior to that person beginning work on the project, so the governmental entity will have an f le certif cafes of coverage showing coverage far all persons providing services on the project; and (B} no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; . ~5}retain ail required certificates of coverage on f ie for the duration of the pro jest and for one year thereafter; ~6} notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7} post a notice on each project site informing aII 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 ether commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any ether 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 ~S}contractually require each person with whom it contras#s to provide services on a project to: ~A) provide coverage based on proper reporting of classif cation codes and payroll amounts and f ling of any coverage agreements for all of its employees providing services an the project, for the duration of the. project; ~B} provide a certif sate of coverage to the contractor prior to that person beginning work on the project; ~C} incIude 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 the contractor: - ~i} a certificate of coverage, prior to the other person beginning work on the project; and iii} prior to the end of the coverage period, a new certif cafe 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 certif cotes of coverage on file for the duration of the project and for one year thereafter; ~~} notify the governmental entity in writing by certif ed mail or personal delivery, within ten days after tl~e 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 certif cafe of coverage to be provided to the person far whom they are providing services. fie} A person providing services on a project, other than a contractor, shall: ~I}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 f ling 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 an 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 coveted by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classif cation 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 whore it is providing services vn the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certif cafe 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 certif cote 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~r during the duration of the project; Page 5 of 1 I ~6}retain all required certif cater of coverage on file for the duration of the project and for one year thereafter; ~7} notify the governmental entity in writing by certif ed mall or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and . X83 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 certif cote 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 tv 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 certif cafe of coverage, prior to the other person beginning work on the project; and iii} 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 certif cater of coverage on f 1e for theduration of the project and for one year thereafter; ~G} notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and ~H} contractually require each person with wham 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 far whom they are providing services. ~f} if any provision of this rule or its appllcatlon to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g}This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1,1994, This rule is also applicable far 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 11 ~}The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to registerwith 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, ~40b.097~a~ has added by House Bill 1089, 74th Legislature,1995, § 1.20. This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self insure that is delivered, issued for delivery, or renewed on or aver January 1, 1996. Source Note; The provisions of this § 110, ~ 10 adopted to be effective September 1,1994,19 TexReg 5715; amended to be effective ~lovember 6,1995, 20 TexReg 8609 Page 7 of 11 T28S110.110(d)(7) "REQ~IRE.~ WGRKERS' CGMPENSATIGN CGVERAGE" "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 ar 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 512-44p-37$9 to receive information on the legal requirement for 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 'I'28S 110.110(c)(7) Article .Workers' Compensation Insurance Coverage, A. Definitions: Certificate of coverage ("certificate')- A copy of a certi icate of insurance, a certificate of authority to self~insure issued by the commission, or a coverage agreement (I'WCC~81, TWCC $2, TWCC-83, or T I~CC-$4}, showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor'slperson'swork onthe project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in ~4oG.096~ -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, 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, transportatr'on, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodlbeverage vendors, ofjrce supply deliveries, and delivery of portable toilets. ~. 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 Code, Section 401, Or 1(4~) 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. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end o, f the coverage period, f le a new certi irate 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 cert~cate of coverage, prior to that person beginning work on the project, so the governmental entity writ have on file certi icates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certi irate of coverage showing extension of coverage, if the coverage period shown on the current certi irate of coverage ends during the duration of the project gage 9 of ~ I F. The contractor shall retain all required cert~cates of coverage for the duration of the project and far one year thereafter. G. ~'he contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ~ 0 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' Compensation 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. I. The contractor shalt contractually require each person with wham it contracts to provide services on a project, to: . (I) provide coverage, based on proper reporting of class cation codes and payroll amounts and f ling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 4~Z.OI1(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 certi rcate of coverage showing that coverage is being provided for al! em~iloyees 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 certi rcate of coverage showing extension of coverage, ~if the coverage period spawn on the current cert~cate 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 an the project; and (b) a new cert~cate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current cert~cate o, f coverage ends during the duration of the project; (5) retain air required certif cotes of coverage on jlle for the duration of the project and for one year thereafter; (6) note the governmental entity in writing by certified mail or personal delivery, within ~ o days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providrng services on the project; and (7} contractually require each person with whom it contracts, to perform as required by paragraphs (~) - (7), with the certi icates of coverage to be provided to the person for whom they are providing services. ~: By signing this contract or providing or causing to be provided a certr' rcate of coverage, the contractor is representing to the governmental entity that alt employees of the contractor who wit! provide services on the project wirl be covered by workers' compensation coverage far the duration of the project, that the coverage will be based an proper reporting of classif cation codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self i~rsured, with the commission's Division of Self Page 14 of 1 ~ Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. ~'he contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles 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 ~ ~ of ~ I PART A SPECIAL PROVISIONS ADA RAMP ANa slDSwALx zMPRO~rs . FOR STRE$T OVERLAYS CLVST$RS 1, 2, 3 & 4 PROJ$CT N0, 64$1 ~1~ , 6482 ~2~ , 6483 ~3] , 6484 ~4) SECTION A - SPECIAL PROVISIONS A-1 Time sad Place of Receivin Pro Deals/Pre-bid Meetia Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 .m. on ~Tedaesda , Jul 15, 2009. Proposals mailed should be addressed in the following manner: ' Cit Secrets 's Office ' Cit of Co us Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: 8Ip PROPOSAL - ADA RAMP AND SIDEWALK IMPROVE~NTS FOR STRE$T OVERLAYS CLU5TERS 1, 2, 3 & 4. Any proposals sot physically is possessioa _of the City __Secrets 's Office at i++.~~~-.nr~M.. w n ni i the time sad date of bid o eaia will be deemed late and nonres~aasive,:,,-,- Late ra Deals will be returned uao eaed to the ro Deer. The ro Deer is salel res~oasible for delive to the Cit Secrets 'a office. Delivery of ~y -- ra Deal, b the ro Deer, their a eat/re reseatative, O.S. Mail, or other delive service, to as Cit address or office other than the Cit Secrets 's Office will be deemed non-res oasive if sot is ossession of the Cit Secrets 's Office rior tv the date sad time of bid o eaia , A pre~bid meeting will be held on Wednesday, July 8, 2009, beginning. at 10:00 a,m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas and will include a discussion of the project elements. No additional or separate visitations will be_conducted by the Cit A-2 Definitions sad Abbreviations Section B-1 of the General Provisions will govern. A-3 Descri tion of Pro'ect ADA RAMPS AND SIDEWALK IMPROVEMENTS FOR STR$ET OVERLAYS CLUSTER 1, 2, 3 & 4; Project Nos. 6481, 6482, 6483 and 6484 consists of removing existing concrete and constructing new ADA Ramps on portions of thirteen City streets. The work will be in four clusters. Cluster 1 includes portions of River Hill Drive, Wandering Creek Drive, Carancahua ~Third~ Street, Louisiana Parkway (North, Louisiana Parkway tSouth~ and Flynn Parkway. The project base bid for Cluster 1 will include 5,404 S.F. of cancrete removal, 7,064 S.F. new ADA curb ramp construction, 6 each relocating traffic Signs, 2 each valve adjustments, 2 each signal box adjustments, 2 each remove .and replace brick Section A - SP (Revised 12/15/fl~j Page ~ of 3~ columns, 1,217 L.F. of pavement striping, 69 L.F. of eliminating existing pavement striping, 3 each installation of permanent advanced warning signs, 84 S.F. of grass sodding and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 2 includes portions of Nueces Bay Boulevard, Tarlton Street, Up River Road, Morgan Avenue and Baldwin Boulevard. The project base bid for Cluster 2 will include 6,531 S.F. of concrete removal, 7,568 S.F. new ADA Curb Ramp construction, 571 5.F. of grass sodding, 8 each valve adjustments, 1 each water meter adjustment, 2 each manhole adjustments, 3 each pull box adjustments, 4 each relocating traffic signs, 23 S . F. retrofitting detectable warning surfaces, 4,934 L.F. of pavement striping, 3 each installing small traffic signs and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 3 includes portions of Trojan Drive and Airline Road. The project base bid for Cluster 3 will -include 1,441 S.F, of concrete removal, 1,723 S.F. new ADA curb ramp construction, 1,063 L.F. of pavement striping, 1 each solar powered roadside flashing beacon assembly and all associated traffic control measures in accordance with the plans, specifications and contract documents. Cluster 4 includes Shoreline Boulevard from Power Street to Oleander Avenue. The project base bid for Cluster 4 includes 8,883 S.F. of concrete removal, 9,272 S.F. new ADA curb ramp construction, 115 S.F. grass sodding, 12 each pull box adjustments, 3 each valve adjustments, 96 S.F. retrofitting detectable warning surfaces, 52 S.F, rock garden, 5,329 L.F. of pavement striping, 1 each solar powered roadside flashing beacon, and all associated traffic control measures 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 for each Cluster. Separate contracts may be awarded for each cluster or combiaatioa of clusters depending upon bid amounts for each cluster, the greatest advantage for the City and subject to the availability of funds. However, Cluster l aad Cluster 3 will be awarded together. Bidders may choose to "No Bid" any rri n~r- cluster by inserting that language on the Proposal Form for the particular Cluster. The bids will be evaluated in the following order for each Cluster: Total Base Bid Part A Cluster 1 Plus Cluster 3, and Total Base Bid Part 8 Cluster 2, aad Total Bas® Bid Part C Cluster 4 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. $ laaatioa of Proposal ~__ Descriptions of the Base Bid Items for the four Clusters follow. Cluster l & Cluster 3 Base Bid Part A~: Consists of concrete removal, new ADA ramp construction, valve and manhole adjustments, marking and striping at intersections on River Hill Drive, Wandering Creek Drive, Wildcat Drive, Carancahua tThird~ Street, Louisiana Parkway, Flynn Parkway, Trojan Drive and Airline Road. Seatioa A - SP ~Revieed ].2/1~ f 04 f Page 2 of 30 Cluster 2 Base Bid (Part B~; Consists of concrete removal, new ADA ramp construction,. valve and manhole adjustments, marking and striping at intersections on Nueces Bay Boulevard, Tarlton Street, Up River Road, Morgan Avenue and Baldwin Boulevard. Cluster. 4 Base Bid (Part C~: Consists of concrete removal, new ADA ramp construction, valve and manhole adjustments, marking and striping at intersections on Shoreline Boulevard from Power Street to Oleander Street. A-5 Items to be Submitted with Prv~osal The following items are required to be submitted with the proposal: 1. 5~ Sid Boad (Must reference ADA RAMPS AND SIDEWALK IMPRO'V`EMENTS FOR STREET OVERLAYS CLUSTER 1, 2 , 3 & 4 PROJECT N0. 64 81 ~ 64 82 , 64 8 3 . 64 8 4 as identified in the Proposaly (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 2. Disclosure of Interests Statement 3, Statement of Qualification and Contract Information as Re 'red b A- 28, A-29 and A-30. A-6 Time of Com letioa/Li idated Dania es To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet deadlines for completion of each phase of construction shown below. Each Cluster of the Project shall be Completed within the number of calendar days allocated below: Streets Days From Start of Each_ Cluster Part A: Cluster 1 190 Calendar Days Cluster 3 64 Calendar Days Total 254 Calendar Days Part B: Cluster 2 140 Calendar Days Part C: Cluster 4 150 Calendar Days In the event that a contract is awarded that includes more than one Cluster, the contract time shall remain the same as each single Cluster and shall not be additive. Section A - SP tRevised 12/15/84y Page 3 of 30 Days Allocation for Raia: The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each stage of the contract. A rain day is defined as any day in which the amount of rain measured by the .National Weather Services at the Power Street Stormwater Pump Station is x.50 inch or~ greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March ~ 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of Calendar Days, as defined in Section A~6, and as detailed elsewhere in the contract documents. Damages for exceeding the time allotted shall be as described below. The Contractor shall commence work within ten ~10~ calendar days after receipt of written notice from the Director of Engineering Services or designee ~"City Engineer) to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of liquidated damages due the City. A-7 porkers Campeasatioa Insurance Coverage If the Contractor's workers' compensation insurance coverage far 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 $eCtion A - SP ~Renlaed 12/15/4~4~ Page 4 0~ 3D Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-$ Faxed Pro Deals Proposals faxed directly to the City will be considered non-responsive, Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates Revised 7/5/OOy Labor preference and wage rates for HEAVY ANA HIGHWAY C4NSTRCTCTI4N, ~~--e~l~f~~ „+. nr ~3=~r"k~~4~"'crs~-ix3£- ~3. , . ~ • Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly .wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ~$G0.00~ 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. Sect~.oa A - SP ~Aev~,aed ~.2/15/04~ Page 5 of 30 Qne and one-half (j,~} 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 H-1-1, Definition of Terms, and Section B-7-6, Working Hours.} A-11 Cooperat_oa with Public Agencies, Revised 7/5/OO~ 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 X48} hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess 1- 800-344-8377, the Lone Star Notification Company at 1-800-669-8344, and Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer - Cluster 1 J. Don Rehmet, P.E., R.P.L.S. Coym, Rehmet & Gutierrez Engineering, L.F. 5656 S. Staples, Ste 230 Corpus Christi, Texas 78411 Phone: (361} 991-8550 Fax: 1361} 993-7569 Email: donrCcrgei.corn Project Engineer ~- Clusters 2 ~ 4 Dan Leyendecker, P.E. LNV Engineering 801 Navigation Suite 300 Corpus Christi, Texas 78408 Phone: (361} 883-1984 Fax: 1361} 883-1986 Email: donlQlnvinc.com Project Engineer - Cluster 3 Pat Veteto, P.E., R.P.L.S. RVE, Inc. 820 Buffalo Street Corpus Christi, Texas 78401 Phone: (361} 887-8851 Fax: (361} 887-8855 Email: atveteto@rve-inc.com Traffic Engineering Police Department Water Department Wastewater Department Gas Department 826-3500 991-8550 883-1984 s87-8851 826-3540 882-1911 826-1880 826-1818 Storm Water Department 826-1881 Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1970 A E P 299-4833 Nueces Electrical Cooperative 357-2581 w ~ (826-1888 after hours} (826-1818 after hours} 885-6900 (885-6900 after hours? 1880-1888 after hours} (693-9444 after hours} (1-80a-632-9288, after hours } Sect~.on A - SP (Revised ~,2/1,5/04y Page 6 of 30 AT&T/CP&L 881-2511 (1-800-$24-4424, after hours} City Street Div, for Traffic Signal/Fiber Optic Locate 826-1946 B57-1960 Cablevision 857-50DD {857-5060 after hours} ACSI (Fiber optic) 887-9200 tPager 800-724-3624) KMC tFiber optic} 813-1124 (Pager 888-2D4-1679} ChoiceCom (Fiber Dptic} 881-5767 (Pager 850-2981 CAPRdCK (Fiber Optic? 512/935-0958 (Mobile? Brooks Fiber Optic (MAN} 972-753-4355 Regional Transportation Authority 289-2712 Corpus Christi ISD 886~90D5 U.~S. Postal Service 886-2216 TxDQT Area Office 84.8-2384 A-12 Maiatenaace of services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accurac and com leteness of _such _information is ,not guaranteed. 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 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 f lumed aver the streets or ground surface and Contractor must pay for 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 Coatrol Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Section A - SF ~Revieed i2/15/04y Page 7 of 3~ The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Carpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. . A-14 Coastructioa $ i meat S ilia a sad TraCkin The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways .clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Exoavatioa and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. ~ a ,,,,~ a,.,, „~. ~3 . , •~ ~ r • A-16 Dis osal/Salvo a of ~daterials 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, nv direct payment will be made to Contractor. A-17 Field Office SNOT 0'S$U} . . SectioA A - SP (Revised 12/15/04y Page 8 of 30 A-18 Schedule and Se ence of Construction The Contractor shall submit to the City Engineer a work plan based on Calendar Days. The Plan must detail the schedule of work and must be submitted to the City Engineer at least three (37 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 for the entire project. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent. of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A~6 "Time of Completion/Liquidated Damages' and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. Section A - 3P (Aevieed 12/X5/041 Page 9 of 30 D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the Contract. A-19 Construction Project La out and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required tv construct a project of this nature. Major controls will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for. contral~of the work. If, during construction, it is necessary to disturb or destroy a control point ar bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or benchmarks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the wark, the Contractar shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings the Contractor shall provide supporting measurements as required far 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, far the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two ~2} personnel for the purpose of assisting the measuring of the completed work. . . . . .. . , . , . Section A • SP ~Revi~ed 12/15/04) Page 10 of 30 ~':" i ~-Ira n ~r itr . ~ ~ . smT ,rvnv--u~na r~~r, . r A-24 Testiag sad Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the 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. A-21 Project Signs SNOT USED A-22 MiaorityJMiaarity Business Saterprise Participation Policy (Revised 10/98y 1. 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, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participat~.on 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, association, or joint venture as work, labor, services, supplies, combination of the foregoing under on a City contract. 4 ~ firm, partnership, corporation, herein identified as providing equipment, materials or any contract with a prime contractor Sectioa A - SP (Rev~~sed 12/~5/~4y Page ~~ of 3d c. Minority„Business Enter rp ise: A business enterprise that is owned and controlled by one or more minority persons}. 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 persons} 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. fib} For an enterprise doing business as a partnership, at least 51.0 of the assets or interest in the partnership property must be owned by one or more minority person ~ s) . (e} 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 persons}. 3. Share in Payments Minority partners, proprietor ar stockholders, of the enterprise, as the case may be, must be entitled to receive 51.a°s 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. d.~ Minorit See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0 of whose assets or interests in the corporate shares are owned by one or more women. f. Joint venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may .satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 5Q . 0% of the contract work itself and in which Se~~~oa A - 8P Revised 12/15/4~j Page 12 a~ 34 a minority joint venture partner has .a 50.0°s interest, shall be deemed equivalent to having minority participation in 25.0°s of the work. M~.nority members of the joint venture must have 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 fellows: Mfaority Participation Minority Business Eaterprise Percent} Participation Percent} 45 ~ 15 ~ b. These goals are applicable to all the construction work regardless of federal participation? performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor 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 biweekly 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' averall 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 participative information as required. A~23 Ins ectfon Re fired Revised 7/5/00} SNOT USED) . . . . r Section A - SP Revised X2/15/04} Fage 13 0~ 30 A-24 Surety Bonds Paragraph two ~2} of Section B-3-4 of the General. Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent X10%~ 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 (lo°s} of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $1Q4,Q40 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury ar must obtain reinsurance for any liability in excess of $104,000 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 Exe tion ~N4T USED} ,., ,~~ r r r i • . . Section A - SP (Revised 1Z/15/4~4} Page 3,4 of 30 . . ' t r . ~,-26 Su lemeatal Iasuraace Re iremeats For each insurance coverage provided in accordance with Section B-6-1Z of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of restricts the ins covenants to mail ch_ tinge ta: 1. Name: cancellation or material change that reduces ar France afforded by this coverage part, each insurer prior written notice of cancellation or material City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.C. Box 9277 Corpus Christi, Texas 784G9-9277 ~. Number of days advance notice: 3~ The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty t3 Q) 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 workerFs 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 Contract, 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-6-11 day of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Section A - SP tRevi~ed 12/1,5JQ~y Page 15 of 30 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 or any person indemnified hereunder. A-27 Rea oasibilit for Dania a Claims SNOT QSSD} A-28 Coasideratioas for Coatract Award aad Executioa To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, with the proposal, the City Engineer requires 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 t2} years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate tv 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 ~gp} days prior to the City Engineers request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. Section A - 3F tRevieed 12/15/44) Page 16 0~ 34 A~2~ 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 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, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five ~5~ years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements must be provided with the proposal and will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities an the Project. Such written approval of field administration staff is a prerequisite to the City $ngiaeer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded, Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-713. A-30 Amended "Consideration of Contract" Re irements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3--1 Consideration of Contract add the following text: All bidders must submit to the City Engineer the following information with the proposal: 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. Sec~iori A - SP tRevieed 12/15/a4~ Page 17 of 3~ 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 MHE 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. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project . Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 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; S. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-~35-K, if applicable. l0. At the time of bid opening, submit is letter form, information identifying type of entity and state, i.e., Texas for other state) Corporation or Partnership, and acme (s ~ and Title ~ s ~ of individual ~ s~) authorized to execute contracts an behalf of said entity. A-31 Amended Poli on ~ctra Work and Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-S~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 section A ~ SP =Revised 12/15/04) Page 18 of 3D of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders, which do not exceed $25,004.44. The Contractor acknowledges that any change orders in an amount in excess of $25,040.00 must also be approved by the City Council. A-32 Amended "Bxecutioa of Contract" Re irements Under "General Provisions and Requirements for Municipal Construction Contracts" 5-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Hi,d Meetin referred to in 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 Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions cif applicable, construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 Cit Water Facilities: S eeial Re iremeats ~N4T USSD~ . ', , ,. . . r Section A - SP (Revi~eed 12/1§/OBI Page i9 of 3~ , , ! ! ' ~ ' J ~ t ~ ~ ~ 1 ~ + ~ + , ~ ~ i ! r ~ ~ ~ ~ ~ ~ ~~ ~ ~ ~ l 1 ~ ~ ~ • ~ ~ r ~ • • • • ~ • ~ Sec~ioa A - SF ~Reviaed ~2/15/0~4) Page 20 of 30 ! r ! 1 r r ! 1 - r ! r 1 t ~+ ~ I1 A I'~ /'11h /_1 M w t w f1 ~1 ~~ .. ~w...ry w.~.. r.:...... ~ 1 /'~7^1 !"1 _ ~-. ~~...~ . ~ a ~ ! . ~ ~ r r ! r ~ ~ J ~ ! ~ r ~ 1 ~ r ~ • i ~ ~ J Section A - SP (Revised x.2/15/0'4) Page 21 of 3D ~i~~~e~~ ~-.~rai~ 31~k~~--vz~ ~~~~ A~36 Daher Submittals 1. Shop- Drawing -.Submittal: The Contractor shall fallow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one ~l} reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcantractar or supplier; pertinent Drawing sheet and detail numbers}, and specification Section number, as appropriate, an each submittal form. d.. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e.~ Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f, Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to .provide information unique to this Project. Section A - SP (Revfeed 3.2/15/043 Page 22 v~ 30 g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal farms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2 . Sa_ mples : The Contractor must submit samples of f finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Re air Re ort When specified in the Technical Specifications Section, Cantractor 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 Water Furnished b the Cit " Under "General Provisions and Requirements for Municipal Construction Contracts", 8-6-15 Arrangement and Charge for Water Furnished by the Cit~r, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended tthe "Plan"~. This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's C easatioa Covera a for Suildin or Construction Pro'ects for Government Entities The requirements of "Notice to Contractors `S "' are incorporated by reference in this Special Provision. A-39 Certificate of Qccu aac~r and Final Acce Lance SNOT D`5ED~ . ~: Section A • SP ~Revf~ed ].~/15/Q4~ Page 23 0~ 3d A»4Q Ameadmeat to Section S-8-d: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-S-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. A-41 Ozone Adviso Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day~will not be counted as a calendar day. A-42 OSHA Rules & Re latioas It is the responsibility of the Contractar~s} to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Ameaded Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" 5-~6-~1 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall held the City, its officials, employees, attorneys, and agents harmless and shall indemnify .the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act yr omission of the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants, or any work done under the contract ar in connection therewith by the contractor, or any subcontractor, supplier, material man, or their afficials, employees, agents, or consultants. The contractor shall and agents harmless employees, attorneys, liability whatsoever afficials, employees, causes injury to an supplier or material A-44 Chan a Orders hold the City, its officials, employees, attorneys, and shall indemnify the City, its officials, and agents from any and all damages, injury, or from a negligent act or omission of the city, its attorneys, and agents that directly or indirectly employee of the contractor, or any subcontractor, man. Should a change orders} be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis far the price of the change order. Sectioa A - SP 4Re~i~ed X2/15/44) Page Z4 of 30 A-45 A~-Built Dimensions and Drawia~ ~7/5/oD1 ~` ~a} Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location horizontal and vertical} of all facilities. fib} Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: ~1} Horizontal and vertical dimensions due to substitutions/ field changes. ~2} Changes in equipment and dimensions due to substitutions. 43} "Nameplate" data an all installed equipment. (4} Deletions, additions, and changes to scope of work. ~5} Any other changes made. A-46 Disposal of Highly Chlorinated water X7/5/00} SNOT USSD} r..rrrimnnnri . ~ . . ~ ~ ~ ~ ~ ~ . . ~ ~ ~ . ~ ~ ~ ~ ~ . . a ~ ~ ~ ~ . ~ ~ ~ ~ ~ ~ • ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ . . A-4'1 Pre-Construction lorato Excavations X7/5/00) SNOT USED 1 Section A - SP (Rev~.sed 12/].5/04) Page 25 of 34 A-48 Qverhead $lectrical wires ~7/5laa~ Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended_ ~'Maiatenance Guaraat ~ ta/24/001 Under "General Provisions and Requirements for Municipal Construction Contracts", B-8.11 Maintenance Guarant add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Geotechaical Re ort SNOT U3ED~ A-51 Mobilization and Demobilization Bid Items Mobilization and Demobilization Bid Items shall not be greater than 8~ of the total bid cost for each PART ~Streetj. 60~ of the bid item will be paid upon mobilization and 40~ will be paid upon completion of the street section. A-52 Amended "Prosecution and Progress" Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Pro ress, add the following: "Funds are appropriated by the City, an a yearly basis. If funds, for any reason, are not apprapriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City bequests remobilization at a later date, the Contractor may request payment for demobilization/ remobilizatian costs. Such costs shall be addressed through a change order tv the contract". SeC~ion A ~ SP (Revised 12/15/04) Page 2fi of 30 SUBMITTAL TRANSMITTAL FARM PROJECT: ADA RAMPS AND SIDS'~1ALR IMPROV$M$NTS FOR STRgST OVERLAYS; CLUST$R 1 PROJECT NO. 6481 O~1NSR: CITY OF CORPUS CHRISTI $NGINSSR: COYM, REHMET & GUTIERREZ ENGINEERING, L.P. CONTRACTOR: SUBMITTAL RATS: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Sac~~on A - SP tRevf.~ed 12/15/04 Page 27 0~ 30 SUBMITTAL TRANSMITTAL FORM PROJ$CT: ADA RAMPS AND SIDSWALR IMPRO~N'I'S FOR STR$8T OVERLl~YS; CLUSTER Z PROJ$CT N0. 64$2 OWNER: CITY OF CORPUS CHRISTI BNGINB$R: LNV ENGINEERING CONTRACTOR: SUBMITTAL DATE: APPLICABL$ SPSCIFICATIQN OR DRAWING SUBMITTAL NUMB$R: SUBMITTAL Section A - SP ~Rev~,sed 1/3.5/44) gage 28 of 34 SQBMITTAL TRANSMITTAL FORM PROJECT: ADA RAMPS AND SIDEWALK IMPROVffi-~ENTS FOR STREET OVERLAYS; CLIISTER 3 PROJECT N0. 6483 OWNER: CITY OF CORPUS CHRISTI ENGINEER: RVE INC. CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIF=CATION OR DRAFTING S[JHMITTAL 5UBMITTAL N[TNII~ERs Sec~ioa A ~ SP (Revised 12/15/04 Page 29 of 30 'SUBMITTAL TRANSMITTAL FORM PRaJECT: ADA RAMPS AND 5IDEWA,LK IMPROV'ffi~ENTS F4R STREET OVERLAYS; CLIISTSR 4 PROJECT N0. G4$4 QWNER: CITY OF CARPUS CHRISTI ENGINEER: LNV ENGINEERING CONTRACTOR: SIIBMITTAL DAT$: APPLICABLE SP$CIFICATION OR DRAWING SnBMITTAL NUMBER: SDBMITTAL SeCtioa A - 8P Revised 12/15f04j Page 3D of 30 AGREEMENT THE STATE CF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 8TH day of SLY, 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 Ram-Bro Cantractin Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $504 885.40 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows. ADA RAMP AND SIDEWALK IMPROVEMENTS FOR STREET OVERLAYS CLUSTERS 1,2,34 PROJECT NOS. 6481, 6482, 6483 ~ 6484 TOTAL BASE SID {PART A, PART B, PART C}: $544,8$5.00 according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 The Contractor will commence work within ten {10} calendar days from date they receive written work order and will complete same within PART A 254 CALENDAR DAYS; PART B loo CALENDAR DAYS; PART C 150 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTE City Secretary CITY OF CARPUS CHRISTI ~Y~_ - _ Oscar Martinez, Asst. City Mgr. of Public Works and Utilities APPROVED AS TQ LEGAL F4RM..~- Py. Asst. City Attorney ATTE { I f Corp ray on } • {Seal Blow} (Nn~$: If Peron signing for ~ ~ ~.~5'~SiC~@nt ~ co ration is x~o,t a~~a copy of sut~orizat'~on to signs ~y. Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Raga--Bro Contracting, Inc . By: ~~ ~~~_ Title : ~~5,~ f 904 INDUSTRIAL AVENUE {Addressy ROBSTCWH~_ TX 78380 {City} {State} {ZIP} 361/387-2795 * 361/387-814? {Phone} {Fax} ~1 UN~~~ ~ •NM1~Nr Agreement ~ Page 2 o f Z ~'~"~"~`"'""""""""""~" sE~~ARr ~ PROPOSAL FORM F 0 R ADA RAMP AND 3IDEPlALR IMPROVEMENTS FOR STRSBT OVSRLAY3 CLIISTBR 1, 2, 3 & 4 PART A (CLVSTFR 1 & 3) PROJECT NO. 6481 & 6483 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of ~ P R O P O S A L Place : [ ~~~;~ l ,~,,r~~ 5~~, l ~IC~S Date : ~ -- ~ Cj --(.f~ Proposal of ~ - , ~~ ~~, ~ . ~ ~ ~.~~.. b , a Corporation organized and existing under the laws of the State of oR a Partnership or Individual doing business as To: The City of Corpus Christi. Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for ADA RAMP AND SIDRWALK IMPROYSMSNTS FOR STR$ST oVI~RLAYS CLCJSTBR 1, 2, 3 & 4 PART A tCLtTSTBR 1 & 3 ~ PRDJSCT No, 6481 & 6483 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices,to-wit: Proposal ~`orm Page ~ of ~ I II III IV V ITEM ~~ & UNIT D$SCRIPTION UNIT PRICE TOTAL PART A. CLUSTSR 1 BALL 3TREBTS} A- l 1 L . S , Mobilization, complete and in place er lum surn P P ~~, $ $ ~ ~~~ . A_2 1 L S Storm Water Poll Prevention Plan, l t d l ~ $ ~ ~ $ . . comp e e an in p ace per lum sum. P A-3 1 L S Traffic Control, complete and in lace er lum sum $ ~`' $ ~ , . p p p . A-4 5,400 Remove Existing Concrete, complete S . F. and in place per square foot . $~.,~o $ ~ ~~~, 3 A-5 ?,460 Concrete Curb Ramp, Complete and in S . F . place per square foot . $ ,o~~ $ ~~ ~ ~ A_6 6 Relocate Traffic Sign, complete and EA. in place per each. $ ~+~~ $ ~~oa A-7 2 Adjust Existing Water Valve, EA, complete and in place per each . ~~..~~ $ ~ ~~D ,~; $ A-$ 2 Adjust Existing Traffic Signal Box, EA. complete and in place per each . $ ~,~~~ $ ~~.~ ~~~ A-g 2 Remove and Replace Brick Column, EA. complete and in place per each. $ ~~ $ ~ ~~p~~ 571 Reflective Pavement Markings Type I A-10 L .~ F . X12" White Solid}, complete and in l 1 i $ ~ $ ~ ~ ~'~° ace er near foot . P P ~ ~ 646 Reflective Pavement Markings 'T'ype I A-11 L.F. ~ 24" White So],id} , complete and in l li f t ~~' $ E ~ ~~~ $ ~ ace p per near oo , ~ Proposal Form Page 3 o f 9 I II III IV V ITEM QTY & UNIT DESCRIPTICN UNIT PRICE TOTAL PART A. ~CONT' D} 69 Eliminate Existing Pavement Markings A-12 L.F, t24"~, complete and in place per linear ~~ $ ~~ $ ~ foot . ~ 1 Pedestrian Crossing Advanced Warning A-13 ~. Sign With Flashers, complete and in lace er each p p ~ ~~~' $ ~'M` ~ -;, $ ~-~'~~ . Pedestrian Crossing Advanced Warning A-14 2 EA. Sign 4Without~Flashers}, complete and in place per each. ~ ~-~~; $~~~ $ t' A-15 1 Relocate Existing Sprinkler Head LS. com lete and in lace er lum sum. p p p P $ $ A_1~ 80 S . F . Grass Sodding, complete and in place per square foot . ~, $ ~ ~~ ~ $ TOTAL PART "A" CLUSTER Z (ALL STREETS ~ - (ITEMS A~ -AI 6 ~ F $ I II III IV V ~ Unit ITEM UNIT Descrilation Price Total PART A, CLUSTER 3 BALL STREETS } A-17 l L.S. Mobilization, complete and in place per lump sum. ?~ $~ ~ $ ~~ A-18 1 L.S. Storm Water Pollution Prevention, complete and in place per lump ~ $ ~ ~~ $ ~~ sum. A-19 1 L,S. Traffic Control, complete and in place per lump sum. ~ ,~ ~~~~ $ c~ ~ ~;~ ~ ~ $ Proposal Form Page 4 of 9 r rI III iv v QTY & Unit ITEM UNIT Description Price Total A~20 1441 Remove Existing Concrete, complete S.F. and in place per square feet. p~ $ ~r ~! $ ~V ~~ ~~~ A-21 1723 Concrete Curb Ramp, complete and ~~ 1~ ~ ~ $ ~ S . F , in lace er s are feet . P p ~ $ ~, ~ Reflective Pavement Markings TY. A--22 443 1 ~W} X24" } ~SLD} X100 MIL} , L.F. complete and in place per linear ~ ~ ~~ ~J, $ foot . $ ~ . Reflective Pavement Markings TY. A-23 39l 1 ~W} X12" ~ ~SLD} X100 MIL} , L.F. complete and in place per linear ~~ ~~ ~~~ foot . $ ~ $ Eliminate Ext Pav MRK &Mrks A-24 121 X24"}, complete and in place per ~ ~ ~t ~ ~ ~ L.F. linear foot. . $ 4 $ Eliminate Ext Fav Mrk &Mrks A-- 2 5 92 L . F . ~ 12" } , complete and in place per . ~ ~ ~ j~~ linear foot . 1zc $ ~ $ Pedestrian Crossing Advanced A-26 1 EA. Warning Sign With Flashers, and in lace er each l te ~ ~ ~ $ _ ~~ ~ $ ~~ . comp e p p T~TA~ PART n ~r -~ A CLUSTBR 3 BALL STRRSTS ~ [ ~'T]~MS AI 7 -AZ ~ j ~~ $ ~ ~ , The undersigned hereby declares that he has visited the site and has carefully examined the plans, speci#ications 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 Engineer are in any sense a warranty but are mere estimates for the guidance of the Contractor. Proposal Form Page 5 of 9 BID SUMMARY SUB -TOTAL PART "A" CLUSTER I S UB ~-TOTAL PART "A" CLUSTER 3 TOTAL BAS$ BID PART "A" ~ CLUST$RS 1 & 3 } s 113,Sg~.~~ s 5O, ~F3U. ~G s I In H, d 3 ~!: oa Proposal Form Page ~ of 9 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 bld 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 ratification of award of contract, we will within ten ~lD} calendar days execute the formal contract and will deliver a Performance Bond has required} for the faithful performance of this contract and a Payment Bond has required} to insure payment for all labor and materials. The bid bond attached to this praposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Carpus 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 Baterprise 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 Z5Q calendar days X190 days for Cluster 1 and 60 days for Cluster 3~ from the date designated by a Work Order. The undersigned further declares that~he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work. covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged addenda number) : t Respectfully submitted: SEAL - IF BIDDER IS a Corporation} NDTS: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Name: B `" y~ SIGNATURE} ~~ , Address : ; ~,~~ 4P.D. Box} Street} ~ ~~ ~ ~ ~ City} State} Zip} Proposal Form Page ? o f 9 Revised August 2D40} CITY OF CORPUS CHRISTI DISCLOSURE of INTERESTS City of Corpus Christi ordinance ~ 7'l 12, 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 "NA". FIRM NAME - ~ a ~ ` ~ , .. STREET: ~D ~ ~, ~~'~ [~ ~~..~,~. CITY: ~~wn FIRM is: 7 . Corporation ~. Partnership ~ 3. Sole owner ,~,~ 4. Association ~. Other DISCLOSURE QUESTIONS ZIP: ~~~ If additional space is necessary, please use the reverse side of this page or attach separate sheep 9. State the names of each "employee" of the City of Corpus Chrisfi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Job T'~tle and City Department cif known} 2. State the names of each "ofticiai" of the Ci#y of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the shove named "firm. Name Title ~~~~. 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" instituting 3°/0 or more of the ownership in the above named ~irrn", Name ~ Board, Commission or Committee ~~ 4. State the names of each employee or officer of a "consultant for the City of Corpus Christi who worked an any matter related tv the sub~ec# of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firrnn. Name Consultant ~~ CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any ~nformadon requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: i ~ +~~~ Title: ~'. ~{ c:~~.~~ ~T~pe or Print) ~~ Signature of Certifying Person: ~ ~ ~`^~-- Date: ~ ~ +~' Proposal Form Page S of 9 DEFINITIONS a, "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Chnsti, Texas. b. "Employee"..Any person employed by the City of Corpus Christi, Texas, either on a full or part t~rne bans, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, industrial ar commercial and whether established to produce or deal with a product or service, including but rat limited to, entities opera#ed in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entity which, for purposes of taxation, are #reated as non~protit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership interest". Le ai or equitable interest, whether actually or constructively held, in a firm, ~includin when suc interes# is held through an agent, trust, estate or holding entity. "Constructive y held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form Page 9 o f 9 PRQP4SAL FORM F 4 R ADA RAMP AND 3IDSWALR IMPROVB~TTS FOR 3TREST OVISRLAYB CLVSTBR 1, 2, 3 & 4 PART 8 (CLUSTER 2) PROJECT NO. 6482 DEPARTMENT OF ENGINEERING SERVICES CITY 4F C4RPUS CHRISTI, TEXAS Proposal Form vino ~ „~ ~ P R o P o S A L Place : ~~~us ~~'ds~i , ~ I S~ Date : -[ r (5 - ~# Proposal of i~V~~- ~ ~~fi~:~ ,~,~, a Corporation organized and existing under the laws of the State of ~.. ~ ~ . OR a Partnership or Individual doing business as TQ: 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: ADA RAMP AND SIDEWALK IMPROVEMENTS FAR STREET OVERLAYS PART B CLUSTER Z~ PROJECT N4. 648 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 n.,.... ~- .,~ n = ii zi= iv v ITLM ~ D88CRIPTION ~ C TOTAL & =T ~ PART B. CLUSTER 2 BALL STREETS) B-1 l Mabili2ation, complete and in place `~ L.S. er lum sum. 1 Storm Water Pollution Prevention B-2 L.S. Plan, complete and in place per l ~ $ ~ ~ $ um sum . p ~ , B_3 1 Traffic Control, complete and in L.S. place per lump sum. $ . `~ $ ~ ~,~ B_~ 6,531 Remove Existing Concrete, camplete S ~. F . and in place per square foot . $ woo $ ..~s~ B-5 7,568 S . F . Concrete Curb Ramp, complete and in place per square foot . ,o~ $ ~ ~ , ~. `~ $ ~ B_6 87l Sodding, complete and in place per " S . F . square foot . $ ~~ $ ~~ ~~~ ~ t B-7 4 Gas ~Talve Adjustment, camplete and EA, in place per each. ~~t~ $ ~-{~~~ $ B_$ 4 Water Valve Adjustment, complete ~ EA, and in place per each. ~~~ $~ ~ ~p~~° $ E_9 1 Water Meter Adjustment, camplete EA. and in place per each. $ ~'~,~ $ ~,.~ 8-10 1 Stormwater Manhole Adjustment, ' EA, complete and in place per each . ~r~ ~ ' $ ~ ~~ ~,: t B-11 1 Manhole Vault Adjustment, complete ~ EA. and in place per each. $ ~ r ~ ~, $ ~ Proposal Form P~QP. '~ of 7 I II III IV V ITEM ~~ ~ ~=T DESCRIPTION UNIT pRTCE TOTAL PART B . CLUSTER ~ BALL STREETS ~ ~ CONT' D ~ B~-12 3 Pull Box Adjustment, complete and EA. in place per each. $ ~'~,~ $ ~~,~~ B-13 ~4 Relocate Sign, complete and in ., EA. place per each. ~~ $ ~ ~~, C~~~ $ ~ Retrofit Detectable Warning, B-l4 ~3 S.F. complete and in place per square foot. _ ~~, $ ~5~f ,~ $ ~~' ~U~ 3 7 ~ Z Reflective Pavement Marking Type 1 ~ B-l5 , L.F. X12" White Solid}, complete and in l ,~~ $ ~ ~ $ ~ ~~~ ace er la.near foot . p p ~ 2 562 Reflective Pavement Marking Type 1 B-16 ~ L.F. X24" White Solid}, complete and in lac 1 f t ~~ $ ~ . ~ ~ $ p e per inear oo . ~ . _~, ,,, , .~ 3 Install Small Roadside B-l7 ~. Sign/Assembly, complete and in ~ 5 place per each $ ~~~,'' $ ~~~ . TOTAL PART "B" CLUSTER 2 A,LL STREETS - - - f ~ [2T~S S ~ to B 17) $ ~~~ The undersigned hereby declares that he has visited the site and has carefully examined the plans, speci#ications and contract documents relating to the work covered by his bid or olds, that he agrees to do the work, and that no representations made by the Engineer are in any sense a warranty but are mere estimates for the guidance of the Contractor. BID SUI~+lARY TOTAL BASS BID PART "B" CLUSTER 2} $ Proposal Form U~rra A of '7 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 {l0} 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 tha.s 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 Susit~ess Enterprise Partieipatioa: The apparent low bidder shall, within five days of receipt of bids, submit to the Cit~r 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 far bid evaluation purpose. Number of Signed Sets of Documea~ts: The contract and all bands will be prepared in not less than four counterpart {original signed} sets. Time of Completion: The undersigned agrees to complete the work within 100 calendar days from the date designated by a Wark Crder. The undersigned further declares that he will provide all necessary tools and apparatus, da all the work and furnish all materials and da everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. ,Receipt of the fallowing addenda is acknowledged {addenda number } Respectf ly submitted; Name : ~ _~~~~.~ ~• By : : ~ , ~. {SEAL - IF BIDDER IS ~SIGNATURS} a Corporation} Address : ~ .. ~~~ ~ r ~ P.O. Box} {Street} .` i ~Y ~~ 1 {City} {State} {Zips Telephone : -- ~ ~ ~. . ~ ~- `'t' NOTE: Do not detach bid from othea: papers . Fill in with ink and submit complete with attached papers. ~Re~ised August 20~Oy Proposal Form CITY of CARPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi ordinance 1 T112, 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 "NA". FIRM NAME _ ~~ .fi +~ .~ ,~ - ~.. STREET: ~ _. ~5~~~ ~~ CITY: ~~~o;~~, ZlP: ~~ ~ ~ ,._..~ FIRM is: 1. Corporation ' Z. Partnership 3. Sole owner 4. Association 5. other DISCLOSURE QUESTIONS if additional space is necessary, please use the reverse side of this page or attach separate sheet. ~ . State the names of each "employee" of the City of Corpus Christi having an "ownership interesf' constituting 3°/0 or more of the ownership in the above named "f rm". Name ~ Job Title and City Department cif known} l1 ~~f. 2. State the. names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title mot,,, 3. State the names of each "board member' of the City of Corpus Christi having an "ownership interest" constituting 3°/~ or more of the ownership in the above named "f rm". Name Board, Commission or Committee ~~~ 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the sub}ect of this contract and has an "ownership interest' constituting 3°/0 or more of the ownership in the above named "firm". Name Gonsultant ~~ CERTIFICATE ! certify #hat all information provided is true and correct as of the date of this statement, that l have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the Gity of Corpus Christi, Texas as changes occur. ' P rson: ~ ~d~ ~or~ Title: ~'t5 ~~~ Certifying E _ Type or Print} ' at r of Certi in Person: R ~~~~ ' ~ Date: ~ ~ ~'~~ Sign u e fy g Proposal Form DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm". Any entity opera#ed for economic gain, whether professional, industrial or commercial and whether established to produce yr deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as sell-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated asnon-profit organ~ations. d. "official". The Mayor, members of the City Council, Ci#y Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the Crty of Corpus Christy, Texas, e, "gwnership Interest". Legal or equitable interest, whether actually or constructively held, in a f rm, includin when such Interest is held through an agent, trust, estate or holding entity. "Constructive y held" refers to holding ar con#rol established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant", Any person yr f#rm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form Page 7 of 7 P R O P O S A L F O R M F 0 R ADA RAMP AND 32DEWALK IMPROVEMENTS 1~OR 3TRSET OVBRLAY3 CLUST8R 1, 2, 3 & 4 PART C (CLIISTER 4) PROJECT NO. 6484 DEPARTMENT OF ENGINEERING SERVICES CITY OF CARPUS CHRI5TI, TEXAS Proposal. Form P R o P o S A L Place : ~r~~; s~ ' i~ Date : ~ ~~~~'~ Proposal of ~ ~v~t- ~~ ~~~~~~'~~ - ~:r~~,- , a Corporation organized and existing under the laws of the State of ~-- ; ' . OR a Partnership or Individual doing business as To: The City of Corpus Christi, Texa$ Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the word required for: ADA RAMP AND SIDE~IALK IMPROVEMENTS FOR STREET OVERLAYS CLUSTER 4 PROJECT No. 6484 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the fallowing prices, to- wit: Proposal Form I II III IV ~' ITEM QTY & UNIT DESCRIPTION UNIT PRICE TOTAL PART C. CLUSTER 4 BALL STREETS C-1 1 L. S . Mobilization, complete and in place per lump sum. "~ ~ ~~~ ~~ ~ $ ~ ' $ r 1 Starm Water Pollution Prevention C-2 L-. s . Plan, complete and in place per l -~ ~ $ ~ $ C um sum. p . . C_3 1 Traffic Control, complete and in L . S . place per lump sum . $ ~ , ~~ $1~ ~~ C_4 8,883 Remove Existing Concrete, complete S . F , and in place per square foot . $ ~aEoo $ ~ ~ ~ ~ ~ C_~ 9,272 Concrete Curb Ramp, complete and in S -. F . place per square foot . $ ~{~ ~ $ ~ ~~~ C_~ 1.15 Sodding, complete and in place per S. F. square foot. ~.~ $ 'a ~ $ ~ ~~ C_~ l2 Pull Box Adjustment, complete and EA. in place per each. $ ~; $ ~ ~~ C_8 1 Water Valve Adjustment, carnplete EA. and in place per each. ~~~ $ ~ ~ $ ~- C-9 2 Gas halve Adjustment, complete and EA . in place per each . $ ~~~! ~ $ ~ 0 96 Retrofit Detectable Warning, C-l0 S.F. complete and in place per square foot. $7•C~ .. ~A~~ ~~ ~f $ ~„ .~., C~11 52 Rock Garden, complete and in place S , F . per square foot . $ ~ ~o $ ~ 1 ~ ~c~ Proposal Form = ii zi= iv v ~ = ITEM ~ D$SCRIPTION ~ C TOTAL & =T $ I PART C. CLIIST~R 4 (ALL STRE]3T8) (CONT'D) 2 452 Reflective Pavement Marking Type 1 C-12 L.F. ~l2" White Solid, camplete and in ~ ~ ~ ~ l~~ $ lace er linear foot. P p 877 2 Reflective Pavement Marking Type 1 C--13 ' L . F . X24" White Solidi , com lete p l f t l and in ~ $ ~~ ~~ ,~ ~ ~ t p ace per inear . oo Reflective Pavement Marking Type l C-14 T ~ 3 6" White Yield Triangle y , ~~ $ ~_ ~ $ ~ . EA, complete and in place per e ach. C l5 - 1 EA. Flashing Beacon Assembly, complete and in place per each. _ ~ ~' ~~ $ ~ 2 Install Small Roadside C-16 ~. Sign/Assembly, complete and in ~ ~ ~~ place per each. r TDTAL ~.~lT C C~iTS~`MR 4 ~~L ST~~E~'~) ~ ~I~'~!5 C- ~ t• C-1 i ) 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 Engineer are in any sense a warranty but are mere estimates far the guidance of the Contractor. SID SUMMARY TOTAL BASE BID PART "C'" ~ CLUSTER 4 ~ ~~ $ ~~ Proposal Form 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 ar 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 ratification of award of contract, we will within ten ~l4} calendar days execute the formal contract and will deliver a Performance Bond ~ as required} for the faithful performance of thi s contract and a Payment Bond has 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 bands will be prepared in not less than four counterpart original signed} sets . Time of Completion: The undersigned agrees to complete the work within ~.5D calendar days from the date designated by a Work Crder. The undersigned further declares that he will provide all necessary tools and apparatus, da all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth . Receipt of the following addenda is acknowledged addenda number } Respectfully submitted: Name : ' t~~rd~, ~°-~ By : %~~~ SEAL - IF BIDDER IS SIGNATURE} a Corporation} Address : ~~~ ~ ~a~~,~ ~P.O. Box,} Street} City} State} ~ ~~ip} Telephone : ' r ~~~ ~~~~1-~ ~~`~ ~ , . _..` N4TB: Do not detach hid from other papers. Fill in with ink and submit complete with attached papers. Revised August 2000} Proposal Form PERFORMANCE BOND Bond No.: 2303561 STATE of TExAS ~ coUNTY of rTV~ca~ s ~ KNOW ALL BY THESE PRESENTS; THAT Rim-Bro Cantz~-ctinq, Inc a„~,,,,.,,,,,,~ of NUECES County, Texas, hereinafter Called "Principal", dnd Independence Casualty and Surety Company a corporation organized under the laws of the State of Texas ~ 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 corparation of Nueces County, Texas, hereinafter called "City", in the penal sum of FIVE HUNDRED THOUSAND EIGHT gUNDRED EIGHTY~FYVE AND NO/1QQ~$54a 885,OQj 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 TgAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 28Tg of JULY 2~~, a copy of which is hereto attached and made a part hereof, for the construction of: ADA ~P Arm szDEwAL~c ~P~~rs FOR STREET OVERLAYS CLUSTERS 1,2,34 PROJECT NOS. 6481, 64x2, 6483 & 6484 ~T4TAL BASE BID ~~ART A, BART B, PART C}; $544,985.QGy NOW, THEREFORE, if the principal shaT.~. 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 additive 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 Band Page l of 2 PERFORMANCE BAND STATE OF TEXAS § COUNTY CF NUECES § KNOW' ALL BY THESE PRESENTS THAT Ram-Bro Contractin Inc. 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 corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of FIVE HUNDRED THOUSAND EIGHT HUNDRED EIGHTY-FIV'E AND No/100t$5~o,885.00~ DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: whereas, the principal entered into a certain contract with the City of Carpus Christi, dated the 2$TH of JULY , 20 49 a copy of which is hereto attached and made a part hereof, far the construction of: ADA RAMP AND SIDEWALK IMPROVEMENTS FOR STREET OVERLAYS CL[TSTERS 1,Z,3&4 PROJECT NOS. 6481, 6482, 6483 & 6484 TOTAL BASE BID iPART A, PART B, PART C~: $500,885.00 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 ar 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 wham 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 WHERE~Fr this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 3rd day of 20~~. PRINCIPAL RAM-BRA Contracting, Inc. SURETY Independence Casualty and Surety Company s~~'~°,.~, ,,,_ ~~ ~ -. t.'6 ~ F C f ~ r~ L 5~ B ~~~ - ~ ,~ Y ~ ~ _, Attorney-in fact Kerry Woods ~~~~~~~ rrrrrr~~ ~ - - --_i _ ___--rrnr.rr ..rrrro..ru r.rr~rrrrrrrrr.r~-~~rr.(~r Print Named ~~ .i ~ ' f.~. 5'• ~ ~ r ~ ;'S- . ~ r~ ~ ~y MGM ~ i ~~s ~~~ °.=#.m. ~~~1 ., ~ F k~pbr~~ Sig' . ~ ~'`~y 4 ~'!7"~' ~ i~~"'~'r~~ y i ~ `~i' ,~ n..,,.~~..:. Ag-e~c~r: K A soci t s Co~t~~~~ person: Kevin Keetch A~a~dress: P. 4. Box 3280 Corpus Christi, TX 18463-328 ..~ Pho~ae Nwmber: 361-$83-3803 {NDT£: Date of Performance Bond mus ~ not be prior to date of con tract) {Revased 3/08) Performance Bond Page 2 of 2 B ~ ` ~~~„~ ,j ~~ `~ ~~ (' Print Name & Title) i e This bond is given to meet the requirements of Article 51GO, ~Iernon'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 wham 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 ~. PRINCIPAL By• r Print Name & Title} ATTEST Print Name & Title? SURETY -,~ By• Attorney-in-fact Print Name) Thy ~tesident ~e~tt of . :~ ~~ety in lli~are~es Count Texas, for: c~e~~r~ ~tfi:: o~ ~~~~~e~ ~n~ s~rrrce ~oi~~ rocess i~c:~~ rY P Agency • Contact Person: A~lress Phone Number: (N0~'E: Date of Performance Bond must nod .be prior tv date of contract) (Revised 3/p8j Performance Bond Page 2 of 2 PAYMENT BAND Bond No.: 2303661 sTATE of ~ExAS § covNT~r of NuECES ~ KNOW ALL SY THESE PRESENTS: THAT Ram-Bro Co~ntraeti~ =rye. of NUECES County, Texas, hereinafter cal led "Principal", and lndepen_dence Casualty and Surety Company ^, a corporation organized under the laws of the State of Texas ~ 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 THOUSANn EIGST HUNDRED EIGHTY--FIVE AND NO/1~4 ~ $5D~ 885.OD ~ 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 ~BTH day aULY , ZO 49 a copy of which is hereto attached and made a part hereof, for the construction af: ADA RAMP AND SIDEWALK IMPR TS FOR STREET OVERLAYS CLUSTERS 1,2,3&4 PROJECT NOS. 6481, 548, X483 & fi484 TOTAL BASE BID {PART A, PART B, FART Cj: $50~,885.~Dy NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying ~.abor and mater~.al in the prosecution of the work provided far 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 F~'RTHER, 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 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. Payment Bond PagE 1 of 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF NUECES § SNOW ALL BY THESE PRESENTS: THAT Raga--Bro Contractin Inc . o f NUECES County, Texas , hereinafter called "Principal", andw __ , 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 HU~NI]RED THOUSAND EIGHT HUNDRED EIGHTY--FIVE AND NO/100 ~ $544 , 885.44 y 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 28TH day JULY , 24 49 a copy of which is hereto attached and made a part hereof, for the construction of: ADA RAMP AND SIDEWALK IMPROVEMENTS FDR STREET OVERLAYS CLUSTERS 1,2,3&4 PROJECT NOS. 6481, 6482, 6483 & 6484 TOTAL BASE BID APART A, PART B, PART C}: $544,885.44} 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 Sand Page 1 of ~ 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 WHEREaF, this instrument ,~s executed in 4 copies, each one of which shah. be deemed an original, this the 3rd day of _August .,,_ 20 49 . ~~zNciPAL RAM-BRD Contracting, Inc. BY ~ . ` ~eCo ~~ r~ Q~ ~ ~~~s'~~~ Print Name & Titley SURETY - Independence Casualty and Surety Company ,. r t, `' i ~ - [_ ~ ,` is 8y: .4~ ; :a Attorney-i --fact Ker Woods Print Name} ~e Resident Agent of tie Surety in ~V`uecee Count~~exas, for delivery of notice and service of }arocess is: Agency; Keetch & Associates Contact PerSOn: Kevin Keetch A~ldxesa : P. ~. Box 32$0 Corpus Christi, T~ 78463-328„ Q ,,,,,,,~,~„w,R,___~~_, Phone Number: 361-883-3803 NOTE: Date of Payment Bond must not be prior to date of eontract7 Revised 3/48a Payment Bond Page 2 of 2 Na. OOa430b ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"}, do hereby appoint J. MICHAEL RHYME, KERRY WOODS, KEVIN KEETCH, TRACIE HENDERSON, LONNA POKRANT their true and lawful Attorneys}-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 20(}8. ~~°oa~Nya,~ .;~~~RgHc , ~a,~rY ~,~~ ~~ ry pPO ~ ~ G a~ ,~,c°~~naerFO f ' W' G° ~~' ,, p ,`~ t~ ~' ~ ~ INSURANCE COMPANY OF TAE WEST 0 ~, SEAL .. ; E ~ ,r ,~ n EXPLORER INSURANCE COMPANY '~ o- 94~ ~tl1.'~ ~ a ~ INDEPENDENCE CASUALTY AND SURETY COMPANY Jeffrey D. Sweeney, Assistant Secretary J. Douglas Browne, Senior Vice President State of California } ss. County of San Diego On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory evidence to be the persons}whose name(s) islare subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is sue and correct. Witness my hand and official seal. ~ ~~r ~~~ ~ i~~ ~~ r ~~~ ~~~ Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adoptixl by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named asAttorney{s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, maybe facsimile representations of those signatures and seals, and such facsimile representations shall have the same farce and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, ar photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby cerfafy that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 3rd day of August r 2009 .1~ Jeffrey D. Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individuals}and details of the band to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400. This Power is in full force and effect until revoked ~ II~P~~`~JT ~d~T1E T~ ~bfiain infarmat~~n or n~~ak~ ~ ~am~~aint; l~v~ tray cantao~ ~v~r a~~nt-eaa~ & ~4~~c. at `you mad call Insurance ~~n~p~ny of ti7a IIU~st~~l~d~~endenae ~~~ua:l~y ~ ~ar~t~r ~r~~any's ~~ll free ~~I~~I~ar~a .n~n~ber fay ir~farn~a~ian ar to rr~aka a carn,~l~int ~'~u ~a~ also tiurita to In~urar~c~ ampan~ afi the V~1e~#~I'nde~~~der~~~ as~u~~ty ~~~e~y ~a~ri~a;~Y ~~. ~ ~ ~45~ `~ ~ami~r~o Reaf fan Die~~, ~ ~~~~ ~~-~~4 tau rr~ay contact tl~e Texas ~epa~rnen# ~ ~Ir~surance ~~ ~~t~r~ i~fa.~~ation on carr~~ani~, ~overa~e~, rig~~~ or c~m~l~xn~~ ~~; Yau nay ~rr~e~ the T~x~~ ~~~artrr~~rxt ~~ Insurane i~. . Box ~ 4~~~ Q~ Fix: ~5~ ~ )~~7~~~1~~ ~~.~..~ •IIVt~Vt~~'d.l.s~at:~Y~~i ~.~. E~r~ail. ar~sur~er~'r~tetian tdi.,~tate~t~.~s RI~~I~Il~:I~ ~~ ~~I till DIP~TE~* Should yon' nape ~ d~put~ cartcar~i.i~~ ~~u~r ~~~n~ium o~ a~~ut~a clir~ feu, ~fiould contact the ~~~~r~~}:.f r~~, ~f the dIS~Ut~ 1S n4t I'~S~111~d jfvU' C:~ta~' ~o~t'act tl~a T~xa D~~~rtm~r~t ~~ 1 n~~r~:r~a~, 8 ATT'A~H THIS l~I:~TIE. TC~ Yt~~l~` R~LIY, This notice is far irif~rr~atia~ only and dae~ not became ~ dart or condition of the attached ~ia~ument, ~Vl~ IN~PRT~I~TE . ,. ~r~ ~ tcn~r ~~nfv.rrrr~~~~r~ o~ ~~~~ ~arnctcr wn~~. q~aej~; P'~:r~de ~a~nunicarse Gan ~u ag~n~~~~~~~h & A~~a~. al ~~~ -X83-~SO3. ~s~ed pue+~e liarriar al n~maro de telef~no ~~afis d~ Insurance ~ampa~y of tl~a aslnd~~e~d~nce ~asual~~ ~re~y ~arn~~~y's pars inforrn~cicn a Sara sarne~er una quaJa al ~~~ed ~arnbien wade ascri~ir ~ In~urar~ce ~o~~any of the~~ll~s~lnd~p~~d~nc~ ~a~u~l~~ c~ surety omp~any al 4.5 ~I Dina deal. fan ~Ie~a, ~ ~~~ P.uede ~~rnunicarse con el Deparfarnento de. ~e~u~e~ de Texas ~~ra obt~~~r infcrrr~~aio~ ac~.rca de ~~~np~nia~s, ~~~.~r~ura.s, dere~hos o~~ue~~s al ~~ed~ escribir al ~apar~~n~anfa d~ ~e~~r~s-c! Te~cas: P. C~. ~o~ ~4~1~~ Austin, TII/''~C ~~~`1 ~~~~ ~4 I"'a~(e ~~~alw~ ~~~~~ ~~~ i!Ileb: I~ :1f~u~nr;fd~stafe.~.us. E*rnail: ~artsur~er~~~ote~tlar~ #c~.state~t~~u ~i time una d~spu~t~~ cQr~~~rnr~er~~a a su ~r~rn~ ~ ~ u~. reclamo~ dole c~r~ur~ic~rse ~vn e~ ~a~en~~~ ~.rir~~era, i nose resuel~e I~ ~is~u~a, puede e~t~~ces co~un~~arse Gary el de~~~~~~nta ~T~I}: ~JNA ESTE AV15~7 A ~U R~L~1ZA: Este awl~a as solo pars propaaito de inforrnaaia~ ~ no se con~vierte en ~a~e a condiciar~ del dacumento ~idjunt~. ~ ~ - ~ ~ r 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 PRINCIPAL By• 4Print Name & Title} ATTEST Print Name & Title} SURETY By' Attorney-in-fact Print Name} ~~ Resident Agent of the Surety in Nueces County, ~"exas, fox' deivery of notice and ses~a-ice of ~vrocess is ~enoY" Contact Person: Address Phone Number: ~NQTE: Date of Payment Bond must not be prior to date Qf contracty Revised 3108} Payment Bond Page 2 of 2 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME - ~'~ ~r~k~~ ~ '~~c..~ • _ r STREET: ~~~`~ r~~~:L1 CITY:_ ~~~ ZIP; `~ ~ ,, FIRM is: 1. Corporation Z. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS tf additional space is necessary, please use the reverse side of this page or a#tach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interests' constituting 3% or mare of the ownership in the above named "f rm". Name Job Title and City Departmen# =if known 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest' constituting 3~/0 or more of the ownership in the above named ufirm". Name Title ~~~~~ 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interestU constituting 3°/0 or more of the ownership in the above named "hrm". Name ~ Board, Commission or Committee ~~ ~ rr~~ ~~ 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" consti#uting 3% or more of the ownership in the above named "f rmp. Name Consultant CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that l have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certi in Person: ~ ~ C~~~o ~~ ~ ~ ~ .~S ~ d~~~i- f Y g Tale. Type or Printy ~• f Si nature of Certi in Person. _ ~ I ~ t 9 fY g Date. ~ . Proposal Form DEFINITIQNS a. "Board Member", A member. of any board, commission or committee appointed by the Ci . ~ Council of the Cfty of Corpus Christ, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part #Ime balls, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, indust~at or commercial and whether established to produce ordeal with a product or service, including but not limited to, endtles operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, recen-ership ar trust and entitles which, far purposes of taxation, are treated as non-profit organizations. d. "official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Nfun~cipal Court Judges of the City of Carpus Christi, Texas. . e, ``ownership lnteres#". L al or equitable interest, whether actually or constructively held, in a firm, including when suc Nnterest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trust, proxies or special terms of venture or partnership agreements. f. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Carpus Christi for the purpose of professional consultation and recommendation. Proposa3. Farm Page 7 of 7 ~ R~~ CERTIFICATE ~F Li ~ ABILITY INSURANCE oP ID ~-~~~~ ~ ~~1 oe o6 09 ails cERT,F~ATE Is IssuED AS A MATTER of r~ FOI~rATION Xeetch S Associates =nauranca ONLY AND CONFERS NO RIGHTS UPON THE CERTlF~CATE HOLDER. THIS CERTIFICATE DOES N4T AMEND EXTEND OR P . 0. Box 3280 ALTER THE COVERAGE AFFORDED DY THE POLICIES BELOW Carpus Christi TX 78463-3280 . Phone: 361-8833803 I'ax:36L-883-3894 INSURERS AFFORDING COVERAGE INSU~o NAIC ~ INSURER A. Colon National Ins , Co . ~, INSURER s; Redland Insurance an Contracting, Inc . 9 4 i INSURER C: ~$TCHEgTg~A SURPLUS n stri Ay ~ t " ~~ O INSURER fl: 011n TA ^ 3~U Jln.ri~n utnrnst.~w ins, Co. covERAC~s INSURER E; THE POLICIES OF INSURANCE L~TED BELQIN HAVE BEEN ISSIII_D TO THE INSUREq NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NQTWITHSTANDiNG ANY REgUIREMEHT, TERM OR CDNDIl'ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESP ECT T4 WHICH THIS CERTIFICATE MAY BE' ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS, EXCLUSIONS AND GONDITIONS OF SUCH POLICIES. AGGREGATE LII~II'-g SHdWN MAY HAVE SEEN REDUCED BY PAID CLAIMS, LTR TYPE OF MISII POLICY NUINBER DATE M Tf MI LIMITS GENERAL LIABILITY A X COMMERCIAL GENERAL LIABILITY AR5360575 EACH OCCURRENCE : i 000 oao 1a/31/oa 10/31/09 PREMISES E« ~ : 50 000 CLANKS MADE ~ OCCUR X Contractual Liab MED EXP one I~fr Pte) i Exal PERSONAIa~AOV~wuRY ~ 1 000 000 GENLAAL AGGREGATE : ~ aoo 000 CEN'L AGGREGATE L~IMiT APPLIES PER ~ PRODUCTS - COIuIPlOP AGG i 2 OOO , 0O o POLICY X JE LOC . AU TpMOBILf LIABILITY 8 ANY AUTO ~.tcxvaooll2a 10/31/oe 10/31/09 COMBINED SINGLELN411T ~ 1,ooa,oo4 tEo •dcNder~y ALL OWNED AUTOS r X SCHEDULED AUTOS BODILY INJURY tp~ P~,y ~ X HIRED Autos X NoN-owavED Autos BODILY INJURY t~ ~ s PROPERTY DAMAGE s (Per.Iy GARAOE L111BIL~Y AUTO ONLY - Ell ACCIDENT i ANYAUro orHSR THAN EAACC : AUTO ONLY: q~, : EXCE~IUMBRELLA LIABILITY EACH accuRRENCE : 2 oao , a o v D X occuR ~ CLAIMSMADE 6DAZVHQ00282402 10/31/08 10/31/09 AGGREGATE :2 aoo 000 ~ ~ DEDUCrISL~ X RETENTION s l0 000 ~ WORKS COMPENSATION AND ~ EMPLOYERS' L,IABILRY TORY LIMITS ER ANY PROPRIETORIPARIHERIEXfCUTIVE OFFICERIMEMBER E%CLUDED'! E.L E11CH ACCIDENT S q , Abe ~~ ~` E. L. DISEASE - EA EMPLOYEE S S cIAL PROinsloNS ~el~- OTHER E.L. DISEASE - POLICY LMT i C--Copt poll Liao ~ G238ze1?oool .._ _. - -- 1oI31/08 10/31/09 cpl 1 000 000 , , Prof Lisb - Proff 1 OpQ 000 DEBCR~'IION GF OPERAy'IDNS! LQCATIONB 1 VEHICLES 1 E~CCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS General Liab $5,000 Dad SI i PD Each Ocaurran ae; Contraatara Poll. Liab $5,000 Ded Bach Foll. Condition, Professional Liab $25,000 Dad Each Claim RB: ADA rasp ~ sidaMal,k rovements f ~ yr stra ot overlays clusters 1,2,3 4 4. Pr o3aet Nos. 6481, 6482, 6483, 6484. City of Carpus Christi is additional insured on General Liability and Auto Liabili ty policies, CERTIFICATE HOLDER w~~~w~i ~ ....~.. '- - vnwCL~AI IVIr C IOC-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES B~ CANCELLED BEFO~THE.EXPIRATIOlW Cf ty of Corpus Christi DaTS THEREOF, TIME eatHNG INSUp~R wa.L ENDSAVOR To MAIL 34 DAYS wAiTTEN Dept of Engineering Services ~ --- Attu : Contract Admini a trator NoncE To THE c~TE HOLDER THE LEFT, BuT FAILURE TO DO So sHAll. P ~ 80x 92 ~ ~ IMPOSE No OBL DR LIABILITY OF E INSURER, ITa ApSNTS OR Corpus Christi TX 78469-927? REPItESp~ITATNlS, AUTHORISED Bat 8axt ACQRD xS =2QOilDB~ M ACORD CORPORATION 1988 ~~RD CERTIFICATE ~F LIABILITY N DATE (MM1DDlYYYY) ~1 ,~ I SURANCE 08,D6,D9 PRODUCER ~ - 7x3 - ~ 2 ~ - 2 3 3 o THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J. Gallagher- Risk Management Services, Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TH15 CERTIFICATE DOES NOT AMEND, EXTEND OR ~90o west Loop south ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 1600 xouston, TX 77Q27 INSURERS AFFORDING COVERAGE NAIL # INSURED ue Staff Leasin i I Ltd U ' INSURER A: ILLIN4I$ NAIL INS C4 23 817 q g , . n -- --- - -- --- --- -- IN5URER B: 4646 Corona, Ste. 105 INSURER C: Corpus Christi, TX 78411 INSURER D: IN5URER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMIT S GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY PREMISES Ea occ~renoe $ ~ CLAIMS MADE OCCUR MED ExP Any ane person} $ PERSONAL rIiADV INJURY $ GENERALAGGREGATE $ GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMPIOPAGG $ POLICY PRO- LOC AUT 0M081LE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident} ALL OWNED AUTOS 80DILY INJURY SCHEDULED AUT05 (Perperson} $ HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident} PROPERTY DAMAGE $ IPeracgdent} GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO EA ACC OTHER THAN $ AUTO ONLY: AGG $ EXCESSIUMBRELLAUABILITY EACH OCCURRENCE $ OCCUR ~ CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ - $ A WORKERS COMPENSATION AND XWC4781621 D3/O1/09 03/01/10 X WCYTATU- OTH- EMPLDYERS' LIABILITY ANY PROPRIETORlPARTNERIEXECUTIVE E.L. EACH ACCIDENT $1, DDO, 000 OFFICERlMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $1 r ~ ~ ~ r D D D ft yes, describe under SPECIAL PROVISIOIV5 below -. - _ - ---.._._.---___._.-_.. ___ .._ _-~. __ _ .._. - _ -._ -_-_._- ~.- _~. _-- . ~ .. _ _.._. . E.L.41&EASrE.-POlI_CYLIMIL _$~ QOQ, 0~~ ---.- ---... OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS !VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS Workers' Costpeasation Cov®r indicated above is Sxcesa of $1, 000,D00 Self InBUred Retention. Insured is a CBRTIFIBD S$LF INSURER is the State of Texas and a member of the Certified Self Insurer Guaranty Assoc. Alternate Employer: Ram Bro Contracting, Inc. Coverage is provided to only those employees leased to but not subcontracted by Ram Bro Contracting, Tnc. Client C any $ffectiva Data: 8.7.02 ~P Waiver of Subrogation is provided if required by written contract fn both the Self Insurance and Excess Layers. Pro acts ADA R & Sidewalk Im rovements from Street overly s Clusters 1,2 3&4. Pro act #'s: 6481,6482 6483, & 6484 CERTIFICATE HOLDER CANCELLOTI~N *gYe~nt le n~v~ far unn_fl~.re,d~l~ SHOULD ANY OF THE ABOVE DESCRIBED PDLICIE~ BE CANCELLED BEFORE THE FJfpIRATION City of Corpus Christi DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN Department of 8ngineering Services NOTICE TD THE CERTIFICATE HOLDER NAMED TD THE LEFT, BUT FAILURE TD DO SO SHALL Attn: Contract Administrator P.0. Hox 9277 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATNES. Corpus Christi , TX 7 8 4 6 9- 9 2 7 7 USA AUTHORIZED REPRESENTATIVE ~ , ACDRD 25 (~00~l08~ lisa9 ©ACORD CORPORATION 1988 12738411 Ram~Bro Contracting, Inc. Policy #AR53~~5?5 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -INCLUDING LIMITED COMPLETED OPERATIONS -BLANKET This endorsement madi~ies insurance provided under the following: CQMMERCIAL GENERAL LIABILITY CQVERAGE PART SCHEDULE Name of Person or Organizai~on: ~~ Any person or organization that is an owner of real property or personal property on which you are performing operations or a contractor an whose behalf you are performing operations and only where ~ a ~ .. required by w~tten contract or agreement tha# is an insured contract", pro~nded the bodily rnlur~' yr "property damage" occurs subsequent to the execution of the contract or agreement. A. SECTION Ii ~- WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule, but oniy with respect to liability caused by your ongoing and completed operations performed for #hat insured. 8. SECTION I ~-COVERAGES, COVERAGE A BQDILY INJURY AND PROPERTY DAMAGE LIABIt.i1`Y, Z. Exciu:ions is amended and the following exclusions are added with respect to the insurance afforded to these additional insureds: Z. Exclusions "Your work" completed poor to Policy Period This insurance does not apply to "bodily injury" or "property damage" arising out of "your work" that has been completed by or for you prior to the Policy Period. "Your work" will be deemed completed at the earliest of the fallowing items: ~1~ When all of the work called for in your contract has been completed. ~~j Vllhen all of the work to be done at the job site has been completed if your contact calls for work at more than one jab site. ~3) I~hen that part of the work done at a job site has been put tv its intended use by any person or organization other than another contractor or subcontractor working on the same project. . 1AI~Ic-that . -need service!..main#enance;-~cer~ecden~._.-Pepak' -vr--r~plaoeme~nt, -fit -ash- is- -- otherwise complete, will be treated as completed. Sole Negligence of Scheduled Person or Organization This insurance does not apply to liability caused by the sale negligence of the person or organization shown in the Schedule. ALL aTHER TERMS AND CQNDITIaNS OF THE PQLICY REMAIN UNCHANGED. U4~ 9-D84fi Page ~ of ~ Ram~Bro Contracting, Inc. Policy #AR5360575 THIS ENDGRSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: DGMMERCIAL GENERAL LIABILITY OVERAGE PART SCHEDULE Name of Person or 4rganiza~ion ~Addi~onai insured; City of Carpus Christi Dept of Engineering Services P.C. Box 9217 Corpus Christi, TX 18469-9277 A. SECTION f ~ CCIVERAGES, COVERAGE A BODILY INJURY AND PRGPERTY DAMAGE LIABILITY, 2. Exclusions is amended and the following added: This insurance does not apply to: Additional Insured Contractual Liabil~y "Bodily injury" or "property damage" for which the additional insureds}~ are obligated to pay damages by reason of the assumption of liability in a contract or agreement. Finished ap~erations or work "Bodily injury" or "property damage": ~1} occurring after "your world', including materials, parts or equipment furnished in connection with such work, on the project bother than service, maintenance or repairs} to be performed by or on behalf of the "additional insureds}" at the site of the covered operations has been completed; or ~2} occurring after that portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization. Negligence of Additional Insured "Bodily injury' or "property damage" directly arising out of or resulting from the negligence of the "additional rnsured~s}". B. SECTION II - ~IVHG IS AN INSURED is amended and the following added: The pennon or organization called "additional insured' shown in the Schedule is also an insured but only: . ~ a. v~itl~re~spect ~~ ~ ~fn~direct irabiiity--caused by .or ~esu~tr`ngfrom your ongoing" opera~~ons per~orme~-~ far W __ . that "additional insureds}";and b. when you and the person or organization shown in the Schedule have agreed in wri#ing in a contract or agreement that such person ar organization be added as an "additional insured" on your policy. A person's or organization`s status as an "additional insured" under this endorsement ends when their contract or agreement with you ends. C. !# is agreed that should this policy be cancelled before the expiration date thereof, the issuing company will endeavor to mail 3o day written notice X10 days for non-payment of premium} to the "additional insured", but failure to mail such notice shall impose no obligation or liability of any kind upon the company, i#s agent or representatives. ALL GTHER TERMS AND CGNDITIGNS GF THE POLICY REMAIN UNCHANGED. U 156C~D9o6 Page 1 of 1 Ram-13ro Contracting, Inc. Policy #AR5360575 THIS ENDGRSEMENT. CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following; COMMERCiAI GENERAL LIABILITY CgVERAGE PART PRnDUCTSIC4MPLETED OPERAT1gNS CgVERAGE PART SCHEDULE Name of person or Organlzatlon: Any person or organization to whom or to which you are obligated by virtue of a written contraact to waive your right of recovery. SECTION IV -CONDITIONS, 8. Transfer of Rights of Recovery Against others To Us is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Sciheduis above because of payments we make for Injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operafions hazard". This waiver applies only to the person or organization shown In the Schedule above. ALL OTHER TERMS AND CCNDITIgNS OF THE PgLICY REMAIN UNCHANGED. 0251-0405 Contains material copyr~~ht,.lnsurance Services gffice, Inc,,1992 Page 1 of ~ with its permission, Ram-Bro Contracting, inc. Policy #AR536~515 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED -AUTOMATIC STATUS WHEN REQUIRED IN AGREEMENT WITH YOU This endorsement modifies insurance provided and®r the following: CGMMERCIAL GENERAL LIABILITY OVERAGE PART A. Section II-'Who Is An Insured is amended to include as an insured any person or organization for whom you are performing operations when you and such person or organization have agreed in venting }n a contact or agreement that such person or organization be added as en additional in- sured onyourpolicy. Such person or organ~ation is an additional insured only with respect to liabil- ity arising out of your ongoing opera~ons performed for that insured. A person's or organization's status as an insured under this endorsement ends when your operations for that insured are com- pleted. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sionsapply: Z. Exclusions This insurance does not apply to: a. "Bodily injury", "prop®rty damage" or "personal and advertising injury" arising out of the ren- dering of, or the failure to render, any professional architectural, engineering or surveying services, including: ~~ } The preparing, approving, or failing to prepare or approve, maps, shop drawings, opin- ions, reports, surveys, field orders, change orders or drawings and speciticafions; and ~~~ Supervisory, inspection, architectural or engineering activities. b. "Bodily injury" or "property damage" occur~ng after; ~1} All work, including materials, parts or equipment furnished in connection with such work, on the project father than service, maintenance or repairs} to be performed by or on be- half of the additional insureds} at the si#e of the cxavered operations has been co~- pleted; or (2) That portion of "your work" out of which the injury or damage arises hes been put to its intended use by any person or orgen(zs~on other then another contractor or subvontrec- tor..engagad in~e~oani~-operatlons forte-prlr~c~pa~ as.a-pa~#-of.the=saa~o pr~jack. ... . ALL OTHER TERMS AND C~NDITI~NS CF THE PQLICY REMAIN UNCHANGED. U254~OZ45 Contains material ~ iS0 Properties, inc., 2Q40 Page 1 of 1 with its permrssion, REDLAND INSURANCE COMPANY ADDITIONAL INSURED ENDORSEMENT THIS ENDORSEMENT, EFFECTIVE ON 10131!2008 AT 12:01 A.M. STANDARD TIIviE, FORMS APART OF POLICY NUNE3ER RICH[J0001124 OF THE REDLAND INSURANCE COMPANY ISSUED TO RAM- BRO CONTRACTING INC iT IS UNDERSTOOD AND AGREED THAT THE FOLLOVL~NG IS ADDED AS AN ADDITIONAL INSURED HEREUNDER BUT ONLY AS RESPECTS LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, AND THAT THE INCLUSION OF SUCH ADDITIONAL INSURED SHALL NOT SERVE TO INCREASE THE COMPANY'S LIlv1~T OF LLABILITY AS SPECIFIED IN THE DECLARATIONS OF THIS POLICY. THIS ENDORSEMENT APPLIES TO ADDITIONAL INSUREDS ADDED, AS REQUIRED BY U~RIT`TEN CONTRACT, PRIOR TO THE OCCURRENCE OF ANY LOSSES. BLANKET AS REQUIRED BY WRITTEN CONTRACT $140.00 FULLY EARNED FLAT CHARGE ADDLINS-B THIRTY DAY NOTICE OF CANCELLATION THIS ENDORSEMENT, EFFECTIVE ON 141311Z4Q8 AT 12:01 A.M. STANDARD TIlV~, FORMS APART OF POLICY NUMBER RICHU0001124 OF THE REDLAND INSLTR.ANCE COMPANY ISSUED TO RAM- BRU CONTRACTING INC TT IS HEREBY AGREED AND UNDERSTOOD THAT A THIl2TY (30) DAYS NOTICE OF CANCELLATION WII..L APPLY, EXCEPT FOR NON-PAYMENT OF PREMI(JM, THEN A TEN (10) DAYS N01TCE OF CANCELLATION WII..L APPLY. BLANKET AS REQUIRED BY WRITTEN CGNTRACT SPECIAL-1 .. You w~ at ~ exemini end ~~ yavur.noorde mM~ ~ dot podOyr 'there r~oorde ~ ~, ~~ repi~en~ vauohire~ ~f ~acnporp~+ p~oq end dhburrenMntreoor~, ~ probe ~or~rlrW end ntler~ ~ VNe nab aonduot ~a, dur~ r+e~lrr bwiriae haute dip ~ poky pabd ~ win ~rre yrtn ~ tlN po~OY perbd en~- de~ebped bit ~ be b detrrn~t ~ ., ' premlran. ,.. PApT vIX Ct~Nt~TlQN~ A- • Aoveptena BY paaroe ai ~e po'~vy, you a dtirrt the ri~rnenlt on dnr ~liern~llon Pei ae dour e~emenu ~d npraner~tlonef ~het~tl~M poky ~ ~ ~ r+ebenoe upon ~'kulh a~ ~ And ihntlh~ pray •- ems ~ epriemer~ enp bet~aren you end ~ a eny of our ~ nh~np to ~ Irwurer~r. D C~ e- c~~ ~ 4 ~, You n~ cancel ~- ~o~ay. Yau rn~ ~ ~ defier edv~oe win riodce ~a w ~ when ~ oenve ~ bo ~lae e~ti ~, IMi n,ey arnael d~ aouoy. ff tae aance! beceuee oinon~poyment ~ ~ we mint~~ a de~rnr to Yau not Ian dNn tun dryr edrenoe ~Irrr n~ae eti~ when #~ aeon ~ ~ ~ ~ ff we ~roel br ~ atl~ir nMOn, we r ~ a deNwr ~ you ~ tare ~ ~q- drys wdwince warn no~tve t~ulrro whirl dw a~r~oeNetion ~ to trla r~ra~ Me~p that notl~ to yeu ~ Tow n~ln~ ~ ~aNn ~ ~ i o#~te ~lararrtlan papa r~l br ~riAolentie proMe nom. . 3, Yh~ pay ~rtod end on ~ det- hour tr#Nad ~ the aenoe~el~On rn~ef ~, My of ~ ~aon~atwNh a Mwtlatca~ah ~ rencan efdu ir~unnae ~n pony 1t ohenped bey Y~ ~! to wNh ~w# ~+~ .. C, ~nspeaNon INIe Ise ~ dph~ bu! en nat abMped #u meat Your wv~leoa at erl- Hirai. fur 1~olia~ err no t e~i~Y ~~'~'hell nbur only b'the hllure6ilhy of the world rnd ~ P~ ~ be ohrrpod. INr may ~~ ~ ~ ~ ~ ~ ~ ~r ~ n~1y ~ ~er ~~ ~ ~ ~ . . IOe1ee, MN d4 ~ ~~ ~ ~ ~ ~ ~ ~ ~ ~ prate ~ ~ I1 or Q f ~ ~~ a the {~ioecr fir tlo trot wrrrrnt Chet your workpleoee ae ~ a hM11Mi~ a that e~ey comply vd~ ~, n~uleMorw, code. or ~. ter ~ ~en~dw 1'~a irMUrid drrt nw~d in Kern ~ of the b+~rna~don Pede w~l ~t on 6~rr~ ~ ~ ~ tv ~ a ~ . nodoa a~oer~rlbn- ecc~t Meshy, revehm n~rr phendurn ar req~t d~npe ~ ~r ~ryr E. '~eru~ir ~ Yaor Rlphte end vine -- - _ _ _ _ _ _. Yoa~phbr md-dudee~ndw 11+Ie po~ay~Y~not be~~rrwd amt-art ~wdaen~or - - - lfyou d!e end, vw ncelvr rtodoe w~1n day. ehrr your dam, ws vdM oo~ your leggy npreeentedMe a irleur~ed, ~G613 ~D~ t~ iN IMTNUt WHEREOF. w~ h~v~ aar~d 1hM p~bY to b~ Md aid agn~d. butte pobY sh~dl ~+ot b~ wNd unl~a oan~on~d by as a ar duyr suq~d npn vihen r~quwd br Iaw. . . ~• d''~'`d''~' 8ECRE7MY PR@~ENT 665151~11~ I~ CEO VVaRl~ERS CQwENSATK~ii AND EIY~~tY~RR LIABIL~'Y IHBURANCE POLICY M return ~ tlrs pint of ~e prtn~m and eub~eot 1a eN terms of ~ po~~ wv spree t~1h you ere ~Io~: ~~~~~ ~~~~~ ~ j , A. T~ PdM~I YID ~ e# he efwctlw d~ dre IrdornredOrr Paps rnd ~ endartr tlure, ~a r oon~t PAY hrm 1 r#dte P end ~ ~ ~ ~ of h~Mrn~or bel~ren you Rdwe Mr~ieyer r~red In ~ .The on ~ Pepel. The onh- ~ 1 ~ ~ i~anae ~ ~ In 1- a~~ mry not be ~ w ~ erae~t by i~d bN ue 1o br pmt o~~ paHcy. p~V •g, ~o a M~wraeil You u+e ~eund E you are en ~ nwrred ~~ IMm 1 ri the arlbmr+ Pie. ff emplryee ~ a or ~a~rtw~une end Eyou rrr a pertear in ~ er a rren~lw afdM ~t~~ yod ete lne~ed; but o~tr Mr ~ apeal~l ~ ~ +~ °~ o~ is yr ~o1nt vwtluee. . C: Wbrbrn Cwnpr~a~lon Lew . Wiariaete Conrpeneelleon Lew rYauea ~ warlarr a worlornen't oa~enr~ur IMwwtd of levee low aferoh ~ or 1~rriiar~nerved ~ hMm Ze~~ Pie. Itbrdudet ~ bthrtiewv~dah rr+e In r ~ ~ po~ay period. hwee vat include ~ r~tlare ~ rMr~y soy ~ o~upMbnN dlteee~ ~ww or ~ pro~one o~ 1rh1 bwr tiwt prawlde dletb~q- ~~ D, 8te~. Salve me~ene eny e~te of the Urtiad Siva of Arner~, end the, DEt~t of~ Coiuo~, E, LoorMon Thle pow ooNen all o~ your worl~eoet to ~ ettla ~elyd ~n Ism ~ a~ Ere in~arrrrwdon Peer. F. Qu~I Reli`ineurer You tapraettt ~ you err a ~Y qu~ied ~~ under do Yybrioere Canp~e~n Lew ai eeoh e ratmed in >Mm R of dre M~donneion peps and ~lll ~ 1o n~ dui the. ~ 1r~ po~-~ fi e~Nd~ Ryon ~ lernr ruoh quell~oN a Ify~our a'e eeM~nr~ie odd or reeaioed aNe ~ poMay M br ~aror, llw ~ ~ undw 1~ p~4y ~ nabs ~d ~ yvu ~ be teepor for,pryn~erra w~rr You- AeMnlorr. pAI;T 41I~ wDRK~p$ COII~E~~~ ~IR~! ..: _ _ . _ _. A, How Thy ~turenoe J4pyrlMe 1'i~e fi~noe e~lre to beee~ P~ by Y~ ~ e ~~ ~r under ~ Wbr1o~ Compeneedan Lrw ~ Y X11 b11 Aaoiident err r Mrur~- ~Y ~~~ Y Y ~ ~ , r ~ lr~ury ~ ~ ~~ du~ ~ ~~ perbdf ~ Y Y by Dheai rn~at be muted or ~~ bti ~ a~ of yow ern~oYmen~ the emplayet't lent ~- a1 ~ reposura to ~ oon~done auk or euah 1od~- Y by Diane must ooaur dui is pa~ay pniad. t1) . G~B1E lD1~D 1! Mou b~gTn wotlc ~tOK tlM ~I~icrw dw of ~N p011o~1 MI ~I~I stele !Or vilflofi you w IIOR Nwtnd Or ~ro IIOR f~I~IMtlfid 10r WOh WOflt. Y1M iI1NIf~nQ~'M~1 fly M 1110Y~1 *IMtN/d MN'r ~1~d (111 1 Z 0} ~M IfMORIMr08 P~ ~ ~Y ~ 1~ ~1- ~ ~ +~~+o ~ ~i- i001 d~ tom tM d~ you b~pi~ wob work. B. YM~ Wpl led~nnily VIA ~ inde~nH~ you ibr y~ Ion et a prd eell~ineurer under the Wbr~err Comptr~rdOn Lew in e~ea of Your ~etarron et ~ hNm 6 of ~ Iniarn~ior~ Pepe but nat ~ rare ~~ ou- t,hrlt of h~rnni~ ~ 8~ted ~ lMm 4 0l i~ lelorr~oin p~rpe. L+oet rna~ur wnau~ ~y p~ b]- ~ ~ e ~ e~t~auurrer under d~ 1Morlrenn ~ Lewend ebo b~udrt your clan e~efwee. Your alum e~nea en ~ud~d whin Yoa ~e~fon. fur peyrnena to rn~y you for y+~u olden ear ere Included ~dn Da Lira o~~lernnhy. Your al~rn ~~ nreen Y'~ lid~don , ~ a n~rtd by iew on evw+dt a judprn~ end ~ o~rn IrrwetipeNon a !~ ~ cen be dlr+eody rdooeMd iv t Ma'oie~. Clrim N do nat Made aka end trawl erperrrrt of your ernPla~r, ~nuN nq~rt, o~verhred ~ enY ~a Y~ prid , is o~dm ~~rrl~ion. Yavr benltup~y, Ineolwerroy or I1 to Pe1- v~q not rrNeer ~ iraq the inden~arr~ae o1 ~ caeend by Fhb . ®ut under no oboumnp root v~ wr be requdnd ~ drop dawn end repMoe Your Rrta~ar a a~rnr errY of y~ ~ wWrin ~ ro~ndorr erg. A~ Your A~vn ha ban n~red, inderru~a~an due u~r tl# poMay r~A bt brut ee you hrrdnotbeoar~ bad~rulrt or In~aentbutnot ~ mara a~ Our 1.tm1t of ~ ee h 11rrn ~ of ra Inlorn~on Rirpe. fah v~ be node a Uru ?rueMe ~ ~~1 a ~r r Court of art prridb~r nMy u~I~rrerlr fit. C. De~inee IMr hr~r no ~y to hnial~e~+ hie, attle, a detind en11 alydn+, ~ or ~ ep~rrrt yrru. Ha+wwr~ vro hew ~ rlpht irid ehelll be pieen ~ ~pat~nlty by tl~ ~ ~ widr y~au to ~a d~eneM+ or ent o~ ~1- dt~r-, ~ a proaeednp r~1oh r~pht ~rnrofMe a lose ~ ue, b~ each en .you ~ prarnpdy ~'~ wtlh ue in e~ ~ of dehrree, lirn+etllp~lon or moment. G. aver fntrrren~ .~ ~ air iawnnca e~t~ pr~eadnp you ~ lots oouered by tlrit tnnurerrce,~ Intunnae ep~y ~ e~aare of ~ other lnarerroe. HowNr, tlrit proe~iorr elwll not b o~har inaxrnoe rVldait you hew prootwrrd a eppirln aaaere of fie rum at Your ~~ ~ 4a Lbn1t dilnderrpdgl ceder llde popoy. E. Peyrr+enb Yoq 18un llla~Me You en relpon for eny prrynwn~ in eroaat of tho beau regularly pr~vv~ed by 8re Wbrlcere Canp,rMedan Lewlndu~np d,vee naquMed beaear: 1, of your ~ end v~llul mhoandua~ .... __ _ _ - --?~ _- _Y!ai knaw~ty ~n~1_vI1 ~ ~~e ~ vlo~on of 1e~ 3. you ~dl m comply e ~ a away repuMdan; 4. You ~charpe, coerce a adron~e d~torbn~rrod ipelnet my ewe in viot~rr of fhe INbrkere Car~neadan Lernt or . b~ you vbl~ a ~ Ir rorr~y wide cry VMori~r Corripa~e~on Lew t~ we rrwln a!1 p~nNntr In •raoae of ~ binrlbe h~ pro~ldad by the ylbrMen Con~nndon iaiw on your behelf~ rou wlll relmburre w prom~r, R~ X6618 iQ~ 183} P. Exo~ueion III tell not ind~nniry You ~ eny loaf edtin~ out at aparedOr~ fior which yrw hrve rejected eny V~b~ere Compenrrtton levy ~. p~avory From D~rw YVi hwr y~rour rlpirb~ ~ ~ ri~hlr of ~ e~tlyd ~ thr bene~ of 1ha in~urena~ to n ~ pe~rnen~ ~m er~one Neb1e br thr . You wN da ewrydrMrp neoa~ry ~ P~~ far ~ erg to hr~p ~ errfaoe fin. Any n~+rnd ion vr~ br edoo~d ae iopo~: ff ~ro h ~ aoeen~r ~r ~ of our L~# at ~+d~r~ ~t ~rrr'i ~ ~rIM be rrlmb~red Tha ~ nosed lama~r ded~adnp our reoa-wry eeprneee' w~ tfrrt be ured ~o nduao our tom. Then v~ wAI pey thr l~Nna~ ~ ~_ to y~au= - H. IloMou A~nrt Ur Thirn 1te ~ rift oi~ ention amt ue under der inturwnoe unieee You hme oanpded wfd-,ali Iha terrrn of ' ~ policy, ~. ~et~tll Prov~on Terrne o~ ihM lrnuaenoe that aan adth #~ VV~o~aca Cmr~eneedon ~.aw era ohenped ~y rteean~ant to can~rm ~ dtrt iee~ PST TIIY~D E~P~.aY~R8 LtA8~L1TY fNBURAI~iCh A #bw Thk ~rntuAnor ApplhMr Thtr ine~enae eppNre to ~n peid by you ei A queli~ed re~lrr of EicplaYere tieb~tty for 8oc~y ir~y by A~a~dertt a- Boddy ir~ury by pi~rare, BodNy ln~y ~ludae reeuMinp death. 1. The Bodily p~uey met ~e out ~ cnd In the oourie of d1d tr~ur~d ~rrr'r oYrnant by ydu= 2. Tfu~ ernpiaNme~t rmntbe neoe#aery ar ~ncidentel ~ Yaur wank ~ e mate or ~errhory bbd ~ ihm Z ofd Mr~rnedon Pie. a ~ ~i by AQOident mart occw dur'i~ ~ po~ay I~~= +4, Bodry ir~ury by Dheen nmrt b• orueed ar ~evwhd by ~ eor~ione of your ~~ ~ efn~la~yve'e hrt ~- M tat ewe as the ~ aeur~ or +~A~ rudh ~ ~ Diems mv~ ooo~ d da podoy period. ~ by l~eerr mkt be ~tl~ht ~'1 d1~ d s~lei oaf ~~ ~ ~ be~l MprIC ~ ~/ ~~~ dr~e o~ tlde ~ ~ /~ ~ II~i10~1 ~ a~ ~ ~ne~'id Or ~! ~ ~ br nuah wtrric ~b ~ v~ ep~y ~ i~uph ep~ wen ~ ham ~ of ~ in4~ra~tlon Prue but ordy ~yau nary ur in ~ v~ln n~ty ~ deye fiaan the date You been rush wodc, B= VIA IIBN inderunhy VIA r~i lndrr~y you ~r be# ee a gde~led ~r of ~mployen L~ in e~ooea of Your Reaantlon ae mad In ham ~ o~ ~ Inionmrdan PeQe but not tvr nrora ~n fur t,hnlt of ihdemnlq- ee Meld ~ lhm 4 of ~ krbrn~ellon Pede, ~~ X13 tQ~~ 1 boa ~~ ~nour~r whbh you ~r~r prnd ee dNnwQre ar a queUAed eelf~f rauerr b~owee of ~ hY dent a ~- by Qe and ~ ruder your oi~m e~en~r. i ir~ry hh~lud~ neu death. Your cldm ~ ate indudad wld~n Your Re~endan. Our p~rnenb b ~dem~dty y~ for your ci~n erpenroe vn Included win Our l,Imlt of Indemnity. Your o1Nm ~p~w na~n Yaw pion oad. Mq~a~t a nquttid q- hw on awrd~ a ~ud0imnl~ and your dskn NnMd~don or NON ~p~a wMoh an M r albo~dd b s ~p~eMa dM~n. t~lm ~~psiw~ do not N~op~ wl~tNr end irlwM ~~~ of Yo~x unploMa. inrwN n~nab aN1N~d aid Nry ~s yvu Pdd t~ olden adn~YiYlrallan. Orrnr~pp ~udr: ~. ~ for which you are a to ~ prrly by rereon of a ol~m or wb ~ Yau ~- dtrt ~d b r+eooNr ~ daaa~pa oi~rrMd apt ouch thhd prrq~ ~ ~ of ~ b ~ ~n~ployret Z. drn~pee br orre end ~ ~ ~~ ~I 3~ damepa 1br ~~ 1 Y ~D ~ rpou~e, Ch~idr p~nti brotl~er of r~/a11' 0~ ~i0 Il~lled ' emplollre" prar~ded UNt dam de~a ere tla ~nct o~e+~pwnce of body i~ry Ihrt ~ o~ ind ~ ~e core ~ tl~e N~1d r~doy+ve a b1-1~ ~ +~, d~ar~e broeure of badly ~r~iry to e~oyee tl~t ul~ out of and ~ the oourn at empio~anG ol~raed ~ yvu ~ e crpeoigl odMr Ihrn re arriplaeyar, Your i~lory, laalwnay~ or habRty b pay wR not a~ve rm fi+mn du lr~emnlAo~ton of coy oo~+ed by ~ po~oy. Rut under no olrourptanorv vd! vw be ~ to drop dawn end repb~ Yau Rw~bn or ~ anl- od your ~~ v~drr the roterrron aea, laMr Your R+~rrwon ice been arched, lndemrd!~ardan +~a r ~ paMay wR be by ue ra you hrd not Imoame banleuptor Inroh~entbtd rot in a~ ~ur.i~r~M of Inder~lgr u rgitad br prrn ~ of ~ hdvrm~lon fie. 8uwh ~n~IMtetlon v~l be b ~a Tnwee in 8rnluuptay or ee a Court ~ oanpr~nt won mry u~mrlMy ~reot. C. E~ooluelone 'i'!da iaunn4e doa nat cover; 1. I~bpigt arunred r a ~~ 2, punhlv~e or enemplany dreg 3. Y ~r b rn ernplaya wh1~ er~layed ~ 11on of iaw w-i~ your ~aturl ia~awbdpe or da rrtvri hrroMied~ o~ ~ a your e~cudrm ~iicen; 4, oAy d1it~1 b1~QMd bye wallo~rs oo~D11~ ~~ ~/a~dr ~~nt Q01flM~ . or ~ beneAa ~ a ~ ~ ~ _ _ ___ _ _. _ _ ..~. _ .~ ~~ c~aea ai Via. ~ ydu; _ .. ~ y~ury ooourlnp ou~e Ita Unimd 8~e afAnwrlae. Tldr elan dog notes b bo~ly~ry ~o r own or ant of tltr Ih~iad aver of 1~nrricr who le lempar~y outitde ~ filed ~t~r o~ Amwrioa; . 7, drunepea ~ a~ of ooerolon~ 0~~o111~y d~IQ~pn~ ONrlu1~ ~Ill~f'~101l1, dine, dellwna~OR, humH~on,- n epe~rt or amntn~rlnn of my e~tvyee, or any pemonr~ pr~o~ee, pow, ~ a aMalone; 8. b ~-~- Rcrear b~ wark meat b dro lon~hore and Hr~ Illerl' Carnpaartlvn 14at I~ UDC 8eodonr ~DI~, tla Na~rppropriet~ p'untl ir~trurna~ Act ~6 USC geadonr R~Y1~1'~~ !~ 8~61~ ~1' ~ Qutrr C011~ ~i~ ~Illdr Aa* ~ U8C 1 ~~1-1~ ~ D ~~ ~t ~~ ll~~ ~~~"~~ ~ ~ ~ ~ ~~ ~ ~~ ~ ~ ~~ ~~ ~ ~ ~f ~ off' ~~MOR~I o~ ~~1~~ COhIpuAle~'1 ~WOt oar ~ ~Ie~M ~i ~ envy enrend~nena ~ five N~ ~ In V~fk ID ~ ~ ~A~OyN'~' ~ apt ~4~r UBC ~~ ~ ~ P~ ~t i1-~, ~ O'dpM ~1d1~1 N1M 0~ ~h ~ ~ ~ d11n~M ~ ~A M~1dre~ dlre ~0 bOd~y Y outs Or a1 III OQI~a o~ ~I~i a ~ ~ ~1aM ~ ~a badiq~ i~Y ~ ~ meat a ~ ~ ~ onwo~ ~ ~~r ~~~~~~~~~~~~ 1 ~. der p~rle ands dre Aunt and 8etr~trrtel ~~ ~ Protucdan ~t i~ VAC ~ ~801•~ end w~d~ rarlr adtrr i~rtrl Mwewur~p demepa far vidndon ~ tl~a ~ or np~ono i~rua! drenundrr, and ary ~nen~ ~ Ihoue ~~; 13. a out a~ q~ ~r vui~ you hnr+r tad or d ~ oonp~y rah eny ~ CornpnntMlon ~ 14. d~mp~s out of op ~ for wNoh you hew nJ~aMd ~n!/ Women Ca~aa~n ~ Q. o~iniu 1NIe hear no duq- ~ in~tl~, I~ndh, ar d~end eny oN~nr ~ or ~ ~ you. Homer, wo hrar dM ~~rtond ~trM tie awn ire ~~ ~ y~ m uvolmf vdlh you ~ d'r de~unuv, hwgdp~dOn a aldenrvnt o~ ony d~nr a~ or proof r mlpht Bohr. o Iva to ue. In ouoh a Va prorrptty ooopenrte rah w ~ r~ + of del~e~ or E. ~thrr [nst~noe R ony adrer ~~ proms 11~ ~ ~ aotiend by itlo ~urinae, inarnrna eP~- ~ ~euaea ai ~ a~rr ~, 1~iowrvvr~ ~ pro~lon shy not eppljl ~ odMr ~ rdrioh yov h~rwr ~aoured ~ In r o~~e oun of Yv~ Rolenda+ and fur Lhnh o~ ~ dde poAcy. F. Ruoorety Rrorn ~~er. V~h.~w y~ rim rndtlN ri~a a~paror~ ~ mdw b at M~ trMUrer~e, teavawir ow peymrrMr gain e~ !~ tlN 1~urY. You rV~do neoee~Y ~ P ri~a ~ uo ad b hip a erdoroe fan. llrr~ ~oawrod ba r~l b• iAaoiad a to~o~: i# dent a ~ oowr~ in ~ ~ lid a~ ~I~ dart 1~er'e ba vdl be nia~bunad ~i. ~ r~ noavrir~ad iorr~ ~r dip vur roco~rrY o~~ ~t ~ u~rd ~o r~uce our ~, 'i'I~r- vyrr vr~ p1~ ire bdena~r, i# ~Y+ io you. Q, Autione Aoeinet Ue 'T~e vdq be ~ at ~ apart w under ~ ~a~r unlwv~ -- _ . _ _ ....._ __ _~ _ __ 4 ._ .__ ___ _ _ _ _ _ _ ___ _. .... .. _ ... _ _ _ _ _.. . 1, yuu hw~e ~ rHlh ~ the tunrar of 1hh pouo~r; ertd ~. die Mutt you ~ her been d~irnlned rah our vanwnt or by ti~et end iii ~pnnerr~. 1'ha ~uranae dou not phru hryort~ the right 10 ~ w a e dviindunt in irn oadon ~dnot you m dew ~~ ~~ i~ 6~l3 ~~t1~ PARY THREE ' YwDl~l RETRNTiOR AND OUA li~lliT 4P ENDERIiwlll'Y • A- Yaut Relendan . You eh~ pny fOr yavr own ecaaunt enll ivee up b ~ ~ ~ hem 6 of ~e ~armeibn Pie ~~ Your Ae~rdion. ' R, Our L~toit of Ipdemn~ i iN~ii wR ~~d~nlhl yeu ~ ion awr ~e ernaunt Ned ae Your ~et~lon ~ Uern ~ of the b~onN~an Pape. • Our Lirr# oiind~rrdq~ #or wrMer~ Oorapan~ia~ Maur~nae tUl! not eyed ~r M~nNr e1M~d ~ iMnn 4 of ~ b~on~don Pepe. Our L~rit of indemr~y ~r Ernplo~n Liter Ineurerrae wR natd the a in fan 4 ofdro ~oraMAan Pie. . C. How Your Re~tlion Nnd Our Knit of inden~ntly , Yv~u Re~enliran Our Lit ai indenu~ tt~ed ~n the hdcrmrAon Pei epp~ to r~~ lose pfd l~r you er ~ q~ 1lDinwnr o1 w~orken ~~ ~d ~1pee~4r~4 brraeute o~ bad~r y of deelh in any one ~ A eve R not baby ~'Y hY vooident'r~ it neuf~r direody baby ir~uary by ec~deut, 2, ..Yo one empioy~ !or bodby ic~ny a by dieee~e. • Booty fury by direan ~doee na~tr~b~de wee Chet rewhe ~eotlv fan a body fury by ent. The inclusion of rnwe one lepei w inwred in berry ~ a# die ~rmedan Pape v~ nat kraneee Your Re~antlon or Our wit of indemnlbr. PART POUR CLAINIR ~ Your Qlrime Aepvr~ Rum . You mun irn~cp~lyr nosy us in wlhinE of my ole~irrr~ ether pfd or reeerwed~ ~' b0~li ar ~rtore ~ Your Re~ndon wed ~ ~m b of won Pie. • Yau nruet abv pi+ir ue hr~med~r wdllen nodGe of eny ir~ury in~vlnq ~e ~np ~Ipea o~ vat 1. # hteligr; our ioe~, Then we wA pe-r ~, en won of a for e~~ , R, rrry nr~ue heed y tirInp ieabee or lou of ~pht of or bddt eyeey~ 6. ~ ~ eeeond or thud depnre burn a~ ~9i or man of 1h. body; 8. eny evident which opt ~ ~ b ~ or nee empioyvee; or , 7, my dql of 1~1ore ~~an ane year ar where b eppeea Naeo~ y Chet there wlp be a ~eN~~ ' of rnon Then one year. 8. You- CI~N Hence DuRee it 1e 1~' ~er'Y ~ ~a~ ems, deNnd end ~pe~ eny olebn, suit or o~lher prooeedlnp rnede tenet yau. tiowerer, you rnw-t sat smite eny artery ine+oivinp toes ~ ue vdtlrvutour wrllMn oaneen~ t t~ ~~Bro~~ byau da nat ~ an ev~d a ~udpnant v~1ch w~ Yar Retrndan~ vrr heMe da to ~e an appal at vat ~1 ~ ~f1d i~Iplhel rnd ~'1a~ ~0 ~h ~01~ Cam, dI1b1~1IaAM and IIa~IIt r~elMld ~ il0 rppe~. K wo ~hd to !, or~r ~y ar a~ wn d awdpmant ~ notrearetl Our unit of hrdrr~tl- u ~ ~ hm ~~ ~ won P~ plus iM cat end ~ of ruoh ~. C, ~ Clrlrrr A Ilw hrvr 1hr r~ to e~ wnd yaur obMa ~ ~d newr~r0 prooadura, ~ ~ records v~ ~ poNoy ~ ~ ~! ~vr daw yan ebrr dte lhud eeuhhnnat a~ ~ elegy, Abo you vdll prove ur ` erh- din tn~annatlar vd~loh we may repeat, PRAT Ir1VE PI~N~~Ap A~ ~Pr+anlum P~Imeaa Yvu v~ pry e~ pran~um when due, Yav ~ pay d~ pre~mian ~ b part ar e!1 of a. wark~ ao~pentadon law h nog wpid~ b, oepoeA Pn~rrn At ~ nfr>v a~ ~ pd~y P 1~+~ mart pay to the deparit pnmium ehoMn ar ~ InlarmeUan i'rpe. At the end otda po~ay period i. you w~ owe ur 1he wmaarnt by which the final pnmlum h ~reear dren ~ d~oelt prernnlurn; a ~. tro w~ awe you the amount bey widdt 1hw deposit premium it pnr1~ din the ~i~ pnmium; ~t in any ewrd, we ~e~ tlrv ~~ {N~mum Prerniurn #howr on das ~n~Orn~ivn Pape. ~. F~ Prrnduryt D. The tprerrdurn rho~wn antl~e ~arma~nP~r ~ ~ ~, Thr lnrl pam~ wallbe drl~nined char ~ part ~ bey uel~ ~ ~ not ~ ewdated~ pr~rir I which inalala piyroq and ~I ode{ rjerrn~nrnrron Paid a pey~ate dudnp 1~e poNoy prarhd iar tla a oN 1, rN yout o~fbere rnd erne enbeped ~ ru~c aoMerrd bit ~ poNcy; rnd Z, ~ adNrr pariane ~Iprd to vatic drat coin nraroe w under pNt One ~Vdarhra Campenrwrvn ~ a1 ~ poNvy. ~ you dv ~ hurl pryrvN racauh #vr ~a pereo~~ ~ corNraatprtq far ~ rrn~ and nrM~ ~ ~ uMrd rr the prwniun~ bah. Tlrle prr~plr ~ wit not wpp~t ~ you ua pr~fdtetdrr rraptary~ra of~aa purr hw~ry +aovnd ~ yrarioorr A ~h y~b onna~rd, hi premium till br d~rtenn~vd in drr ~ai~np 1. d wr ano•1, I~I~rernhan w~ b~ wed pro rya bid on dw ~aa ~ podOy via in brae. Fed - ~ _ ..~.. _ __..w.~_._ ~.~ _ . ___. _ prarnlunr ~ nab b~ ~t Urin qN pro r~r ~ ofthe NWrhrwm P-~~ ~~-. _ _ _ _ ----.---. -- _ -_ ~. ._ _.__ .. _ - ~. d you oenael,l~al pr+vnlum w0 be morr then pro ~ h v~l ~ baod on irr ~ ihh poNay vya h ham, cnd innn~d 6y o~ shat rrlo ana~atlon {able cnd proa~duro. Pintd prMdurn ~ nat ~ iru dawn dre chat tetr rhrrr ~t ~ A~nh~nr Pnrnlurn~ Reaardr Yau ~ kap n~ of lntomwdon r~ded v oampuie pranr~rn. Yau provide ur wNh oopirw ~ ncandr vdren vN ak far Darn. E. Auk a~ bfifil b ~Q119~ ~ lvia Arriaga - RE: Insurance Documents ~ ~ Page 1 Y From: Lisa Greene ~lisag~,uniquehr.com~ To: 'Kathleen Ramon' Ekew82fi a~hotmail.com~ Date: 811212009 9:49:41 AM Subject: RE: Insurance Documents Kathleen and Sylvia, Please find attached the Endorsement 55513 from our policy. The cancellation statement is within the body of the policy form. Please see attached form number 55513, page 8, item B. This reflects the 10 day non payment cancellation but 60 day cancellation otherwise. We show a 30 day notice on the cer~ficates as that is just stands ~ ~ since mast policies do a 34 day notice but the 60 days is better. Please rev;ew and let me know if you need anything else to complete your file on this request. Thank you! Lisa Greene Human Resource Customer Service 3fi1.852.fi392 Qffice 3fi 1.851.5301 Fax This message and all documents attached to it, if any, are intended only for the addressee and may contain confidential information. If you are not the intended recipient, you are hereby notified that any use of this communication is prohibited. If you have received this message in error, please accept my apology and immediately delete this message, any associated attachment~s~ and destroy any hard copies that may have been produced. .__._priginal Message----- From: Kathleen Ramon ~mailto:kew82fi(~hotmail.comj Sent: Monday, August 10, 2009 4:03 PM To: Lisa Greene Subject: FW: Insurance Documents Lisa, Can yvu please provide this for the worker's comp certificates for the City of Corpus Christi Engineering Department that you issued last week. Thank youl Kathleen Ramon RAM-BRC Contracting, Inc. 361-381-2195 > Subject: Fw: Insurance Documents ~ To: kew82fi~hotmail.cam > From: benitocardenasjr@yahoo.com > Date: Man,10 Aug 2009 20:27:06 +0000 > --~Criginal Message-r---- >From: Sylvia Arriaga > To: benitocardenasjr(~yahoo.com r ...._._ yylyia Arriaga - RE: Insurance Documents ~ Page 2 > Subject: Insurance Documents > Sent: Aug 10, 2009 3:11 PM > Benito - > > I am lacking a 30 Day Notice of Cancellation endorsement on the work > comp policy. Please contact Unique Staff Leasing and make them aware > that you are required to submit a this separate endorsemnt for the > project. > > Please have them submit it ASAP. Thank you. > > Sylvia Arriaga, Contract Administrator > City of Corpus Christi Engineering > 1201 Leopard Street > Corpus Christi, TX 18401 > Ph: 3fi118Z6-3530 > Fx: 3fi1182fi-3501 > sylviaa((~cctexas.com > > Sent from my BlackBerry~ smartphone with Nextel Direct Connect CC: "'sylviaa(~cctexas.com"' <sylviaa(~cctexas.com>