Loading...
HomeMy WebLinkAboutC2008-054 - 2/12/2008 - Approved2008 -054 02/12/08 Alpha Building Corp. S P E C I A L P R O V I S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R GREENWOOD POOL COMPLEX RENOVATIONS THIS PROJECT WAS AWARDED VIA JOB ORDER CONTRACT WHICH WAS COMPETITIVELY PRICED UNDER RFP 2007 -1 PROJECT NO: 3358 FOR PARKS & RECREATIONS DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3464 Fax: 361/826 -3864 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3500 Fax: 361/825 -3501 1 [DRAWING NO: SK -1,2,3 S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R GREENWOOD POOL COMPLEX RENOVATIONS THIS PROJECT WAS AWARDED VIA JOB ORDER CONTRACT WHICH WAS COMPETITIVELY PRICED UNDER RFP 2007 -1 FOR PARKS & RECREATIONS DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3464 Fax: 361/826 -3864 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3500 Fax: 361/826 -3501 PROJECT NO: 3358 DRAWING NO: SK -1,2,3 (Revised 7/5/00) GREENWOOD POOL COMPLEX RENOVATIONS Table of Contents NOTICE TO BIDDERS 4-14eviecd 7-/5{$0) (NOT USED) NOTICE TO CONTRACTORS - A (Revised May 2006) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A 2 Definition's and Abbrcviationa (NOT USED) A -3 Description of Project A -4 Method of Award (NOT USED) A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A 8 Faxed Propoaala (NOT USED) A 9 Acknowledgment of Addcnda (NOT USED) A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A Excavation and Removal° (NOT USED) A -16 Disposal /Salvage of Materials A 17 Field Office A -18 Schedule and Sequence of Construction A -19 Construction Project Layout and Control A -20 Testing and Certification A 21 Project Signo A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A -25 Sales Tax Exemption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A -27 Responsibility for Damage Claims (NOT USED) A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements )'1 33 Condition° of Work (NOT USED) A 34 Precedence of Contract Document° (NOT USED) 11 35 City Water Facilities Cpccial Requirement's (NOT USED) A -36 Other Submittals (Revised 9/18/00) 11 37 Amended "Arrangement and Charge for Water Furni°hcd by the City" (NOT USED) A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 Certificate of Occupancy and Final Acceptance (NOT USED) A -40 Amendment to Section B -8 -6: Partial Estimates 11 41 Ozone Advioory (NOT USED) A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) (NOT USED). 147 Prc Construction Exploratory Excavation° (7/5/00) (NOT USED) A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART 8 STANDARD SPECIFICATIONS (NOT USED) PART T TECHNICAL SPECIFICATIONS (NOT USED) LIST OF DRAWINGS NATIGE AGREEMENT PERFORMANCE BOND PAYMENT BOND DISCLOSURE STATEMENT NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability including: 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 $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY- -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT 0 REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements 0 REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED Page 1 of 2 ❑ The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ❑ The name of the Project must be listed under "description of operations" 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 (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 PART A SPECIAL PROVISIONS GREENWOOD POOL COMPLEX RENOVATIONS Project #3558 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting (NOT USED) Ccalod propooalo will bo rcecivcd in eenformity with the _"___a1 the office of thc City Ccerctary, located on the firot floor of City Hall, City of Corpuo Chriati City Ccarctary'a Offiao Corpuo Chr-ioti, Tcicao 78101 Gervioco stain Conference Room, Third Flo. Corpuo Chrioti, TX. and willludc a dioeuaoien of thc prepcat cicmcnto. If rcqucotcd, a oitc vioit will follow. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project This project shall include the replacement of plumbing and electrical fixtures, upgrading the offices and bathhouses to handicap compliant, a new party rental area with a shaded structure to be installed and handicap compliant and the pool deck coping will be repaired to a smooth transition for entry and exiting of the pool. See quote dated January 7, 2008 (see Attachment No. 1), complete and in place for the Lump Sum price of One Hundred Forty Nine Thousand Eight Hundred Sixty Two Dollars and Sixty One Cents. ($149,862.61). A -4 Method of Award (NOT USED) This project was awarded VIA Job Order Contract which was competively priced under RFP 2007 -1. The bids will be evaluated baocd on thc Total Base Bid. The City rcoerves thc right to reject any or all bido, to waive irregularitico and to accept tho bid which, in the City'o opinion, io moot advantagcouo to the City and in the boot intercot of thc public. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: Section A - SP (Revised 12/15/04) Page 1 of 22 2. Disclosure of Interests Statement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 75 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $100 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 the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals (NOT USED) A -9 Acknowledgment of Addenda (NOT USED) Section A - SP (Revised 12/15/04) Page 2 of 22 A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Building Construction. 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 then in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record Showing the names and classifications of all laborers, workmen, and mechanics employed by then in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1 %) 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 B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) A -11 Cooperation with Public Agemcies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas Excavation Safety System (Dig TESS) 1 -800- 344 -8377, the Lone Star Notification Company at 1- 800 -669 - 8344, and the Southwestern Bell Locate Group at 1- 800 -828- 5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project Engineer Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services AEP S B C City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) EM (Fiber Optic) ChoiceCan (Fiber Optic) 880 -3500 826 -3500 880 -3540 882 -1911 857 -1880 857 -1818 885 -6900 857 -1881 880 -3461 857 -1970 299 -4833 881 -2511 857 -1946 857 -5000 887 -9200 813 -1124 881 -5767 (880 -3140 after hours) (880 -3140 after hours) (885 -6900 after hours) (880 -3140 after hours) (693 -9444 after hours) (1- 800 - 824 -4424, after hours) 857 -1960 (857 -5060 after hours) (Pager 800- 724 -3624) (Pager 888 -204 -1679) (Pager 850 -2981) Section A - SP (Revised 12/15/04) Page 3 of 22 CAPROCK (Fiber Optic) 512/935 -0958 (Mobile) Brooks Fiber Optic (MAN) 972 - 753 -4355 A -12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the 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 flumed over 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 Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 12/15/04) Page 4 of 22 A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm 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 Excavation and Removals (NOT USED) A -16 Disposal /Salvage of Materials Excess excavated material, broken other unwanted material becomes the removed from the site by the Con considered subsidiary; therefore, Contractor. A -17 Field Office (NOT USED) asphalt, concrete, broken culverts and property of the Contractor and must be tractor. The cost of all hauling is no direct payment will be made to -separate pay item for the field office. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. Section A - SP (Revised 12/15/04) Page 5 of 22 The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A -19 Construction Project Layout and Control The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. Section A - SP (Revised 12/15/04) Page 6 of 22 Waotawatcr. Wat.r. * Caoing elevation (top of pipc and flow line)- (TXDOT and RR permits). Ctormwatcrp • Caoing olcvationo (top of pipe and flow lint) (TXDO' and nn permito). A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the 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 ProjoCt Signo (NOT USED) conotruction begins and will be maintained throughout thc Project period by thc Contractor. The lecation of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 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 participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, association or joint venture as awarded a City contract. b. Subcontractor: Any named person, association, or joint venture as firm, partnership, corporation, herein provided which has been firm, partnership, corporation, herein identified as providing Section A - SP (Revised 12/15/04) Page 7 of 22 work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0& of whose assets or partnership interests are owned by one or more women, 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 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0$; interest, shall be deemed equivalent to having minority participation in 25.0% of the Section A - SP (Revised 12/15/04) Page 8 of 22 work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 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 bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection. aftcr the building in Section B-6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. Section A - SP (Revised 12/15/04) Page 9 of 22 A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NOT USED) ZZ- Other Ch ralco" ice- the prepeo&l form the coot of n -, s +-..__ s , , eekeesipe Section A - SP (Revised 12/15/04) Page 10 of 22 A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name:City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City 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 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or Section A - SP (Revised 12/15/04) Page 11 of 22 other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B -6 -11 of the General Provisions is amended to include: Contractor must provide insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. A -28 Considerations for Contract Award and Execution (NOT USED) To allow the City Engineer be dctormino that tho bidder io able to perform A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily 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. Section A - SP (Revised 12/15/04) Page 12 of 22 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineers 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 R -7 -13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: m —City Engineer may request the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Section A - SP (Revised 12/15/04) Page 13 of 22 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; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractors Field Administration Staff. 9. Documentation as required by Special Provision A -35 -K, if applicable. 10. • — Submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -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 (NOT 1SED) A -34 Precedence of Contract Documents (NOT USED) will be given to the Cpcc-ial rroviaioeo, third proecdenco will be givcn to Section A - SP (Revised 12/15/04) Page 14 of 22 othor rcforonaod opcoifiaationo, cook ao tho Toxao Dcpartmcnt o F A -35 City Water Facilities: Special Requirements (NOT USED) _: 4_*,,,o ,tractor Oricntation Prior to performing work at any City water faoility, tho City Watcr Dopartmcnt Personnel. A Vio -tor /Contractor Cafe Orientation rrogram will be offorcd by authorincd City Wator thc City Water Department. all timao. The Contraa -tor ohall protcot thc quality f thc water •tranoportation, rcinotallation, and conform to Iuncrican inopc ti National Ctandardo Inotituto /National Ctandard Cpocifioatio proof of ANCI /Ner Ctandard Cl approval for all matorialo wh.ieb Section A - SP (Revised 12/15/04) Page 15 of 22 K. Contractor Qualification° CCAIDA (CUrEIWICOR`I CONTROL AND DATA 1CQUICITIOFi) Section A - SP (Revised 12/15/04) Page 16 of 22 b-. cnt of a given typo will k)e---trike L. Trenching Iicquircmonto ehall levee —e hem A -36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply 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. Section A - SP (Revised 12/15/04) Page 17 of 22 f. Marking: Contractor must mark products, models, options, manufacturers' standard data to Project. 9. each copy to identify applicable and other data. Supplement provide information unique to this Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. 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. Samples: The Contractor must submit samples of finishes from range of manufacturers' standard colors, textures, and patterns Engineer's selection. j• the full for City 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" (NOT USED) the Project Elite throug A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B " are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance (NOT USED) A -40 Amendment to Section B -8 -6: Partial Estimates Section A - SP (Revised 12/15/04) Page 18 of 22 General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory 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 work day and the Contractor will be compensated at the unit price indicated in the proposal. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A -44 Change Orders Should a change order(s) 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 for the price of the change order. A -45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. Section A - sP (Revised 12/15/04) Page 19 of 22 (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A -46 Disposal of Highly Chlorinated water (7/5/00) NOT USED The Contractor shall be responoiblc for thc diopooal of water uoed for agcncico ouch ao TNRCC, ErA, ctc. It will be the Contractor' a reaponoibility for diopooal of contaminated water. A -47 pre - Construction Exploratory Excavations (7/5/00) NOT USED pipeline. For exioting pipelines which parallel and are within ten feet (10') of thc accurate horizontal and vertical 300 feet maximum O.C. Contractor shall then prepare a report and oubmit it to the City for approval reported to the Engineer and until Contractor receives Engineer'o approval of report. repair a000ciatcd with exploratory excavations ohall be paid for according to Section A - SP (Revised 12/15/04) Page 20 of 22 A -48 Overhead Electrical Wires {7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. 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 CP &L and inform CP &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." Section A - SP (Revised 12/15/04) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT: GREENWOOD POOL COMPLEX RENOVATIONS; PROJECT No. 3358 OWNER: CITY OF CORPUS CHRISTI ENGINEER: Ron Yoder CONTRACTOR: Alpha Building Corporation, Inc. DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 22 of 22 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and g ion building or construc t others providing work or sery ices for a City authorized proec_ must be covered by worker's compensation insurance, self-insurance, or an approved worker's compensation coverage agreement. Even if Texas law does services (including deliveries to the job site) others Performing project age, situ _c provide 1 of the 3overa forms e °for all individuals provid ng age, the City will require such coverage time, including during the or services on this Project at any maintenance gua Tex pe Motor are required uired to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms cf worker's compensation coverage. The Contractor agrees 4c comply with all applicable provisions Title 28, Section 110.110, a COPY of of Texas Administrative Code -.110, contract. whic:. is attached that under section 110Fp10ated into the p� Please rote 1. certain language :rust be included in the Contractor's Contract with the City and the Contractor's GO subcontractors and others providing services for the Project; the City the Contractor is required Ito submit eQC °and for all certificates of coverage for its services l s the Project. r subcontractors and others providing dated The Contractor is tain coverageb submit during the certificates sho win g Project; and ? the Contractor is required to post the required notice at the job site. the Contractor certifies that it will timely By swcaing this Contract., t, r irements• coma <<: with these Not ice to Contractors 3 equ NOTICE `Revise° CONTRACTORS /13/98) Page 1 of 7 nut . '- 0 Title 2S. LNSURANCE Part II. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter P. EMPLOYER NOTICES § 110.110 Reporting Reauirernezzts for Building or Construction Projects for Governmental Entities and terms, when used in this rule, shall have the following meanings, unless (a) The following wards a..d te. . the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined- ' c;.oy of a certificate of insurance, a certificate of authority (1) Certificate =te of cove:tige (certificate to self- insure issued by the commission, or a workers ene co e TWCC -82, TWCC -83, or WCC -84), showing statutory workers' compensation n coverage providing for the person's or entity's employees (including those subject to a coverage agreement) p services on a project, for the duration of the project. (2) Building or construction —Has the me: ring defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor_A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage — Workers` compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44). (5) Coverage agreement —A written at eerneat on form TWCC -S i, form MCC-82, form TWCC-S3. or form TWCC -84, fled with the Texas Workers` Compensation le Commission a hi Act, establishes ��t to relationship between the parties for purposes of the Texas the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project — Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" ir. § 406.096 of the Act)- -With the () and 1 of this section, includes all persons cr exception of persons excluded under subsections (h) ( ) entities P er orming 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 that person has employees. This includes but is not limited to independent succ contractors, or employees of leasing companies, motor carriers, owner - operators, ernployees of any any entity furnishing persons to perform services on the project. "Services" includes but is not hr"uted NOTICE TO CONTRACTORS - Revised 1/13/98} 8/7/95 http:1 /www scs.state.tx.usitac128/11/110/13/110.110.html Page 2 of 7 Pace 2 c: 6 2S to ; c - _: - .._,:line, or cell e:ing ecuiprnent or materials. or crop iding labor, ; a_'1spe�a.:cn. or other �: �. ; Se .ice activities �ur.:eiated to the project. such as service r���' °� to a project. ,.:vices does riot i::-:.. roocr"oe,, erase vendors, office supply deliveries, anti delivery of sortable toilets. (8) Project—includes the provision of all services related to a building or construction contract for a govern hen tai entity. (b) Pro•. idirg 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 covet-zee, that the coverage is based on proper reportinc of classification codes and payroll amounts, and that ail coverage agreements have been filed with the appropriate insurance carrier or, in the case ofa self - insured, with the commission's Division of Sell - 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 govern rental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragaph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person.beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period., if the contractor's current certificate 0i-coverage shows that the coverage period ends during the duration of the project; and (B) services is later he p seven days after e tc cat shows that the coverage period ends during the services on the project whose current of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure i for bid specifications 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 of documentation: T28S 110.110(c)(7) tbl http://www sos.state.t.X.us /taC.'23 /11/1 108 /110.1 10.htrri NoTTCE TO CONTRACTCRS - 3 Revised 1/13/981 Page 3 of 7 8/7/95 Pages of TAC 1 10.1 10 A contractor shall: ;1) provide coverage for its empicyees providing services on a project, fort .e duration of the project based on proper reposing of classi.:cation codes and payroii amounts and Ellog of any coverage agreements; . :21 provide a certificate of coverage snowing 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 or. 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 on file certificates of coverage showing coverage for all persons providing services an 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 all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the 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 all persons providing services on the project that they are required to be covered, and stating how a person may verify current ccverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text common least 19 point normal type, and shall be in both English and Spanish and any other language to the worker population. The text for the notices shall be the following text provided by the conunission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this ns construction project must be covered by workers' compensation insurance. T ois includes peer or other providing, hauling, or delivering equipment or materials, or providing labor or transportation service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Comper.sation Commission at 51 2-440 -3789 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." s, tip _l /www. sos . st at e. tx. u s/tacJ2 8/B/ 1 10B/ 110.110. htmi NOTIC: :O CONTRACTORS - B Revised 1/13/981 ?age 4 of 7 817198 eage4016 2S TAC 1:0.110 „ire each person with ;vrcr. it contracts :., - c�.1de services c:: a project to: (8) cc :,;:ac.�ally req....., - . ' g of classinc =tion codes and payroll amounts and filing (A) provide coverage based on proper reporting the dusting of any coverage as_ree.rens for all of its ernpiCYees providing services on the prof...-.. for t of the project; (B) provide a certificate of coverage to the contractor prior to that person beg finning work on the project; of this (C) include in all contracts to provide services cr. the project the iarguage in subsection (e)(3) section; showing fig ex ene cn of cove, prior to the end of the coverage period, a new certificate of coverage coverage, e coverage period shown on the curtest certificate o coverage showing e�ctettsion of cove. age, :f #h ends during the duration of the project; (E) obtain from each other person with whom is contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and nd of the cover age period, a new certificate of coverage showing extension of the co prior to the a period shown on the current certificate of coverage ends during the coverage period, if the ceveraEe P duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter, by certified mail or personal delivery, within ten days (G) notify the governmental entity in writing of any change that materially affects the provision of after the person knew or should have !mown., a and coverage of any person providing services on the project; sub contractually ( require each other person with whom it contracts, to perform as required by person subparagraphs A -(H) of this paragraph, with the certificate of coverage to be provided to the p subpara_ p ( ) for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: coverage for its employees providing services on a project, for duration ofthe coverage project (1) provide amounts based on proper reporting of classification codes and payroll agreements; (2) p rovide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; following language in its contract to provide services on the project: By signing this contract have the g provided a certificate of coverage, the person signing this contras: or providing or causing to be P person suing this contract: is representing to the governmental eruty�� �e all by workers' compensation coverage contract who will provide services on the project NOTICE TO CONTRACTORS - B Revised 1/13/98} Page 5 of 7 hrtp://v1/4-,vw sos.state.tx.usitac128/13/1 10/B/110.1 1 0.html 8/7/98 rage : at o p •h. t the co•: er age will be based on proper reporting of classification for the duration of t-._ project, codes and payroll amounts, and that all coverage agreerner: be d with of cpropriate nee Reguiati carder er or, �. the case of a self-insured, with the commission's �t:iation. Providing faire or misleading information may�o� the contractor to administrative Re_ penalties, or other civil a penalties, criminal penalties, civil p (4) 4 provide the person for whom it is providing services on the project, prior to the end of the coverage period shown an its current certificate of coverage, coverage end during the duration of the coverage, if the coverage period shown on the certificate project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, personal delivery, of any change that (7) notify the governmental entity in writing by ��=5on�proo�� services on the project and send materially affects the provision of coverage of any p providing the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification � o a� payroll for the � n of any coverage agreements for all of its employees providing of the project; • (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection* (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and of the (ii) prior to the end of the coverage period, a new certificate ofcover g showing �coverage during the coverage period, if the coverage period shown on the current certificate http://www.sos.state.musitaci28111/1 1 OB /110.110.htrnl NOTICE TO CONTRACTORS - 8 Revised 1/17/91 Pape 6 of 7 817198 Ls ,A., 11u.11U Page 6 of 6 duration of the contract: (F) retain all required cerufcz:es of coverage on file for the duration of the project and for one year thereafter (G) notify the governmental entity in writin S by b certified mail or personal delivery, within ten days after the person knew or should have known, of any cri and that materially affects the provision of coverage of any person providing services on the project; contractually require each person with whom it contracts, to perform as required by this - subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (t) If any provision of this rule or its application to any person or circumstance is held , the eout invalidity does not affect outer provisions or applications of this rule that can be given invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This ruie is applicable for building or construction Contract$ adrer ised for bid by a construction over m entity on or after September 1, 1994. This rule is also applicable for those building or contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675; to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 46). requirement in this rule does not apply to sole proprietors, partners, and corporate (i) The coverage requir 406.Q97 c ,and who are explicitly excluded from officers who meet the requirements of the Act, § ( ) coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, partners, and corporate executive 1995, § ho )are This excluded f on applies only ri to an i sole b or certificate of authority to self-insure officers who are excluded from coverage that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg e0 Return to Section Index h ttp:/ /www.sos.state.tx.ushacl28/11/1 i 0B /110.110.html NOTICE TO CONTRACTORS - B Revised i/13/981 Page 7 of 7 8/7/98 PARTC- FEDERAL WAGE RATES & REQUIREMENTS General Decision Number: TXOB0061 02/08/2008 TX61 Superseded General Decision Number: TX20070063 State: Texas Construction Type: Building Counties: Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 02/08/2008 BRTX0001 -005 05/01/2007 Rates Fringes BRICKLAYER $ 20.00 6.50 * ELECO278 -001 08/27/2006 Rates Fringes ELECTRICIAN $ 18.45 4.75 +7% * 1R0N0066 -002 06/01/2007 Rates Fringes IRONWORKER $ 17.40 5.00 * PAIN0130 -001 07/01/2005 Rates Fringes PAINTER $ 15.15 4.42 * SUTX1987 -002 03/01/1987 Rates CARPENTER $ 9.96 Cement Mason /Finisher $ 12.50 LABORER: Mason Tender $ 7.14 LABORER $ 5.85 Plumbers and Pipefitters (Including HVAC) $ 10.05 Power equipment operators: Backhoe $ 7.84 Fringes Page 1 of 3 http: / /www.wdol.gov /wdol /scafiles /davisbacon/TX61.dvb 2/18/2008 Page 2 of 3 ROOFER, Including Built Up, Composition and Single Ply $ 9.20 TRUCK DRIVER $ 7.50 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator http:// www. wdol. gov/ wdol /scafiles /davisbacontTX61.dvb 2/18/2008 Page 3 of 3 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION httn•// www_ wdol. gov/ wdol /scafiles /davisbacon/TX61.dvb 2/18/2008 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 12TH day of FEBRUARY, 2008, 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 Alpha Building Corporation termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $149,862.61 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: GREENWOOD POOL COMPLEX RENOVATIONS JOB ORDER CONTRACT PROJECT NO. 3358 (TOTAL BID: $149,862.61) 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 90 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. ATTEST: City Secretary APPROVED AS TO LEG FO By: Asst. City Attorney (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF CORPUS CHRISTI By: Ange R. `Escobar, Interim Asst. City !lgr of Public Works and Utilities By: Kevin Stowers, Interim Director of Engineering Services CONTRACTOR Alpha B ilding Corpo � a�tion By: Title: C- / Kathleen Acack, President 5441 BEAR LANE, STE. 201 (Address) CORPUS CHRISTI, TX 78405 (City) (State)(ZIP) 361/299 -6292 * 361/299 -6374 (Phone) (Fax) Au 1 nurvr.., RY COMM __211312.7. SECRETMY Agreement Page 2 of 2 flIPHfl BUILDING CORPORATION First Choice For Facilities Renovation & Construction Mr. Angel Escobar, P.E. Director of Engineering Services c/o Mr. Jerry Shoemaker P.E. City of Corpus Christi Engineering Services 1201 Leopard Street Corpus Christi, Tx 78401 January 7, 2008 We are pleased to present our proposal for Improvements to the Green Wood Pool Complex This proposal is based on the attached Scope of Work, Project Impact Report, and R.S. Means cost proposal. Total cost for this work is: $1 49.862.61 Schedule for this work: Mobilization within _15 days of N.T.P. and completion within 75 days of commencement. (90days total). Please contact me at (361) -533 -0293 should have any questions regarding this matter. Sincerely /"1//a4 Bill Millar Project Manager Attachments: 1. Scope of Work 2. Project Impact Form 3. Sketch SK -1 4. Specification SS -I 5. R.S. Means Cost Proposal 6. Schedule of Values Corpus Christi Area Office 5541 Bear Lane, Suite 201 Corpus Christi, Texas 78405 P 361- 299 -6292 F 361- 299 -6374 www.alphabuilding.com CREATING ENVIRONMENTS WHERE GREAT THINGS CAN HAPPEN CORPUS CHRISTI JOB ORDER CONTRACT Scope of Work Renovate Senior and Recreation CENTERS PROJECTS #3275 ADA Compliance, Maintenance Improvements and Enhancements At The Green Wood Pool Acknowledged Reference: Roots and Foster Plans and Specifications Reference Alpha Building Corporation Director interviews, attached sketches. Maintenance Supervisory Personnel interviews Site Visits Prelim Scope Adjustment Meeting with B. Delgado Final Scope Revisions per Staff Meeting with Parks and Recreation Department Included References Specification Facility Building Interiors Bring the buildings to fully functional status with all client and staff electrical and plumbing amenities in place and operational. Office and Bathhouse Interior Plumbing fixtures and fittings will be removed and preserved for the City and the replacement fittings and fixtures shall be "GREEN" rated and handicap compliant when possible. All piping shall be tested for integrity. All carriers shall be tested. Electrical receptacles, switches and fixtures will be removed and replaced with "GREEN" Rated receptacles, switches and fixtures when possible. New fixtures, PROJECT IMPACT REPORT Legal Desc. and Street Address SCOPE OF WORK TO BE PERFORMED DETAILS OF ALL WORK TO BE PERFORMED: Facility Building Interiors Bring the buildings to fully functional status with all client and staff electrical and plumbing amenities in place and operational. Office and Bathhouse Interior Plumbing fixtures and fittings will be removed and preserved for the City and the replacement fittings and fixtures shall be "GREEN" rated and handicap compliant when possible. All piping shall be tested for integrity. All carriers shall be tested. Electrical receptacles, switches and fixtures will be removed and replaced with "GREEN" Rated receptacles, switches and fixtures when possible. New fixtures, switches and receptacles shall also be "GREEN" Rated when possible. All circuit will be tested for integrity. All doors that are to be replaced shall be with metal doors and stainless hardware. They shall be primed and painted with a graffiti resistant system. All masonry modifications will be patched to match. All ceramic tile systems in place shall be patched where access is necessary with creative color selections. All surfaces shall be water blasted and rinsed. All storage and security area fencing will be galvanized chain link component assemblies. All benches will be of recycled "GREEN" Rated materials when possible. Office and Bathhouse Exterior The roof domes shall have the panel joints exposed, treated and resealed with an elastomeric caulk system. The gutter channels will be relined and sealed and the downspouts will be refurbished The downspouts will be extended to a collection system that will take the rainwater to the edge of the property at the old mechanical room side. There the rain water is to be provided for the City to reuse. NO FINISH IS INCLUDED FOR THE ROOFS Party Rental Area Removal of four palm trees, masonry, plantings, and benches as necessary for construction of the Party Rental Area is included. A fabric cover on a metal frame as submitted within code compliance will be provided. Decking infill at the Party Rental Area shall be patched to match the existing concrete deck beneath. Renovate the expansion joint system in this area. Lighting and controls provided to code requirement. Tubular Fence will be used for containment of the Party Rental Area except at the Facility edge, which shall be chain link to match the existing. EXCLUDED ARE THE: BARBQUE PITS, PLAY EQUIPMENT, SEATING AND TABLES Pool Deck at Coping Prepare the area adjacent to the pool coping to the next available expansion joint running parallel to that coping for installation of a wet area pool decking material. No other expansion joint treatment is included in this proposal. Install the new pool decking system to these defined locations. Remove and renovate the Lifeguard Stands and lane stanchions with new mounting hardware to the deck. Furnish labor, material, and equipment to: 1. Mobilization / Demobilization a. Secure Laydown Area including: i. Dumpster site ii. Portable Toilet iii. Debris Pathway iv. Site perimeter security fence v. Scaffolding setup vi. Landscaping Protection b. Remove all construction equipment and materials 2. Demolition FROM ADA COMPLIANCE, MAINTENANCE IMPROVEMENTS AND ENHANCEMENTS AT POOL FACILITIES CP #3275 Plan Set "A" i 3. Construct a "Party Rental Area (Modified on existing deck) Removal of all Palm Trees Fill in deck to match 4. Replace shower Head /Controls a. In both Bathhouses and staff shower 5. Convert two showers to H/C 6. Replace plumbing fixtures(15) 7. Grout repairs at concrete plumbing wall shelf 8. Construct Storage Room at Men's Dressing Room a. Redesign with chain link security 9. Remodel Office area (Workers to use Public Access H/C toilets) a. To modified plan 10. Replace membrane flashing strips at roof joints between pre -cast concrete roof domes 11. Replace membrane flashing at cast -in gutters at roof domes 12. Renovate vending area for seating (vending deleted) 13. Convert front Dressing Cubicle at Women's Dressing to Storage Room a. Add doors and chain Zink security 14. Convert abandoned Heater Room to Storage Room a. Replace entry door and water blast only b. Repair mechanical vent hole in the roof 15. Replace Dressing Room Benches 16. Replace Pool Deck (level to coping elevation) at Pool perimeter a. To the first expansion joint from pool coping edge SCHEDULE DATES OF THE PROJECT SCHEDULED START DATE: Proposed start date 15 days from Notice To Proceed and continue for 75 days upon commencement of work. SPECIAL CONCERNS 1. Out -of -scope findings will be reported to City Engineering Services in writing. SPECIAL INSTRUCTIONS Considerations 2. All work to begin after 7:30 am and proceed through the working weekdays 3. Areas of work and pathways shall be cleaned daily of construction debris for the duration of the project. 4. Dust protection shall be provided as required. 5. Hazardous materials survey and/or abatement are not included in this proposal 6. All workers to check in with Facility Manager before proceeding each work day. 7. Assigned parking for ALPHA workers will be honored and no -work days will relinquish assigned spots to the Public. Furnish labor, material, and equipment to: 1. Mobilization / Demobilization a. Secure Laydown Area including: i. Dumpster site ii. Portable Toilet iii. Debris Pathway iv. Site perimeter security fence v. Scaffolding setup vi. Landscaping Protection b. Remove all construction equipment and materials 2. Demolition FROM ADA COMPLIANCE, MAINTENANCE IMPROVEMENTS AND ENHANCEMENTS AT POOL FACILITIES CP #3275 Plan Set "A" 3. Construct a "Party Rental Area (Modified on existing deck) Removal of all Palm Trees Fill in deck to match 4. Replace shower Head /Controls a. In both Bathhouses and staff shower 5. Convert two showers to H/C 6. Replace plumbing fixtures(15) 7. Grout repairs at concrete plumbing wall shelf 8. Construct Storage Room at Men's Dressing Room a. Redesign with chain link security 9. Remodel Office area (Workers to use Public Access H/C toilets) a. To modified plan 10. Replace membrane flashing strips at roof joints between pre -cast concrete roof domes 11. Replace membrane flashing at cast -in gutters at roof domes 12. Renovate vending area for seating (vending deleted) 13. Convert front Dressing Cubicle at Women's Dressing to Storage Room a. Add doors and chain link security 14. Convert abandoned Heater Room to Storage Room a. Replace entry door and water blast only b. Repair mechanical vent hole in the roof 15. Replace Dressing Room Benches 16. Replace Pool Deck (level to coping elevation) at Pool perimeter a. To the first expansion joint from pool coping edge Considerations 1. All work to begin after 7:30 am and proceed through the working weekdays 2. Areas of work and pathways shall be cleaned daily of construction debris for the duration of the project. 3. Dust protection shall be provided as required. 4. Hazardous materials survey and/or abatement are not included in this proposal 5. All workers to check in with Facility Manager before proceeding each work day. 6. Assigned parking for ALPHA workers will be honored and no -work days will relinquish assigned spots to the Public. EXCLUSIONS 1. Geotechnical Tests /Reports 2. Environmental Testing 3. Permitting : TDLR - registration and submission 4. Any and all item not listed above. Greenwood Pool Renovations Bond 2004 Project #3340 Scope of Work 1 Facility Building Interiors Bring the buildings to fully functional status with all client and staff electrical and plumbing ADA accessable amenities in place and operational. 2 Office and Bathhouse Interior Plumbing fixtures and fittings will be removed and preserved for the City and the replacement fittings and fixtures shall be "GREEN" rated when possible and handicap compliant. All piping shall be tested for integrity. All carriers shall be tested. Electrical receptacles, switches and fixtures will be removed and replaced with "GREEN" Rated receptacles, switches and fixtures when possible. New fixtures, switches and receptacles shall also be "GREEN" Rated when possible. All circuits will be tested for integrity and ADA accessable All doors that are to be replaced shall be with metal doors and stainless hardware. They shall be primed and painted with a graffiti resistant system and ADA accessable All masonry modifications will be patched to match. All ceramic tile systems in place shall be patched where access is necessary with creative color selections. All surfaces shall be water blasted and rinsed. All storage and security area fencing will be galvanized chain link component assemblies. All benches will be of recycled "GREEN" Rated materials when possible. 3 Office and Bathhouse Exterior The roof domes shall have the panel joints exposed, treated and resealed with an elastomeric caulk system. The gutter channels will be relined and sealed and the downspouts will be refurbished The downspouts will be extended to a collection system that will take the rainwater to the edge of the property at the old mechanical room side. There the rain water is to be provided for the City to reuse. 4 Party Rental Area Removal of four palm trees, masonry, plantings, and benches as necessary for construction of the Party Rental Area is included. A fabric cover on a metal frame as submitted within code compliance will be provided. Decking infill at the Party Rental Area shall be patched to match the existing concrete deck beneath and ADA access. Renovate the expansion joint system in this area. Lighting and controls provided to code requirement and ADA accessable Tubular Fence will be used for containment of the Party Rental Area except at the Facility edge, which shall be chain link to match the existing. 5 Pool Deck at Coping Prepare the area adjacent to the pool coping to the next available expansion joint running parallel to that coping for installation of a wet area pool decking material. No other expansion joint treatment is included in this proposal. • Install the new pool decking system at defined locations to assist with ADA access. Remove and renovate the Lifeguard Stands and lane stanchions with new mounting hardware to the deck. Bond 2004 CDBG Cost Cost $5,082.61 $1,067.82 $9,014.54 $27,043.62 $18,329.78 $0.00 $29,286.15 $32,364.27 $10,649.53 $17,024.29 Subtotal CDBG $77,500.00 Subtotal Bond 2004 $72,362.61 TOTAL COST $149,862.61 Greenwood Pool Renovations Bond 2004 Project No. 3340 Description of Work Facility Building Interiors • Bring the buildings to fully functional status with all client and staff electrical and plumbing ADA accessible amenities in place and operational. Office and Bathhouse Interior • Plumbing fixtures and fittings will be removed and replace with ADA compliant and "GREEN" rated when possible. • Electrical receptacles, switches and fixtures will be removed and replaced with ADA compliant and "GREEN" rated when possible. • Select doors that are to be replaced shall be with metal doors, primed and painted with a graffiti resistant system and ADA compliant stainless hardware. • All masonry and ceramic tile work will be patched to match. • All interior surfaces shall be water blasted, rinsed and painted as required. • Fencing for storage and security area will be galvanized chain Zink assemblies. • New built -in bathroom benches will be of recycled "GREEN" Rated materials. Party Rental Area • Site preparation for the new Pavilion including removal of four palm trees, masonry, plantings, and benches. • New 46' concrete deck with expansion joints. • Miscellaneous sidewalk and decking improvements including ADA access. • Lighting and controls provided to code requirement and ADA accessible. • Tubular Fence will be provided to better designate the Party Rental Area. Office and Bathhouse Exterior • The roof domes shall have the panel joints exposed, treated and resealed with an elastomeric caulk system. • The gutter channels and downspouts will be relined and sealed and the downspouts will be extended away from the building. Pool Deck at Coping, • Pool decking improvements to improve ADA access and safety. • Remove and renovate the Lifeguard Stands. Bond 2004 CDBG Share Share $5,082.61 $1,067.82 $9,014.54 $27,043.62 $29,286.15 $32,364.27 $18,329.78 $0.00 $10,649.53 $17,024.29 Subtotal CDBG Subtotal Bond 2004 $72,362.61 TOTAL COST $77,500.00 $149,862.61 EXHIBIT "B" Page 2 of 2 DESIGN - SPECIFICATION Project: GREENWOOD POOL PARTY AREA Description: 46' DIA. SHADE STRUCTURE, OCTAGONAL DESIGN Date: 11/27/07 SOLAR SHADE STRUCTURE OCTAGON DESIGN 5.011 Cable 1440 17.60 5.5 set; 40 Embedded 2.5•x2.5x3 — REINF. 4 #5 EW Octagon Diameter = 44 Octagon Square Feet = 1495.72 Square Feet Material Required = 2116 PRELIMINARY PLAN Project: GREENWOOD POOL PARTY AREA Description: 46' DIA. SHADE STRUCTURE, OCTAGONAL DESIGN Date: 11/26/07 8' 46' 0" PHOTO EXAMPLES (Hexagonal shown, octagonal is custom this job) Project: GREENWOOD POOL PARTY AREA Description: 46' DIA. SHADE STRUCTURE, OCTAGONAL DESIGN Date: 11/26/07 P A Y M E N T B O N D STATE OF TEXAS § Bond No. 2083277 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Alpha Building Corporation of NUECES County, Texas, hereinafter called "Principal ", andNorth American Specialty Insurance Company a corporation organized under the laws of the State of New Hampshire, 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 ONE HUNDRED FORTY -NINE THOUSAND, EIGHT HUNDRED SIXTY -TWO AND 61/100 ($149,862.61) 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 12TH day FEBRUARY , 20 08 , a copy of which is hereto attached and made a part hereof, for the construction of: GREENWOOD POOL COMPLEX RENOVATIONS JOB ORDER CONTRACT PROJECT NO. 3358 (TOTAL BID: $149,862.61) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 12th day of February , 20 08 . PRINCIPAL Alpha Building Corporation By: &e_c. Kathleen Acock, President (Print Name & Title) ATTES % V Secret4 ry Vt... � e (Print ) cap SURETY North American Specialty Insurance Company By: Attorney -in -fact Lawrence L. Rhodes (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Wm. Rigg Co. Contact Person: Lawrence L. xhodes Address: 711 N. Caranchua, Suite 514 Corpus Christi, TX /64/5 Phone Number: 361 - 215 -8076 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 P E R F O R M A N C E BOND Bond No. 2083277 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Alpha Building Corporation of NUECES County, Texas, hereinafter called "Principal ", andNorth American Specialty Insurance Gonany corporation organized under the laws of the State of New Hampshire 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 ONE HUNDRED FORTY -NINE THOUSAND, EIGHT HUNDRED SIXTY -TWO AND 61/100 ($149,862.61) 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 12TH of FEBRUARY , 20 08 , a copy of which is hereto attached and made a part hereof, for the construction of: GREENWOOD POOL COMPLEX RENOVATIONS JOB ORDER CONTRACT PROJECT NO. 3358 (TOTAL BID: $149,862.61) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 of Article 5160, the requirements statutes 0 This bond St given to meet and other applicable of Texas, Vernow s Civil Statutes the State of Texas. by the Surety hereby designated y requisite The agent is County to whom any Surety be had here, undersigned in Nueces of ma by Art. a as the Agent Resident on whom service provided notices may be delivered and such suretyship, in matters arising out Code. 7'191, Vernon's Texas Insurance in 4 copies, is executed this the 1 this instrument original, IN WITNESS be deemed an each e of which ich shall day of on 20 08• �ebruar PRINCIPAL Alpha Building Corporation By (Print Name & Title) ATTE Secretary (Print Name) SURETY North American Specialty Insurance Company By: Attorney -in -fact (print Name) Resident Count Texas, -11-jivery of notice Surety in Nueces Resident Agent of the rocess is ci and service of P Wm. Ri Co. Lawrence L1 `Ilha3eracy: c ° tact Person: ALvZc ess : pone Number: C -IN.rOTC: Date of Performance 215 -807b Revised 9/02) rior to date of contract)( Bond must not be h performance Bond Page 2 of 2 for NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: LAWRENCE L. RHODES, BRADLEY D. JOHNSON MARILYN CALHOUN and STEVEN E. WHITE JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Pact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International insurance Company at meetings duly called and held on the 24'h of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." , ,k1, IJ › /1(7RIIORATE s to SEAL Iv uutoas s: By Steven P. Anderson, President & Chief Exec the Officer of Washington International Insurance Company & Vice President of North American Specially Insurance Company �IehC3� By David M. layman, Vice Presidential Washington Inlenralional Insurance Company & Mee 'maiden, of North American Specially Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 121h day of December , 20 06 State of Illinois County of Du Page ss: North American Specialty Insurance Company Washington International Insurance Company On this 12th day of December , 20 06 , before me, a Notary Public personally appeared Steven P. Anderson President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" SUSAN ANSEL Notary Pudic, Stele of ttincas Susan Ansel, Notary Public My Commission Excites Man 1, James A. Carpenter , the duly elected Assistant of North American Specialty Insurance Company and Washington International insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington international Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 12thday of February , 20 08 James A. Carpenter, Vice Presided & Assistant Secretary of Washington International Insolence Company & North American Spcciehy Insurance Company CITY OF CORPUS CHEISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469 -9277 RE: Certification of Power of Attorney for Performance and Payment Bonds Project Name /No.: Various Projects Surety Company: A.1DI2 - 631 iC ' SA Cf/ JAKiti - 40 -'C_�c Cc. Gentlemen: 1 �/ I, AUL A- . II�( _q . re • (name of Officer of surety) , hereby certify that the facsimile power of attorney submitted by Lawrence L, Rhodes (Attorney -in -Fact) for Various ProJe :ts and Various Contractors f '.' 4- rani•nrl a n.,ry of w1,4 r.h 4a =11aanl aA 4- 4.4,4a and correct copy cf the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is stil]. in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certif:.ed mail within seven (7) days thereof at the following address: City o,` Corpus Christi Departuent of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 784466/9 -9277 ciflA Signed this day of /4/ { 7 20 C/7 . Name: rAiAt /at.' /MiLLi . Title: A'S5-1- 1/ i cE Prz-cs I D E-0-t` Sworn and subscribed to before . me on this 4 day of 204E. +1 tr ' SHARON GRANT ' '� Notary Public, State of Texas : My Commi: sion Expires '� �f of {�,•+ March .10, 2011 (Revised 9/03) Notary Public__ State of AL-4— My Commission Expires: 3f 3a/ C I ATTACHMENT 1 1 OF 1 NAS SURETY GROUP NORTH AMERICAN SPECIALT ( INSURANCE COMPANY WASHINGTON INTERNATIONE,L INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESI .NTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, ar d having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation orgy nized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constil ite and appoint: PAUL A. YASILLI, JR., GEORGE M. STORM, JOHN DOOLEY TERRY WILLIAMS, BLAINE ALLEN and SHARON GRANT JOINTLY OR SEVERALLY Its true and lawful Attorney(s) -in -Fact. :o make. execute. seal and deliver. for and on its behalf and as its act and deed. bonds or other writings obligatory in the nature of a bond on be :alf of each of said Companies, as surety. on contracts of suretyship as are or may be required or permitted by law, regulation. contract or otherwise, r rovided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted Directors nfhnth North American C,.r_ on the 24th of March, 2000: "RESOLVED, that any two of the Assistant Secretary be, and each or any of Attorney to execute on behalf of the attest to the execution of any such Pow FURTHER RESOLVED, that the certificate relating thereto by facsimile, binding upon the Company when so aff ` ti c i i u r v ',„h ! 9.,760eati:p. .rzs SEAL 5,g, sled —,us re3 r.in e V011lali`ti�` and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of ahar IncnrannP i'nmr.�n,. �n�! Uila,.h:....r,... t... ^i r: aG "'n;rG° r..__._...... _ i � __ _, ___ ..__ _ _.... _._ _..� .. _... sy.........�.i ..w..,.... i. �-vit rt�auy ar ii wcuuga uury co; ICU aitU IJC IU President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power :.:ompany bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to :r of Attorney and to attach therein the seal of the Company; and it is rignature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be xed and in the future with regard to any bond, undertaking or contract of surety to which it is attached," By %� t `.� __•_, . _. r P. Anderson, President & Chief Executive Officer of Washington International fasurance Company & Vice President of Nnnh American Specialty Insurance Common) By deemeat David M. Layman, Vice President or Washington nInternational Insurance Company & Vice President of Nnr lh American Specially Insurance Company �µagrt p, _g CORPORATE \_ xi SEAL Fes, .3y, ettnoas . Aa,: IN WITNESS WI- HEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, am these presents to be signed by their authorized officers this 1st day of August . 2006 State of Illinois County of Du Page ss: North American Specialty Insurance Company Washington International insurance Company On this 1st day of August , 2'106, before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Co npany and Vice President of North American Specialty Insurance Company and David M. Layman Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" SUSAN ANSEL Notary Puttiic, Stale of ttlnps My Cotmrllssior Expires MOW ?0W I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Compan: and Washington International Insurance Company, which is still in full force and effect. t Susan Ansel, Notary Public IN WITNESS WHEREOF, I have se n y hand and affixed the seals of the Companies this day of , 20 James A Carom ter Vice Prevdenn & Assisi/mu Secreian of Washmginn Inremaunnat Insurance Compam & Nonh Amencan Specs eh). Insurance Company IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jim Carpenter, Vice President - Claims, at 1 -800- 338 -0753. You may call Washington International Insurance Company and /or North American Specialty Insurance Company's toll -free number for information or to make a complaint at: 1- 800 - 338 -0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714 -9104 Fax: (512) 475 -1771 Web: http: / /www.tdi.state.tx.us E -mail: ConsumerProtection(ii/tcli.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and /or North American Specialty Lisurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jim Carpenter, Vice President - Claims, al 1- 800 -338 -0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para information o para someter una queja al: 1- 800 - 338 -0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1200 Arlington Heights Road #400 Itasca, IL 60143 Puede escribir al Departmento de Seguros de Texas para obtener information acerca de companias, coberturas, derechos o quejas al: 1- 800 -252 -3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714 -9104 Fax: (512) 475 -1771 Web: http: / /www.tdi.state.tx.us E -mail: Consu m erProtectionAtdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS :ity of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to •rovide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". 'IRM NAME Alpha Building Corporation rTREET: 24850 Blanco Rd. CITY: San Antonio. Texas ZIP: 78258 :1RM is: 1. Corporation X 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS f additional space is necessary, please use the reverse side of this page or attach separate sheet. I. State the names of each "employee" of the City of Corpus Christi having an `ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) None 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 None 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 "firm ". Name Board, Commission or Committee None 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" constituting 3% or more of the ownership in the above named "firm ". Name Consultant None 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 information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Kathleen Acock Title: Pres i dent (Type or Print) ninnwrurr of Certifvina Person: ate: 1/31/Z007 ACORD. CERTIFICATE OF LIABILITY INSURANCE 01/0 MIDDIYYYY) 01/04/08 PRODUCER 1- 713 - 978 -6668 Wo. Rigg Co. - Houston 10777 �Pestheimex Suite 300 Houston, TX 77042 -3454 Larry Rhodes THIS CERTIFICATE 1S ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, INSURERS AFFORDING COVERAGE NAIC # INSURED Alpha Building Corporation 24850 Bianco Road Suite 200 San Antonio, TX 78258 INSURER A: Travelers Lloyds Insurance Company INSURER B: Charter Oak Fire Insurance Company INSURERC:Travelers Indemnity Company of CT LIABILITY COMMERCIAL GENERAL LIABILITY INSURERD:The Travelers Indemnity Company 03/06/07 INSURER E: - EACH OCCURRENCE 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 LTR ADD INSR , TYPE OF INSURAN E POLICY NUMBER POLICY EFFECTIVE DATE IMMIDOIYYI POLICY EXPIRATION DATE IMMJDDIYY1 LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY C00324L15807 03/06/07 03/06/08 EACH OCCURRENCE $1,000,000 El DAMAGE TO RENTED PREMISES (Ea occutence) $ 300, 000 .. CLAIMS MADE X OCCUR MEDEXP(Arry one person) $5.000 X BBL 81,000,000 PERSONAL a ADV INJURY 51,000,000 _.-..J GEN'L U NtNALAIi jII GATE I h, CIO 15 , UUU r AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGO 52,000,000 POLICY 1 C I !NI" LOC B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BA9994B612 03/06/07 03/06/08 +/ COMBINED SINGLE LIMIT (Eaacddent) ;1.000, 000 1/ X BODILY INJURY (Per person) X BODILY INJURY (Per accident) S X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG S C EXCESSIUMBRELLALIABILITY $ OCCUR n CLAIMS MADE DEDUCTIBLE RETENTION S 10,000 CUP54613367 03/06/07 03/06/08 V/ EACH OCCURRENCE ;3,000,000 AGGREGATE 0,000,000 r7 ; S X ; D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBEREXCLUDED? If yes, descrlbeunder SPECIAL PROVISIONS below U39834C372 03/06/07 03/06/08 I// X WCST TU- I 1011 TORY E.L. EACH ACCIDENT ;1.000,000 E.L.DISEASE - EAEMPLOYEE ;1,000,000 E.L.DISEASE - POLICY LIMIT ;1,000,000 A A OTHER EQUIPMENT FLOATER BUILDERS RISK QT6604543L912 QT6604543L912 03/06/07 03/06/07 03/06/08 03/06/08 LEASED & RENTED 100,000 Any One Project 3,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS MISC PROJECTS AS REQUIRED. 7 The City of Corpus Christi is named Additional Insured on all General Liability and Auto Liability policies where required by written contract. CANCELLATION 10 DAYS NOC FOR NON - PAYMENT OF PREMIUM City of Corpus Christi Engineering Services Attn: Sylvia Arriaga PO Box 9277 Corpus Christi, TX 78469 ACORD 25 (2001/08) baes1302 7925948 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 r DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE USA ® ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The . ., /+c.t c,.cts .b.,.'c..cc cr. the r c'oo u:uc cf this fn-7, .daGc& riot Gur iSiiii`w wiiiinC.i ucirioeii the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE 01/04/08 NAME OF INSURED: Alpha Building Corporation SUPP (70/00) Alpha Building Corporation POLICY NUMBER: CO0324U5807 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 3/6/07 — 3/6/08 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY /ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL, GENERAL LIABILITY - CONTRACTORS COVERAGE PART SCHEDULE NAME OF PERSON(S) OR ORGANIZATION(S): City of Corpus Christi Ettrtineerine Services ATTN: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 PROJECT/LOCATION OF COVERED OPERATIONS: Various Projects for City of Corpus Christi 1. WHO IS AN INSURED — (Section Ii) is amended to include the person or organization shown in the Schedule above. Tha person or organization does not qualify as an additional insured with respect to the Independent acts or omissions of such person or organization. The person or organization is only an additional insured with respect to liability caused by your work" for that additional insured at the location shown in the Schedule. 2. The insurance provided to the additional insured is limited as follows: a) in the event that the limits of liability stated in the policy exceed the limits of lability required by a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought, the insurance provided by this endorsement shall be limited to the limits of lability required by such contract or agreement. This endorsement shall not in- crease the limits stated in Section Ili — LIMITS OF INSURANCE. b) The insurance provided to the additional In- sured does not apply to "bodily Injury", "prop_ etty damage ", `personal injury* or "advertising injury" arising out of an architect's, engineer's CG 02 47 10 02 or surveyor's rendering of or failure to render any professional services Including: I. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifi- cations; and IL Supervisory or inspection activities per- formed as part of any related architectural or engineering activities. c) This insurance does not apply to "bodily in- jury" or "properly damage" caused by `your worts" Included in the "products- completed operations hazard" unless you are required to provide such coverage for the additional in- sured by a written contract or written agree- ment in effect during this poky period and signed and executed by you prior to the loss for which coverage is sought and then only for the period of time required by such con- tract or agreement and In no event beyond the expiration date of the policy. 3. Subpart (1)(a) of the Pollution exclusion under Paragraph 2,, Exclusions of Bodily injury and Property Damage Liability Coverage (Section 1 — Coverages) does not apply to you if the "bodily Copyright, The Travelers indemnity Company Page 1 of 2 COMMERCIAL GENERAL LIABILITY injury` or "property damage" arises out of your work" performed on premises which are owned or rented by the additional insured at the time your worts' Is performed. 4. Any coverage provided by this endorsement to an additional insured shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, con- tingent or on any other basis unlesa a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage Is sought specifically requires that this insurance apply on a printery or non - contributory basis. When this in- surance is primary and there is other Insurance available to the additional insured from any source, we will share with that other insurance by the reeth.r..r.• 5. As a condition of coverage, each additional insured must: a.) Give us prompt written notice of any "occur- rence" or offense which may result in a claim and prompt written notice of 'suit ". b.) immediately forward all legal papers to us, cooperate in the defense of any actions, and otherwise comply with policy conditions. c.) Tender the defense and indemnity of any claim or "suit" to any other insurer which also insures against a loss we cover under this endorsement. This includes, but is not limited to, any insurer which has issued a policy of insurance in which the additional insured qualifies as an insured. For purposes of this requirement, the term "insures against" refers to any self- Insurance and to any insurer which issued a policy of insurance that may provide coverage for the Toss, regardless of whether the additional insured has actually requested that the Jinsurer provide the additional insured with a .1ffenOe DrAir.r !nde. r ty ....d ,. the policy of Insurance. d.) Agree to make available any other Insurance that the additional insured has for a loss we cover under this endorsement. Bradley D. Johnson Vice President Page 2 of 2 Copyright, The Travelers Indemnity Company CG 02 4710 02 4 Alpha Building Corporation COMMERCIAL AUTO Ni/ POLICY NUMBER: BA9994B612 ISSUE DATE: 3 -6 -07 to 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. j DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organizatlon(s) who are 'Insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided In the Coverage Form, SCHEDULE Name of Person(a) or Organization(s): City of Corpus Christi Engineering Services Ate: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Of no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "Insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. Bradley D. Johnson Vice President CA 20 48 02 99 Copyright. Insurance Services Office, Inc., 1998 Pape 1 of 1 Alpha Building Corporation POLICY NUMBER: C00324L158O7 Ni ISSUE DATE: 3/6 /07 - 316.108 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY EARLIER NOTICE OF CANCELLATION /NONRENEWAL PROVIDED BY US - TEXAS This endorsement modifies insurance provided under the following: BOILER AND MACHINERY COVERAGE PART BUSINESSOWNERS POLICY COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART — CONTRACTORS COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY t_f]VFRAr,F PART CRIME COVERAGE PART DELUXE PROPERTY COVERAGE FORM EMPLOYEE BENEFITS LIABILITY COVERAGE PART EXCESS (FOLLOWING FORM) LIABILITY INSURANCE FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE CANCELLATION: Number of Days Notice: WHEN WE DO NOT RENEW (Nonrenewal): Number of Days Notice: NAME: City of Corpus Christi Engineering Services ADDRESS :ATTN: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469 -9277 A. For any statutorily permitted reason other than nonpayment of premium, the number of days e- quired for notice of cancellation, as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this insurance, is n- creased to the number of days shown in the SCHEDULE above. B. For any statutorily permitted reason other than nonpayment of premium, the number of days e- quired for notice of When We Do Not Renew ( Nonrenewal), as provided in the CONDITIONS Section of this insurance, or as amended by any C. 30 (Thirty) 30 (Thirty) 1 applicable state When We Do Not Renew ( Nonrenewal) endorsement applicable to this il- surance, is Increased to the number of days shown in the SCHEDULE above. We will mail notice of cancellation or nonrenewal or material limitation of those coverage forms to the person or organization shown In the schedule above. We will mail the notice at least the Nu m- bar of Days indicated above before the effective date to our action. Bradley D. Johnson Vice President IL FO 26 09 98 Copyright, The Travelers Indemnity Company, 1998 Page 1 of 1 d Alpha Building Corporation COMMERCIAL AUTO ISSUE DATE: 3 - 6.20 ©7 POLICY NUMBER: BA9994B612 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION This endorsement modifies Insurance provided by the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM 1 1. Name: Address: SCHEDULE City of Corpus Christi Engineering Services ATTN: Contract Administrator „ .. L • V • JULIA 7e.1 1 Corpus Christi, Texas 78469 -9277 2. Number of Days Notice: 30 (Thirty) j (If no entry appears above. Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) PROVISIONS We will mail notice of cancellation or material limitation of these coverage forms to the person or organization shown above. We will mall the notice at least the Number of Days indicated above before the effective date of our action. Bradley D. Johnson Vice President CA T3 25 09 99 Page 1 of 1 WORMERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Rd. 7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will, mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 4( 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box. 9277 Corpus Christi, TX 78469 -9277 1 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 3 -6 -07 to Policy No. gg83 Cg7nnddors�eme 3 -6 -08 �! Insured Alpha Building Corporation Insurance Company Travelers Lloyds Countersigned By: Insurance Company Bradley Johnson WC 42 06 01 Name (Printed): y No. WEa6+20601 (Ed. 7-84) Title (Printed) : Vice President 1 ATTACHMENT 3 3 0F3 GENERAL ENDORSEMENT Name of person or organization insured Alpha Building Corporation V Date this endorsement takes effect 3/6/07 to 08 Endorsement Number Policy Number QT6604268B86A Policy Period 3/6/07 to 08 i lc / Installation Floater Name of Company issuing this endorsement Travelers Lloyds Insurance Company (We will not fill in the above unless we issue this endorsement after we issue your policy) In consideration of no change in premium, add the following as an additional insured: City of Corpus Christi: Department of Engineering Services P.Q. Box 9277; Attn: Contract Administrator Corpus Christi, TX 78469 -9277 Should the above described policy be cancelled or materially changed before the expiration date thereof, the issuing company will mail 30 days written notice to the above named. J Signature: Authorized Agent Bradley D. Johnson Vice President ATTACHMENT 4 1 of 1 KK GL00