Loading...
HomeMy WebLinkAboutC2008-270 - 7/22/2008 - Approved2008-270 07/22/08 S P E C I A L P R O V I S I M2008-183 Alpha Building Corp. S P E C I F I C A T I O N S _ A N D FORM S O F C O N T RAC T S A N D B O N D S F O R ADA CO-ED FOR FIRE STATION No.6 2008 THIS PROJECT WAS AWARDED VIA JOB ORDER CONTRACT WHICH WAS COMPETITIVELY PRICED UNDER RFP 2007-1 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT NO: 5236 DRAWING NO: N/A S P E C I A L P R O V I S I O N S S P E C I F I CAT I O N S A N D FORM S O F C O N T RAC T S A N D B O N D S F O R ADA CO-ED FOR FIRE STATION No.6 2008 THIS PROJECT WAS AWARDED VIA JOB ORDER CONTRACT WHICH WAS COMPETITIVELY PRICED UNDER RFP 2007-1 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT NO: J~236 DRAWING NO: N/A (Revised 6/27/99) ADA Co-ed For Fire Station No.6 PROJECT NO. 5236 TABLE OF CONTENTS NOTICE TO CONTRACTORS - A Insurance Requirements (Revised May 2006) NOTICE TO CONTRACTORS - B Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS , .] l ..F n...... l n.....i .. ,l .. /n.-..-n s4_1N....+:...i Imo. ..+ ~T A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award n J~cc-ticg ~-,• ~'••• c..u...,: .-+...a .,.+t. n...,...,. ~.-,, (nOt used} A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage n n 9 r..,_..,..., ..,~nm,...+ ..+ -"da~'c auu (not used) A-10 Wage Rates A-11 Cooperation with Public Agencies A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials ' "' °`_ _' -' ^"-- NOT USED A-18 Schedule and Sequence of Construction NOT USED A-20 Testing and Certification ^' -=--'- - -- NOT USED A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required A-24 Surety Bonds NO LONGER APPLICABLE 6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements Page 1 of 2 A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work __ ~~ n_~ ~_ ____ n"_-_~.--___ _` ___ _~ ___ _. ___. NOT USED A-36 Other Submittals A-37 NOT USED A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-92 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 NOT USED NOT USED A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) Submittal Transmittal Form PART 8 - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS AGREEMENT PROPOSAL/DISCLOSURE 3TATEMENT E'S~I~7 PAYMENT BOND Page 2 of 2 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 INSIIRANCE MINIMON INSURANCB COVERAGE 30-Day Notice of Cancellatioa required on Bodily Injury and Property Damage all certificate8 PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage e. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMBNTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-term X NOT REQUIRED environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ 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-li 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 SSO-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORF~E3'S CC.?E-•+SATION COVERP+Ca FOR BUI?~DFOR GC~/E ~*dMENT ENTITIESJECTS P ea •- , '^he Contractor agrees to comply with all applicaale provision of Texas Administrative Code title 28, Section 110Yoiect contractf whit:-. s attached and deemed -acorporated into the p- 1 se ^ote that under section 110.110: texas law requires that -:oat contractors, subcc-tr=_ctors, and others providing wor)c or serv_ces for a City building c= construction prc'.ect rust be covered by worker's compensation insurance, authorized or an approved worker's compensation coverage sell-i:surance, agreer.:ent . Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) ~~ provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all indiincludi c oduring wthe or ser:•ices on this Project at any time, mai:tenance guaranty periav_^ ntoof Transportation under xas Civil ;_ _- with the Texas Dep rovide accidental insurance reg__=_- and which p need Statutes Article 6675c, coverage under Texas Civil Statutes Article 6675 c, Section 4(j) not provide 1 of the 3 forms of worker's compensation coverage. s certain language ^ust be included in thecont3:actstwith Contract with the City and the Contractor's subcontractors and others providing services for the Project; the Contractor `_s required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the Contractor is required to post the recuir_d notice at the job site. gy siccing this Contract, the Contractor certifies that := will ~~ '~ _e irements• cor.:ps; with these Not_ce to Contractors B qu timely NOiIGE :'O CONTAACiOAS - 6 (0.eviseo 1/13/981 page 1 cf ~ 8~7 / y8 Title 2S. L~iSL"R..•~\CL Part II. TE1.AS ~i'ORIiERS' CO'~1PENSATION COv1.VIISSIO Chapter 110. FEQtiI~ED \`OTICES OF CO~'~ER-'sGE Subchapter B. El1PLOYER tiOTICES 5 110.110 Re°ortin~ Reeuiremenu for Building or Construction Projecu for Governmental Entities (a) The following words and terms, when used in this rule, shall hive the following meanings, unless the context clearly indicates otherwise. Ter:rts not de5ned in this rule shall have the meaning derned in the Texas Labor Code, if so defined. (1) Certificate of covezge (c~.^.inc.=ta-= ropy of a ce^.incate of ~=stlr..nce, s cartincate °f authority to self-insure issued b? rite cor-tmissi°n, cr a workers' compe:tsaticn coverage aereematst (TWCC-S 1, TWCC-"o2, TWCC-S3, or IZ'/CC-S41, showing statutory workers' compensation insurance coverage for the person's or enrit}~s e:noloyces (including those subject. to a coverage zgreement) providing services on a project, for rite duration of the project. ()( ) (2) Buildine or construrion-pas tre mea.^ing defined in the Texas Labor Code, § 406.096 e 1 (3) Contractor-A person bidding for or awazded a endrv. builain¢ or cottstrurion project by a governmental (4) Coveraee-workers' compensation inst:rartce meeting Lhe stztutory requirements of the Texas Labor Code, § 401.011(44). (5) Coverage aaeement-A written zg: a=n=eat on form I'WCC-S i, form TWCC-S2, form T~'VCC-S3, or form TWCC-S4, filed with Lhe Texas workers' Compensation Commission which establishes a relationship between the parties for purposes ofthe Texas Wocke.-s' Compensation Act, pursuam to the Texas Izbor Code, Chapter 406, Subchapters F and G, as one of employer/em ftoo persons establishes who will be responstble for providing workers' compensation coverag providing services on the project (6) Duration of the project-Includes the tiztte from the beginning of work on the project until the work on the projea hu bean compiered a.-:a accepted by the eovernmental entity. (7) Persons Providing sen~ccs on the eroie^. ("subcontractor" ~. § 406.096 of the Act)-~~'~ tSc exception of oersons excluded under subsections (h) and (i) of tins section, includes all Pas°~ cr entities Pe:iotming all or Part of the services the contractor has undertaken to perform on the orojec. reeazdless o: whether that person contracted d'uectly with the contractor and regardless beontractors. that person his employees. T'ras includes but is not limited to independent contractors, io e_s of leasing companies, motor c.-criers, owner-ooerators, employees of zny such entity, or emP y any entity fi::risiting persons to pe:iorat se.-vices on the projea. "Services" includes bu- t,!s n°t ~'yted :,orrce ro co,+rtacrons - ae~ieee 1/13/981 S/7/9S httn~/iv/ww scs.state.r...usitae~23/II/1 i0B/110.110.html Page z ,r i SST:.~::_::: page 2 c: j :o p: c•.:ci-_..`._riine, o: dec ~ gang eeuip,:.e.^.: cr -_:er.~s. cr or ov idire labor, :rznspcr.3::cn. or oche: sew^ce : _.~.__ ;o z orojem. ''Services" does net is:=:::je aaiti it:es :.::elated to the proiec~ _::ch as fooc.•~e:a:z_e vendors, cL.ce supply deliveries, arc ceiiverv of rortable toilets. (8) Prciem-_:ciudcs the crc•.ision of all services r ei3:ed to a bu3.^:in2 or consttvcron co :::act for a gove^ ~e^:~~ entity. (b) Pre~;dinz or causing to be provided a certincz:e o coverage pursuant to this rule is z represer:•~:ica by the insured :hat all employees of anti irtsured who are providing services en the projec. ~-e covered by workers' compensarion coverz2e, that the coverage is based on oroper reporting of classification codes and payroll amou :ts, znd that aL coverage agreements Nave been filed with Lhe a~~reeriate insurance carrier or, in the case o: a self-insured, with the commission`s Division of Se~~-Lsurace Reguiztior_ Providing izlse or tnisiezding ce:c:.cates of coverage, or failing to provide or r..aintain required coverage, or failing to report any c:.artge that materially affecs the provision o: coverage may slbject the contracor or other person providing services on the project to administ,~a:ve penalties, ctitninal penalties, civil pe:.zities, or other cavil. actions. (c) A gever::y ental earity t;:at enters into a buildin_ or consrruc~on contract on a projec s::~:zll: (1) include in the bid specifications, all the provisions of para~aph (~ of this subseaie4 using the language required by parae'apit (7) of this subsecio4 (2) as Dart o: the contract, using the language required by parag*aoh (7) of this subsec:io4 : equine t}:e contracor to perform as required in subsection (d) of this section; (3) obtain ~ em the contractor a certificate of coverage for each person providing services on the projec, prior to that person begitming work on the project; (4) obtain iiem the conL2aor a new certificate of coverage showing extension of coverage: (A) before ti:e end of the arr. eat coverage perioa, is the conttacor's current certificate of coverage shows that t.4e coverage period ends during the duration of the proiea; cad (]3) no inter :.^.za seven days azter the expiratioaof the coverage for each other person providing services on the projectwhose current certificate shows that the coverage period ends during the duration of tie project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter, (6) provide z copy of the ce^.ificates of coverage to the commission upon request and to any person entitled :o them by law; and (7) use the lan_.rzge contairtec in the following Figure i for bid specifications and contrzcs.:vithout any additional words or chanties, except those required to accommooate the specific docurient in which thev zre contained or to impose stricter standzrds of doa:.:,entation: T28S 110.11 G(cl(7) tbl NOTICE TO CONTRACTORS - 6 Revised 1/13/961 Paqe 3 of 7 s/~/CS http:/!w•.+,•w sos.stzte.tx.us%tae"_S;'[I/1108/1]0.110.htrrl Page ~ of 6 T.~C 110.110 '_) A contractor shu: i) provide coverage for iss empic ees croviaing services on a project, fcc t e duration of the project used on props reporing of ctass~.ca::on codes and payTeii amounts a:.c ':: g of any coverage agreements; .;3) provide a certificau of coverage showing workers' compensation coverage to the governmental entity prior to bemtming work on tae project; .;3) provide the governmental entirr, p^.or to the end of the coverage pezed, a new certificate of covera¢e showing extension of coverage, if the coveraee period shown or. ire comraaor's current ~crtificate of coverage ends during t:^.e duration of the project; (4) obtain from each person providing services on a project, and provide to tae goveenmenta! entity: (A) a certificate of coverage, prior to that person begianiag work on the croiect, so the goveromental eatiry will have on file certificates of coverage showing coverage for all persons providing services on ~.e project; and (3) no later than seven days after re=eipt by the conuactor, a new certificate of coverage showine extension of coverage, if the coverage period shown on the cttrreat ceetiiieaze of coverage cads durine the duration of the project; (5) retain all required certificates of coverage oa file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified snarl or personal de5very, within ten days after the eomraetor knew or should have 'mown, of say change that materially aiiects the provision of coverage of any person providing services on the project; (7) Post a notice on each project aim informing all persons pt'ovidmg services on the project that they z.*e required to be covered, sad stating how a person may verify ~~ Apo ~ by ~ A ~ ocher provide coverage. This notice does not satisfy other posting rexlttir commission rules. This notice must be printed with a title in aL least 30 point bold typo sad trr~ommmon least 19 point normal type, and shall be is both English and Spanish and any other Iangua8 to the worker population The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: ~Q~p grOg~{F~ZS' COMPE'`ISATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compe:tsation insurance.::=s incluo~~oQ °or other providing, hauling, or delivering equipmem or materials, or providing labor cr trasesp service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compersation Commission at 5121140-3789 to receive information on the legal requirement for coverage, to verily whether yotu employer has provided the required coverage, or to report an employee's failure to provide coverage." NOTSCE 70 CONTRACSOItS - 9 aevuca sn~i9ei 8/7/98. `:ttp:l/www.sos.state.tx.usJtac128/ILI lOB/110.110.htmi r.oe . of T Yaee a o[ 6 .S TAC i :0.1 ~ 0 (3) cc:: ac;,:zily re^ci~e ^.~- ?e: ser: wits :••i:er..:: conuzrs : --c~ide services err z ~:oject to: (A) provide coverage based on proper repor~:.g of classification codes znd Pavreii ~:.ottnts and filing of anv coverzge actreer.:eru for ~: of is employees provddi.^.g services en [he proie~ .:or the duration of the proiect; (B) provide z cerrinc=te o; coverzee to she con::aCtOr D[10r LO that DC:sOn bC~I1.^.'-.':E •~`OriC on the project; (C) inciuce in zll contras to prb~ide services er. the project »:e language in subseaien (e)(3) of this section: (D) provide the eontrzr:, prior :o the end of the.coverage peioa, a new cer[ifica:e of coverage showing extension of cove: a¢e' ii the coverage period shown on the current cercinca:e of coverage ends during the duration of the project; (E) obtain from each oche: person with whom is contracs. znd Pro`nde to the tor.-: zc:or: () a certificate of coverzee, prior to the other pe:5on be2itt^ng work on the project; ~^d (u~ prior to the end of the cover z¢e period, a new cercificzte of coverage showing ere:lion of the wverase period, if the ceverage period shown on the torten: certificate of coverzee ends during the durarioa of the project; (F) retain all required ce~.ificates of coveraee on file for the duration of the project z^d for one year thereafter, (G) notiry the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affecu the Provision of coverage of any person providing services on the project; cad (li) contractually require each other person with whom it canuacs, to perform zs rectttred by yubp~-ymyphs (A)-(Fi) of thu p~ynh, ~'^~ the Certificate of coverzee to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providin¢ services oa a project, for the durztion of the projec based on proper reporting of classification codes and payroll amotmu and 51[ttg of ray coverage agree:..ents; (2) provide a certificate of coverage as require by its contract to provide services e;. the project, prior to be_anning work on the projec; (3) have the following language in iu contract to provide services on the project: "5y signing this conuae. or providing or causing to be provided a certificate of coverage, the Person simirtg ttus conuar, is °tepresentina to the governmental ertiry that all employees of the person siding this concrzc: who will provide services on the project will be covered by workers' compensation coverage NOTICE TO CONTRACTORS - B Aevisea t~:]/5ei 8/7!98 http:/hi:vw.sos.state.rc.usitacJ23/II/110B/110.110.html Pages cr ~ :.J 1 .~+:~V.l1V f°r cc d;::ation of ;:.e oroiea, :hat the cc ~ eraee will be based on proper reporting of classincation codes znd payroll a::.ounes, and that al! covezge agree:ner.:s wtil be filed with the zporopriate t ¢t..~ztio Pro wing take or misleading i^ orntation mzy subjectsthe contraaor~o administrative Re_ penai::es, criminal pe:,zlties, civil penalties, er othu civil aeons." (4) provide the person for whom it is providing services on the project, prior to the-end of the coverage period shown on iu current cerc:::cate of coverage, a new certificate showing actensioa of coverage, if the coverage Period shown on u`te certificate of coverage ends during the duration of the proje :; (5) obtain from each person providing services on a projec. undo contract to n, and provide as required by its contrzct: (A) a certificate of coverage, prior to the ot'ru person betinaing work on the projec; and (B) Prior to the end of the coverage period. a new certficaze 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 projr =; (6) re•.ain all required certtacates of coverage on file for the duration of the project and for one year thueaiter, _ (~ notify the governmental entity in writin¢ by certtfi o P °~~~ services onn the e p o get anand sethat materially afxecu the provision of coverage of any p the notice within ten days afro the person }mew or should have known of the change; and (8) comractually require each other puson with whom it contracu to: (A) Provide coverage based on propu reporting of classificatioa codes and payroll amounts and 51ing of any coverage agreetnerns for all of iu e,.nployees providing services an the Project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work °° the prolect, (G~ 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 rite current certificate of coverage ends during the duration of the project; (E) obtain from each ocher person under contract to it to provide services on the project, and Provide as rectrired by its wntraa: (i) a certificate of coverage, prior.to the other person beanning work on the project; and (ri) 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 eras during the raartes ro eoe+raneroas - e 8/7/98 httpJ/w~ww.sos.state.tx.us/tad28/II/i lOB/110.110.html sevi~ea ritaiser p~qe 6 of 7 Page 6 of 6 _~ t~.t.. t!u.t.u duration ci tie contrae.: (F) retain ail :e~uired ceri=~::es of coverage en pie for the duration cf ::.e project and for one year thereafter, (G) notify the ¢overttmer:.ai entity in writing by cetiiie3 mail or personal delivery, within ten days after the person lrnew or should 'nave lmown, of any change that materaiiy affecu the provision of coverage of tiny person proviaioe services on the project; and (Ii) cantracually require each person with whom it contracts, to perierrt as required by this - subparagraph and subparagraphs (A){G) of this paragraph, with the ce: ancate of coverage to be provided to the person for whom they are providing services. (f) If any Provision of this rule or its application to any person or cire.:.•nstance is held invalid, the invalidity does not affect outer provisions or applications of this Wile that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is aoplicable for building or wnsvuction coatracu adve. Wised fot bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are ant rr;uired by law to be advertised for bid. (h) The coverage requirement is this Wile does not apply to motor cariers who are required pursuant to Texas Civil Statutes, .Article 6675c, to register with the Texas Department of Transportation and wbo provide acddental insttrznce coverage pursuant to Texas Civr~ Statutes, Article 6675c, § 4~. (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the regtriremeau of the Act § 406.097(c), and who zre explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Btll 1089, 74th yegislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and cotporste exeatuve officers who are excluded from coverage in an +na„ance polity or certificate of authority to self-insure that is delivered, issued for delivery, or renewed an or after January 1, 1996. Soarce: The provisions of this § 1 I0.110 adopted to be effective September 1, 1994, 19 Texlteg 5715; amended to be effective November 6, 1995, 20 Tex}teg 8609. Return to Section Index NOSICE IO GONSRACSORS - B aevtaea tn3ise~ - 8/7/98 http://www.sos.state.tx.usitac~28/LT/1108/110.1 ]O.html cave ~ ce ~ PART A SPECIAL PROVISIONS ADA Co-ed FIRE STATION No.6 SECTION A - SPECIAL PROVISIONS ~ c~~ ~ n n n -. ~ -.~ n.. ~E~,-,rt: 5-1=3 'F3£ 7J~3hQ 6- -e3 ~~vP~s A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project The project consists of removing existing store front at Station Captains quarters and installing like system at dayroom entrance, repair wall in quarters, upgrade co-ed restroom to ADA standards, convert men's dressing area to shower, raise ceiling in living quarters, install curtains and track, at each cubical, install shelf, with receptacle, 1 tube fluorescent fixture and small fan at each cubical and other related work items to construct the Project in accordance with the plans, specifications and contract documents. A-6 Method of Award This project No. 5236 was awarded via Job Ordered Contract which was competively priced under REP 2007-1: i. TetaF-Hale=Qid ~e--aeee~ ~:.raid-irk}ek-i-m-~-~i~jr=s-op}a}sa. --• -` --`- --------_---` -- ---- _--1 ...J FL... L.....F .. f 4L... ..1. l A-5 Items to be Submitted with Proposal z. &ise~srrre~` T=-===t~=-_-S~s-~Sza~eaer~ Section A - SP (RFP JOC JAN 2007) Page 1 of 21 A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be one hundred (100) 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, 500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor 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, andreplacement 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) c....r: _., n_n ..s ~-1.... n .--1 PrOV1510I1S. A-9 Acknowledgment of Addenda (not used) mL... 1....••.4.....n..4.. ..1...11 .. I...... .1 ....1.... ._.4 ..F ,.l l ...,I.A.... il,. .....1 ~eee'rpC• Si'xee ^'~.J..~..i.. L.......• :F1......4 -.~4 4M.. A-10 Wage Rates (Revised 7/25/08) Labor preference and wage rates for building construction. -` --- " `-` Section A - SP (RFP JOC JAN 2007) Page 2 of 21 Minimum Prevailinq Waqe Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1-1/2) times the specified hourly wage must be paid for all hours worked in excess of 90 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section 8-7-6, Working Hours.) A-11 Cooperation with Public Agencies (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 (98) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess at 1-800-349-8377, the Lone Star Notification Company at 1-600-669-8394. For the Contractor's convenience, the following telephone numbers are listed. City Engineer CCIA Engineer CCIA Facilities Manager Project Engineer A/E Project Engineer PGAL CRGE Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Parks & Recreation Solid Waste Services American Electric Power (AEP) Southwestern Bell Tel. Co. (SBC) City Street Div, for Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic) Century Telephone ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 880-3500 361/289-0171 ext 1223 361/289-0171 ext 1226 880-3500 713/622-1949 (direct 713/968-9375) 361/991-8550 880-3590 862-1911 857-1880 (880-3140 after hours) 857-1818 (880-3190 after hours) 685-6900 (885-69 00 after hours) 857-1881 (880-3190 after hours) 880-3461 857-1970 299-9833 (693-9449 after hours) 881-2600 (1-800-829-9924 After Hours) 857-1946 857-1960 857-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624) 225-219-1169 (Mobile 225-229-3202) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972/753-4355 Section A - SP (RFP JOC JAN 2007) Page 3 of 21 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 or not, 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 flamed 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. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, ,,._'__-g a___._.._l.. ,., ti.., f .._a.-ti_ ---.. '.-.. --- - - --- ~amgs, construction detours, 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. 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 Section A - SP (RFP JOC JAN 2007) Page 9 of 21 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 The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must remain unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the various bit items; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office (not used) .~J-L. ..1 ....1 .. L.l .. FL. ..F .. 11 .. F .....: r 9- 4 b [ ~ ~; C/~11 ...J /7\ it -_ 6 a 1 '-lr ~Z .TC JO E [~~ t . e ae _~ A-18 Schedule and Sequence of Construction The Contractor shall submit to the Project Manager a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the Project Manager at least three (3) working days prior to commencement of work. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the Project Manager three (3) days prior to commencement of work 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. 9. Re-Submission: Revise and resubmit as required by the Project Manager. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The Contractor shall schedule his work well in advance of actual operations and shall keep the Fire Station Facilities Manager and Project Manager advised of this schedule so that close coordination can be maintained with fire station personnel. A-19 Construction Project Layout and Control (not used) Section A - SP (RFP JOC JAN 2007) Page 5 of 21 A-19 Construction Project Layout and Control (not used) \ ~,...4 _, ,.4 ~~ T l l T ..l .. -.4 ~. L... l .. ~ n l l l i /~.. ..: ....4 .-.1 .. -.4:i. /4 . i.- ..G m .1... l .... mil F l ~... li ~\ /TVII/1T s. 11 DD i4r\ ~f / ~ 1. ..14 f~....: ~..~ .. 1 .. / / 4 ...-. .. F n ~..J F l .. l : ~ \ / TVl1/lT ..A DD : 4 .. 1 C4 ...........4 ...... ~ Ttl ... /: ~. ~~.. ..1 ...~- . ~. l..~l .. / ~ Tll l . . L...l ....i Section A - Se (RFp JOC JAN 2007) Page 6 of 21 A-20 Teatinc and Certification All tests required under this item must be performed 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, including windstorm certification. A-21 Project Signs (not used) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) (See RFP Requirements) 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, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0$ of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) Eor 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). Section A - SP (RFP JOC JAN 2007) Page 7 of 21 Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0$ or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. 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°s of whose assets or interests in the corporate shares are owned by one or more women. 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 work. Minority members of the joint venture must have financial, managerial, or technical skills in the work to be performed by the joint venture. Goals 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) 458 158 b. These goals are applicableto 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. 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 Section A - SP (RFP JOC JAN 2007) Page 8 of 21 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 sign structure inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the signs are completed. and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable if required. 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. A-24 Surety Sonds 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 reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10~) of the reinsurer's capital and surplus. 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) Seeaofl B ~ ~22, Twat---E~eR~g•:a~,--^a~isi~; - -` ------- --- --` --------1 --- --- L..l l.. .. L...4:4 ...1 t 4L.........F T].. L.l ..F T.... -. .. ~° ~~=_ "=---_-t_~r e~e~s to epe~'ate aaade~~se -a ~ ~`, }ae s#al~: Section A - SP (RFP JOC JAN 2007) Page 9 of 21 ~, ~.... 3. :a_ _~.. :F:.. _.~: 4. P~ev~de the 6~t3+-cai-th eep4es e~mate~~a~invei-ees to st~bs~arr~iate--m`- ~o ~P~es ` h ` he -oeae ~ega~~eaents. The Eent~aete~ mxsE iest~a resale , F:.. 4.:.. ~ l : 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: Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P.O. Box 9277 CorpusChristi, Texas 78969-9277 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section 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' Section A - SP (RFP JOC JAN 2007) Page 10 of 21 fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide insurancefor the term of the Contract up to and including the date the City finally accepts the Project or work. T -~-"-~--- °'--~- A-28 Considerations for Contract Award and Execution (not used) '"- '' ' -" "--~' `y-Qa~,2e~ to dete~RC' ne thaE the b` dyer ` s ab' a te-pe e~~~s g n r ..g. _, _ _ _., a,._ ,,_ of_t~~ ^, ^ase e€ the "en T€ and st~eh ' ear teas--n e .ti.. a,.^ ,.,, ...._ ~___ y - -- _,. YY Y ;....~.. ,cm a,.... .. _e .,_ a_ a~_ ... a._ .,__.____~_ tt, s • as ~ ^ --•rne~7-pies' dent e~• ether arxthe~•' sed a ....1 l _L._ l . 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: 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 (RFP JOC JAN 2007) Page 11 of 21 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 wil-1 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 Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-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: ^Yt:-.2 City Engineer the following information: 1. A-list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; - 9. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract (if required), 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 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 Section A - se (RFP JOC JAN 2007) Page 12 of 21 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; B. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. i.- c. .... ,c• a-..- r,.i i.....:...~ Lc~ __ --~ Silbmlt In 1@tt@I 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. I1. Documentation showing proof of Disadvantaged Business Enterprise (DBE) requirement compliance. 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 Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. '"''"'' ` A-34 Precedence of Contract Documents (not used) }4... Cam....: ..1 - }L.: ~-!1 n .. e~deme_...i~l 1.... ~~ }~ 4L... section A - SP (RFP JOC JAN 2007) Page 13 of 21 ..l l l h.. 1 ~. n4 ...~1.. ~. 41... ..F _.Fl ~._~ >~,,.~:a-art}~e€ €=.~5~~>.~~-~Spee~€~ea€}ems 1~i~€h an}~-e~Ete~~ °~~--~a A-35 City Water Facilities: Special Requirements (NOT USED) -.. -i,~~~.,~.,,~..y ...,~., ,.,. ..Y .. .s ........a a....~~ ,s . ...... ........~...... ~, ..~.. ~PE=-99I "ia-.~'__ Pc~}3~cmEI~E"•••- c_c..}.. n...22ft~a~}6r3 Pf'6Q~'d [I! W~~~-~2 B. Operation of City-Owned Equipment (not used) Thew<raeter-sh~,al~-nat-start,. ePe.~ate, e~ eteg any~t~P, ~ete~, -~a><.'---, ege'-p-ent, srriteh, ~aealeef, eentEel, -- -- -`h-- - -- -'-'-`-~ `- water €aeility at any-tine *, , ...h , },._.. _ ..... ~.,. ,. «-.4...i h.. .. {~fi, :~~ C. Protection of Water Quality (not used) 'G _..i .. L...ll ...J:w,4 .4n .-L i}h }h.. (~~}.. LT-.}~~.. Il~r-.v}m~~} }~ D. Conformity with ANSI/NSF Standard 61 (not used) mr~aatz=.-als arr~i eq>ri-pm~~~se~.t~n ~3~e ~'epa~~~~eass^~' `r; -.l l .. ...J ..F }ham„ /l\w1CT /nlnn\ ...J......d C'1 ..1._.....-~h...i 4Y... C4-....i -..-.i C......: F:..-.}~~ o>:4ir=macvrS@i.'~ iisCSa ac--c~~ 99~V'Efi~9, e~e@i!e£9, ~13b~4e6Ii~5~ t / / / TYfe'HQ-t ~e~9-~Aez L~ ~~.f ..1 .. LL.... .. F....... LL Yl. L. L.. ..LL ~~:...A l.: L.. ..l ..A:.~L..7 .. L.. ~e F TTTCT / T n n/-......1 .......1 Gl -.l F.....J ..l l ... -.4..« -.l .. ..4.: ..L. ..1 .~1 ..4.. }h ..1..1 .. -.4..« E. Handling and Disposal of Traeh (not used) Section A - SP (RFP JOC JAN 2007) Page 19 of 21 r - r ., ~ ~ Y S L... _L... .....J 4n«:n ...J ..1 L...^ ~ ..l f: ...i 4....0...i ..-.l - ...J ^ «!1 tea} «..l .. ..4 L.~ l -.9 ^ msd~€` ea€ ~ " ' € d ~ ' ens a dder€€ens~ T -,--L m e e se'ee€'ens, €rx~n`sh~ng7-ins€a3~ SnQ : , , aas€em}s4nQ ~e~agg~nQ: ea3-€b~a€: ng/ . / F!- F: ...J . ., ,,. ^,. ..i M.• }ti -Y--_ p i F: _ ..l« _ 1......: .. F..«.. ~6} L.l. .~.~1 :....1 }1... ..l .. ..1 ....1....}.-.. ~ -1 b ~ ~ ~` d ' n €he } ..F . ,.«.. .. , ,: F:...,1 as 3 Fe- een ae ae ~enQa Qe ^ «l ~ ____- • _' ___,., ^ }y-{.. ~ n«,.-0...,} ~_.J~,. ~....., . . .0..l,. l .. .. .J . F.. ..4.. ..... ~. 1 .. } .. « 1~a ~ e~u£~ .. ...J l......... 4 }L... 4lp € nm{ 6 4 ' ~..~ F4..~..~~ y~ ` 'Y ` }Pi Pi e }F~ C~ ' ~~Ce~s, T~S V C ~` I i y 6 {i l € = « l ~ € ' ^ ~ ~ ~}^FF~a ~ .'Y ^~ e ma n ns a awe m a x-p n en , a2 ~ - e €~'ri~y ~}' ~^-"r90 mimes e€ €he-P~e3e~€-s3~e ~e--,na ~a~-F, ~epa` ~, f' -' eadib~ ' € a€e, .. 4 h a } ~men€ rr ,.,. ..}„m„ _ : h` eh ' s €he F. _,, ..,. x~ n s e ~a } ' pzacc 1L . I F ...} .. .~ L.~vu u~.. .. Section A - SP (RFP JOC JAN 2007) Page 15 of 21 A°36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: 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. 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. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Section A - SP (RFP JOC JAN 2007) Page 16 of 21 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. All submittals relating to the structural design of the signs including fasteners, bolts and other items must be signed and sealed by a Licensed Professional Engineer registered in the State of Texas. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report 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) OAS"6erie~a€ P~reais~ens and F~eq~e~~ements €e~ P4rrrt3ei~g~--s€rtie~iert~a~s", 6-6-~~ ~4~ranQetR_nt and Gha~Qe €et' Water -F~-i~~~tti+-, -a~~€el~-.:-iaq: "The~ent~ae€e~ mesE eemg3~+--with the 6~t-•~~o-r~s---C;~s~rs~ez Geftse.~va~4en and B~etlght Gent-ingene~Plan as a~aenrged f~he "--~T'Fki~ __ ..F 4L... ,ll .. ~.. .- .. ..CJ .... ...... -.~.. ._~ ~v.... ~... ~...va at~he--gt~e eenst ~uet~en iaeet~ng. 'Fhc --.~~-~p .. ^F^y~;-~-Pz' a„ ~3-w,. n_. ~., ,,..F Fs..,... .,_s. ,...,- A-38 Worker's Compensation Coverage for Building or Construction Pro7ecta 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 The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8-9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. 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 calendar day and the Contractor will be compensated at the unit price indicated in the proposal. Section A - SP (RFP JOC JAN 2007) Page 17 of 21 A-42 OSHA Rules 6 Reaulationa 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 6 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, 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, 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, or supplier. 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. (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) Section A - SP (RFP JOC JAN 2007) Page 18 of 21 .. l .. ^F .. L. l .~ : l l L.l. F..... .l: .. .. F....4 :.. .. i1 ... ~...1 ~ l F.. ~. ..1, ....1. ~....~^ ^}^ areas .., .~F .., l ...i } s-ha3;l he~h~n~.~ed-ts the 6' t~€er^ apg~e~a „ "`"" `'^ F^"' .. L., .. ...i !.^n}r-.~} 44... 1.:4..1.. :4.. ..~.. A-47 Pre-Construction Exploratory Excavations (7/5/00)(NOT U3ED) y-- e~as~°t~e~ i>}iateve~ ert the~~e~eet ^`'" ""' ., .1 -.l l . .~Fl d ..l G ~'d etet' -..~ .~.. y,,,,;} ,}_ } 41... n:4-. F..... ,l 4 , 41n^ ..F r4: ^ ~l ia. ~. wY. _ ..L 4L._ s. 1 ..l e~ca~ava~bens-k~ue~ee~n made }a t3ze#~ ent}reE~- ^'-~_ _ _^,.._ }L____~ _... .._«..a_}_e~ye 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 AEP/CP&L and inform AEP/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 (RFP JOC JAN 2007) Page 19 of 21 PART A SPECIAL PROVISIONS SUBMITTAL TRANSMITTAL FORM PROJECT: ADA Co-ed Fire Station No.6 OWNER: CITY OF CORPUS CHRISTI Project Manager: Gerald Tyler CONTRACTOR: Alpha Building Corporation SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (RFP JOC JAN 2007) Page 21 of 21 PART C - FEDERAL WAGE RATES & REQUIREMENTS rage i oI ~ General Decision Number: TX080061 07/25/2008 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 1 05/09/2008 2 06/27/2008 3 07/25/2008 BRTX0001-005 05/01/2008 Rates Fringes BRICKLAYER .......................$ 21.06 6.70 ---------------------------------------------------------------- ELEC0278-001 08/27/2006 Rates Fringes ELECTRICIAN ......................$ 18.45 4.75+7$ ---------------------------------------------------------------- IRON0066-002 06/01/2007 Rates Fringes IRONWORKER .......................$ 17.40 5.00 --------------------------------------------------------- PAIN0130-001 07/01/2005 Rates Fringes PAINTER ..........................$ 15.15 9.42 ---------------------------------------------------------------- * SUTX1987-002 03/01/1987 CARPENTER ........................$ Cement Mason/Finisher............$ LABORER: Mason Tender...........$ LA80RER ..........................$ Plumbers and Pipefitters (Including HVAC) .................$ gates Fringes 9.96 12.50 7.19 6.55 10.05 http://www.wdol.gov/wdoUscafiles/davisbacon/I'X61.dvb 7/25/2008 r arc ~ vt ~ Power equipment operators: Backhoe .....................5 7.H4 ROOFER, Including Built Up, Composition and Single Ply Roofs ............................5 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 http://www.wdol.gov/wdoUscafiles/davisbacon/TX61.dvb 7/25/2008 Yage 3 oY 3 review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.6 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 9.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION hrip://www.wdol.gov/wdoUscafiles/dauisbacon/TX61.dvb 7/25/2008 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES ~ THIS AGREEMENT is entered into this 22ND day of JULY, 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 $60,711.84 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: ADA CO-ED FIRE STATION NO. 6 JOB ORDER CONTRACT PROJECT NO. 5236 (TOTAL BID: $60,711.84) 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 100 CALENDAR DAYS after construction is begun. Should .-Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTE City Secretary CITY OF~CORPUS CHRISTI Angel R. Escobar, Interim City Mgr. of Public Works and Utilities B PR~\~ O LEGAL Fo Asst. City Attorney By: ~ ~~ I~ ~ Kevin Stowers, Interim Director of Engineering Services ATTE --~~I~Er-,~ ` J Vorq~t~ ,~ (Seal Below) CONTRACTOR Al ha Bu'ldin Corporation BY: ~~ ~~%GLt~CGC~/C/ ~ Title: KathleenAcock.Presldent (Note: If Person signing for corporation is not President, attach copy of authorization to sign) 5441 BEAR LANE, STE. 201 (Address) CORPUS CHRISTI, TIC 78405 (City) (State)(ZIP) 361/299-6292 * 361/299-6374 (Phone) (Fax) dg'" ~~3 UTHORILt~ Dl' COUNCII.._.,k~.t.~ Agreement f~ Page 2 of 2 SEC~EfARY ~, _1 ALPHA BUILDING CORPORATION First Choice For Facilities Renovation & Construction Mr. Kevin Stowers Director of Engineering Services c/o Mr. Jerry Shoemaker City of Corpus Christi Engineering Services 1201 Leopard Street Corpus Christi, TX 78401 Date: July 15, 2008 We are pleased to present our proposal for Station Modifications ADA & Co-Ed at Fire Station #6. Furnish Labor, Material, and Equipment to complete Modifications per the attached Scope of Work D Schedule for this work: Work to begin (~5rdays after Notice to Proceed. Completed (90) days after commencement. Total (1~~Sf days TOTAL COST of this PROPOSAL is: $60,711.84 If you need additional information or have any questions, please contact me at (361) 299-6292, Cell (361) 793-8869. Sincerely, ~t~l /dl- G//(cz~wL~2~. Frank S Manners Estimator Attachments: 1. Scope of work 2. RS Means CU3t PCOpOSaIS Corpus Christi Area Office 5541 Bear Lane, Suite 201 Corpus Christi, Texas 78405 P 361-299-6292 F 361-299-6374 wwwalphabuilding.com CR EA LING ENVIRONMENTS WHERE GREAT THINGS CAN HAPPEN 1 ALPFIA BUILDING CORPORATION first Choice For Facilities Renovation & ConstruMion Scope of Work Station Modifications ADA & Co-Ed _ Fire Station #6 Furnish Labor, Material, and Equipment to: Store Front / Remove Landscaping/rubbish and pour slab for new entrance way/door. / Existing entrance way concrete slab will be left as is / Remove entire store front and install new store front with 3-0 7-0 entrance door Captain's Office/Room / Double-up 5/8 fire rate drywall into window areas / Install R-30 insulation into walls and ceiling / Install 5/8 fire rate drywall / Finish work for wal1...Caulk, tape, float, & texture Corpus Christi Area OHice 5541 Bear Lane, Suite 201 Corpus Christi, Texas 78405 P 361-299-6292 F 361-299-6374 www.alphabuilding.com CREATING ENVIRONMEN iS WHERE GREAT THINGS CAN HAPPEN _1 A LPN A BUILDING CORPORATION First Choice r Facil' 'es Regovatio C struction ire ~tat><on ~#~ ~°ont. Co-Ed Restroom/Shower / Up grade co-ed restroom to ADA standards / Remove EDF from 45 deg wall & demo / Square wall for new co-ed shower area / Install new co-ed shower / Close-in open wall through common restroom to co-ed shower / Convert men's dressing area to shower Living Quarters / Remove and raise suspended ceiling 6" / Re-install suspended ceiling with 2x2 tiles / Install Hospital style (dark) curtains & track / Install 1x3 shelves. / Install one quad receptacle per cubical / Install one 24" 1 bulb fluorescent fixture per cubical / Install small clamp-on fan. One per cubical Corpus Christi Area Ollice 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 _1 A~PNA BUILDING CORPORATION First Choice for Facilities Renovation & Construction Exclusions: Any items not listed in the inclusions Corpus Christi Area OI{ice 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 P A Y M E N T B O N D P~~~ ~a: ~o8~si1 STATE OF TEXAS § COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT Alpha Building Corporation of NUECES Count , Texas, hereinafter called "Principal", andnln0~cw~A~p iQ~I~LT`1~5. ea • , a corporation organized under the laws of the State of ~/~ , and duly authorized to do business in the State' of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of SIRTY THOUSAND SEVEN HUNDRED ELEVEN AND 84/100($60,711.84) 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 22ND day JULY 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: ADA CO-ED FIRE STATION N0.6 JOB ORDER CONTRACT PROJECT NO. 5236 (TOTAL BID: $60,711.84) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WBEREOE, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the aakQ day of _, 20 0$ . PRINCIPAL ~ ~~.~~~-rC~ ~ By: Kathleen Acock, President int Name & Title in-fact .,e ~;. rint Name The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Persoa Address: Phone Number: (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 B O N D ~ N D ~ ~ ~$ ~' S ~ STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES $ THAT Alpha Building Corporation of NUECES County, Texas, hereinafter called "Principal", and Rfµ ~AiJ /k ~~•a corporation organized under the laws of the State of , and duly authorized to do business in the Stat 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 SIXTY THOUSAND, SEVEN HUNDRED ELEVEN AND 84/100 ($60,711.84) 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 22ND of JULY 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: ADA CO-ED EIRE STATION N0.6 JOB ORDER CONTRACT PROJECT NO. 5236 (TOTAL BID: $60,711.84) 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 hnnd. venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the ~~i+-~ day of ~~, 20 0 $ . PR TTr[_TPAL ATTEST President SURETY ~~ The Resident Agent of the Surety in Nueces County, ••Teiaa~yr'ror delivery of notice and service of process is: Ageaoy: Contact Person: Address: Phone Number: (NOTE: Date of Performance Band must not be prior to date of con tra ct)(Revised 9/02) Performance Bond Page 2 of 2 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 m the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arvona 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-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obhgetory ht 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 pemtilted by ]aw, regulation, conlmet or otherwise, provided that no bond or undeAaking or contract or suretyship executed under this authority shall exceed the amount of. TWENTY-F1VE M1LL10N ($25,OOQ000.00) 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 Insolence Company and Washington International Insurance Company at meetings duly called and held on the 24a' 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 [o 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 i[ is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed [o any such Power of Attorney or to any cerli6cate relating thereto by facsimile, and any such Power of Attorney or ce~cate beazing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and ht the future with regazd to any bond, undertaking or contract of surety to which it is attached." a•°s\MIINilrii!°'a s~/ /7 e~MRrL o'~.2, asa yQ~pSoly.. § R y r~,."~ n y TitA ~~+ SFAL ~~ ShvenP.A,Menm,PmWen[AChlefEaeeullre0((ICer~fWCSM1inglonlntemcaon~InuunnttCOmpany& ~R~~~ ?: ~ugY~~~g 1073 ~~ Vitt Praitlent of NOrlb Amerinnfipttielry lnwnnce COmPenY 3b SEAL ~'+e NAMPnO..~"~~C' a0.` -,~ P ASR ~'~~ ~I~IINIII~\`\\V~ By ~~~~~y~-~ 'Ah,,,*„entl.. Dnvltl M.layman, Vlm Preetlmt ofWa'eMngae NtemaaopW Ivanpce Company & Vke Preatlmf ofp1ot16A~mrken SpecWb leunett Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washvtgton International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 13th day of June , 2008 . North American Specialty Insurance Company Washington Intematiooal Insurance Company State of Illinois County of Du Page ~~ On this 13th day of June , 20 OS 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 ac[ and deed of thew respective companies. 9 NNAD;SJ4EN5 NotarytLblic,Snteafl8lmh Mycummheluu "i4gRq~t7. ~tnut AJ fr I ,-~(fXF~q. Donna D. Sklens, Notary Public I, James A. Cementer ,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 coaect copy of a Power of Attorney given by said North Amelicall Specialty Insurance Company and Washington International hnsurance Company, which is still in full force acrd effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 22nc~y of dniy , 20 08 Jmms A. Cmpema, Vice Presihm RAssieme Secretaryof Wasltingtonlntemoaorel Lmwnce Cmnpnny @. NoM American Spxiilty Iremmwe Company IMPORTANT NOTICE Tn 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 wmplaint 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. Boa 149104 Austin, TX 78714-9104 Fax: (512)475-1771 Web: httr://www.tdistate.tx.us E-mail: Con sumerProtection(a~tdistate.tx.u s 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 Insurance Company. Ifthe 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 infonnacion o pam someter un queja: Puede comunicazse 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 pars information o pars 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 paza obtener information acerca de companies, coberturas, derechos o quejas al: 1- 80(1-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512)475-1771 Web: htto://www.tdi.state.tx.us E-maiL• ConsumerProtecti on(a,tdi. state.tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una dispute concerniente 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 dispute, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo pam proposito de infromacion y no se converte en pane o wndicion del documento adjunto. CITY OF CORPUS CHRISTI DISCLOSUREOF 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'. ~IRfANAME Alpha Building .orRpration ITREET: 24850 Blanco Rd. CITY: San Antonio. Texas ZIP: 78258 °IRM is: 1. Corporation X 2. Partnership 3. Sole Owner 4. Association _ 5. ether DISCLOSURE f3UESTION3 f additional space is necessary, please use the reverse side of this page or attach separate sheet. State the names of each "employee" of the City of Corpus Christi having an "ownership 6nterest" constituting 3% or more of the ownership in the above named "firm". Name .lob I iiie and C:iiy ueparirneni (ii known j 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 T~dle None 3. State the names of each "board member" of the City of Corpus Christi having an'bwnereMp interest" constituting S% or more of the ownership in the above named "firm". Name Board, Commission or Committee None 4. State the names of each employes 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 irderesN' constituting 3X or more of the ownership in the above named "firm". Name Consultant None CERTIFICATE I certiry that all Information provided is true and correct as of the date of this statement, that I have not knowingty 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: President (Type or Print) Te ' Signature of Certifying Person: ~s2 ate: 1/31/2007 ACORD .CERTIFICATE OF LIABILITY INSURANCE of t ' ,~ o, / PRODUCFJI 1-713-978-6668 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BDB international Rigg ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 10777 gasthaimar ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Buite 300 Houston, TX 77042-3454 Lsr Rhodes INSURERS AFFORDING COVERAGE NAIC# MSURED Alpha Building Corporation INSURERA: TraYalalB Lloyds IaeuzenCa Coapaay INSURER B: Charter Oak FSre IOSUranca Cospeay 24850 elenco Aoad Butte 200 Travelers Indamnit C INSURER C: y ompaay Of CT Ban Antonio, TX 78258 wSURERD: The Travelers Lnd~it Com an INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENi, 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 BV PAID CLAIMS. POLICY NUMBER POLICYEFFECTNE POLICYE%KRATON LAOTi A OQIERAL LU&Lm 000324L758 03/06/08 03/06 /09 EpCN OCCURRENCE 51,000,000 8 COMMERCIAL GENERAL LIABILITY / . / PREMI. ET i saowr ne S 300, 000 CLAIMS MADE OOCCUR VVV MEDE%P (Anyanaparwn 35,000 X BBL $1,000,000 PERSONALSADV INJURY 1,000,000 GENERALAOOREOATE 52.000,000 OEN'LAGGRE(L4TE LIMITAPPLIES PER: PRODUCTS-COMP/OPAGO 52,000,000 POLICY X PR0. LOC H AUT OMOBILE LNBILT' BA9994H612 03/06/08 03/06 9 COMSINEDSINOLE LIMIT 51,000,000 X ANV AUTO IEe BLti[Iwlt) ALL OYMEDAUTOS BODILY INJURY 5 SCHEDULED AUTOS (Per Penal) X. HIREDAUTOS BODILY INJURY 3 X NON-0WNED AUTOS (Perecaeen0 PROPERTY DAMAGE 5 IPSracceenp GARAGE LIABILRY AUTOONLY-EAACCIDENT 5 ANY AVTO EAACC OTHERTHAN S AUTOONLY: pGG 5 C E%CESWMBRELLA LIABILITY COP5461H367 03/06/08 03/06/09 EACHOCCURRENCE 53,000,000 X OCCUR CLAIMS MADE / pOOREGATE 53,000,000 `( 5 DEDUCUBLE 5 E RETENTN)N 310,000 S D WO/IIffRB COMPEN8I1TRNI AND ' DH9834C372 03/06/08 03/06/09 8 WC STATU• OTH- EMPLOYERS LUUIILITY ANV PROPRIETORNpRTNEWE%ECUTIVE V E.L. EACH ACCIDENT 51,000,000 OFF%;ERAIEMBERE%CLUDED? E.L. DISEASE-EA EMPLOYEE 51,000,000 yp SPECIALCIAL PROVISIONSEeIav E.L. DISEASE-POi1CY LIMIT 51,000,000 A OTHER HQULPiBH'I PLOATBR OT6604543L912 03/06/08 03/06/09 LBABBD 4 ABRTBD 100,000 A HUILDBRS AISR QT6604543L912 03/06/08 03/06/09 Ray Oaa Projsct 3,000,000 DEBCRIPTIONOFOPERA7NJN8/LOCATN)NSIVEHICLE8I EXCLU810NSADOEO BY ENOORSEMENTIaPECIAL PROMSIONB GL/ALr Blanket Additional Insured where required by written contract. OI./AL/MCr Blanket Naiver of Subrogation where required by written ooatrect. This Insureaae Se Primary and Non-Contributory per policy [arms sad conditions. CERTIFICATE HOLDER CANCEL I ATITTM T a nsvR van vna v,.v_n.owv,e ,. &iWLD ANY OFTHE ABOVE DE9CIUBED POGCIEB BE CANCELLED BEFORE EEXPMTKNi ~ City Of Corpus Christi ~ DATE 7NEREOF, 7HE ISSUKD INSURER WILL ENDEAVOR TO MI11L 90 MYa WRRTEN NOTCE TO THE CER7IFICA7E MOLDER NAMED 70 THE LEFT, BUT FAILURE TO DO BO WALL Attar Sylvia Arilaga P.O. Box 9277 IMPOSE NO OBLIOATON OR LUBILITY OF ANY RWD UPON THE INSURER, ITS AGENTS OR REPRESENTATVEB. Corpse Christi, T% 78469-9277 AUTNOR6ED REPRESENTA7NE / USA V/ PIGVKU LO ILVVI/Yak ran aaaa~rv ®ACORD CORPORATION 1988 B261s7a IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing insurer(s), authortzed representative or producer, and the certlficete holder, nor does It affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. A1plw aullataa Corporaetou ~IIEEfATE.3I8~08 - 09 Poucy NurfzE!z 000324L158 THIS ENDORSEMENT CHANGES THE Dd.1CY. PEE[ NFADR CAR~11L1.1f A~D~'lO~1AL lN$ {COtVTt~1~1r01~) rnl9 eBdoraem9nl mWMq ~n9ur9nee Provldw undM tlNtlolbgl CON.!•tERG1AL GENERAL LIABlLIT'COVF:M01'PNfF ODa1.1EitD:AL GcNER•'.L UABIIITV-CONTRP4TfOR3CW01A0EPNRT iC11E0GLB- NAME CF PEREONISI 0.R ORGANIZATION(S): i j f}[y of Larpvs Lhra[i v/ "egl. ,aorng 6BCV LCeu ATT?t: Conetu cC AeMinin[tas or J.O, b..:; 427' !:or(•ce C!::"isri, te.:aa 70469 )2T1 PRO~ECTiLOC:•.TiON Or COVERED OPERATIONS: Varauz r •. sere F.;• C1 [y B( Caryue CT,riell sV.O !: ! 4 a13U!xEU - l3ect:an Iq Is emMded :> h:C.~nc :I:a w.asU: :: orgcnliolloA E11BWn In the ^chnE:::: aase. TcO; Orson a agomutlon does .r ~T rB-an end^.n,al+raNreaw3nreepeaw lie rEe n ..nl a la ;• pnlsmons BI W W IFreur :4 pf9f a n. Tae ceacn or argeniroaaT U m!y a...tt..a:Bl nsu;etl esP respell b IIeMYIy caused h/'yet: wdk' for IBBI .dSlgnd lnaVrBO t! IAB IpC41iB.'I 9nIXM!n UO GG:OBIrcI. The N9vraN:e prBVefea to the ead'AOnd auNna u Ilmtled cB 1>aoW9: al :, ve gram nm mB emaa m rc.amY eblaa n c ;~aEq• Bnccea rnB Amts W Eaylaly.roRUgey By n :~ri9en unlrep q vN.aep agrelnNN M aE:.::b~ <:g Ri9 ;o9c; peioa Bntl nlgnoa antl e:e;; ry yPt pnn :> Ne loaa far e7:ldr rJ:.^.~~` ii $;+l~nl~ U1G N91R/IIBB arb/Idad .:Gx9^menl ah;7 :w ama.d to Ne lires ~:f Sut:a!/ roR'a::BO by sc0, cowaq or sy's=c:e: 1. Tlda enaa9,man1 sh.l nel Y:• rna:e the Timis s;eled 1.. SBCaon II -llA1R3 O} etSURANLE. BI 7ne :nza:anBe wov:dca b me adtlppn.l Y+- sm-a Eouc no: Bpp;y to bB~Y.rNY ~MBV <ny Ecma;c`.'pesBnalaLp^ Br YOacrtl4},p `?•y 9r:•,iyg ca P an .:RIEIBCI'9. 9nginBMB B1.0'~MIMiN¢4iIB4 b1/r1dY L iiw _. Ia~1, /1qP drlMlrl, ~ai A P.~ildup..~~• IL ~ ~' CG 07 t)'.B::: CoPY+gIH:TMTrWq.se YMpIW~OpplpBly PrYelaf@ COMMERCIAL Gde RAl l'~FBllt'1'Y injury' a 'Drr.Daly tlamage' atbes Oul of your wodt venamoa on premises wlACn ereixnetl a ranbd by !hu addidand insured at tllB title yaR wak'lA pedcrtned.. Any covert,~e D'm'iddtl Dy tMe endasemem b N addaicrd Incwad droll Ce rxtese ovOr airy ether vd;d and ccnca;ade insurance evalbLie b'IM adLitiOnal in2aed v/nathor Pdmsry, OtL1ee, eall• anpr.M er cn e::y Dina bade adeeB H wnWll cpnLVel c,- vn ~lvn adroamOnl In el!ea tludhp the polity perod and Biynod end ezueutsd Ly yeu prior rc lhn lass fa whkh coverage b ewOLl spedfro:;y regciree tnel118e lne'atAnW epDly Oh 0 prnary cr namrrnlrieu:ay Lade. When a N• auanw is Prrtnay and ;hero is OILer Inedrence ayal:eae Ic Ihl` BtlCllia:Al ineUrOtl ULm BnY ao:rca. yr vrill snaro vrih that oNOr Irouranu LY :hu ~nemad CaceatO.1 i.^. lt; pa'iLy. An a «no~; on o! ecverepn, each adtlidOnd 'na~md cm:r a.) 3ia uc prmPt arano noeoc d anY •oCeuh renx' a o:ieee~ which may rezull in 0 ddm AT.` D::: ~,Pt'.With.n r: iC(: bl •bJ:•. *'~e'~{ - ~3'-ae1E~~ ~ / Paga Z pl ~ CepyrlOhl, Tro hevelga Irldwenjygmpepr pppeq 1003 Y ~ fl~f1 wdffa~Y~~~ elePceQ t1e1 (Ol a fO4 M eO0.eJimOR~.t~'tMl~lebL Alpha 7u41ding Corporation AUK pcuc~• wuus=R:BA9994B612 ~1~ 3!6/08 - 09 ~ 7HISENDORSEMENTCHANGESTHEPOWCY.R6~8:REJIDR~REF1RiY. ~E31.GNA7JE,n INSt~D TMs eMOrsement n:aA'~fipb -.nwrance DAWdad undUtUN 1olarNlp: EUSIr:E55 AUTO COti ERAGE FORM v C-ARnGE COVER/.GE FORnI [IC74F C;.RRIER (:OVERAGE FORM 71tUCi(G.5 CO`/E!iAGE FORM Wish :esVei in ca•;_ragc D:o•'wae DY the urOPnemaM, the pwsMma01"M Raa ay Vus aneweemnm. ~~'~ ~Y«/a0 ~~ The andorsemom ieen~DC perwn(a) ««genlteUOn(s) fv11D ^rR'11wsdl'sssiM'Uia Wno y{yl-lnund flask ayn Cf the CDVUeDp Form, TMs cn W-narrlellt CDas IrDI egEreprMy~poWtlsd'Nih4Gtirlrp~ foln. eGNBOULt Na:nv of DarcCn(a) « Oryvnb:etlon(s): acr ~l carpus cnrlscs Erginrrtring Se rV '_c:•s ATiR: Ccsvxcc A:rt:!.n].ae re for Y.O. !cr :i[9 ,' C^rnav C'n: isti. '!'c:::+s iPtb9-9277 (If uo ar:trY a~~e_r,, ancoa, !n'D:mallnn ra9Wrad b canDlaN Ufb ssfi l1i WOMa1 hASOmYaiM m aDFiisb:o a the crdo-sement; Eesn DereP: cy I;iai Dn shownin lb 9Nbdule is wy7rlsW~d'~~~~~~_ L'ral perneo pr r a xuu[n q~af0en pa Dn'Insvren' unoelUro II a~ me Cvrcag ro. n V CA CC <C G165 Cc:PYNCM rmunMp 8arvba OMhtiJnevypya e~k n~siNnC~awr Pnp~7 Kt ~:_ V Alpha BuLlding Corporation Poucv Ruh+BER:000324L158 ~3/6/OB - 09 THIS eNUORSEMENT CHANGES THE PDUCY. PLGAB.HRB~D R'CM~N,LY, UC9IGNATED-ENTtTi~ EFt°ti~'=0F CANCELLATION/NONRENIL i~t~{3tlIQEU elf US - TE~(A8 Tnls andarsemenl ^.'ccilias irsuancy yrovrdsd Vntler the follaWip: BOI! Eft f':O a:ACH'.NE.^-.Y COVERAGE PART J .... ir.NE@/'!. Lb101! It Y COVERAGE PART - CGN7>iACTORB COMNEHC~ :L :'RUPERTY COVERAGE PMT CRIIAE COVLRIGE PM? DELUXE PH.DPERTY COVERAGE FORM EMPLOYEE BENEFITS LIABILItt COVERAOE PART FJ(CE55 (FOLLUWIN6 FCRMj LIABILITY IRSURANCE :AFUA l'O:'O: A^eE PiJiT ~_IDUOR L1N31L:TY COVERAGE PA4T rRODUCT'OICG~:FLF.TED OPc21TION$iJABIUIy pApp ON?:Ef:E As;7 CON? ;;CiOR$ PROTECTAB LIABI~P~ SCHBDULE CANOCLV;rIO':; NemMroPosyaNeds WNEN WE 00 NOt';iEN'cW (Nanrenewal): Na1rlbR:nT~l~a~etl NAS: E: _. _, Ct,.,F,,;s Ci+as[3 ADORE$S:;,r;_;; '.;;n[..~._t Ad^;ir.SSUatur Co: pqs ;;^.ri rr.., Trxas 70469-9277 A. Fr ary :!: r;..i!y psnignd mason al!Ia Men rar.PPY':m:¢~of ;aerti _ n'., 'ha numhor d nays cv!red :er r<,;:[;. n! .:v c5'AaOOn, as pmvlded in I::e CCADi?an; ; Sa^•ICa of rhi^, Insurance, m v c:ocndel ':. cv n;~.prwnie xla:n CanCllia{i:]n enddrsC•nrn aF':;ncac!a :~ lids I^surance. U R O' rose:! In i t -:c:rma; ;l data shown In Na OCIiEC'~Lfi nr.-;. 0. FV• nny st ;:asy p:rr:+::ed reasan char Ihsn mnyaymern el yremmm, :he nvmher d Eari a quirgd Ix ne ~ ul lVnun Wu Do Nol ROMW (Ngnrenewary,has yrvvldea In the CONDRIONS Eamicn nl :nis :-.awa:me, Cr ae amendatl by erry Btraas D. Jeisneb VLaa Pnataans IL FL 3E av,e Coyydgh4 Tha Lavelars Indemnay Opnpnph ipN SO ('11sttC7) V hp 1-all Y Alpfie 9u ilding Corporatlnu, 11,(ITC3- poucvRUMZEA gA9984B612 X3/8/08--09 THIS ENDORSEMENT CHANGES THE POLI69'. Pt~Ei1SE~D.ITeRR~111]:Y. ~/ NOTICE OF CANf~LI~A1 'Ms endCrsemam madlF.ea Inswanae pmvidad by theloAaMn9: J fiU311dE°5 a.U70 COVERAGE FOAM GAAAGE COVERAGE f•OAM MOTOR CI.RRIfiR CDVERAGE FORM TRUCKERti 00`/ERAGE PORM SCNfi0UL8 1. K.:me: ciry oC Cotput Chrlttl HnCineo[iny SatO10u AC~rc..^.~ ATTR: Cont[eet A~191~Ci~W[ P.O. lox 9277 Corpus ChrLti. TeW 78~G9-9277 3. Nmmner cl 7nys 4etia: 30 (Thitr7) (If na Homy aFl'=':.rs aNVC, ~nfprtpalion mWireo to Canpeu Hde end91[eI1MIRMI~ 4MItRT1'b 9M h9drYpte as aPpfw:a ;c :'iie >rdoraemarl) PROV:&IUi:G we xii: nail :~ ~e o' Wnaallaaan or materiel Iimileagl d tlep00Y~~ ~1~ye9pe ano:vn sr.:ro '.' ...+. mai: me Halts a; least ero NumW r d Dep Md9110rt1.~ b~oi' ~~~'4belayT aClmn. CA Ta R5 08 96 V e{;..41Q' il...JWeuw ~SG\ Tr'e}1dY1t Np! dT IIOARtBB CCNPENBATICI] i•ND gl(PLOYYRB LIABILITY I~ LOIS~S TR'tAS NOTiCB OP MA'tBRYAL .f 3h1s mdoraament a; olie9 only to tAe iaetredce ur'aviN! tQ/ Llll yd}~ay MGW 'h3iD ~: ~hova in ire:s 3.:. ~t r.AC infozmacion Page. to tte event o! r.-..::.~['lati0n or other mpterlal CDpogs oY RM ~>r alt viii q-4~1 DAy~.D notlee [c the p::r:,_:: or or5anizacion npmed in the Bd1dn111.-'LM'om~s'o4 da~tl iMmdd notice Lo uho:+.^. in c::e Schedula. TAia endoraemant viral`. not operate direct ly or i~i'OOCSy to """"~ aeon-mt n~lpad 811 CM BCAadu'_e. Bchedu e 3. Nw7:bar o` ~iryn ed'r.:nae no[!ce: 3C 3. Notite ail'; he r'.:i; ea to: Ciey ..i [orpua Clxlati Cep rruav;:: or it=9=veering Bervicpa / P.r[.n. cn[xao[ Administrator J P.G. J~9[, Cvrpus;~:-Caoci, iY %6i 69-93 T! STie endoztem.,ir cC.:~;;es tl:e colicy to ah1cA it ip atCttDlNd.>~ SN .~YYlFt11fD m LIM d6W~ iesaed uniaea ntharH•L;e orated. ITile intot7ailoh ~:4eAap 3}~ miy vyn dW eMOreameat io i9ece:: ruhoegaene to prepazaticlL of ChN-kpl,liQlr.) 6ndoreement Cttectiv= 3/6/08-09 Polley No. U~B/9]p''~' ~~- #8t10iDi Inntcefl il.plm !.v(]r.inG Co=porattOn '~/ : imprapee Company 'fraveie=a Lloyue Cquntezel9vad !y~ ~ - ~--. __~~^ NC Q O6 0! ~"-u rsnte ComparyNeme IPSlntezl)t BxNLY $tl'~mNFn 13d. %-er,l TLtle tPZSaCefl)~ YSae Pr.a'16MG. ~, GEMEit::l. ENDO[15EW1T:N'f Nam. of person oror@anizationinsured ~pfia ~~~-~0~~~0° Dane this zndn;aement takes ntfect 3/6(08 -. 09.. - Pclir;~,neb~:r_QT6604543L912 pblte~A.giod 316/08-09 ~rAlry tYieal+)melt N.vta of Company issuing dus ondotawnetd.~1~'~ i~l°~~ Y*+a1fe• ~ifpiL - (t': c ~.vn~ iot f ll in ~hr+bo.c unlaa we iuut lair aadamnaedtrtro~ur)gtRB~IgQ In ronsiderr:tion of nn change in premiun, odd the.fdlbeving4slmlr>tdl6atad'iuwred: i;:+~. of Cn~ms Chriad: Deptntmeat of BnQhteelitq Btt~bea P J Pax 921%; Attn: Conuact Adntitdatntpr i+raus Chrst!, TX 73469-9277 ShuNd ;!:e .bon: e~nscriSed pu'.icy he cancelled o[tlWeritdly eLoyed;Lgf9ls ~pCpQgaQkLppr, the issuing c~mpy.y will mai130 days written notke t0 tJte11601(ettnmed:- \.r =, to Signata:e:.~___.. Authorized Agrnt Bra ly B: 3olin.rn Vic. Pai~SMar AT~'A('7+ Ii}:-ct.oa ~ ~i