Loading...
HomeMy WebLinkAboutC2008-313 - 8/12/2008 - Approved n J: n i. n ~; ~-t ~. ~~ r, t, f, iv ~I t .` ~s it ~~ u to a iy it ~/ t~ U f' I~ rg J rs U • 2008-313 M2008-207 08/12/08 S P E C I A L P R O V I 1 Nuway Internat-onal S P E C I F I CA T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R Oak Park Recreation Center Renovations 2008 PROJECT ARCHITECT: ROOTS/FOSTER ASSOCIATES, INC. FOR DEPART~NT OF ENGINEERING SERVICES CITY OF CORPU3 CHRISTI, TEXAS Phone: 361/880-3500 Faa: 361/880-3501 PROJECT No: 3345 DRAWING rro: PBG-693 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 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 Oak Park Recreation Center Renovations 2008 PROJECT ARCHITECT: ROOTS/FOSTER ASSOCIATES, INC. FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPIIS CHRISTI, TERAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT No: 3345 DxAwING No: PBG-693 A (Revised 6127/99) OSO RECREATION CENTER RENOVATIONS - 2008 PROJECT NO. 3346 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 A-2 Definitions and Abbreviations A-3 Description of Project n 4 Poe } ~.~--oi--n::sr-d A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A 9 r,.v,......i,.a,..,,,.,.} ,.,F raa~-.~, 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 11 _l J /ltL A-18 Schedule and Sequence of Construction A-20 Testing and Certification ni r-_j__ n__..__ 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Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required A-24 Surety Bonds NO LONGER APPLICABLE 6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims T-7Q (~.... ..: .i ....,-.}:...... F..... lei. ~.}... -. ..} T.._,...d ...] L+........4:.. A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders Page 1 of 2 A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-36 Other Submittals A-37 A~e~e~~~€~€~e~aear~e~6~~-~aP `-- T _ _ T,--___ _,__a ,_._ ..,"_ 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-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) 7 A. -- --_, _t _,n,. ..~.,~ _ ,-, ~ ~~„~ NOT USED „-, „-- ^- _ ._}: __ T,_._,..--.4-~.-_. ~--_---- - ,~ •~ A~~~ NOT USED A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) Submittal Transmittal Form PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIR~*t'~'3 PART T - DRAWINGS NOTICE PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND 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 INBIIRANCS MINIMUM INBIIRANCE COVERAGE 30-Day Notice of Cancellation required oa Bodily Injury and Property Damage all certificates PSR OCCUR.R8NC8 / 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 8. Independent Contractors 9. Personal Injury . AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL 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 3aeured on all coverages except worker's compensation liability coverage. ^ The name of the Project must be listed under "description of operations" on each certificate of insurance. ^ For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 0£ 2 NOTICE TO CONTRACTORS - ~ WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 1 l Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of I 1 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the govemmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words :. or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and Fling of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page4ofil (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one yeaz thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subpazagraphs (A)-(H) of this pazagraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the cun•ent certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the govemmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (I-I) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a govennental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page 8 of 11 T28S 110. l 10(c)(7) Article .Workers' Compensation Insurance Coverage. A. Defrnitions: Cert~cate of coverage (" cert~cate')- A copy of a certificate of insurance, a certifrcate of authority to self-insure issued by the commission, or a coverage agreement (7'WCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of arty such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofpor7able toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and frling of arty coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current cert~cate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, jile a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a cert~cate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file cert~cates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new cert~cate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall not the governmental entity in writing by cert~ed mail or personal _ delivery, within 10 days after the contractor knew or should have known, of airy change that materially affects the provision of coverage of arty person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verb coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of class cation codes and payroll amounts and filing of arty coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a cert~cate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current cert~cate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a cert~cate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required cert~cates of coverage on file for the duration of the project and for one year thereafter; (ti) notify the governmental entity in writing by cert~ed mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of arty person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the cert~cates of coverage to be provided to the person for whom they are providing services. J. B3' signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will 6e filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of I1 PART A SPECIAL PROVISIONS OAK PARK RECREATION CENTER RENOVATIONS Project No. 33d5 SECTION A - SPECIAL PROVISIONS ~4ds-€e~ the-g~ej-e e€ p~egesa,.. :,, ~.. ..a ..,.,. ,.FF:_ ..F ,.,.,. F€` °^-__`a~~+7---leeated en the--€t~st €}eer~~~i~t.. °_„ ,mac, _,,^~x,.__. , , 1. _..1 .J L... ....I.J ............J Y L... F.. l l .. t .. ~. .i.....~-.~ ..... .~.~.. ~...........~ -.. .,.~.. ~..-~v.. a.~7 ...v........ -..i.i 1 4 :.. -. l A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project The project consists of repair and seal coat on parking area, provide a pre- engineered metal structure over basketball court with lighting. Install an Epoxy Flex roof system over the recreation center. Other related work items to construct the Project in accordance with the plans, specifications and contract documents. a., x., ..,_ :x: ,... ---_ .. _, __.,.._..,.. _.._ _i~.._ __ _-~...,.. s .._ ..__ _ ..... .... ....~... ~~r as .~ ____ ___ ____ ____ _________ __ ____ r_~_..,,. __ A-5 items to be Submitted with Proposal The following items are required to be submitted with the proposal: ca n_ ~ n__~ (~4sat-re€eaeaee P~eieeh 3ie:e as 'dent= €' ed -- "-- ^--t ----' ) (NIA SOR JOH ORDER CONTRACT) (A Cashier's Check, certified aheck, money order or bank draft from anlr State or National Hank will also be acceptable.) Disclosure of Interests Statement Submittals of materials or equipment Section A - SP (RFP JOC JAN 2007) Page 1 of 20 A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be one hundred and forty (140) calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, 100.00 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, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-10 Wage Rates (Revised 7/25/08) Labor preference and wage rates for building construction. In case of conflict, Contractor shall use higher wage rate. Section A - SP (RFP JOC JAN 2007) Page 2 of 20 Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any-subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($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 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cooperation with Public 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 woxk is anticipated to proceed in the vicinity of any facility by using Dig Tess at 1-B00-349-8377, the Lone Star Notification Company at 1-600-669-8399. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 880-3500 CCIA Engineer 361/289-0171 ext 1223 CCIA Facilities Manager 361/289-0171 ext 1226 Project Engineer 880-3500 A/E Project Engineer PGAL 713/622-1499 (direct 713/968-9375) CRGE 361/991-8550 Traffic Engineer 880-3540 Police Department 882-1911 Water Department 857-1880 (880-3190 after hours) Wastewater Department 857-1818 (880-3190 after hours) Gas Department 885-6900 (885-6900 after hours) Storm Water 857-1881 (880-3190 after hours) Parks & Recreation ~ 880-3461 Solid Waste Services 857-1970 American Electric Power (AEP) 299-9833 (693-9444 after hours) Southwestern Bell Tel. Co. (SBC) 881-2600 (1-800-824-4929 After Hours) City Street Div. for Traffic Signal/Fiber Optic Locate 857-1996 857-1960 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-729-3624) Century Telephone 225-214-1169 (Mobile 225-229-3202) ChoiceCom (Fiber Optic) 681-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972/753-4355 Section A - SP (RFP JOC JAN 2007) Page 3 of 20 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, , ~-='-`'=""-"° "` .---- , ~Rgs, 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 20 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 remair. 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. All light fixtures and other items specified for salvage shall be delivered to the Owner as directed. f.-1A -1 .1 /lLG 6~f-~12° "c-av-cnc-coFxS~ri3e$39$-93~_. ____ _____ ______ _.._-_ _________ __ _____ ___ _~____ be-€d~nieixed with an-ine3~ned table ~ha~ -measures-a~ leash 39" ~ `"" --a - '2-} 66f3~rs3ea. ,.... ms........ ,x,, c.._ r,.,. c: ,.la ..r cs ,. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to t2ie C1Ly Engineer at least three (3) working days prior to start of construction. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the - Construction an initial Construction Progress Schedule for review. -- 2. Items to Include: Show complete sequence of construction by activity, ,_ identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. ~1.......... ..f _l ...J ..L...l l 1....+_. +.+. +• auu+.va + r uw• ~. av .. i.a ..+.ii iar u-`lF ~:...~..i ..F F4.:.. ..L..+.i..l .. 4L..1. ..l .. ...... ~i,.,~.. ,,..yam ....... .... .... ....., - r_~n _~_-- -~ n--~. _i - Section A - SP (RFP JOC JAN 2007) Page 5 of 20 9+..... _... -~~ . _ - ^ d '~ L_^+4.'..l .a. ..F ..+«~,..+ €' y }' €€ nnnr -. it an Q • 613t • S€r-ee€ e~e ..,_..~ • T ew ne a e~ ~~ns en a 2BBr _ -, _a -„ ..+. _. s... , ,. ._ ,...• ~f _ /F..~ ._F ...A F,~ ~ 1_i ~\ Im nnm wa 99 ._\ • Section A - SP (RFP JOC JAN 2007) Page 6 of 20 A-20 Testing 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-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) (See RFP Requirements) 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, 1999, 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. Definitions Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded City contract. 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. 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, atleast 51.08 of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.08 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 0£ 20 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. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled y a woman, a partnership at least 51.0$ of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0$ of whose assets or interests in the corporate shares are owned by one or more women. 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 Buainesa Enterprise (Percent) Participation (Percent) 658 158 These goals are applicable to all the federal participation) performed in change orders. The hours of minorit uniform throughout the length of the transfer of minority employees from project to project for the sole pur percentage is prohibited. construction work (regardless of the Contract, including approved y employment must be substantially Contract and in each trade. The Contractor to Contractor or from pose of meeting the Contractor's Compliance 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. 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 20 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. a-ad~eady €a~ eeeapa;~p-6~rae~-Re~o-~ebt-aide Ge~t3-€~ea€e e€ 0eeegeney~,~:~.=, -- "__='~_:. 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 Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "NO surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (108) 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 (108) 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 reinsures may not exceed ten percent (108) 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 reinsures 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 reinsures that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsures must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Section A - SP (RFP JOC JAN 2007) Page 9 of 20 A 11 41... ^l F^~ 4l.^ ..!_^4 ..1 .. .-.1.....: ..,1 1. ...J J C 41... : F: i... 4 .~... ..l : v£~e the 6'py rr'ttt eeg`es e€ [nate~}al ••`'^`^'"' ""' _,,. ..,a,..- -,4,..a _~,~~.t __..4 ,... €e~ al Sa es, Esee4se, -a "" '`''" 4i ~~" ""," ..1: :L.l .. 4..... ..1 .. 4~... n4 iu : F 44... .. L~~.^-4..... ..4 ..1 .. : F:.... 4.. L.:.. ..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 Corpus Christi, Texas 78469-9277 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 20 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: m.. ..i i,. v\, ,. r+.. _a .. ,. ,.... .~..~.. _..,: ..,. ,-ti.., a- mss,.. ~.<.aa..~. _ n.. /..i ,. .,. c,....... , elai _F «.._ _-}~se~f~nrl:.._ rF ...,. , : .. ,.. ..,.. ..~..\,... ,...,a ~\.,. L.: a..t..... ,. L...ll ..s... fs... ,.1 ..: .., L..... ..,.f L....... ....: a. ...,.1 tie ..'~'a_arr~-i,-c'~~~._ ..\___ «,.,. i.....a.. a,..- 4r... ,.i..:... ...a .. l.: .i.i ~... ... ..1 .. 1.... ...J 4.. .-.l .• ..4 .n..~4i~~. .. F.. ~.. r e. a. e._ s~.•]-_~a_fi~_1.~ i L 1 .~ ~~. _~y _~ ______________ ______ r ..._I l-.4.. 41. ,... ..~.. /flIl\ ii.\ - ~.i ..z - y _____ _.___ _. __.__. _. _. _ . ~_::~ nyf u av ~rl.. ....1 ~. it .].. 4...i h.• 4Y... L.i .i.l..-/ ~a~rf ~ :: '~ .-` .ci ~. vv i..~ 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. Foremen, if utilized, shall have at least five (5) years recent experience in Section A - SP (RFP JOC JAN 2007) gage 11 of 20 similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. Zf 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: Within five (5) working days ,~~ submit to the 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; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract (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 not be given if the replacement of the subcontractor will result in an Section A - SP (RFP JOC JAN 2007) rage 12 Jf 20 increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work: The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. 11. 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 $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. '~-'~-' ` p _tl A n J G /. ~ ~. r -. ~. r . - r .. ~ c . - r o a section A - SP (RFP JOC JAN 2007) Page 13 of 20 ~ € ~ } € G}€ € € } € ~€ €h C a ' ki - e~ e --~e~ e~nt ng wee e a and ~ wa e ~ ae jq e-- -e r-ae€et ; s P ~'eenne ' : ap-€az; ~a~ €~ae€eg Sa€e€ - -6~ien€a€~en F - ~'~ e . . z : y ~sgaam -w e ______- _1 ___________ ___~ _____ __F ____.- ____ r_________ ___ ______ r.,_., _..,. ~.... /~: 4.. ..-.4 ~.+ F-.x:1:4.. C~.r -.aa: 4: ~..~1 : ~F...nm-.4: ~.. .n.. F.. ~. 4.. T1.L L L weer €ae€~~€y a€ any €ine. 1\?- __--- ____-- __-- -- ~------ _, -' ~43.~~4a39-mad egt~-ignten~~-rrse6L~-eke ae~a€-• -----=_L,l. rm.....: .. u,4:.. .., c4....a.....a., r....4: 4..4,. /ti_4:,, ,t c....:4 .,a,4,. rnwt c.r /r, c.ct ..a,_a ct a,........a L..a 4L.. n4 ,_,a.._a o~_,.: o: ....4:...... i i i I I ~~ A3~~Z39~3-~('A2T3~C'~-~+-t-~-cv£rcE'324cv"'>--vr-ir39-~- p~6}'ee9~ 93c~$~-eW3£}~--t~i39~1-ii~3.~-Fivro~~~~_..__- - ____ :_____,____ ______ .___r SeotioR A - SP (RFP JOC JAN 2007) Page 14 of 20 x. wee=,~~-~:~s--,~~_}-~~~~:~.=4r ~s ~.ee P.P9., v.. .....: .. .~m.,r eaaye.i _~_.__ r__...__.~_. _r ____1 .,_.___ _~__~r __ €ae#}icy--c+}t-kt~~nr}~es~€~:~P~ajee€ ~--- -- -- ----~ ---% ffe ska=~€ar-Frisk e~rg~R~~whi~zs---~a~Pr~ee€ s€-ase mar-x~€ae€are~ fe €ke-zaa~i~Rrxn-g~aek}eat-ern€. rrr.__.. ...:,. ...... pSErCtP. ••l" ..11 ..F .. .:11 i... 4ti`.. ....~...i....F ..F .. F.. ..4 8. Pv`-iPP--~2f€9~'... _...,... Fs.., n. P7. r.«_...._. ,. nr..F.._ m_.,.. r...,,.... nl .._« Section A - SP (RFP JOC JAN 2007) Page 15 of 20 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. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. 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. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals Section A - SP (RFP JOC JAN 2007) Page 16 of 20 to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply ,- with provisions. k. 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. 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. .~ , at--t#te--gee-eexst-rtte~iea-~.^+' _~ mt„. n.....+....,..+..... ..: i i ~.....~. -, ..c +s.,. ni .._ A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance 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- S-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations m~ ozone advisory has been issued, except j Contractor about ozone alert. If a delay not be counted as a calendar day. st not be conducted on days for which an or repairs. The City Engineer will notify such as this is experienced, the day will A-42 OSHA Rules S Regulations Section A - SP (RFP JOC JAN 2007) Page 17 of 20 SUBMITTAL TRANSMITTAL FORM PROJECT: Oak Park Recreation Center Renovations - Proiect No. 3345 OWNER: CITY OF CORPUS CHRISTI ENGINEER: Jerry Shoemaker P.E. CONTRACTOR: Nu-Wav International SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (RFP JOC JAN 2007) Page 20 of 20 PART C - FEDERAL WAGE RATES & REQUIREMENTS Page 1 of 3 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 9 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 .. - ........... - ---- .........$ 18.95 --------------------- 9.75+78 ------------------- ------------ IRON0066-002 ---- -- 06/01/2007 Rates IRONWORKER .......................$ 17.40 ---------------------------------------- PAIN0130-001 07/01/2005 Rates PAINTER ..........................$ 15.15 ----------------------------------------- * SUTX1987-002 03/01/1987 Rates CARPENTER ........................$ 9.96 Cement Mason/Finisher............$ 12.50 LABORER: Mason Tender...........$ 7.14 LABORER ..........................$ 6.55 Plumbers and Pipefitters (Including HVAC) .................$ 10.05 Fringes 5.00 Fringes 4.42 Fringes hrip://www.wdol.gov/wdoUscafiles/davisbacon/TX61.dvb 8/12/2008 rage t, of s Power equipment operators: Backhoe .....................$ 7.89 ROOFER, Including Built Up, Composition and Single Ply Roofs ............................$ 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 8/12/2008 Page 3 of 3 review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 9.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdoUscafiles/davisbacon/TX61.dvb 8/12/2008 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § _ THIS AGREEMENT is entered into this 12TH day of AUGUST, 2008, by and between the CITY OF CORPIIS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Nuway International, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $89,029.05 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: OAR PARR RECREATION CENTER RENOVATIONS 2008 JOB ORDER CONTRACT PROJECT NO. 3345 (TOTAL BID: $89,029.05) 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 r 1 Nuwer 1~c August 13, 2008 za2i nouy noaa Corpus Christi, Texas 78415 OtBce: 361.854.8833 FAX: 361.854.8345 nuwavl~sbcalobal.net vrvvw.nuwayintemational.com Kevin R. Stowers Interim Director of Engineering Services c/o Mr. Jerry Shoemaker, P.E. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 140 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 9 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary APPROVED AS TO LEGAL FORM Y: / Asst. Ci y Attorne Services .-~~ .:y 3 j ~ Z. ~: * ~ z~ .~. CITY OF CORPUS CHRISTI By: Oscar Martinez City Mgr. of Public Utilities Works and By: ~~~ /~~/~ Kevin Stowers, Interim Director of Engineering Nuwa Inte national Inc. By: Title: //L?~re-sC~w% 2621 HOLLY ROAD (Address) CORPUS CHRISTI, T% 78415 (City) (State)(ZIP) 361/854-8833 * 361/854-8345 (Phone) (Fax) d1 COtlNCiI ~. ~O-c~~ Agreement Page 2 of 2 P E R F O R M A N C E B O N D .C3ond,~~3f9~~1~ STATE OF TEXAS § EOVOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Nuwa International Inc. of NUECES County, Texas, hereinafter called "Principal", and r.~reTtG.=nsktc~n~<<.o. a corporation organized under the laws of the State of T~1~QS and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of EIGHTY-NINE THOUSAND, TWENTY-NINE HUNDRED AND 05/100 ($89,029.0$) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH of AUGUST 20 06 a copy of which is hereto attached and made a part hereof, for the construction of: OAR PARR RECREATION CENTER RENOVATIONS 2008 JOB ORDER CONTRACT PROJECT NO. 3345 (TOTAL BID: $89,029.05) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each on of which shall be deemed an original, this the ZD+~ day of 20Q~. PRINCIPAL ? ./.~ S SURETY in-fact Name) Agency: ' „h'r Contact Person: ''~'u% Address: °~-''o: c;>`~ Phone Nimber: ~, ~"• ~ - (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 9%OZ) ~f`~=~ f ,, Performance Bond Page 2 of 2 ATTE ~ ~ I~l~.W J~nc-~Te~ Zv~s~ta nee ~.o . P A Y M E N T B O N D ~r~ nd.~ ~{- 3(0~ lol La STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY TAESE PRESENTS: THAT Nueva International Inc. of NUECES County, Texas, hereinafter called "Principal", and u~-~~SL~Y'anC~~. a corporation organized under the laws of the State o .eh,gg , 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 EIGHTY-NINE THOUSAND, TWENTY-NINE HUNDRED AND 05/100($89,029.05) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 12TH day AUGUST 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: OAR PARR RECREATION CENTER RENOVATIONS 2008 JOB ORDER CONTRACT PROJECT NO. 3345 (TOTAL BID: $89,029.05) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies each on of which shall be deemed an original, this the 20~ day of 20Q~. PRINCIPAL _~ By: fact AgeIICp. Contact Person: Address: Phoae N~ber: (NOTE: Date of Payment Bond must not be prior to date of contract) (j- J, (aevised~9/02),,~ ti,. Payment Bond Page 2 of 2 ATTE CLSY OF COAPU9 CHAIBTI DEPMTMLNT OF $NGIX6imRIN6 6ERVZC&b P.O, 80X 9277 CORP11$ CHRI6'fI, TEX71i~ i78~69-9477 lilt Cert;Lioatiaa aL ~PoMer oL A!lOensy Eos ?erlotneenee aoQ Day~esot ldlds Protect lvam.i>Jo.:,Various Projects sufeey ccmryany: SureTec Insurance Company Geatlamer.: - Robert D. Cave (»afs o! QES~°--, of wrety- , hereCy certify Ct~tt the fatsimila owar ~f attorney qutanitted by Susan D.B. fVluniz. Ba ra Newgom¢ and ~Cari N. Wirth tAtt,~raar~s~- !ae!) fos _ t0a+tsaatorl, ^ aopy~a tARleb is attasas4 to tdir esstiliealw,:ie a tree aed corseat copy of CFe osaginal power. of et tortley oyt Tile in tP:e records of the surety ~ in its home cffice, has not bean agwndee ox abridged, is still a full. fosse end effecE, 9Ad said detigxaytad agent ie Cqr:ently in good standiaq with t2u surety. IL th@ 'event of cencsilation cf this p r of a:tosnsy, the City of Corpur Chrietz eha11 be notified is wcit~rt¢ by cestiEied mail within •evan t71 aeys tharsoE at the foilorring aQds~sa: amity of gorqus Christi DeparttiarYt o! Enginaerigg Ssrvl,ccs AECn; CosYtr~ct Adtniristrstoz P.O. $o~c iS4,? Corpus Clisisti, 'ilxee 78969-9777 signed tt:is ~h I day of September ~c06 SureTec Insurance Com Na:es Tit:sa Robert D. Cave. Vice President Shorn and subscribed to before ms an this ~ day pf ~ Notary Pub11c T State of I~~.S_ - RY Commission Expires: ; P.P`:~;4 DIOIIRE Bsfl'OW IRnrlsta 91011 i +t NotaryPUblic State of Texas MyCamiuim Expi,et ~"`O'`~ DECEMBER 01, 2008 A'1"rrACNl~ i I[ OP i SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi 8 Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Texas Rider 010106 POA a: 4221025 SureTec Insurance Company LIMITED POWER OF ATTORNEY Xnow All Men by Tbese Presents, That SURETEC INSURANCE COMPANY (the °Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Hams County, Texas, does by these presents make, constitute and appoint Paul G. Adam, Peter S. Batjer, Joseph P. O'Connor, Randall Severance, Lisa W. Friend p Annelle U. Smith, Barbara Newcomb, Susan D.B. Muniz, Kari N. Wirth of sea Aagelo, Texas its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or. contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company [hereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/09 and is made under and by authority of the following resolutions of [be Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)•in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, conttacts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and seated and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attomey or any certificate relating thereto by facsimile, and any power of attomey or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2d^ ojApri(, /999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. SUHAN°6 ~ TEC INS CE COMPANY ~~~'` ° i °; x q ,°g By: , a Bill Kin rep nt State of Texas ss: ~W~ite g' County of Hartis ...._* .• On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above insnument; that he knows the seal of said Company; that the seal affixed to said insnument is such corporate seal; that it was so affixed by order of fhe Hoard of Directors of said Company; and that he signed his name thereto by like order. M1cheHe Deftny New NfbBC ~~ c • 81ak W Texas ~ (/~,~j{~,Q f a ~ Michelle Denny, Notary Pub rc llSf 27r My commission expires August 27, 2008 i, M. Hrent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a hue and correct copy of a Power of Attomey, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attomey are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 2 (J`=day of , 20~, A.D. M. Brent Beaty, Assistant Se re ry Any Instrument issuetl in excess of the penalty stated above is totally void antl without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. sus CITY OF CORPUS CHRISTI ~`'^~ DISCLOSURE OF INTERESTS City of Corpus Christi ordinance 17112, as amended, requires aq persons w fmns seeking to do business with the City to provide the fdlowing information. Every question must be answered. if the question is not applicable, answer with "NA'. FIRST NAME: Noway intematidnal, Inc. STREET: 2821 Holly Road CrcY. Corpus Christi ZIP: 79415 FIRM iS: Q1. Corporation ~2. Partnership ~3. Sde Owner Q4. Association Q5. Other DISCLOSURE QUESTIONS K additiwrai apace is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each 'empbyee' of the City of Corpus Ctvisti having an °ownership interest" constituting 3% w more of the ownership In the above named 'lino'. Name Job Title and City Department (d known) NA 2. State the names of each °oificial" of the City of Corpus Christi having an 'ownership interest' constituting 3% w more of the ownership in the above named 'firm'. Name TiOe NA 3. State the names of each 'board member' of the Cily of Corpus Christi having an 'ownership interesC constituting 3% w more of the ownership in the above named °firtn'. Name board. Commissiwr, w Committee NA 4. State the names of each employee w officer of a 'consultarrt" for the City of Corpus Christi who worked on arty matter related to the subject'of this contract and has an 'ownership interesP constitutlng 35 w more of the oxmersfrip in the above named 'firm'. Nine Consufi~t NA I certify ttret all krforrrretiwr provided is true and correct as of the dabs of lids ataternent, that I have rwt knowingly withheld diadosure of any information requested; and that supplemental statemeMS will be promptly submitted to the Cily of Corpus Christi. Texas as changes occur. Certifying Person: Omero Luna Tom; Project Manager (Type w Print Signature of Certifying Person: ~~1~'~.~° m.., pie: May 17.2007 ~n CERTIFICATE OF LIAB{CITY INSURANCE GP ID °A~1MY1Dp"""' ~:-~ NUMAY-1 09 03 D9 PROlueEle TNIB ERTFICATE ~ 488UE0 A8 A MA ER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE KingabnxY Ageaoy - Inauzanoa HOLDER. THIS CERTIFICATE DOE8 NOT ANENp, EXTEND OR 3038 8. Alaaada Bt. ALTER THE COVERAGE AFFORDED BY THE POLICIE98ELOW. Corpus Christi TX 78404-2601 j Phone: 361-887-7722 Sax:361-887-7799 INSURERS AFFORDNlG COVERAGE NAICe j ~,~ / RJHURER B: yt +Nawla ••Iasnranoe Co • i Nuaa4y InternBtiO9al, Inc. !/ H1e1REac: P 0 Draaar 270896 ~ HJa1RER D: t Corpus Christi TX 76427-0898 ~~Ce~, THE POLICIES Of INEURANCE LISTED BELOYIINVE BEEN 186UEDT0 iNE EUIUREO NAAED ABOVE FOR THE POl1CYPERgD INDICATED. NOTWITHSTANDING ANY REOIIIREMENT, TERM OR CONDRION OF ANY CONTRACT OROTMER OOCUNEM WRN RFHPECT TO VVHICN iHe CEP:fIF1GTE tUY EE aBlEO OR MAY PERTAIN, THE WBUAA/ICE AFFORDED HY THE POIq IEH OEBCRIBEDHEREIN 18 eUEJECT TO ALL THE TERNS. EXCWSgN6 AND CONOffgN9 OF BNCN POLICIES AGGREGATE UMRH BROWN LHY HAVE BEEN REDUCED BY PAq CW MS LTR S OP He1MAlICE FOUf.Y RYMEEA l1MiT 6 OpWDAL LU~Lry EACH OCCURRENCE i 1 OOO OOO i A R CGNNERCNLGEPERAlL111BLITY CA00000985302 09/25/07 09/25/08 PRlMlses E.accvwlwL t50 000 CLARIBAMDE QOCCUR AIED EAP TRAY dle pelaml t X Intl Preen-Opar, ~ PERaONALaADVINJURY 1000 000. '• COntYa6taalH GENEMLAGGREOATE 12,000 000 ~ oEM AGOREfNTE ltAl7 APPLIES PER PROWCFB•COMPpPA00 t2 OOO OOO POLIEY °~g IGD .~ AU7 0YOaaE UABIIJTY ANY AUTO ~ COLeE1E0 BWGLE LIMIT LEA ~d0e1q) t ALL OWIEDAVT08 SCHEDULED Al7T03 BODILY NMIBiY IPerPwwnJ i HIRED AUTOS NDN-0WNED AUTOS BODILY INJURY IM aaNeMl t .. PROPERLY DAMAG! t - (hraeHdenp /tAMOE UAgLITY ~ AUTO ONLY-EA ACCIDENT E '~ ANY AUTO QTNER TITAN EAACC t -AUTO ONLY: A00 E BxOEawNHRELU WBWTY EACH OCCURRENCE rl 000 000 B X oeeuR ~ CLAJNSMADE NRL0365635 09/25/07 09/25/08 AOOREfU17E t 000 000 t OEOUCTIa.E ! RETENTgN S t YVIXiAEM CDRBENNTgN AND TORY LI EN EMILDYEIIB' LIAeLITY MARTNER E)JiCUNVE EL. FJICNACCGENT 7 I ANY PAOPRIETpi OfFICERRAENBER FACLUDEO7 E.L. DISEASE ~EA EMPLOYEE t N yee, tleernTw uger SPECIAL PROVRFDNE blew EL. DISEASE • POLICY LIMR ! 07NER r.x eenTUlu Oe mEBAmN I TOW IVENIC LOIESCW10Nt ADDm BY EIODR/ etERTIE-EQALPRO NHION6 *9road Form Property Damage, Independent Cootraatos, XCU. Uebroila Liability is over General Liability i Auto Liability oaly. Project ~Nesw: Oak Park Recreation Center Aenovatioas 2008 (Job Order Contract) Project No. 3345. Sea Notepad for endorsements. CITYCC2 SMOULO ANY OF 7Ml ABOVl DFJCMED POLICIEH BE CANCELLED BEFORE THE EAIIMTONIi DATE 7NEREOF, THE eB11El0 MHYRER WILL lNOlAVOR TO MAIL 3O DAYS NTIILTEN / NDTgE70711E GERTFIOATE HOLDER NAMED TO TNf LEFT, BUT fgIIURE TO DOl08NALL City Of COrpa! Christi 1B-OBE NDOBLpATIDN a1l1ABR,JTY OF ANY IDND UPONTME INHURER, ITS ADENTB OA Attn: Engineering Services P O Box 9277 RLP11E9EMTATIVel. i Corpna Chziati TX 78469-9277 EE ACORO IS (2081!08) ®AC RD CORPORATION 7988, g•d 66LL-L88-T9E ~ zlead N R suT t:,Jngs9uiN WyBS ~6 8002 EO daS i Corpus Christi is naMd as adaitionu in~nraa on sn~ uo as required by Nritt~n eaatraet. Umbrolla policy folloNs policies. O~~d 66LL-LB8-T9E ~ z~aad a 9 suT Fungs9utN WH8S~6 8002 EO daS g~~o CERTIFICATE OF LIABILITY INSURANCE OPID °A,E(MMpDIYYYY) NUW-Y-3 09 03 O8 PRODUCER - THIS CERi1FlCATH ISBUEO AB A MATTER OF MFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIflCATE Richard L Psets , yarmers Agent HOLDER. THIB C®tTiICATE DOES NOT AMEND, EXTEND OR 3036 3 . Alameda St. ALTER THE COVERAGEAFFORDED BY THE POLN2Eb BELOW. Corpus Christi TX 78404-2601 Phone=361-887-7801 Fax:361-887-7799 INSURERS AFFaiDINO COVERAGE NAICN INtURED NfuRERA: Truek Insurance Exchan • P16UREq t: Noway laterna ion L, ITC. NBURER C: P. O. Drawer ~708~8 rJSURERD: Coypu, Christi TX 78427-0699 ____ _ THE POLICIES OF INSVRANCE EXITED BELOW 1111VE BEe118{UEDTO THE INBLHED NAMED ABOYEFOR 111E IOIICYPEAp0IN01CII7ED. NOTWRNSTANOENO ANY IIEOUIREI.ENi, TERM OR CONOfT,NNV OF ANYCOMRACT QtOTHEA000IfwNT VNTHRESPECT TO YRIICN TNa CiRTtFICATf NVw BE m8UE00R NAY -ERTAIN, iNE wSUMNCE AFFQAOEO BY THE POLN:IEB DESCRIBED MERlW a BU8IECT TO ALl TFe TlRW, E%CLVf10N{ AND CONORN]NB OF SUCH POLICIES. AGGREQATE LIMITB SNOWN MAYIMVE BEEN REDUCED BY PAID CLAIM{. ~~_ lTR A POLICY NUIMER M ! UMRf OENmULL IMB!!TY EACH OCCURRENCE i COMMEPCIAL DENERAI LUBIIRY ~ PIIEMNJEf EA seawno 1 CWMB MADE OCCUR MEO EIO'IA1ry0M pNE0n) { PEABONAL t MV HEJUR'f { GENERAL AGGREGATE { APPLEB PEA: GENT AGGREGATE L M IT PRODUCTS-COMPpPAGO t ' RR pp POLICY jECT LOG R AUT ONOBlE LUfi1TY ANVnuro OE 9443217 09/25/07 09/25/08 ~ PPOtl~daOiaBINOIELWIT 11,000,000 X ALL OWNED AUTOS BCNEWLEO AUTOS / // IPeDir~P~l)URY t X X HIRED AUT08 HON-OWNED AUTOS C// ~ BOOEYINJURY IPw{PddPnt) i PROPERTY DANUGE (ParPOOdaM) y 6ARAOE LIAmUTY AUTO ONLY-FA ACCIDENT 1 ANYAUTD OTHER THAN EA ACC ! . Au7oaNLr. aGG y - E%ClffNMBRlIULUfD.T' EACH OCCURRENCE i OCCUR ~ GUMS MADE AGGREGATE f i DEWCTIBIE { RETENTION { i WORNEM CONPBIBAfION ANO TORY LMRB E ENPLOYERr IMmLIIY ANY PROPRIETORRAIITNEIUF %ECUTME E.L EACH ACCIDENT f- . OFFICERMEMBERE%CLUOED7 - E.L DmEAEE-EA EARIOYE { prTT, dMCA41 LIMN BPECWL PROVIfgNS {NPw E1. 016PA8E-POLICY LIMA 3 O !R OlS CNM710N OF OPmiAT10Nf / LOGTRNJf / VQNIC IEf / E%ClUaONf ADDED BYfB100RQ YfNT/fPEpAL PRD YaION6 Project Norse: Oak Park Recreation Caster Aonovatioas 2008 IJOb Order Contract) Project No. 3345. The City of Corpus Christi is named as additional insured on the Auto Liability policy as required by Tvritten contract. CITYCC2 NIOUlD 11NYOFTNEABOVE O~CPoelD roLrlla sE CANCEILEO tEFOME THE E%PIMTN DATETNERIOP,TNEOaM)aINBUneRwlulNOlwvoRroaNL 30 DAYfwRmEN NOTNx 1G TM! GlRRFlCAIE MOtAER IMYEOTO TN! IEPi, BUT fA1LUR! TG 00 SO fNAL City Of l'Orpnf Christi IMPOfC NOOBL1011nON OIILWIIm OF ANYKINDUPON THE INBUREA ITB AGENTS OR Attn: Bngiaserinq Services , P O eox 9277 eaElvrATrves. Corpus Chziati TX 78469-9277 Au -~ THE ACORD 2512001108) - ®ACORD CORPORATION T91 EI•d 66LL-L66-I9E ~ zoaad ,y q suI R.Jngs9ucN WH6S~6 6002 EO daS IMPORTANT If the certificate holder Is an ADDITIONAL INSURED, the poilcy(fes) must be endorsed. A statement on this eertificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms end condltbns of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in Ileu of such endorsement{s). DISCLAIMER The CerNflcate of Insurance on the reverse side of this form does not constltute a contract between the issuing insurer(s), authorized representative or producer, and the oertlflcate holder, nor does it affirmatively or negatively amend, extend or alter the coverage affoftled by the policies listed thereon. 9I'd 66LL-L86-I9E ~ zlaad b q suI Fungs9ucN WyD0~6 8002 EO daS ACORD CERTIFICATE OF LIABILITY INSURANCE dPiA E DA / 8 ST l 09/03 0 PROpUCER THIS CERTIFKATE Ri NiBUED A8 A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Cravens/Warren 6 Company MOLDER. THIS CERTIFN:ATE DOES NOT AMEND. EXTEND OR P . O. Box 9132 S ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston TX 77291-1328 Phone: 713-690-6000 Fax:713-690-6020 INSURERSAFFORDING COVERAGE NAIC# INSURED INSIRER A: TeYx Rutuel Snsmnce Lonpmy / / INGl1TER B: GsA Partners J INSLRERC / 96D1 WOOdWaY M21D IIJSURER D' Houston TX 77056 . INSURER E. I.VV ME POLICIES OF RJSUFfNJCE lL5tE0 BELOW HAVE PEEN ISSUED TO ME IN.WRED NAMED PBOVE FOR THE POLICY PERIOD INDICATED. NOIWIIHBTANDING PT!'! REOLIIREMEM. TERIA OR CONDITION OF MlY CONTRACT OR OTIgR DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MA't PEkiAW, THE INSIRNJCE AFfORDED PY iME POLICIES DESCRIBED HEREIN IS SIIBJEC7 TO KL 1F1E TERMS, E%CLUSIGNS M%1 COEJDITIONS OF SUCH POUQES AGGREGATE OMITS SWJWRe MAY HAVE BEEN REDUCED BY FNU CW MS. LTR NSR TYPE OF NSURANCE POLCY NUMBER DATE MMNOIYY) DATE (MMDDM' LNARS GENERAL LIABILm EACH OCCIAiRENCE S COINnERCIPi GENEHPL IIABIIITY PREMISES IEi occuroMe) 3 ClAM15 MADE ~ OCCUR MED Ex- (AM one person) i PERSIX,V•16PDV IWIIRY S GENEPPl AGGREGATE S GEIJL AGGREGATE IIIdIi PPPLIES FER FRO PRODUCTS-COFiP/OF AGG i Pp-ICI JECi LOC AUT OMOBILE LIABEm COMBINED SINGLE LIMIT S ANY AUTO !Ee acddn!) PLL GNTIED AlR05 BODILY INJURY S SCHEDULED ALRGS ~Po! person) HIRED A1f105 BODIIY INJURY S NOfJ-GWNED AUTGS IPeI e[[iEMt) PROPEP iY DPM . AGE S (Per nttltleM) GARAGE LMBN.m AUTOONLY-EA ACCIDENT S ANY AUTO EA ACC GTHER THAN S AUTO OalY: PGG S E%CESSILMBRELLA LIABILITY EACH GCCWMENCE S pr!'I.R ~CLAlIa1G MPDE AGGREGATE S i DEDUCTIBLE i P.EIEMIIXJ S S WORI(ERS LOMPEN9ARON ANO X EMVLOYERS'LUeEm TORY LIMITS EP A I PNY PROPRIETOR/PPRTf.ER/E}ECUTIVE TSF0003076239 02/23/08 02/23/09 EL. EACH wcaDErJr 61000000 OFFICERMIEInBER EXCIUDEDT II y05 .10aMDE VMB! EL DISEASE.(~EMPIOYEE S SOOOOOO . SPECIAL PRGVISIOTJSDeIpw EL. DISEASE-POLICY LIMN SIOOOOOO OTHER DESCRIPTION OF OPERATONS /LOCATIONS / VEWCLES / E%CLU910N5 ADDED BY ENOORSEMEM/ SPFCI4L PROVISIONS RE: Oak Park Recreation Center Renovations 2008; Project No.3395. / co Employees of Nuway International Ine. 6 G6A partner are insured under the referenced policy. Alternate Employer Enda. Applies. Waivet of Subrogation in favor of the Certificate Holder with respects to Worker's Compensation as required by written contract. U:tH rlrlcATe nvwcH CANCELLATION CZTCOR6 SHOULD ANY OF TIE ABOVE DESCReED POLICIES BE CANCELLED BEFORE THE E%PIRAnON OATF THEREOF, THE 189UNG INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRRTEN C1 Cy Of COrpY3 Chriatl NOTKE TO THE CERTIFKATE HOLOFJI NAMED TO THE LEFT. BIfT FAILURE TO DO SO SHALL Attn: Engineering services P.O. Box 9277 ILYOSE NO OELKATION OR LIABILITY OF ANY MIND UPON THE NSURER, ITS AGENTS OR Corpus Christi TX 78969-9277 REPRE9ENTATNEB. A ORI P EM E ACORD 2512001/09) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the cert'rficate holder, nor does it affirmatively or negatively amend, eMend or alter the coverage afforded by the policies listed thereon. POLICY NUMBER: CA00000985302 COMMERCIAL GENECG ZOI7t00 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This enrtoreament modifies insurance provided under the tolbwing: COMMERCIAL GENERAL LIABILITY COVERAGE PART 8CNE~ULE -Name Of AddNbnal Inaursd Person(a) ~ . ---..__._......_.._.~ r,~"~.~.... Blanket ae required by written contract A. Saetlon O -Who Ia An Insured is amended to indude as an addNionai insured the pereon(e) or orgenizetbn(al drown in the Schedule, but only with reaped to IiabNHy for "hodily injury", "property damage" or "personal end edvarWing Injury' caused, in whole or in part, by. Your arts or omissions; or 2. Tha acts or omisabns of thoso acting on your behalf; in the perlormanoe of your ongoing operetbru for the additional insureds) at the IocetbMa) rlesig• noted above. Named Insured: Nuway Internatioaal, Inc. Policy No.: `~ CA00000985302 B. WHh respect to the Insurance allorded M these addHional insureds, the following additional e>tclu- sfons apply. TMs Insurance does not apply to "bodily injury' or 'property damage" occurring attec 1. All work, indudirrg materiels, parts cr equip menl h,miahod in connection wiM such work, on Ora project (other than service, meirrrtenance or repairs) to ba pedormed try or on behaU of the addfltonsl insurad(s) at the location of the covered operations has bean completed; or Z. That portion of 'your wont" out of which the Injury or damage arises hss been put to its in• tended use by any psreon or organization other than soother Contractor ar 8ubcontrectnr en- gaged in partorming operations ror s principal ae a peA o1 the same project. Effective Date of This Endorsement: 09/25-A7 ~ Authorized Aapresentative: / Name: Pat King bu - Ti -Agency Owner CG 2010 07 04 ® ISO Progenies, Inc., 2004 Pegs 1 0l t O TT'd 66LL-L88-T9E ~ zlaad a q sul Rungs9utN WHBS:S SOOZ EO daS ,--. POLICY NUMBER: 069443237 COMMERCIAL AUTO CAW0~0004 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADDITIONAL INSURED This andorwmaM modHles htauranoe provldsd unde- the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Wah respect {o coverage pt'ONdsd by this andoraentsM, tM iXOVbitNta of lha Coverage Form apply unbss modi- fied by the endarearnent. Thia endorssmeM ehsrpss the polty affec8w on the inception date of the polity unless anollter dots b Indi- Cated below. Endorsement E/hogve: 09/25/07 u ned B y%71 ' / ~/ ' Named IMUrod: NIINAY INTBRlIATIONAL, INC. ~~ ~~ ~ 9 11 ~ X9 ~/ Authorized Re ntallve SCt1EDULE Nsme and AdWross of AdWNlonal Insurod: City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi. TS 78469-9277 (11 no entry eppesrs above, Inlrxmetbn raqulrod to compbts p-b endorsement will be shown in the Oecbrations as apptlcsble to this endoreerneM.) A. Who Is An Insured (Section N) b attsndsd to include as an "Mowed" Mte person{) or orpenisa- tiort(s) shown In the soltedub, but ony wllh re- spect to their opal IlabNlty for scb or omisetdna of a person for whom LlabfRy Covaraps b attordad under tttis poky. B. The additional insured named In the Sohadub a DecbrWbra b not roquha0 to psY ier any pnml- ums stated in the poltyy or aernW /rare tits poky. Any velum premium and arty dividend, If applip- We, decbred by us shall be paid to you. ca os oa oa o4 C. You an authorized to act for the additional in- sured nomad In the Schedub or Deehrations in ell matlera peAakdrtp to ihb Inwrana. D. W~ wNl rrtatl the eddltional Irtwred named in the ScMdub ar Declaratkns notice of any eanceta- tkn of thi. poky. a w. cancel. we wiu give to days rtollOe to tM additional irreured. E. The addBlonal inaurad named in the 8chsdule or DeclarMkrts wIN re1Nn arty ripen of recovery as a ointment under this policy. ®ISO Propartiss, Inc., 2003 T., Cage 1 0l7 bT'd 66LL-L86-T9E ~ zlaad b y suT Rungs9ucN Wy6S~6 6002 EO daS Jul 17 2006 2+57PN NuWay International lna. ~Kl BD~ tl~eb P.~ CDiy118RCI,I+ OBSdBRAL LIABILITY THI9 This endorsement COI4fERCIAL O LIQUOR LIABIL 01M8R8 AtiD POLL11rZON L pROD11CT8/CClIP RAILROAD PBOT In the event of restricts the ins mail prior written CNAti~ifiS TH8 pOL2CY - PLSASfi READ IT C7RRSP[1LLY TB?CAS CHANOBS - AMBNDIdBKT OF ~.1Y0),1 p ~~Og 9 OR COVBRAOB fiee insurance provided under the ioiiowing: LIABILITY CpVBBA(i8 DRAT CONiBA68 PABT pltOTeCTIVR LIABILITY CdU8RAQ8 PART LITY COVBRAfl>C PART 8D OPIINJlTIQ1~8 LIABILIfi p~COVTSIlA198 PART IV$ LIABILITY COVli;8710 neeilation or matesiwl change that redness or u ace a!lorded by chic Coverage Part, we a9r~ to otics of cancellation or euatesisi change to: Schedule 1. Home: 8 BBA.Oif 1, Addrees~ SEB 3, Number of day advance notics+ TSIRTY 130) City of Corpus Christi Dept. o= =ngin •ring Berviae• Attn: Dontrac Adminietrnear P.O. Box 977 Cospus Christi TX 78469-9177 Named Insuzsd+_=uva ~..~«••~._------ - CA00000985302 Policy Number+ 8ffectivs Dat• of s Badoresmsnt+ 09/25/07 Name iPrinted): ru ---- Title (Printed): A nc Omer A7TAC 3 Cp010S 111-88) 1 OT 3 zl•d 66LL-L68-I9E J zzaad a q suI Rungs9utN WH6S:6 8002 EO daS Jul 17 2006 2:57PM MuWay Intarnaeional Inc. 361 964 8845 P.5 'I'd OQ,~3A CANCBJ.W'1'ION VISION OIt COVS'RA6~ CBANGY ffiYDO~EI~'~T Tait eadoreeiwlt aodi! ge inauraace pLavidad aadae tha lollewipg: a11ta9g Cgl-1W09 pda7~=~ see~e mvaaof !0>pf 7riit endolreenent ohaage the policy etleotive M the ialoeptioa date o! tlu policy unleee a/lotb:[r date.la indiea beley: 6adarPenene gLLactiw polity gysber 09/25/07 069443217 aced Yaeurea Nuway International. Inc. conntereigaPd by _ clanged t0 t• er ahaaga to: days b~lore ehia peliry ie deneelled er waterially et nowzaga we yi11 aeil aotiee o!-the eaaoellatlon ciey or cbrpllP ehsieti shpt o! glagiverio0 gareiw~ 1-tta Caotr~ee J-dtlaLasrator P.O.. Yox li77 Co CYrieti, ?= 7i~ip-9277 Ntme iPriated): Ric Title lPrinted>. Far Polly Tf [7 0]11 - R 1MD't'ig~t1 of CWl~IlC1 QWgs feed Ililtwelile ge/sraetrot ~tttttDer 1. 1li7 ATfACffiY!ffi~iP 3 a oir~ 3 8 SI'd 66LL-L88-I9E ~ zzaad a q sui Rungs9uiN WH6S ~8 BOOZ EO daS Jul 20 2006 ]O:i1flM nuway International Inc. 361 654 6345 p.2 wOa1CER8 CONPYNBATION AND EDDvLCYBR6 LIABILITY It780RANCS POLZC'Y 14C 47 06 Ol c>:d. 7.e4) TEXAS NOTICE OP MATERIAL CNANO)E ENDOABEMENT Thie endoraemesYt appiiee only to the insurance provided by the policy because Texas is shown in item 3.A. o! the Information Page. in the evont o£ cancelatioa or ocher material change of the policy, wa wiil mail advance notice to the person or .organization named in the Schedule. The cumber of days advance notice ie shown in tho Schedule. Thie endorsement shall not operate directly or indiroctly to benefit anyone not .named in the Schedule. Schedule 1. 17umber of days advance notice: 30 2. Notice will be availed to: City of corpus Christi Depaztavant of Engineering Services .Attn.: Contract Xdminiatrator P.O. BO% 9T73 Corpus Christi, TX 78469-9277 Thie endorsement changed the policy to which. it is attached and ie effective on the date issued unleos othotwiae stated. (The iafotmation below io required only when this endorsement is iaeuod subsequent to preparation of the policy.) Endorsement Bflective ;~ Policyy No, Endorsement No. 7/20/Ob TSFOOO1Dib234 Insured Premium $ G6A Partners S Co Employees of Nuwaqq International, Inc.n [ ~ Insurance Company ~ Coilnteraigned Sy: (' • ~ry`Y~ J~ji1 ~_ ` WCTg2a06`fulual I.na. Company < r'~T' oD Nama (Printed): C.03ichael Schneider i8d. 7-69) Title 1Printied): President ATTACt~NT 3 30F3 ,~,