CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION FORMAL INVITATION FOR BIDS

Similar documents
CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION FORMAL INVITATION FOR BIDS

CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION FORMAL INVITATION FOR BIDS

CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION

CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION FORMAL INVITATION FOR BIDS

CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION REQUEST FOR PROPOSALS

CITY OF LAREDO FINANCE DEPARTMENT - PURCHASING DIVISION FORMAL INVITATION FOR PROPOSALS

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

COVER PAGE. Bid #2107 SECURITY FENCE REMOVAL & REPLACEMENT AT D.G. HUNTER POWER PLANT / ELECTRIC DISTRIBUTION DEPARTMENT

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

FINANCE DEPARTMENT PURCHASING DIVISION REQUEST FOR PROPOSALS

CITY OF LAREDO FINANCE DEPARTMENT PURCHASING DIVISION FORMAL INVITATION FOR BIDS

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INVITATION TO BID DES PERES PARKS AND RECREATION CHAIN LINK FENCES Project #: PK & PK17-201

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Installation of a Sliding Gate and Chain Link Fencing at the Harts Pond Pump Station in Berlin, CT for the New Britain Water Department

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

REQUEST FOR QUOTATIONS. For. ADA Concrete Ramps at Woodhill For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

INSTRUCTIONS TO BIDDERS

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

University of North Alabama

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CITY OF TITUSVILLE, FLORIDA

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

Scofield Ridge Homeowners Association

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

SECTION NOTICE TO BIDDERS

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

October 2, 2018 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA INVITATION FOR BIDS Y AH; ADDENDUM NO. 3 FENCE INSTALLATION AND REPAIR

M E M O R A N D U M. March 13, 2019

AGENCY-WIDE LAWN MAINTENANCE

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Webb County Purchasing Department

RFP GENERAL TERMS AND CONDITIONS

St. George CCSD #258

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

INSTRUCTIONS TO BIDDERS

SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT PLEASE QUOTE YOUR PRICES F.O.B. OUR WAREHOUSE, SAN BERNARDINO, CALIFORNIA BID FORM

Champaign Park District: Request for Bids for Playground Surfacing Mulch

PURCHASE AND INSTALLATION OF FENCING AND GATES AT THE SIMI VALLEY POLICE DEPARTMENT SHOOTING RANGE AND TRAINING FACILITY CM

REQUEST FOR PROPOSAL SPORTS FIELD LIGHTING (1) 300ft Baseball/Softball Field

City of Newnan, Georgia

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INSTRUCTIONS TO BIDDERS

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

Cherokee Nation

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

MANDATORY GENERAL TERMS AND CONDITIONS:

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

PROPOSAL FOR 2019 MINERAL WELL BRINE

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

CITY OF GAINESVILLE INVITATION TO BID

Housing Authority of the Borough of Keansburg 1 Church Street, Keansburg, NJ Telephone: # / Fax: #

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

Transcription:

FENCE INSTALLATION SOMBRERETILLO WASTEWATER TREATMENT PLANT UTILITIES DEPARTMENT Public Notice Notice is hereby given that the City of Laredo is now accepting sealed bids, subject to the Terms and Conditions of this Invitation for Bids and other contract provisions, for the purchase and installation of a 810 linear feet of an eight feet tall - three strand barb wire galvanized chain link fence to include one thirty-two (32) feet Cantilever Slide Horizontal gate on the Utilities Department- Sombreretillo Wastewater Treatment Plant. Copies of the specifications may be obtained from the Finance Department Purchasing Division, 5512 Thomas Ave., Laredo, Texas 78041 or by downloading from our website: www.cityoflaredo.com Bids will be received at the City Secretary Office, 1110 Houston St., 3 rd. floor, Laredo, Texas 78040 until 5:00 P.M on October 26, 2017; and all bids received will be opened and read publicly at 3:00 PM at the Office of the City Secretary on October 27, 2017. Bids are to be submitted in a sealed envelope clearly marked: CITY OF LAREDO FINANCE DEPARTMENT FORMAL INVITATION FOR BIDS Bid: Fence Installation Sombreretillo Wastewater Treatment Plant Utilities Department FY18-007 Bids are to be mailed: City of Laredo City Secretary C/O Jose A. Valdez Jr. City Hall Third Floor PO Box 579 Laredo, Texas 78042-0579 Hand Delivered: City of Laredo City Secretary C/O Jose A. Valdez Jr. City Hall Third Floor 1110 Houston Laredo, Texas 78040 The City of Laredo reserves the right to reject any and all bids, and to waive any minor irregularities. Page 1 of 31

Page 2 of 31

TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule instructions and other contract documents. Once the award has been made, failure to read all specifications, instructions, and the contract documents, of the City shall not be cause to alter the original contract or for a vendor to requests additional compensation. (b) Bidders shall make all investigations necessary to thoroughly inform themselves regarding facilities and locations for delivery of materials and equipment as required by the bid conditions. No pleas of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will be accepted as a basis for varying the requirements of the City or the compensation to the vendor. (c) Bidders are advised that City contracts are subject to the all legal requirements provided for in the City Charter and/or applicable City Ordinances, State and Federal Statutes. 1.0 PREPARATION OF BIDS Bids will be prepared in accordance with the following: (a) All information required by the bid form shall be furnished. The Bidder shall print or type the business name and manually sign the schedule. (b) Unit prices shall be shown and where there is an error in extension of price, the unit price shall govern. (c) Alternate bids will not be considered unless authorized by the invitation for bids or any applicable addendum (d) Proposed delivery time must be shown. Construction period shall be 90 working days excluding weekends (Saturdays and Sundays) and Public Holidays. (e) Bidders will not include Federal taxes or State of Texas limited sales tax in bid prices since the City of Laredo is exempt from payment of such taxes. An exemption certificate will be furnished upon request. (f) The City shall pay no costs or other amounts incurred by any entity in responding to this RFB, or as a result of issuance of this RFB. (g) In submitting this bid, the bidder understands and agrees to be bound by the following terms and conditions. These terms and conditions shall become a part of the purchase order and will consist of the invitation to bid, specifications, the responsive bid and the contract with attachments, together with any additional documents identified in the contract and any written change orders approved and signed by a city official with authority to do so. All shall have equal weight and be deemed a part of the entire contract. If there is a conflict between contract documents, the provision more favorable to the City shall prevail. 2.0 DESCRIPTION OF SUPPLIES/SERVICES Any catalog or manufacturer's reference used in describing an item or service is merely descriptive, and not restrictive, unless otherwise noted, and is used only to indicate type and quality of material. Bidder is required to state exactly what they intend to furnish; otherwise bidder shall be required to furnish the items as specified. 3.0 SUBMISSION OF BIDS (a) Bids and changes thereto shall be enclosed in sealed envelopes, properly addressed and to include the date and hour of the bid opening and the material or services bid on shall be typed or written on the face of the envelope. (b) Unless otherwise noted on the Notice to Bidders cover sheet, all bids must be submitted to the Office of the City Secretary, City Hall, 1110 Houston Street, Laredo, Texas 78040. The mailing address is Office of the City Secretary, PO. Box 579, Laredo, Texas 78042. (c) Bids must be submitted on the forms furnished. Telegraphic and facsimile bids will not be considered. (d) Samples, when required, must be submitted within the time specified, at no expense to the City of Laredo. If not destroyed or used up during testing, samples will be returned upon request at the bidder s expense. (e) Bids must be valid for a period of sixty days. An extension to hold bid pricing for actual quantity bids may be requested by the City. Page 3 of 31

4.0 REJECTION OF BIDS The City may reject a bid if: (a) Bidder misstates or conceals any material fact in the bid. (b) Bid does not strictly conform to the law or the requirements of the bid. (c) Bidder is in arrears on existing contracts or taxes with the City of Laredo. (d) If bids are conditional. Bidder may qualify their bid for acceptance by the City on an "ALL OR NONE" basis. An "ALL OR NONE basis bid must include all items in the specifications. (e) In the event that a bidder is delinquent in the payment of City taxes on the day the bids are opened, including state and local taxes, such fact shall constitute grounds for rejection of the bid or cancellation of the contract. A bidder is considered delinquent, regardless of any contract or agreed judgments to pay such delinquent taxes. (f) No bid submitted herein shall be considered unless the bidder warrants that, upon execution of a contract with the City of Laredo, bidder will not engage in employment practices such as discriminating against employees because of race, color, sex, creed, or national origin. Bidder will submit such reports as the City may therefore require assuring compliance with said practices. (g) The City may reject all bids or any part of a bid whenever it is deemed necessary. (h) The City may waive any minor informalities or irregularities in any bid. 5.0 WITHDRAWAL OF BIDS Bids may not be withdrawn after they have been publicly opened, unless approved by the City Council. 6.0 LATE BIDS OR MODIFICATIONS Bids and modifications received after the time set for the bid opening will not be considered. Late bids will be returned to the bidder unopened. 7.0 CLARIFICATION OR OBJECTION TO BID SPECIFICATIONS If any person contemplating submitting a bid for this contract is in doubt as to the true meaning of the specifications, or other bid documents or any part thereof, they may submit to the City Purchasing Agent on or before seven days prior to the scheduled opening date a request for clarification. All requests for information shall be made in writing, and the person submitting the request will be responsible for its prompt delivery. Any interpretation of the bid, if made, will be made only by an addendum duly issued by the Purchasing Agent. A copy of such addendum will be mailed or delivered to each vendor having receiving a set of bid documents. The City will not be responsible for any other explanations or interpretations of the proposed bid made or given prior to the bid opening or award of contract. (a) Protest Procedures: The purpose of this procedure is to establish procedures whereby a vendor may protest specific procurement actions by the City of Laredo. The following sequence of activities must take place in filing a protest: (b) To be performed by protesting vendor: Within ten (10) days prior to the time that the City Council considers the recommendation of the City's Purchasing Officer, the protesting vendor must provide written protest to the City Purchasing Officer. Such protest must include specific reasons for the protest. (c) To be performed by City's Purchasing Officer: Shall review the records of procurement and determine legitimacy and procedural correctness. With five (5) working days, the City Purchasing Officer shall provide written response to the protesting vendor of the decision. (d) If the protesting vendor is not satisfied with the decision of the City Purchasing Officer, such protesting vendor may appeal to the City Manager of the City of Laredo. If the protesting vendor cannot resolve the issue with the City Manager, he shall be entitled to address his concerns when the City Council of the City of Laredo considers the awarding of the contract. Such appeal may be made only after exhausting all administrative procedures through the City Manager. All protests must be duly submitted via Certified Mail to: City of Laredo - Purchasing Agent 5512 Thomas Ave. Laredo, Texas 78041. Page 4 of 31

8.0 BIDDER DISCOUNTS (a) Percent discounts within a certain period of time will be accepted but cannot be used in the bid evaluation. The period of the discount offered should be sufficient to permit payments within such period in the regular course of business by the City of Laredo. (b) In connection with any discounts offered, time will be computed from the date of receipt of supplies or service or from the date a correct invoice is received, whichever is the later date. Payment is deemed to be made on the date the check is mailed. 9.0 INTENT OF CONTRACT (a)actual QUANTITIES CONTRACT: Quantities specified are estimated amounts and are based on the best available information. The purpose of this contract is to establish prices for the amounts and kind of services indicated. The quantity indicated is the quantity the City wants to purchase, but the actual amount purchased is subject to change orders which may increase or decrease the services purchased by 25% more or less. 10.0 AWARD OF CONTRACT (a) The contract will be awarded to the lowest responsible bidder or bidders based on the evaluation factors listed in the request for bid document, in accordance to the provisions of the State of Texas - Local Government Code. (b) The City reserves the right to accept any item or group of items in the bid specifications, unless the bidder qualifies its bid by specific limitation. Proof: The bidder shall bear the burden of proof of compliance with the City of Laredo specifications. (c) A written award of acceptance (a duly approved purchase order or Letter of Award) furnished by the city to the successful bidder results in a binding contract without further action by either party. These Terms and Conditions shall be the basis and governing document of the binding contract. (d) Prices must be quoted F.O.B. Destination, Laredo, Texas, unless otherwise specified in the invitation to bid. The place of delivery shall be that set forth in the purchase order. (e) Title & Risk of Loss: The title and risk of loss of goods shall not pass to the City of Laredo until the City actually receives and takes possession of the goods at the point or points of delivery. The terms of this agreement is "no arrival, no sale". (f) Delivery time and prompt payment discounts will be considered in breaking ties. In the event of a tie bid, the successful bidder will be determined by choosing lots at the City Council meeting. (g) The City of Laredo shall give written notice to the contractor (supplier) if any of the following conditions exist: 1. Contractor does not provide materials in compliance with specifications and/or within the time schedule specified in bid. 2. Contractor neglects or refuses to remove materials or equipment which have been rejected by the City of Laredo if found not to comply with the specifications. 3. The contractor makes an unauthorized assignment for the benefit of any contractor. Upon receiving written notification from the City that one of the above conditions has occurred, the contractor must remedy the problem within ten days, to the complete satisfaction of the City, or the contract will be immediately canceled. 11.0 PAYMENT & INVOICING (a) All invoices to the City of Laredo have a 30 day term from receipt of supplies or completion of services. (b) Discount terms will be computed from the date of receipt and acceptance of supplies or services. Payment shall be deemed to be made from that date. (c) All invoices must show the purchase order number and invoices shall be legible. Items billed on invoices should be specific as to applicable stock, manufacturer catalog or part number. All items must show unit prices. If prices are based on discounts from list, then list prices must appear on bid schedule. All invoices shall be mailed to the Accounts Payable Office, City Hall, and PO. Box 210, Laredo, Texas 78042 and copy to Environmental Services at 619 Reynolds Laredo, Texas 78040. (d) The City of Laredo offers electronic funds transfer (ETF) payments in lieu of check payment when a vendor has filled out an Electronic Funds Transfer Authorization Form issued by the City of Laredo or upon request from the vendor. This ensures prompt payment directly deposited to a bank account. The estimated payment time is up fifteen (15) days from the date payment is processed. Page 5 of 31

(e) For any inquires on payment status or general billing questions please contact: Mr. Jorge Jolly Accounts Payable Manager at 956-791-7328. Email: jjolly@ci.laredo.tx.us 12.0 INSURANCE REQUIREMENTS The successful bidder(s) shall furnish the City with original copies of valid insurance policies herein required upon execution of the contract and shall maintain said policies in full force and effect at all times during the term of this contract. (a) Commercial General Liability insurance at minimum combined single limits of $1,000,000 per-occurrence and $2,000,000 general aggregate for bodily injury and property damage, Coverage must be amended to provide for an each-project aggregate limit of insurance. An alternative would be to have separate limits for all lines of General Liability coverage for each project. (b) Workers Compensation insurance at statutory limits, including Employers Liability coverage a minimum limits of $1,000,000 each-occurrence each accident/$1,000,000 by disease each-occurrence/$1,000,000 by disease aggregate. (c) Commercial Automobile Liability insurance at minimum combined single limits of $1,000,000 per-occurrence for bodily injury and property damage, including owned, non-owned, and hired car coverage. (d) Any Subcontractor(s) hired by the Contractor shall maintain insurance coverage equal to that required of the Contractor. It is the responsibility of the Contractor to assure compliance with this provision. The City of Laredo accepts no responsibility arising from the conduct, or lack of conduct, of the Subcontractor. (e) A Comprehensive General Liability insurance form may be used in lieu of a Commercial General Liability insurance form. In this event, coverage must be written on an occurrence basis, at limits of $1,000,000 eachoccurrence, combined single limit, and coverage must include a broad form Comprehensive General Liability Endorsement. (f) With reference to the foregoing insurance requirement, Contractor shall specifically endorse applicable insurance policies as follows: 1. The City of Laredo shall be named as an additional insured with respect to General Liability and Automobile Liability. 2. All liability policies shall contain no cross liability exclusions or insured versus insured restrictions. 3. A waiver of subrogation in favor of the City of Laredo shall be contained in the Workers compensation, and all liability policies. 4. All insurance policies shall be endorsed to require the insurer to immediately notify The City of Laredo of any material change in the insurance coverage. 5. All insurance policies shall be endorsed to the effect that The City of Laredo will receive at least sixty- (60) days' notice prior to cancellation or non-renewal of the insurance. 6. All insurance policies, which name The City of Laredo as an additional insured, must be endorsed to read as primary coverage regardless of the application of other insurance. 7. Required limits may be satisfied by any combination of primary and umbrella liability insurances. 8. Contractor may maintain reasonable and customary deductibles, subject to approval by The City of Laredo. 9. Insurance must be purchased from insurers that are financially acceptable to the City of Laredo. Insurer must be rated A- or greater by AM Best Rating with an admitted carrier licensed by the Texas Department of Insurance. (g) All insurance must be written on forms filed with and approved by the Texas Department of Insurance. Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent and shall contain provisions representing and warranting the following: 1. Sets forth all endorsements and insurance coverage s according to requirements and instructions contained herein. 2. Shall specifically set forth the notice-of-cancellation or termination provisions to The City of Laredo. (h) Upon request, Contractor shall furnish The City of Laredo with certified copies of all insurance policies. 13.0 CONTRACT REQUIREMENTS Page 6 of 31

13.1 CODE OF ETHICS ORDINANCE 2012-0-126 Vendors doing business with the City of Laredo shall comply with all provisions of the City of Laredo s Code of Ethics. 13.2 PROHIBITED CONTACTS DURING CONTRACT SOLICITATION PERIOD A person or entity who seeks or applies for a city contract or any other person acting on behalf of such person or entity, is prohibited from contacting city officials and employees regarding such a contract after a Request for Proposal (RFP), Request for Qualification (RFQ) or other solicitation has been released. This no-contact provision shall conclude when the contract is awarded. If contact is required, such contact will be done in accordance with procedures incorporated into the solicitation document. Violation of this provision by respondents or their agents may lead to disqualification of their offer from consideration. 13.3 NON-COLLUSIVE AFFIDAVIT (Attached) The City may require that vendors submit a Non-Collusive Affidavit. The vendor will be required to state that the party submitting a proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said Bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any Bidder or Person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or of any other Bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other Bidder, or to secure any advantage against the City of Laredo or any person interested in the proposed contract; and that all statements in said proposal or bid are true. Page 7 of 31

Formal Invitation for Bids Fence Installation Sombreretillo Wastewater Treatment Plant Utilities Department 14.0 Scope of Work This project shall include all supervision, labor, materials and related appurtenances as required to successfully complete the proposed project. Construct and install eight hundred and ten (810) linear feet of chain link fence to include a seven hundred and forty five (745) LF of an 18 inch in width and 4 inch in depth concrete footing as specified below. Said fence construction will take place at the Sombreretillo Wastewater Treatment Plant on the east side of the property (see attached map). Contractor must clear the working area and properly grade the terrain in preparation to construct the chain link fence following the below construction specifications. The specifications apply to all required work implemented to satisfactory complete the specified fence. Contractor, following the attached map, must start said fence construction at the S/W corner of Porcion 15 approximately 810 linear feet to a point along the East property line of Porcion 16. Area shall be clear and erosion control silt fence shall be placed on specified storm water pathways as instructed on the attached map. Utilities Department contact: Mr. Orlando Perez, email: operez@ci.laredo.tx.us 14.1 All questions for this bid shall be submitted in writing or by email no later than October 12, 2017 to: Enrique Aldape III, Administrative Assistant Purchasing Division 5512 Thomas Ave. Laredo, TX, 78041 Email: ealdape@ci.laredo.tx.us 14.2 Bidders are required to submit their bids upon the following expressed conditions: Bidders shall thoroughly examine the specifications, schedule instructions and other contract documents. Bidders shall make all investigations necessary to thoroughly inform themselves regarding City of Laredo. No pleas of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure of omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will be accepted as a basis for varying the requirements of the City or the compensation to the vendor. 14.3 Bidders are advised that all City contracts are subject to all legal requirements provided for in the City Charter and/or applicable City Ordinances, State and Federal Statutes. 14.4 The vendor will receive keys to the building and will be able to work their operational hours as desired, unless an inspection or permit is required, which will then to be done during normal city working hours. Vendor will be responsible for the building for the duration of contract. 15.0 General Requirements When contractor cannot abide by the terms and conditions in fulfilling his contract, contractor must supply the materials, services and installations from other sources at the contract price. If contractor delays in providing services, supplies, or installations, the City of Laredo reserves the right to complete the project and charge the contract vendor any additional cost that the City incurred. Bids not submitted on these forms will not be considered. Award to the successful bidder will be made by the City Council. 15.1 Payment and Invoicing All invoices must show purchase order number, project name, and invoice should be legible. All invoices have a 30 day term from receipt of completion of services. 15.2 Bids not submitted on these forms will not be considered. Page 8 of 31

15.3 Bids will be based on a total bid basis. The contract will be awarded to one vendor. 15.4 Bidders are required to submit their bids upon the following expressed conditions: 15.4.1 Vendor will be responsible for providing all safety warning signs advising the public of work in progress. 15.4.2 Contractor shall provide all supervision, labor, materials and equipment necessary to complete the project. 15.5 The vendor shall be required to guarantee it s workmanship to the full satisfaction of the City of Laredo. Any work deemed unsatisfactory shall be redone at no additional cost to the City. The contractor shall be responsible for any damage. 15.6 The vendor shall clean working areas, re-install all equipment material that was temporarily moved prior to final project inspection. 15.7 The vendor will be responsible for securing all necessary permits and paying any fees for the disposal of disregarded materials. 15.8 Vendors are encouraged to visit the job site. 16.0 Ground Preparation and Grading The contractor is responsible for preparing the terrain as it may be fit to properly and uniformly set the new fence structure and its associated parts. The organic duff must be removed and the area must be graded to uniformly follow the existing contours to satisfactory set in place the new fence structures. Erosion control silt fence installation on storm water flow pathways will be required. (See topographic map) 17.0 Hours of Operation Hours of operation will be limited to Monday thru Friday from 7AM to 5pm. Work on weekends only by approval by City. 18.0 Galvanized Chain Link Fence and Gates General Requirements: Drawings, quality, product and performance requirements, general and supplemental conditions apply as applicable to the project and project documents. 18.1 This Section includes industrial/commercial chain link fence and gates specifications: 18.1.1 Galvanized steel coated chain link fabric. 18.1.2 Galvanized steel framework and fittings. 18.1.3 Gates: swing and cantilever slide. 18.1.4 Barbed wire. 18.1.5 Installation. 19.0 References 19.1 ASTM A121 Specification for Metallic-Coated Carbon Steel Barbed Wire. 19.2 ASTM A392 Specification for Zinc-Coated Steel Chain-Link Fence Fabric. 19.3 ASTM A780 Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. Page 9 of 31

19.4 ASTM F552 Standard Terminology Relating to Chain Link Fencing. 19.5 ASTM F567 Standard Practice for Installation of Chain Link Fence. 19.6 ASTM F626 Specification for Fence Fittings. 19.7 ASTM F900 Specification for Industrial and Commercial Swing Gates. 19.8 ASTM F1043 Specification for Strength and Protective Coatings of Steel Industrial Chain Link Fence Framework. 19.9 ASTM F1083 Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structures. 19.10 ASTM F1184 Specification for Industrial and Commercial Horizontal Slide Gates. 20.0 Attachments 20.1 Shop drawings: Site plan showing layout of fence location with dimensions, location of gates and opening size, cleared area, elevation of fence, gates, footings and details of Attachments A1, A2, A3, & A4. 20.2 Specification Changes: May not be change or revised after the date of bid. 21.0 Product & Supplies Framework, posts, rails, fabric, and fittings for chain link fence system, etc.. must be provided by contractor. 22.0 Chain Link Fabric Steel Chain Link Fabric: [Height or heights indicated on drawings] <Select from table below and insert ASTM serial designation, mesh size, wire gauge, coating specification, including class and color when applicable, top/bottom selvage > 22.1 Zinc-Coated Steel Fabric: ASTM A392 hot dipped galvanized before weaving (GBW) or after weaving (GAW). 22.1.1 Class 1-1.2 oz/ft² (366 g/m²). 22.1.2 Class 2-2.0 oz/ft² (610 g/m²) <available 9 and 6 gauge>. 22.1.3 Fabric Selection Table: Steel chain link mesh sizes and gauges produced in one piece widths 3 feet (910 mm) to 12 feet (3660 mm). Mesh Size 6 gauge core 9 gauge core 11 gauge core 11 1/2 gauge core 12 Gauge core Notes In. (mm) 0.192 in. 0.148 in. 0.120 in. 0.113 in. 0.105 in. 4.88 mm 3.76 mm 3.05 mm 2.87 mm 2.67 mm N/A = Not applicable for 2 (50) yes yes yes N/A N/A industrial/commercial 2170 lbf 1290 lbf 850 lbf 750 lbf 650 lbf Wire Break Strength 22.2 Fabric selvage: Standard fabric selvage for 2 in (50 mm) mesh 72 in. (1.8 m) high and higher is knuckle finish at one end, twist at the other, [K&T]. < Specify K&K for added safety for play and park applications> Fabric less than 72 in (1.8 m), knuckle finish top and bottom, K&K. [Manufacturing and installation issues dictate all mesh sizes less than 2 in. (50 mm) have a knuckle selvage for both top and bottom, K&K.] Page 10 of 31

23.0 Round Steel Pipe Fence Framework [Specify option A. or B.] Round steel pipe and rail: Schedule 40 standard weight pipe, in accordance with ASTM F1083, 1.8 oz/ ft² (550 g/m²) hot dip galvanized zinc exterior and 1.8 oz/ft² (550 g/m²) hot dip galvanized zinc interior coating. Regular Grade: Minimum steel yield strength 30,000 psi (205 MPa) High Strength Grade: Minimum yield strength 50,000 psi (344 MPa) [Specify Grade: Regular or High Strength] 23.1 Line post <Insert outside diameter, zinc coating, weight > 23.2 End, Corner, Pull post <Insert outside diameter, zinc coating, weight > 23.3 Top, brace, bottom and intermediate rails, 1.660 in. (42.2 mm) OD: <Insert outside diameter, zinc coating, weight> Typical post and rail size for normal Commercial / Industrial applications *Regular Grade F1083 Schedule 40 Diameter Inches (mm) Schedule 40 Weight Lb/ft (kg/m) (LG-40) Weight Lb/ft (kg/m) Line post Over 8 to 12 ft. 2.875 (73.0) 5.79 4.64 (6.91) Terminal post Over 8 to 12 ft. 4.000 (101.6) 9.11 (13.16) 6.56 (9.78) Rails 1.660 (42.2) 2.27 (3.4) 1.84 (2.74) 24.0 Tension Wire Metallic Coated Steel Marcelled Tension Wire: 7 gauge core (0.177 in.) (4.50 mm) marcelled wire complying with ASTM A824 [Match coating type to that of the chain link fabric] <Insert metallic coating Type and class when applicable> 24.1 Type II Zinc-Coated, ASTM A817 Class 4-1.2 oz/ft² (366 g/m²) 25.0 Barbed Wire Metallic Coated Steel Barbed Wire: Comply with ASTM A121, Design Number 12-4-5-14R, double 12-½ gauge (0.099 in.) (2.51 mm) twisted strand wire, with 4 point 14 gauge (0.080 in.) (2.03 mm) round barbs spaced 5 inches (127 mm) on center. Match coating type to that of the chain link fabric. <12-4-5-14R is specifically designed for chain link fence applications> <Insert material coating specification including type and class when applicable> 25.1 Coating Type Z - Zinc-coated: Strand wire coating Type Z, Class 3, 0.80 oz/ft² (254 g/m²), barb coating 0.70 oz/ft² (215g/m²). 26.0 Fittings 26.1 Tension and Brace Bands: Galvanized pressed steel complying with ASTM F626, minimum steel thickness of 12 gauge (0.105 in.) (2.67 mm), minimum width of 3/4 in. (19 mm) and minimum zinc coating of 1.20 oz/ft² (366 g/m²). Secure bands with 5/16 in. (7.94 mm) galvanized steel carriage bolts. 26.2 Terminal Post Caps, Line Post Loop Tops, Rail and Brace Ends, Boulevard Clamps, Rail Sleeves: In compliance to ASTM F626, pressed steel galvanized after fabrication having a minimum zinc coating of 1.20 oz/ft² (366 g/m²). 26.3 Truss Rod Assembly: In compliance with ASTM F626, 3/8 in. (9.53 mm) or 5/16 (7.94 mm) diameter steel truss rod with a pressed steel tightener, minimum zinc coating of 1.2 oz/ft² (366 g/m²), assembly capable of withstanding a tension of 2,000 lbs. (970 kg). Page 11 of 31

26.4 Tension Bars: In compliance with ASTM F626. Galvanized steel one-piece length 2 in. (50 mm) less than the fabric height. Minimum zinc coating 1.2 oz. /ft² (366 g/m²). *[Bars for 2 in. (50 mm) and 1 ¾ in. (44 mm) mesh shall have a minimum cross section of 3/16 in. (4.8 mm) by 3/4 in. (19 mm)] *[Bars for 1 in. (25 mm) mesh shall have a cross section of 1/4 in. (6.4 mm) by 3/8 in. (9.5 mm)] *[Small mesh 3/8 in. (10 mm), 1/2 in. (13 mm) and 5/8 in. (16 mm) shall be attached (sandwiched) to the terminal post using a galvanized steel strap having a minimum cross section of 2 in. (51 mm) by 3/16 in. (4.8 mm) with holes spaced 15 in. (381 mm) on center to accommodate 5/16 in. (7.9 mm) carriage bolts which are to be bolted thru the strap the mesh and thru the terminal post.] 26.5 Barbed Wire Arms: In compliance with ASTM F626, pressed steel galvanized after fabrication, minimum zinc coating of 1.20 oz. /ft² (366 g/m²), capable of supporting a vertical 250 lb (113 kg) load. [Type I three strand 45 degree (0.785 rad) arm] [Type II three strand vertical arm] [Type III V shaped six strand arm] 27.0 Tie Wire & Hog Rings Basic commercial / industrial applications - specify 9 gauge core aluminum alloy ties and hog rings per ASTM F626. 28.0 Horizontal Slide Gates Cantilever Slide Gates: Made in accordance with ASTM F 1184 Type II Class 2, and in compliance with UL- 325, and ASTM 2200. (No substitution) Gate to be made of Aluminum Alloy 6005A-T61. All square members are 2" sq. weighing 0.94 lb/ft (139 kg/m). Complete frame welded to top one piece track and 4" x 2" bottom rail weighing 1.71 lbs./ft. (2.54 kg/m) Supply 2 truck assemblies that are swivel type having lubricated and scaled ball bearing wheels that will align in the track during all normal operations of the gate. Standard Opening 32'-0" (7010 mm) through 30'-0" (9144 mm) Standard Support Overhang 12'-0" (3857 mm) Gates 31'0" (9449 mm) through 40'0" (12192 mm) dual top tracks and two additional truck assemblies. For gates over 40 0 (12192 mm), contact Merchants Metals for custom drawings and specs. 28.1 Chain Link 2 Fabric: Galvanized After Weaving. 28.2 Finish - choose one: Galvanized coated horizontal slide gates and posts shall match the coating type and color as that specified for the fence framework. 28.3 Gateposts, 4 O.D. (101.6 mm) schedule 40 weighing 9.11 lb/ft (13.6 kg/m). Single gates with single tracks require 3 gate posts. (1 latch post and 2 support posts) Single gates with dual tracks require 5 gate posts. (1 latch and 2 dual support posts) Double gates require twice the number of support posts but do not have a latch post. 29.0 Cantilever Slide Gate 29.1 Gate Frame: The entire frame and support members shall be manufactured with the same aluminum material, alloy and temper 6061-T6 (ASTM 1184). Fabricate chain link cantilever slide gates in accordance with ASTM F-1184, Type II, Class 2, using 2 inch square aluminum outside vertical members (1.10 lb/ft). Members are welded together with a continuous top track (3.83 lb/ft) and bottom rail to form a rigid one piece frame. Vertical interior support uprights will be positioned equally throughout the frame structure. Page 12 of 31

29.1.1 Standard Opening Overall Gate Length Bays 15 ft. to 18 ft. 26 3 4 19 ft. to 22 ft. 31 3 5 For 15 ft. 22 ft. opening gates, the vertical interior support uprights will be 1.5 inch square aluminum (6061-T6) tubing (0.809lb/ft). The bottom rail shall be a continuous one-piece 2 inch square aluminum (6061-T6) tube (1.10 lb/ft). 29.1.2 Standard Opening Overall Gate Length Bays 23 ft. to 26 ft. 37 3 6 27 ft. to 30 ft. 42 3 7 For 23 ft. 30 ft. opening gates, the vertical interior support uprights will be 2 inch square aluminum (6061-T6) tubing (1.10 lb/ft). The bottom rail shall be a continuous one-piece 2 inch by 4 inch rectangular tube (1.69 lb/ft). An additional 2 inch square support rail shall be welded adjacent to the top track horizontal rail. The cantilever overhang will be 40% or greater for any given opening size. 29.2 There will be two truck assemblies (secured to the guide posts) which operate inside the top track. They shall be swivel type zinc die cast with 4 sealed and lubricated ball bearing rollers (2 dia., 9/16 width) and two side rollers (front and back) to assure alignment in the top track. 29.3 The top track and rail is an enclosed combination one piece aluminum (6061-T6) extrusion weighing 3.83 lb/ft. Top track to withstand a 2,000 lb. reaction load. 29.4 Chain link fabric shall be installed over the entire gate length (UL-325) which will create a universal design (gate can be used for right or left hand applications). Fabric will be attached securely with tension bars that are attached on either frame end by tension bands. 29.5 High tensile wire will provide additional fabric support across the top and bottom of the gate structure. 29.6 Diagonal bracing shall be 1 x2 aluminum (6061-T6) tubing (0.809 lb/ft) welded to the uprights to form a rigid bracing system that does not require field adjustment. 29.7 Bottom guide wheel assemblies have two 3 dia. rubber wheels (with protective covers UL325) straddling the bottom horizontal gate rail. One assembly shall be attached to each guide post. 29.8 Gate post brackets, latch, and keepers are galvanized steel. 29.9 Gate posts shall be 4 OD schedule 40 pipe (9.1 lb/ft). Two support posts and 1 latch post shall be installed. 30.0 Installation Gate posts shall be set in concrete (2,500 psi compressive strength). The footing shall be 16 in diameter with depth approximately 6 deeper than the post bottom. Deeper footing may be required in areas with loose or soft soil. Set post bottom at least 36 below the surface. Posts must be plumb. Install gates plumb, level and secure for the full opening size making sure they move free of obstructions. Adjust hardware for smooth operation. 31.0 Concrete Concrete for post footings shall have a 28-day compressive strength of 2,500 psi. (17.2 MPa). Concrete for slab footing shall be fiberglass reinforce concrete 3500 psi (see attached drawing Exhibit ). 32.0 CLEARING FENCE LINE Clearing: Surveying, clearing, grubbing, grading and removal of debris for the fence line or any required clear areas adjacent to the fence is included in the earthwork contractor s contract. The contract drawings indicate the extent of the area to be cleared and grubbed. Page 13 of 31

33.0 Framework Installation 33.1 Posts: Posts shall be set plumb in concrete footings to withstand wind loads up to 75 MPH in accordance with ASTM F567. Minimum footing depth, 24 in. (609.6 mm) plus an additional 3 in. (76.2 mm) depth for each 1 ft. (305 mm) increase in the fence height over 4 ft. (1220 mm). Minimum footing diameter four times the largest cross section of the post up to a 4.00 (101.6 mm) dimension and three times the largest cross section of post greater than a 4.00 (101.6 mm) dimension. <Insert footing depth and diameter> <As maybe required - Local codes, site soil conditions, local frost depth, fence height and wind load may require larger diameter or deeper footings Follow the Chain Link Manufactures Institute Product Guide and Wind Load Guide CLFMI: WLG 2445> Top of concrete footing to be [at grade crowned to shed water away from the post or 6 inches (152 mm) below grade] <Insert footing grade requirement> crowned to shed water away from the post. Line posts installed at intervals not exceeding 10 ft. (3.05 m) on center. 33.2 Top rail: When specified, install 21 ft. (6.4 m) lengths of rail continuous thru the line post or barb arm loop top. Splice rail using top rail sleeves minimum 6 in. (152 mm) long. Rail shall be secured to the terminal post by a brace band and rail end. Bottom rail or intermediate rail shall be field cut and secured to the line posts using boulevard clamps or brace band with rail end. <Fences 12 feet (3.66 m) high or higher require mid rail> 33.3 Terminal posts: End, corner, pull and gate posts shall be braced and trussed for fence 6 ft. (1.8 m) and higher and for fences 5 ft. (1.5 m) in height not having a top rail. The horizontal brace rail and diagonal truss rod shall be installed in accordance with ASTM F567. 33.4 Tension wire: Shall be installed 4 in. (101.6 mm) up from the bottom of the fabric. Fences without top rail shall have a tension wire installed 4 in. (101.6 mm) down from the top of the fabric. Tension wire to be stretched taut, independently and prior to the fabric, between the terminal posts and secured to the terminal post using a brace band. Secure the tension wire to each line post with a tie wire. <Install the top tension wire through the barb arm loop for fences having barbed wire and no top rail.> 34.0 Chain Link Fabric Installation Chain Link Fabric: Install fabric to inside of the framework inserting no more than 2 inches (50 mm) into the concrete specified structure. Attach fabric to the terminal post by threading the tension bar through the fabric; secure the tension bar to the terminal post with tension bands and 5/16 in. (7.94 mm) carriage bolts spaced no greater than 12 inches (304.8mm) on center. Small mesh fabric less than 1 in. (25 mm), attach to terminal post by sandwiching the mesh between the post and a vertical 2 in. wide (50mm) by 3/16 in. (4.76 mm) galvanized steel strap using carriage bolts, bolted thru the bar, mesh and post spaced 15 in. (381 mm) on center. Chain link fabric to be stretched taut free of sag. Fabric to be secured to the line post with tie wires spaced no greater than 12 inches (304.8 mm) on center and to horizontal rail spaced no greater than18 inches (457.2 mm) on center. [Aluminum alloy tie wire shall be installed following ASTM F567: Wrap the tie around the post or rail and attached to a fabric wire picket on each side of the post or rail by twisting the tie wire around the fabric wire picket two full turns, cut off excess wire and bend over to prevent injury.] [Preformed 9 gauge powerfastened wire ties shall be installed following ASTM F626: Wrap the tie a full 360 around the post or rail and fabric wire picket, using a variable speed drill, twist the two ends together three full turns, cut off any excess wire and bend over to prevent injury.] Secure the fabric to the tension wire by crimping hogs rings around a fabric wire picket and tension wire. 35.0 Barbed Wire Installation Barbed Wire: Stretched taut between terminal posts and secured in the slots provided on the line post barb arms. Attach each strand of barbed wire to the terminal post using a brace band. <Indicate type of barb arm, Type I, II or III and direction [inward] [outward] for installation of Type I arm. > Page 14 of 31

36.0 Gate Installation Horizontal Slide Gates: Install according to manufacturer s instructions and in accordance with ASTM F567. Gates shall be plum in the closed position, installed to slide with an initial pull force no greater than 40 lbs. (18.14 kg). Double gate drop bar receivers to be installed in a concrete footing as required by site conditions and codes. Ground clearance shall be 3 in. (76 mm), grade permitting. Electrically operated gate installation must conform to ASTM F2200 and UL 325. 37.0 Nuts & Bolts Bolts: Carriage bolts used for fittings shall be installed with the head on the secure side of the fence. All bolts shall be peened over to prevent removal of the nut. 38.0 Clean Up Clean Up: The area of the fence line shall be left neat and free of any debris caused by the installation of the fence. 39.0 Safety Contractor will ensure that its employees observe and exercise all necessary caution and discretion so as to avoid injury to person or damage to property of any and all kinds. All buildings, equipment and furnishings shall be protected by the bidder from damage, which might be done or caused by work performed under this contract. Such damages to the foregoing shall be repaired and/or replaced by approved methods so as to restore the damaged areas to their original condition at the expense of the Contractor. 40.0 Safety Equipment The bidder certifies that all items or service delivered herein comply with all ANSI Standards and with the Federal Occupational Safety and Health Act of 1970, as applicable. 41.0 Tools and Equipment The Contractor shall be equipped with the normal tools of their trade and shall furnish all labor, tools and all other items necessary for and incidental to executing and completing all required work. Contractor shall provide all required tools, equipment, consumable products and testing instruments needed for the job. 42.0 Permits/Licenses Contractor is responsible for all permits and/or licenses to perform the duties of this contract. 43.0 Construction Contracts: Payment / Performance Bonds When required and specified in the City of Laredo construction bid specifications and in the event that the base bid exceeds $100,000, the primary contract vendor will be required to furnish a satisfactory Performance Bond in the amount of 100% of the total contract price, and a satisfactory Payment Bond, if the base bid exceeds $50,000.00, in such amount, both duly executed by such bidder as principal. The successful bidder will be required to provide Performance and Payment bonds issued by an insurance company complying with the minimum State requirements and is licensed in the State of Texas, and has a Best's Key Rating as follows: Construction Contract Rating $100,000 to $250,000 None $250,001 to $1,000,000 B The payment and performance bonds should not be purchased prior to; or are a requirement to submit a bid, however the primary contract vendor awarded a construction contract must purchase and submit such bonds prior to performing any contract work. Page 15 of 31

In the event that the base bid amount is less than $50,000.00, the payment bond and/or the performance bond will not be required if the successful bidder waives payment for the work until completion of the work and final acceptance by the City. In the event that the base bid amount is less than $100,000.00, the performance bond will not be required if the successful bidder waives payment for the work until completion of the work and final acceptance by the City. This provision applies only if the successful bidder agrees to be paid in one payment upon completion and acceptance of the project by the City of Laredo. 44.0 Insurance Requirements The successful bidder(s) shall furnish the City with original copies of valid insurance policies herein required upon execution of the contract and shall maintain said policies in full force and effect at all times during the term of this contract. Said insurance policies shall comply with all requirements set forth in section 12.0 of these specifications. Contractor(s) shall keep a current certificate of insurance in the City of Laredo Purchasing Division at all times and shall immediately report any changes to the Purchasing Office Administration. 45.0 Award of Contract Submission and award of bid shall be based on the "Terms and Conditions of the Invitation for Bids", which is attached and is part of these specifications. This contract will be awarded to the lowest responsible bidder or bidders, in accordance to the provisions of Chapters 252 and 271 of the State of Texas Local Government Code. The City s obligation for performance of this bid is contingent upon the availability of funds from which payments for the contract purchases can be made. If no funds are appropriated and budgeted during the next fiscal year, this informal bid becomes null and void. 46.0 Required Format and Contents of Bid Submission For a bid to be considered it must contain the following information: Tab A - Company Information Questionnaire Tab B - Signed Price Schedule Tab C - Conflict of Interest Questionnaire Tab D Non-Collusive Affidavit Tab E - Discretionary Contract Disclosure Tab F - Certificate of Interested Parties Page 16 of 31

47.0 Tab A Bidder Information Questionnaire CITY OF LAREDO Bidder Information/Business Questionnaire: Please complete all information requested below and submit with your bid package "The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this request. By submitting this bid the vendor agrees to the City of Laredo specifications and all terms and conditions stipulated in the proposed document. That I, individually and on behalf of the business named in this Business Questionnaire, do by my signature below, certify that the information provided in the questionnaire is true and correct ". Name of Offeror (Business) Signature Date of person authorized to sign bid Print Name of person authorized to sign bid Title: Business Address: City, State, Zip Code: Telephone Number: Fax Number: Contact Person Email Address: Federal Tax ID Number: Bidders Principal/Corporate Place of Business Address: Indicated Status of Business: Corporation Partnership Sole Proprietorship Other: If other state business status: State how long under its present business name: If applicable, list all other names under which the Business identified above operated in the last five years. Will bidder/proposer provide a copy of its financial statements for the last two years, if requested by the City of Laredo? Yes / No Page 17 of 31

Has the business, or any officer or partner thereof, failed to complete a contract? Yes / No. Is any litigation pending against the Business? Yes / No. Is offeror currently for sale or involved in any transaction to expand or to become acquired by another business entity? Yes / No. If yes, offer need to explain the expected impact both in organizational and directional terms. Has the Business ever been declared not responsive for the purpose of any governmental agency contract award? Yes / No. Has the Business been debarred, suspended, proposed for debarment, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or otherwise disqualified from bidding, proposing, or contracting? Yes / No Are there any proceedings, pending relating to the Business responsibility, debarment, suspension, voluntary exclusion, or qualification to receive a public contract? Yes / No. Hs the government or other public entity requested or required enforcement of any of its rights under a surety agreement on the basis of default or in lieu of declaring the Business in default? Yes / No Is the Business in arrears in any contract or debt? Yes / No Has the Business been a defaulter, as a principal, surety, or otherwise? Yes / No Have liquidated damages or penalty provisions been assessed against the Business for failure to complete work on time or for any other reason? Yes / No. State if company is a certified minority business enterprise: Historically Underutilized Business (HUB): Yes No Disadvantaged Business Enterprise (DBE): Yes No Small Disadvantaged Business Enterprise (SDBC) Yes No Other: Please specify This company is not a certified minority business: The above minority information is requested for statistical and tracking purposes only and will not influence the amount of expenditure the City will make with any given company Page 18 of 31

48.0 Tab B Price Schedule 48.1 Price Schedule Project as per specifications. Price includes equipment, labor, and materials: Proposed Total Linear Feet complete as specified: 810.0 Linear Feet $ Unit Price / linear Feet Total Linear Ft./ Total Quantities Cost Per Linear Feet as specified in this contract 810 Cost for the 32 LF Cantilever slide gate + accessories 1 Total Dollar $ Amount TOTAL OVERALL COMPLEE BID Expected working days to complete project: Company Name: Owner/President Name: Company Address: City, State, Zip Code: Company Authorized Representative s Signature: Company Representative s Name: Signature on this form indicates agreement with Instructions to Bidder General Terms and Conditions, pricing and all specifications listed on this document. Page 19 of 31

49.0 Tab C- Conflict of Interest Disclosure A form disclosing potential conflicts of interest involving counties, cities, and other local government entities may be required to be filed after January 1, 2006, by vendors or potential vendors to local government entities. The new requirements are set forth in Chapter 176 of the Texas Local Government Code added by H.B. No. 914 of the last Texas Legislature. Companies and individuals who contract, or seek to contract, with the City of Laredo and its agents may be required to file with the City Secretary's Office, 1110 Houston Street, Laredo, Texas 78040, a Conflict of Interest Questionnaire that describes affiliations or business relationships with the City of Laredo officers, or certain family members or business relationships of the City of Laredo officer, with which such persons do business, or any gifts in an amount of $250.00 or more to the listed City of Laredo officer (s) or certain family members. The new requirements are in addition to any other disclosures required by law. The dates for filing disclosure statements begin on January 1, 2006. A violation of the filing requirements is a Class C misdemeanor. The Conflict of Interest Questionnaire (Form CIQ) may be downloaded from http://www.ethics.state.tx.us/whatsnew/conflict forms.htm. The City of Laredo officials who come within Chapter 176 of the Local Government Code relating to filing of Conflicts of Interest Questionnaire (Form CIQ) include: 1. Mayor 2. Council Members 3. City Manager 4. Members of the Fire Fighters and Police Officers Civil Service Commission. 5. Members of the Planning and Zoning Commission. 6. Members of the Board of Adjustments 7. Members of the Building Standards Board 8. Parks & Leisure Advisory Committee Member, 9. Historic District Land Board Member, 10. Ethics Commission Board Member, 11. The Board of Commissioners of the Laredo Housing Authority 12. The Executive Director of the Laredo Housing Authority 13. Any other City of Laredo decision making board member If additional information is needed please contact Miguel A. Pescador, Purchasing Agent at 956-794-1731 Page 20 of 31

I HAVE READ THIS FORM AND ATTEST THAT THERE IS NO CONFLICT OF INTEREST THUS NO VIOLATION OF SECTION 176.006, LOCAL GOVERNMENT CODE EXISTS. Name Signature Date CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). Date Received FORM CIQ OFFICE USE ONLY By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing a uthority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. Signature of person doing business with the governmental entity Date Page 21 of 31

50.0 Tab D AFFIDAVIT Project: Form of Non-Collusive Affidavit STATE OF TEXAS {} COUNTY OF WEBB {} AFFIDAVIT Being first duly sworn, deposes and says: That he/she is (a Partner of officer of the firm of, etc.) The party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or shame; that said Bidder has not colluded, conspired, connived or agreed directly or indirectly, with any Bidder or Person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price or affiant or of any other Bidder or to fix any overhead, profit or cost element of said bid price, or of that of any other Bidder, or to secure any advantage against the City of Laredo or any person interested in the proposed Contract; and that all statements in said proposal or bid are true. Signature of: Bidder, if the Bidder is an individual Partner, if the Bidder is a Partnership Officer, if the Bidder is a Corporation Subscribed and sworn before me this day of 20. My commission expires: Notary Public Page 22 of 31

51.0 Tab E Page 23 of 31

Page 24 of 31

Page 25 of 31

52.0 Tab F Page 26 of 31

53.0 Vendors Instructions: Bids will be received at the City Secretary Office, 1110 Houston St., 3 rd. floor, Laredo, Texas 78040 until 5:00 P.M on October 26, 2017; and all bids received will be opened and read publicly at 3:00 PM at the Office of the City Secretary on October 27, 2017. Bids are to be submitted in a sealed envelope clearly marked: Bid: Fence Installation Sombreretillo Wastewater Treatment Plant Utilities Department FY18-007 Bids are to be mailed: Hand Delivered: City of Laredo - City Secretary C/O Jose A. Valdez Jr. City Hall - Third Floor P. O. Box 579 Laredo, Texas 78042-0579 City of Laredo - City Secretary C/O Jose A. Valdez Jr. City Hall - Third Floor 1110 Houston Street Laredo, Texas 78040 Required Submittals: 1. Bidder information sheet 2. Signed Bid Price Schedule 3. Conflict of Interest Disclosure 4. Non-Collusive Affidavit 5. Discretionary Contract Disclosure 6. Certificate of Interested Parties 7. Please submit one original signature bid document and two copies Page 27 of 31

Attachment A1 Page 28 of 31

Attachment A2 Page 29 of 31

Attachment A3 Page 30 of 31

Attachment A4 Page 31 of 31