Loading...
HomeMy WebLinkAboutC2009-301 - 6/9/2009 - Approved1 Highway Technoiogies S P E C I A L P R C V I S I C N S S P E C I F I C A T I ~ N S A N D F A R M S C F C O N T R A C T S A N D B O N D S F 0 R X009-341 M2009-~60 Ob1~9149 CITY-WIDE STREET STRIPING AND PAVEMENT MARKINGS Prepared Bar TEXAS REGlSTRAT~4N NUMBER 754 HDR Eng~.neering, Inc . 555 N. Carancahua St., Ste 1650 Corpus Christi, TX 78478 Phone: 3611 857-2211 Fax: 3611 857-7234 #63461 FOR DEPARTMENT OF ENGINEERING SERVICES STREET AND SOLID BASTE SERVICES CITY OF CORPUS CHRISTI, TExAS Phone: 361/826-3500 Fax: 3611826-3501 PROJECT N4: 6421 DRAWING No: N.A. ~~~ti~~~lf~~~~~t~ ~~~~ A~ ~, of ~ f .~~f~ ~~ ~~• ~ ~qs ~~~1 ~:' ~~.~ ....CA~~ E. CRU~~.... r .. .,...... ... ~. ... ~ ~6~0~ ... .,..- ~ ~. 1 ~ g ~~r, F~s~ ~~~~ f . . ~~ ~ . ~~ 1~' ~~~ CITY-WIDE STREET STRIPING AND PAVEMENT MARKING Project Number 6421 Table of Contents NOTICE TD BIDDERS ~ Revi s ed 7 / 5 / 0 0 } NOTICE T4 CONTRACTORS - A Revised May 200~~ Insurance Requirements NOTICE TO CONTRACTORS ~ B (Revised 7/ 5/ D O y Workers Compensation Coverage For Building or Construction Projects For Government Entities PART A ~ SPECIAL PROVISIONS A-~1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A--3 Description of Project A-9 Method of Award A-5 Items to be submitted with Proposal A-6 Time of Completion/Liquidated Damages A-~7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates Revised 7/5/001 A-1~. Cooperation with Public Agencies Revised ?15104} ~, ~ ~ ~~.,; „+. ,,r „~ .,~ ~r~~Y~h ~„~, SNOT USED} Y"r"""l~ ~"'"'I~~Cr1TI~~AL '~~.L"G~~,~ A-13 Area Access and Traffic Control (NOT USED} A-~---E-~~~T,., ~..;_,~ri ., ri.~ ~.,~,~,,,.,, r ~ NOT USED y ' (NOT USED ~ ,~--1~-----L~-=-~ld o€n.e~e NOT USED A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification ' NOT USED A--22 Minority/Minority Business Enterprise Participation Policy Revised 101987 ' ~ NOT USED A-~24 Surety Bonds ' NG LGNGER APPLIGAHLE ~6/~1/98} A-~6 Supplemental~Insurance Requirements ' NOT USED A-28 Considerations for Contract Award and Execution A-2~ Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-3~. Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents . ' NOT USED A-36 Other Submittals Revised 9118/00} " "NOT USED A--38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities ' ~ NQT USED ~ A-40 Amendment to Section B-8-6: Partial Estimates ' NOT USED A-42 OSHA Rules & Regulations . A-43 .Amended Indemnification & Hold Harmless t919~87 A-4 4 Change Orders t 412 6/ 99 } ' NOT USED ' NOT USED ' NDT USED A-48 Overhead Electrical Wires ~7/5/OOy A-49 Amend "Maintenance Guaranty" x$/24/00} A-50 Term of Contract A-51 Mobilization/Demobilization A~52 Amended Prosecution and Progress PART B - GENERAL PROVISIONS PART C -~ FEDERAL WAGE RATES AND REQUIREMENTS PART D -~ WORK AUTHORISATION FORM PART S -- STANDARD SPECIFICAT=ONS~- Not Used PART T - TECHNICAL SPECIFICATIONS, DEPARTMENT MATERIAL SPECIFICATIONS, AND TEST PROCEDURES TS 6.10 - Reflectorized Pavement Markings TS 677 ~- Eliminating Existing Pavement Markings and Markers TS 678 W Pavement Surface Preparation far Markings DMS 8200 -- Traffic Paint DMS 8220 -Hot Applied Thermoplastic DMS 8290 -Glass Traffic Beads TEX-828-B - Determining Functional Characteristics.of Pavement Markings AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICB T4 BIDD$RS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CITY-WID$ STREET STRIPING AND PAVEMENT MARRING PROJECT N4. fi421y consists of furnishing and placing reflectorized pavement markings at various locations throughout the City under multiple work authorizations [indefinite delivery / indefinite quantity ~IDIQ}) for a period of one ~l} calendar year X12 calendar months}, with the option to extend the contract far up to~two ~2} additional one ~1} calendar year terms, subject to the approval of the Contractor and the City. The minimum quantity of work for most authorizations will be 40,000 LF of striping. However, authorizations of less than 40,000 LF striping are anticipated three ~3} times per year, as indicated in the Proposal Farm. All work to be in accordance with the plans, specifications and contract documents; will be received at the City Secretary's Office until 2:00 P.M., oa wedaesda , May 6, 2049 and then publicly opened and read. Any bid received w ^. after the closing time will be returned unopened. A pre-bid meeting is scheduled for wedaesday, April 29. 2009 at 10:00 AM and will be conducted by the City. The locatooa of the meeting will be the Department of $agineering Services Maia Conference Room, Third Floor, City xall, 1201 Leopard Street, Corpus Christ, TX. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.40 will result in forfeiture of the 5~ bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatary forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from'the City Engineer upon a deposit of Fifty and 00/104 dollars x$50.00} as a guarantee of their return in goad condition within two weeks of the bid date. Documents .can be obtained by mail upon receipt of an additional x$10.00} which is a non-refundable postage/handling charge, The bidder is hereby notified that the owner has ascertained the, wage rates which prevail in the locality in which this work is to be performed and that such wage scale is set out. in the documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer", "workman", or "mechanic" employed on this project . The City reserves the right to reject any or all bids, to waive irregularities, and. to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS RevisedMarch, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: . TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required~on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT ~,. 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 $. 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 Ix OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 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 Q REQUIRED discharge, to include long-term UI ~ environmental im act for the disposal of p NOT REQ RED contaminants BUILDERS' RISK See Section B~-6-~.1 and Supplemental Insurance Requirements ~ REQUIRED X NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements ,. D REQUIRED X NOT REQUIRED Page 1 of 2 The City of Carpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30~ days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should yvu have any questions regarding insurance requirements, please contact the Contract Administrator at 884-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Fade 1 of ~~~ ~ 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 MULE ~110.1~4 Reporting Re~uirennents for Building or Canstructio~~ Projects for Governmental Entities ~a} The following words and terms, when used in this rule, shall have the fallowing 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 } Certif.ZCate of coverage certificate}--A copy of a certif cafe of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement ~TV~CC-81, TwCC-$2, TwCC-S3, or T'L~CC-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 onform TwCC-8I, farm TwCC-82, form T'WCC~$3, or form TV~CC~84, f led with the Texas 'L~orkers' 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 employerlemployee and establishes who will be responsible for providing workers' . compensation coverage far 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. ~?} 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 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or nna#eriais, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodlbeverage vendors, .office supply deliveries, and delivery of portable toilets, ~ r ~8} Projects-Includes the provision of all services related to a building or construction contract for a governmental entity. fib} Providing or causing to be provided a certif cate 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 classif cation codes and payroll amounts, and that all coverage agreements have been fled with the appropriate insurance carrier or, in the case of aself-insured, with tl~e ~ . commission's Division of Self Insurance Regulation. Providing false or misleading certif cafes 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: ~l}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 certif cafe of coverage shows that the coverage period ends during the duration of the project; and (B} no cater than seven days after the expiration of the coverage for each other person providing services on the project whose current certif sate 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 therea#~er; ~d} provide a~ copy of the certificates of coverage to the connmission 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: (i}provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and f ling of any coverage agreements; ~2} provide a certif sate 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 certif cafe 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 an the project, so the governmental 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 contrac#or, a new certif cafe 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 a#~er 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 painted with a title in at least 30 point bold type and text in at least i 9 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the natives 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 ta: ~A} provide coverage based on proper reporting of classifica#ion codes and payroll amounts and f ling 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; . Page 4 of 11 ~D} provide the contactor, 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 certif sate of coverage ends during the duration of the project; ~E} obtain from each other person with'whom it contracts, and provide to the contractor: ~i} a certificate of coverage, prior to the other person beginning work on the project; and iii} prior to the end of the coverage period, a new 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; ~}retain all required certificates of coverage on file for the duration of the project and for one year thereafter; ~~r} notify the, governmental entity in writing by certif ed 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 ~} contractually require each other person with whom it contracts, to perform as required by subparagraphs (A}-~H} of this paragraph, with the certif cafe of coverage to be provided to the person for whom they are providing services. fie} A person providing services on a project, other than a contractor, shall: ~~}provide coverage for its employees providing services on a project, for the duration of the project based on propex reporting of classif cation codes and payroll amounts and ftling 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: "sy 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 f led with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-insurance l~.egulation. 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 certif cote of coverage, prior to the other person beginning work on the project; and ~B} prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certif cafe of coverage ends during the duration of the project; . Page S of 11 ~6}retain all required certif cafes of coverage on f le 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 ~S} contractually require each other person with whom it contracts to: ~A} provide coverage based on proper reporting of classification codes and payroll amounts anal filing of any coverage agreemients 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 over person beginning work on the project; ~C} include in all contracts to provide services on the project the language in paragraph ~3} of this subsection; ~D} provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certiftcate 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 iii} prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; ~F}retain all required certiftcates of coverage on file for the duration of the project and for one year thereafter; ~ ~' tG}notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person~knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and ~H~] contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs ~A}~~G} of this paragraph, with the certif cote of coverage to be provided to the person for whom they are providing services: ~#} 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 governmental entity on or after September 1,1994. This rule is also applicable for those building or construction contracts entered into on or after September 1,1994, which are not required by law to be advertised for bid. Page G 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 off icers 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} has added by House Bill ~ 089, 74~h 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 § 110.1 to adopted to be effective September 1,1994,19 TexReg 5715; amended to be effective November 6,1995, 20 TexReg H609 Page 7 of 11 T28S110.i io~a~~~~ "REQUI~D WORKERS' CG~VIPEIVSAT'I~~ CGVER~GE" "1'he taw requires that each person wark~'ng on this site or providing services related to this construction project must be covered by workers' compensation insurance. 2~ris includes persons providing, hauling, ar delivering equipment or materials, or providing Labor ar 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 512-44~-3759 to receive information an 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 110.11 U(c)(7) article . YYorkers' Compensation Insurance Coverage. ,~. Defrnitians: Cert~cate of coverage ("certi rcate')- ~ copy of a certi irate of insurance, a certi tcate of authority to se f insure issued by the commission, or a coverage agreement ~''WCC-81, ~'~YCC- 82, Tl~'CC-83, ar 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 an the project until the contractor'slperson`swork onthe project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in ,~40b.09b) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity~which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, ar 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 foad/beverage vendors, off ice supply deliveries, and delivery of portable toilets. B. The contractor shalt provide coverage, based an proper reporting of classi rcation codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas .labor Code, Section 40~.O1I (44) for all employees of the contractor providing services on the project, far the duration of the project. C. The Contractor must provide a certi irate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown an the contractor's current certi irate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certi irate of coverage with the governmental entity showing that coverage has been extended. E: The contractor shall obtain from each person providing services on a project, and provide to the governmental entr'ty: (I) a certi irate of coverage, prior to that person beginning work on the project, so the governmental entity will have on f le certi rcates 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 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. Page 9 ~f 11 F. The contractor shall retain add required certi :cotes of coverage for the duration of the project and far one year thereafter. G. The contractor shall nat~ the governmental entity in writing by certi red marl or personal delivery, within ~ 0 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services an the project. TI. The contractor shalt past 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 haw a person may ver~ coverage and report lack of coverage. I. The contractor short contractually require each person with whom it contracts to provide services on a project, ta: (Z} provide coverage, based on proper reporting of classi nation codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Cade, Section 40I.011(~4) for all of its employees providing services on the project, for the duration of the project; (2~ provide to the contractor, prior to that person beginning work on the project, a certi ~rcate of coverage shaving 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 certi :cote of coverage showing extension of coverage, if the coverage period shown on the current certi :cote 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 certi :cote of coverage, prior to the other person beginning work an the project; .and (b) a new certi :cote of coverage showing extension of coverage, prior tv the end of the coverage period, if the coverage period shown on the current certi :cote of coverage ends during the duration of the project; (5) retain all required certi :cotes of coverage on file for the duration of the project and for one year thereafter; ~6} notify the governmental entity in writing by certi red mail or personal delivery, within .l a 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 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. ~y signing this contract or providing or causing to be provided a cert~cate of coverage, the contractor is representing to the governmental entity that alt employees o, f the contractor who wilt provide services on the project wilt 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 faded with the appropriate insurance carrier or, in the case of a se f insured, with the commission's Division o, f Self- Page ~ 0 of 1 ~ ~'nsurance 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 1 ~ of 11 PART A SPECIAL PROVISIONS CITY-wID$ STREET STRIPING AND PAVEMENT MARAINGS PROJECT N4. 6421 .~- S$CTION A - SP$CIAL PROVISIONS A-1 Time and Place of Receivia Pro osals/Pre-Hid Meetin Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until, Wednesda Ma 6, 2009. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1241 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL ~- CITY-WIDg STREET STRIPING AND PAVEMENT MARItINGS; PROJECT No. 6421 An ro orals not h sicall in ossession of the Cit Secreta 's Off ice at the time and date of the bid o enin will be deemed late and non-res onsive. Late ro orals will be returned una ened to the ro oser. The ro oser is solel res onsible for deliver to the Cit Secreta 's Office. Delive of an ro oral, b the ro oser, their a ent/re resentative, U.S. Mail, or other delive service to an Cit address or office other than the Cit Secretary's office will be deemed non-res onsive if not in the possession of the Cit Secreta 's Off ice rior to the date and time of bid o enin . A pre-bid meeting is scheduled for 10:00 AM, Wedaesda Aril 29, 2009 and. will be conducted by the City. The location of the meeting will~be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Carpus Christi. TX. A-2 Definitions and Abbreviations Section 8-1 of the General Provisions will govern. A-3 Description of Project THE PROJECT consists of furnishing and placing reflectvrized pavement markings at various locations throughout the City under multiple work authorizations [indefinite delivery / indefinite quantity ~ IDIQ} ]for a period of one ~1} calendar year X12 calendar months}, with the option to extend the contract far up to two ~2} additional one ~1} calendar year terms, subject to the approval of the City Engineer, the City Council and the Contractor. The minimum quantity of work for most authorizations will be 40,000 LF of. striping. However, authorizations of less than 40,000 LF striping are anticipated three ~3} times per year, as .indicated in the Proposal Form. All work to be in accordance with the plans, specifications and contract documents. A-4 Method of Award The bids will be evaluated based on the Total Base Sid, subject tv the availability of funding. Actual award of contract will not exceed $150,000 within any one ~1} calendar year period X12 calendar months per calendar year}. Section A • 5P ~Rev~,aed 12/15/x4} .Page 1 a~ 24 The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which. in the City's opinion, is most advantageous to the City and in the best interest of the public. Individual work authorizations} will be issued during the year based upon unit pricing in the Bid Proposal Form. Upon approval by the City Cowacil, Contractor and $agineer, this contract may be renewable for up to ~2} additional ~1}. calendar year periods X12 calendar months per calendar year. An economic adjustment will be negotiated at the conclusion of each calendar year period X12 calendar months}, if the project is renewed. A-5 Items to be Submitted with Pro veal The following items are required to be submitted with the proposal: i. 5~ Sid Bond Must reference CITY-WIDg STR$$T STRIPING AND PAV~NT MA,RRINGS, PROJECT No. 6421 as identified is the Proposal} ~A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.} 2. Disclosure of Interests Statement 3. Information and documentation required by items A-28, A-29 and A-~30 of these Special Provisions. A-6 Time of Completion/Liquidated Dames The working time for completion of the entire Project shall be 365 calendar days. Upon approval by the City council, Contractor and Engineer, this contract may be renewable for up to (2~ additional tl} calendar year periods ~l2 calendar months per calendar year}. The workin time for com letion of Work Orders shall be stated in the individual Work Orders. Within ten ~l4} da s after recei t of a Work Order from the Director, of En ineerin Services ~"Cit En ineer"} or his desi nee to proceed, the Contractor shall: • Submit ro osed Work Schedule/Plan to En ineer fora roval; Workin Time will be counted from the time above a roval~s} are ranted. Within 24 hours after recei t of a roval~s}, the Contractor shall mobilize, lace traffic controls and commence avement markin o erations. For each calendar day that any work remains incomplete after the time specified far completion of each work authorization or after such time period as extended pursuant to other provisions of this Contract, $,100 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof . The Director of Engineering Services City Engineer} may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Sect~,on A - SP tRevieed 12/15/4} Page 2 of 2~4 A-7 Workers Cam~enaation 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-$ Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Ackaowled ent of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A~1Q ~Tage Rates Revised 7/5/0} ._~,__ Labor preference and wage rates for Hi hwa Hea Construction. cQ~'~fT; ,,, ~ r..n ~± ~~ ..~_ ., ~ '1- -„ n °-~ ghee r Prevailirrt Wage Scales The Corpus Christi City Council has deternuned the gex~xal prevailir~ m; r,; mom, hourly wage rates for Nueces fty, Texas as set aut an Part C. 'Ihe Car~tractor and any subcontractor must not pay less than the Specified wage rates . to all laborers, wurl~en, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars t$~0.00~ per calendar day, or portion thereof, for each laborer, workman, or mecha~u.c employed, if such person is paid less than the specified rates for the classification of work perforn~ed. 'The Contractor and each subcontractor must keep an accurate record sY~wing the names and classif icativns of all laborers, wur]~en, and mechanics employed by th+~n in cor~nectian with the Pm j ect ark shawu~ the actual wages paid to each wnrkex. Section A - SP (Revised 12/1a/04~ Page 3 of 24 The Contractor will make bi-weekly certified payroll submittals to the City ~gar~aer. The contractor will also obtain copies of such certified payrolls from all sLYbcontractors, and ot~aers working on the Project . ~ dacun~ents will also be submitted to the City Engineer i 1 1 i i i 1 ~ 1 i 1 bi-weekly. See section for N~r~ty/M~x~rity Bus~ss Entexpr~s~ Participataon P~vlicy or additicnal requa.r~nents cancernYng the proper' form and content of the payroll submittals. } One and one-half ~1~} times the specified hourly wage must be paid .for all hours worked in excess of 40 hours in any ore week and .for all hours worked on S~ir~ays or holidays. See Section B-1-1, Definition of Teams, and Section B-7-6, Working Hours.} AM 11 Coaperatic~a with Public A~O+cies Revised 7/5/00} The Contractor sha11 cooperate with all public and private agencies with facilities operating within the limits of the Project. ~ Car~tractor shall provide a forty-eight X48} hour r~tice to any applicable agency when work is anticipated to proceed in t1~ vicinity of arty facility by using the Dig Tess l-aoD-344-8377, the Ione Star Notification Ca~any at 1-800 669-8344, and Verizan Dig Alert i-800-483-D279. For the Contractor's corxvenience, the follo~wir~ telephone rnrmbers are listed. city ~agaixbeer Project Engineers: ~IDR ~gineexing Traffic ~ganeering Police Department Water ~ t wastewater t Gas Department Storm Water t Streets & Parks & Recreation t Solid Waste Services AEP SBC City Street Div, for Traffic Signal/Fiber Optic Locate Cablevisian ACSI Fiber Optic} KMC Fiber Optic} ChoiceGom Fiber optic} CAPRI Fiber Optic} Brooks Fiber optic ~~} 361-826-35oa 361-857-2211 361-857-7234 Fax} 361-826-3552 361-882-1911 361-826-1808 (826-3140 after haur~s} 361-826-1818 X826-3140 after hours} 361-585-6900 X885-6900 after hoax's} 361-826-1881 X826-3140 after hours} 361-826-3461 361-826-1970 361-299-4833 X693-9444 after i~.~rs} 361-881--2511 (1-800w824-4424 after hours} 361-857-1946 361-857-5000 361-887-9200 361-813-1124 361-881-5767 512-935-0958 972-753-4355 A-1Z Maiateaaace of Services SNOT '~SSD} 826-1960 X857-5060 after hours} Pager 800-724-3624} Pager 888-204-1679} Pager 850-2981} ~Mabile} VLir4if1.4~i~/J, ~IKNV F~.vrLvi.r, wv.+.wwvl f • i 1 i 1 i i . / r ~ i i . 1 / , 1 i 1 1 . 1 i s i • i 1 ~ a 1 1 / i i i i 1 1 i r i i i i ~~~ ~ 1 1 ~ i a t ~ i 1 1 s i ~ i Section A - SP ~Rev~~ed 12/15/04) Page 4 of 24 r . , ~ • / . ~ ~ ~ . ~ r ~ ~ 1 . ~ ~ . ~ r ~ ~ ~ ' ~ . ~ • ~ . ~ ~ . . ~ r ~ . . ~ . . . . ~ . ~ . ~ A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall be res onsible for desi nin rovidin , obtainin Cit approval and implementing traffic control plans for the safe passage of vehicles throw h work zones. 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. The Contractor shall provide suitable warning signs, flags, barricades, or other devices to .protect markings from damage during drying. •. Contractor shall sequence work within each phase in a manner that ensures public access to all commercial and residential entities at all times during construction. . • Traffic control shall follow the requirements and guidelines of TxDOT Traffic Control Plans for Mobile Operations ~TCP 3-1 thru 3-3} incorporated hereby by reference. ~ Any deviation from the traffic control plans shall be at no additional cost to the City, including those Contractor operations that may require the use of temporary one-way traffic and flagmen due to clearance constraints between Contractor's machinery and traffic. • The Contractor shall take recautions to rotect existin above round facilities from dama a due to wind blown aint, sills, and s latter. The Contractor shall restore an dama ed facilities at no increase in the Contract price. • The Contractor shall provide suitable warning signs, flags, barricades, or other devices to protect markings from damage during drying. All costs for traffic control are considered subsidiary, therefore, no direct payment will be made to the Contractor. Section A - 3P (Revised 12/15/44 Page 5 of 24 A-l4 Construction $qu~ment Spillage and Tracking Nat Used} 1 f f + 1 . • f ~ i• 1 f . 1 f 1 f * f l ~ , ' 1 { f . f 1 ~ 1 ~ . A-15 Bxcavatioa and Removals Not Used} f 1 f f . f f ~ f • 1 . f f 1 / 1 1 1 • ! ! I . 1 ~~ . 1 f f , , , ~ ~ 1 f ~ / 1 f f f f r 1 ~ ~~ i! A-16 Disposal~Salva a of Materials {Not Used} ~.~_..~. 1 . f f , f f f f A-17 Field office Not Used} ! . 1 1 , • f 1 1 . f l f f ~. f ~ f f f ~ 1 1 1 f A-18 Schedule and Se ence of Coastructxoa The Contractor shall submit to the City. Engineer a work lan based on Calendar da s. This plan shall detail the schedule for the~lacement of Pavement markings, and shall be submitted to the City Engineer within ~103calendar da s after recei t of an individual Work Order. Workin Time will be counted from the time above a roval~s~, the Contractor shall .. mobilize, place traffic controls and commence pavement markin o erations. 1 Sec~iQn A - SP (Revised 12/15/0~4j Page b of 2~ 1 1 ! 1 1 . ! • 1 1 . 1. ! ~ • 1 / . - . ! ~.,,,. ,R.a,*~ein~ / 1 1 . 1 / 1 1 1 1 1 1 1 ! 1 • 1 ! ! ! ! 1 ^ • 1 1 1 1 • 1 . 1 1 A-19 Construction Prv'ect La out and Control Pavement markings shall duplicate existing markings unless otherwise indicated in the Work Order. Sketches detailing typical marking confi urations for the Classification of streets bein marked will accom an individual work orders. { 1 1 • • 1 I ~ 1 1 ! / / / • ! , 1 . 1 + ! 1 • ! / rl.~.sw#~~++rt~-___r5~ ~-y,b r.y~5r~r 'COTS' ~+IlL~LT1:7~~ ! 1 1 1 ! - ~ 1 1 1 , 1 1 1 1 1 1 ~ 1 ! ! 1 1 1 ! 1 ~ 1 ! . ! 1 ! 1 1 1 1 1 1 ! ~ 1 1 l . e r 1 1 t / / 1 1 1 1 ! ! 1 ! 1 1 , 1 1 • i ' 1 ~ ! 1 1 1 1 ! . 1 1 / 1 1 1 1 1 1 1 / 1 1 1 1 • ! 1 1 ! • • • • a 1 ! ~ / / ! • • . • ~ SeC~~,o11 A ~ SP Revised 12/~5/~4y Page 7 of 24 . . ~ ~ - ' f ~ ~ ~ T, 1 'M'I~Y Y17}~Y~ _ _d_~~M~ ~ i . ~ ~ ~ ~ ~ ' ' ~ T~ j ~ , ~ ~i~'~' r ~ ~ ~ ~ . A-20 Testing and Certification The City, at its discre__tion, may sam le and test raw materials and paint supplied in accordance with__Technical Specification 611 "Ref lectorized Pavement Markin s", and ins ect the manufacturin rocess for all .traffic Paint urchased b the Cit or its Contractor. ~n testin of raw materials or finished aint shall be conducted in accordance with TxDOT De artment Material S ecification 8220, 829D, and Test Procedures TEX-828-B, TEX-829-B, TEX-854-B. All tests required under this laboratory selected by the City will be borne by the City. In be done over after corrective retesting will be borne by th the Contractor. The Contractor must provide Engineer, A- 21 Pro ' ect Si s Not Used} item must be done by a recognized testing Engineer. The cost of the laboratory testing the event that any test fails, that test must measures have been taken, and the cost of e Contractor and deducted from the payment to all applicable certifications to the City A-2Z Minoru JMiaorit Business gate rise Partici atioa Polic Revised 10/98} 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to Section A - SP (Revised I2/15/~~) Page 8 0~ 24 participate in the performance of contracts awarded by the City of Corpus Christi in .support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority~~~usiness Enterprise. 2 . Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or point venture as herein provided which has been awarded a City contract. b. Subcontractor; Any named person, firm, partnership, corporation, association, or point venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned .. and controlled by one or more minority person(s~. Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this. section, women are also considered as minorities. Minority persons} must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. owned ~a} For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. ~b~ For an enterprise doing business as a partnership, at least 51.0 of the assets or interest in the partnership property must be owned by one or more minority persons}. ~c} For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority personts}. 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority persons}. 3. Share in Pa ents Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0a or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and ariy other monetary distribution paid by the business enterprise. d. Minor ~: See definition under Minority Business Enterprise. Section A - SP Revised ~2/~,5J44} Page 9 of 24 e. Female owned Business Ente rise: A sale proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets~or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0 of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms fvr the Contractor's aggregate work force on all construction work fvr the Contract award are as follows: Minority Participation Minority Business Enterprise ~Percent~ Participation Percent) 45~ 0~ b. These goals are applicable to all the construction work regardless of federal participations performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractors percentage is~prohibited. 4. Com liance a. Upon completion of the Project, a f final breakdown of MBE, participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit biweekly payrolls in a timely fashion or to submit overall participation information as required. Sect~,on A - SP ~Revi~ed 12/15/0~~ Page ~,0 a~ 24 A-23 I~aspectioa Required Revised 7/5/00) Not Vaed~ ..., ,,, ~ ~ . f f f , . f f ~ ~ f . ~ . f . f 1 f A-24 Suret Boads Paragraph two ~2} of Section B~-3-4 of the General Provisions is changed to read as f of laws "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent X10%} of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent ~l0%} of the Surety Company's capital and surplus with reinsurers} authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may. not exceed ten percent ~l0%} of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial, statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100, 000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the band was issued." A-25 Sales Tax Sxe tion SNOT USED} ~ ~ ~ f ~ f -- ~ f ~ r ~ . f , ~ • ~ a f r / f r • Section A - SP ~Revieed 12/15/04 Page 11 of 24 . • • 1 - i . ~~ ~ A-Z6 Su lemental insurance Re irements 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 restricts the insurance afforded covenants to mail prior writte change to: 1. 2. 3. or material change that reduces or by this coverage part, each insurer n notice of cancellation or material 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: 34 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty X30} calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty ~3~} 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-5-11 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 8-6-11 ~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 SectioA A - SP tRe~rfeed ~.2/15/~4) Page 12 of 24 hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting f ram 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 ar any person indemnified hereunder. A-27 Rea onsibilit for Dania a Claims NOT US$D A-28 Considerations for Contract Award and $xecutioa To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two ~2} years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder far services or materials supplied which relate to any of its projects begun within the preceding two ~2} years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis far the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety X90} days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Adroiaistratioa Staff The Contractor shall employ far this Project, as its field administration staff, superintendents and foremen wha are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five ~5} years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, Sect~.on A - SP ~Reviaed ],2/~5/O~f Page 13 of 24 scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five ~ ~5} years receat experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved b'Y the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such writtea approval of field administratioa staff is a prerequisite to the City $ngineerrs abligatioa to execute a coatract for tha.s Project. If such approval is not obtained, the award may be rescinded. ~xrther, 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 team of the Contract, such a failure constitutes a basis to annul the Contract pursuant tv section B-?-Z3. A-30 Ameaded '~Consideratioa of Coatract"' Re iremeats 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 following the public opening and reading of the proposals, the three ~3} apparent lowest bidders abased on the Base Bid onlyy must submit to the City Engineer the fallowing 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; . 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Cantractor 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 Cantractor has not completed his evaluation of which subcontractor will perform the work. Section A - SP (Revised 12/15/~~~ Page 14 of 2~ The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be .substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; ~ . ' final progress schedule must be submitted to the City Engineer upon receipt of individual work orders; 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. lp, ~ ~ ~ With the Hid Proposal Form- submit is letter foam, information identifying type of eatity aad state, i.e., Texas .for other state} Corporation or Partnership, aad same ~a} aad Title 4s} of individual (s} authorized to execute contracts on behalf of said eatity. A-31 An-e~ded Policy ooi bra Work aad Cbaage Ordera Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Poli on Extra Work and Chan a 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 $25,440.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A- 32 Amended "$xecutio~a of Camtract" ' remeats Under nGeneral 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. Section A - SP (Revised 12/15/04] Page 15 of 24 A-33 Conditions of work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Hid Meeting referred to in ecial Provision A-1. ~~~~ - - --r rirrrrrrr~rrr~na A-34 Precedence of Contract Docwnents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the Technical Specifications fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions cif applicable7, construction plans,. referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 Cit Water Facilities: S ecial Re irements ~N4T IIS$D~ • ~ , l ~ , ~ ~ ~ ~ . ~ . • ~. ~ . . . . ~ ~ ~ . ~ ~ r - , , - f ~ . r ~ • ~ . ~ ~ . ~ ~ Section A - SP 4Revi~ed 12/15/a4y Page 1G of Z4 1 ~ ~ ~ i ^ ~ ~ ~ i / / ^ ~ / t / 1 1 ~ ~1 y}~ f r1~~~Z.a r~~w~.~ iTiL~~ "' ~~ _t.~~ 1 / - f 1 , . r , 1 ~~'^ 1 1 f 1 a r / • ~ ~ 1 • 1 r f t r f 1 • 1 1 / ~ • / , l r / 1 • 1 ~ f 1 1 1 f / 1 1 1 1 ^ 1 1 1 1 1 f 1 1 1 r r r r 1 . 1 / . 1 r r r ~ r 1 . / 1 1 / 1 1 r r r 1 1 1 ~~ 1 ~ 1 1 1 1 1 1 1 1 f Section A - SP (Revised 12/~.5/04~ Page 17 0~ z4 1 1 1 • r r / 1 ! r I ~nr~w+e~ x ~ '?.~'-'~ ~~ ~ ~rrT • 1 1 r,+~ r~+ G _ ~er r 1 el~c~- 1 1 ~ 1 ~ / 1 ~ r 1 1 1 A • r 1 1 1 1 / r 1 j 1 1 1 1 1 r 1 ! ~ 1 1 / 1 1 1 1 1 I..r.. ,: .._ _..,~ __,_ 1 1 ____ . 1 A-36 Other Submittals SNOT 17SBD~ 1 1 1 1 1 r 1 1 1 l 1 1 r 1 r 1 1 r ~ / ~ ~ 1 1 1 1 1 / :' / ~ Section A » SP ~Revieed 12/5/44) Page 1$ of 24 i ~ ~;r\,ri { 4ZJ.J,~.rIJ 4riiLtilr 1 1 .F V r i f Vl~ ~ f 1 / 1 1 1 i 1 j 1 1 f a.,r.,.~la ~- j ~ ~ ~ ~ 1 ~. • ~ f 1 • f r • 1 i 1 1 . / 1 1 1 1 f 1 1 f 1 f 1 ~ f f f ~ f 1 ^ 1 . ~ 1 - 1 , . 1 f / 1 • 1 1 1 1 1 / 1 1 1 1 f ~ 1 1 f 1 1 . 1 1 1 r . 1 1 • r / A~ 37 Amended '~Axr e~ment aad Charge for Water F~raished by the Cit~r" ~ND'r USA} 1 1 1 1 1 1 . f 1 - • Section A ~ SP tRev~sed 1~/~,5/~4j Page I9 of 24 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 Occu aac and Final Acce tance Not '~sed~ ~: A-44 Amendment to Section 8-8-6: Partial Estimates General Pravisions and Requirements for Municipal Construction Contracts Section 8-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 O~oae Advisory Not Used • A-42 OSHA Rules & Re latioas It is the responsibility of the Contractor~sy to adhere to all applicable QSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended 2ademn,ificatioa & Hold Harmless Under "General Contracts" B-6-27 entirety and the Provisions and Requirements for Municipal Construction Indemnif icatian ~ Hold Harmless, text is deleted in its following is substituted in lieu thereof The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly ar indirectly causes injury tv an employee of the contractor, or any subcontractor, supplier or materialman. Section A - SP ~Revi~ed 12/15/04 Page 20 of 24 A-44 Chaaae orders Should a change orders) be required by~the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order unit prices, hourly rates, sub-contractors costs and breakdowns, cost of materials and equipment, wage rates, etc.).` This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 A8-Built Dimensions and Drawia s =7/5/00} ~Nvt Vaed) _...,.^, ~1~-~£a~ zr'~~sz 1 ztiz~r. ~ 1 r 1 . / 1 1 1 1 / / 1 . 1 . , 1 r ~ 1 . i 1 1 • 1 1 1 1 . 1 1 1 ~.. ^ 1 1 f A-46 Disposal of 8igh1Y Chlorinated water X7/5/00} SNOT VSSD) 4 V N V W ~i~ , ~A n~.d Wiii Y v V W Yi/~ M~~r wr w~~.r ~ ~ w~~~~~~~ ~~~ ~~~ ~~~ ~ ~ - -~ _.._...~.--.., . - r 1 1 ^ 1 / / 1 ! ^ 1 1 ! ^ 1 ^ 1 1 . 1 1 ^ 1 1 l ~ ~ / 1 1 1 1 1 / 1. 1 1 1 / . 1 . A-4T Pre-Construction lorato Bxcavatioas X7/5/00) (N4T IIS$D) 4 1 1 1 i ^ t i 1 1 1 ^ 1 1 1 / / 1 1 1 A / 1 ^ 1 a 1 1 1 1 • / w 1 1 i 1 1 • • / 1 1 ^ 1 1 Section A - SP ~Revieed 12/15/~4~ Page 21 of 24 Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not, A- 4 9 Ameaded 'Maintenance Guarani 4 s 124100 } Under 'General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guarant add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies, available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Term of Contract The term of the contract will be twelve X12} months with a renewal option for up to two ~2} additional twelve (12} month terms with the mutual agreement of the City Manager, or his designee, and the Contractor. A-5l MQHILIZATI4N/~n~MaHILIZATION The work to be performed under this contract shall be authorizes by the City under multiple work authorizations. The minimum quantity of work for most work authorizations will be 40,000 L.F, of striping. However, under certain circumstances, the City will need to issue work authorizations for quantities smaller than 40,000 L.F. It is anticipated that the small quantity work authorizations will occur 3 times per year. Recognizing that additional compensation for these smaller work authorizations is warranted, a Bid Item, Small Quantit Authorizations has been included. All costs associated with Section A - sP (Revised X2/15/04) Page 22 of 24 mobilization and demobilization of labor and equipment to perform the work included in authorizations for less than 44,000 L.F. of striping shall be included in this bid item. No additional compensation beyond the unit bid prices for striping shall be made for work authorizations for 40,000 L.F. or more of striping. A-52 Amended Prosecution and Progress ..~~, Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Pro ress, add the following: "Funds are appropriated by the City on a yearly basis. If funds for any reason are not appropriated in any given year, the City may direct suspension or termination of the contract. If the contract is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. Sect~.oa A - 3P ~Reviaed ~2/15/0~~ Page 23 of 24 SUBMITTAL TRANSMITTAL FOR1~ PROJECT: FURNISHING AND PAVING REFLBCTORIZED PAVEMENT MARKINGS; PROJECT N0. X421 OWNER: CITY OF CARPUS CHRISTI ENGINEER: HDR ENGINEERING, INC. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRA~IING SUBMITTAL Sectioa A - SP tRev~sed 12/15/04) Page 24 of 24 AGREEMENT THE STATE 4F TEXAS § COUNTY OF NUECES § THIS AGREEI-~NT is entered into this 9TH day of JUNE, 209, by and between the CITY CF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," ,and High~ay _ Technologies. Inc, termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1431142_.50 by City and other obligations of City as set out herein) Contractor will construct and complete certain improvements described as follows: CITY-WIDE STREET STRIPING AND PAVEMENT MARKINGS PROJECT N4. 6421 ~TCTAL SASE BID: 103,142.50 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 ITEM QT1'. UNIT DESCRIPTION UNiT COST AMOUNT REFLECTQRIZED PAVEMENT MARKINGS {4"}{SOLID}(INI~ITEj{TYPE l~, COMPLETE IN PLACE, PER . ~ Al 554Qa LF LINEAR FORT . REFLECTORIZED PAVEMENT MARKINGS {4"}{BROKEN}{WHITF}{TYPE I} ,COMPLETE IN PLACE, 55,4Q~ LF PER LINEAR FOOT REFLECTQRiZED PAVEMENT MARKINGS {4"}(SDLID}{YELLOVI~y{TYPE !} ,COMPLETE IN PLACE, PER ~~ Z A3 2T1,00D LF LINEAR FOOT REFLECT~IZED PAVEMENT MARKINGS (4"}{BRO.KEN}(YELLDIN~tTYPE i} , COMPLETE iN PLACE, ~l l ~~ A4 34,?QD LF PER LINEAR FDQT - REFLECT4RIZED PAVEMENT MARKINGS {8"}~SOLID}~IVHITE}(~`YPE t} , COMPLETE !N PLACE, PER 5 loo LF LINEAR FOOT ' REFLECTORIZED PAVEMENT MARKINGS `' ~4'~{5OLID}(WHITE}{TYPE II} , COMPLETE IN PLACE, PER ~, ~ A6 6,2DD LF LINEAR FOOT + REFLECTORIZED PAVEMENT MARKINGS {4~a~BROKEN}{WHITE}TYPE II) , COMPLETE IN PLACE, Z~. ~ A7 $,2DD LF PER LINEAR F4aT • i REFLECT4RIZED PAVEMENT MARKINGS {4"}(SnLID}{YELLOUlI){TYPE i1} , COMPLETE IN PLACE, 8 3a8aQ LF PER LINEAR FDDT REFLECTORIZED PAVEMENT MARKINGS {4"}{BROKEN}(YELLDIN}{TYPE II} ,COMPLETE IN PLACE, . 9 3,9DD LF PER LINEAR FOOT ~ REFLECTORI~ED PAVEMENT MARKINGS ER J {8"~{SOLID}{1NHITE}(IYPE 11} ,COMPLETE IN PLACE, P ( A1D 100 LF LINEAR FOOT , . SMALL QUANTITY AUTH4RI7ATi4N5 {LESS THAN 4a,QQ~ ~ , 11 ~ EA LF TOTAL ,PER EACH Note; The quantities lfsted above are estimated quantities for a one ear period. Y similar quantities are anticipated for the svbsequeat two, one year extensions if approved. Paymemts far individual. work authorizations will be made based actual quantities. TQTAL BASE BID: 4Bid Items 1-11} s I ~3}I'-~Z.SL~ The undersigned hereby dec~.ares that he has visited the site and has carefully examined the plans, specifications and contract documents relatin to the work covered by his bid ar bids, that he agrees to do g the work, and that na representations made b~ the Gity are ~.n any sense a warranty but are mere estimates far the guidance of the Contractor. Upon notification of award of contract, we will within ten (10} ca~.endar days execute the formal contract and will deliver ,a Performance Bond ~ as required far the faithful perf armance of this contract and a Payment Bond has requ~.red} to insure payment for all labor and materials. The bid band attached to this proposal, in the amount of 5~ of the highest amount bid, ~.s to become the. property of the C i t o f Corpus Christi in the e~rent the contract and bonds are not y `me above set forth as li idated damages for the executed within the ti ~ delay and additional work caused thereby. Minority1i~inority Business Enterprise ParticipatiaA: The a anent low bidder ~ steal l , within five days of receipt of bids , submit Pp the names and addresses of MBE f irnrs to the City Engineer, in writing, Prapoaal Form Page 3 of 6 The Contractor will commence work within ten ~10y calendar days from date they receive written work order and will complete same within 365 CALENDAR DAYS after construction is begun. Shauld 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 wank progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. AT'1"~ City Secretary CITY QF CORPUS CHRISTI By• w Oscar Martinez Assistant City Manager APPR D A3 TO LE FORS By: Asst. ity Attorney ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) By: Pete Anaya, P.E. Director of Engineering Services C4NTRACT4R Hi h~ra o ies Inc. By ~;~ ~~ ri n C ~- 12909 Dessau Address} Austin TX,78574 City} State} ZIP} 512/994-9525 * 512/99-4336 Phone} (Fax} Agreement Page 2 o f 2 ~ r ~ ~ NOR~L~D ~uT w ~~ FFA~H f ~ ~ ., ..ir. .:~i.•~ • wr+MMM1~A~1~ ~v ,~ r..rwrr • ~EC~~"I`-~R1~ ~~, e µ~,` ~~ a" f LIMITED POWER OF ATTORNEY gnaw by all men these presents, that the undersigned, a Massachusetts corporation ~"the corporation"} hereh~r constitutes and appoints Kevin Prince, operations Manager, its true and Ia~~rfu1 attorney xn-fact to execute and subrr~t, in the name of the ~orporatian, did documents, contracts, change orders, and purchase orders. The ~arpora~on hereb~~ grants to the attorney in~f act power and authanity to da and perform any and all acts ~vhatsaever requisite, necessary and proper to be lane in the exercise of any of the rights and powers herein granted, as Cully to all intents and purposes as such attorney-inrfact rn~ght or could do ~ personally present,hereby ra ` ` g anal co ' g a~~ Chat such attorney-in_~fact shah lawfully da ar cause to be done by virtue 4f this power of attorney and the rights herein granted. l]nless termunated by Che Corpo~ra~Qn,this Limited Po~vex of Attorney sh~.l remain in effect until ~i~ the completion of the afore rnen~aned pra~ect; or ~ii~ the date the person appointed hereunderceases to be an employee of th.e ~orpvratian. III wIT~ wHER~~3~', the undersigned has caused this limited Power of Attorney to be executed. this 4th day of June, ~Q~~. HIGHWAY TE~HN~L~GIE~ II~C. ~. ~y: Nam:Jrole .Jr'~~icz Title; resident ~ =~> Stafie o~ Illinois Jaunty of ~u.Page. This instr~uinenfi was acknowledged before me an ~p by ~ ~~?r~n~[ _ ~ ~//'d[,~.~iLV?G Z Not P lic ~FF1C~~l~ ~~AL LU ~Y ~. K4C~~ KA ~~T~Y P~~ STATE of ~1H ~Y ~ai~M~~~~ ~~~ ~~-~~~~~ i' ..:' ~ / ~~ ' '', ~E. WRITTEN CONSENT OF THE SOLE DIRECTOR The undersigned, being the sole director of Highway Technologies, lnc, a Massachusetts corporation the "Company"}, hereby consents to and adopts the following resolutions by written consent: ,. RESOLVED, that the persons holding the positions listed below are hereby authorized to negotiate, execute, and deliver agreements, contracts, bids, papers, work'orders, and other documents collectively, "Contracts"~ up to the dollar amounts shown below and relating to work to be performed by or on behalf of the Company in the ordinary course of the Company's business. The authorized amounts set forth below represent the total dollar an~aunt of the Company's commitment under such Contracts or, if such dollar amount is not feed or readily ~~ `~~ ~ ascertainable then, the dollar amount of the entire project. Branch Mana ers may execute Contracts in an amount up to Four Hundred Thousand l~allars ~~400,~D~~. The Branch Managers with said authority are as follows: STEVEN ~cCOR~A.K TH4NIAS CooGAN, LUIS VASQUEZ, . RAXMgND RINALDI, JQNATI3AI~~ PAUL PISA~ITELLI, JAC~IE D. BoGUS~EwSKI, DANIEL ROBERT MoRIN, DONALD FULKERSON, CHRISTOPHER JON SCI3ROEDER, RICHARD SUMNER, . w~LLIAM ANTIioNY VARGO, ALE~ANDE~ JosEP~ osBORN~E, Nr.A'~T~IEW J. FRICI~E, BARRY TRISKA, BR.ADLE'~ U. wo oDY, . JOIIIV UZZLE, ,~~ DIANA I1~cALONEY wILLIA~4'I SPENCER MOORE, JR~, , ~ ,~ JOEY BRANSON, :~ ROSS S. MOHR, ~~ UARIHCK BREN, MICHAEL 'V4~. RYAN, wENDY BENGSTON, TIMOTHY R. LEwIS, STEVEN ALLEN MEU"TH, KEVIN PRYCE, BONNIE L. JOHNSON, ROBERT E. CASTANEDA, PHIZ CATARELLA, GLEN EGGERS, ~ . ~ JOEL K. PENNINGTON, ;, TROY DON VANDER VORSTE, MATTHEW ~ER.R, MAIM THOMAS S C~NTLEBURY, ,., GILBERT JOSEPH, JR., SCOTT MALPASUTA, MZCHA.EL PATRICK GRIFFITHS, . . DENNIS ALES MARQUEZ, RODD ALAN JOSE, BOBBY G. ROBBINS, . FADE ALLEN SELLERS, TxNI SHORE, RAVE DEAN PORTER, AND, SIiAwN MICHAEL SEVERIN. Re ia~aai Vice Presidents may execute Contracts in an amount up to one Million Dollars x$1,000,000}, The Regional Vice Presidents with said authority are as follows: MII~E SOLOMON 'SCE PRESIDENT, MXDwEST REGION ROD PEKU~RI~EY VICE PRESIDENT, GULF REGION FRANK CLARK VICE PRESIDENT, EAST REGION RANDY GEORGE VICE PREDIDENT, WEST REGION Officers may execute Contracts in an amount up to Ten Million x$10,000,000}. The below C~f~cers with said~authority are as follows: JEROME M, ~t~EwICZ CHIEF EXECUTIVE OFFICER & PRESIDENT FURTHER RESOLVED, that this written Consent replaces, in its entirety, the written Consent '`~'~ of the Caznpany dated April 2~, X007, ~~ ~ t~ ~~ WTTNES~ WI~RED~', the undersigned has duly executed this Written Consent this _~___~ ~ ~ .~ day of August, 2007 By* e w~cz Dr ~ :~ '~~, ~~ ;---,. r J S P E C I A L P R O ~ I S I ~ N S . S P E C I F I CA T I O N S A N D ~' U R M S C F C ~ N 'T R A CT S A N D B C ~1 D S F Q R CITY-WIDE STREET STRIPING AND PAV'EN~NT MARKINGS Prepared B~ TE~(AS REGrSTRATION NUMBER 7a4 HDR Engineering, InC. 555 N. CaranCahua 5~.~ She 1650 Corpus Chxis~i, T~ 7848 Phone; 361/ 857-211 Fax: 361/ 8S?-?234 #63461 F4R DEPARTMENT CF ENGINEERING SERVICES STREET AND SOLID WASTE SERVICES CITY CF CARPUS CHRISTI, TEAS Phone,: 361/26-3500 Fax: 361/86-3501 PROJECT N`421 .~. DRAWING N0: N.A. .., ~~~~~1~1~1~1~xr~~ .•' ~ ' ~ ~' ~.~r r "''' ~ c~~~ ~. CRUEL r ......................,.. r 46705 ~. .. .,,_ •o . ,. ~~~~~. ~~~ ~ Y ~4~~~. 1j~ FS • ~ . ~r~~~ 1 ~9 ~~j~ FROPO~AL FURM F4R CITY-~1IDL STREET STRIPING AND PAV1T MARRINC33 PROJECT NO. 6421 DEPARTNT ~F ENGINEERING SERVICES Proposal Form Page 1 of 6 .p CITY OF CORFUB CHRISTI, TEXAS PR~po'~A~L Place: Date: J ~~`V-~ Proposal. of ~ ~ ~ ~~ r a Corporation organized and existing under the laws of the .~ State of ~ • 4R a Partnership or Indiva.dual doing bus~.ness as T4: The City of Corpus Christ., Texas Genf l.emen : . The undersigned hereby proposes to furnish all labor and materials, toolsr and necessary equipmentr and to perform the work required for; CITY-V~ISJE STREET ~ STRZPIN~ AND PA'~MEIST ~~NGs PROJECT NC, 5421 at the locations set out by the plans and specifications and in strict accordance with the contract documents far the following prices, to- wit: Proposal FoYtn Psg$ ~ o~ 5 I?EM Q'fY. UNIT DESCRIPTIDH UNIT COST AMOUNT REFLECTQRIZED PAVEMENT MARKINGS ~4"}~SOLIQ}(WHITE}{TYPE i}, CaMPLE7E IN PLACE, PER ~~ Al 5540D LF LINEAR FORT REFLECTQRIZED PAVEMENT MARKINGS 44"}~BROKEN}4WHITE}~TYPE I} , COMPLETE IN PLACE, ~ 55,4QD LF PER LINEAR FOOT REFLECTORIZED PAVEMENT MARKINGS 44"}~SC?LID}~YELLOW}(TYPE !) ,COMPLETE IN PLACE, PER 7 ~d L A3 27,000 LF LINEAR FOOT ~ REFLECTORIZED PAVEMENT MARKINGS ~4")~BRDKEN)~YELLOW}~TYPE I} , COMPLETE IN PLACE, ~7 ~~ 34,7x0 LF PER LINEAR FOOT G~ REFLECTQRI7.ED PAVEMENT MARKINGS ~B"}~Sallp}WHITE}TYPE I} , CoMPGETE IN PLACE, PER 5 7~a LF LINEAR FOOT '' REFLECT~RIZED PAVEMENT MARKINGS ~4"}~SULID}41NHITEy(TYPE Ily , COMPLETE IN PLACE, PER ~,`"~ A6 B,2Q0 Ll^ uNEAR FOOT + REFLECToRIZED PAVEMENT MARKINGS ~4"}~BROKEN)~INHITE}~I'YPE li} , COMPLETE IN PLACE, 7~. A7 fi 20D LF PER LINEAR FOflT ~ G• REFLECTDRIZED PAVEMENT MARKINGS ~4'~~SOLID}~YELLOW}{TYPE i l} ,COMPLETE IN PLACE, B 3aB04 LF PER LINEAR Fool REFLEGTDRIZED PAVEMENT MARKINGS {4~}~BRDKEN}~YELLC~1IVy~lYPE II} , COMPLETE iN PLACE, , g 3,00 LF PER LINEAR FOOT ~ REFLECTaRiZEQ PAVEMENT MARKINGS ~S'~(SfluD}~INHITE}~TYPE il} , COMPLETE IN PLACE, PER v a1a 100 LF LINEAR FQOT SMALL QUANTITY AUTHDRIT.ATI4N5 BLESS THAN 4Q,a0q (~ ]~], r W 11 3 EA LF TOTAL ,PER EACH Note: The quantities listed above are estimated quantities fvx a vne ear period. Similar quantities are at~tic~.gated f yr the Bubaequeut Y twor one year extensions if approved. Paymes~t~ for ~.ndividual wank authorizations will be made based actual quantities. ~r ~ w TOTAL BASS BID. ~B1d Items 1 11 ~ 7'he undersigned hereby dec~.ares that he has visited the site and has carefull examined the plans, speca~f icativns and contract documents y ousted b his bid or bids, that he agrees to do relating to the work c Y , the work, and that no representations made b~ the City are ~.n any sense a waxranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we wil]~ within ten X10} calendar days execute the formal contract and will deliver ,a performance Bond has required for the faithful performance of tha.s contract and a Payment Bond has requixed~ to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5~ of the highest amount bid, i.s to become the- property of the Cit of Cargus Christi in the event the contract and bonds are not Y e above set forth as 1s. idated damages far the executed within the tim ~ delay and additional work caused thereby. Minority/Minority Buaines8 Enterprise Participation: The a arent law bidder shall, within five days of receipt of bids , submit Pp the names and addresses of MBE farms to the City Engineer, in writing, Praposa~. Form Page 3 of 6 participating in the eantract and a description of the work to be performed and its dol~.ar value for bid evaluation purpose . Number of signed bets of Documents: The contract and all bonds will be prepared in not Less than four counterpart original signed sets , Time of Completion: The working time for complet~.on of the entire project shah. be 355 DAYS calendar da s {1 calendax ear 12 calendar moatbs~ Dpon approve y y ounc ontrae or Ong Weer, s contract may be renewable for up to t 2 ~ additf anal { 1~ calendar year periods {1~ calendar months pex ~ealender yeary. The undersigned agrees to complete the work in accordance with indiv~.dua~, task order authorizations. The working ti~ae for completion of work ardexs shall be as stated in the indivf dual Work Authorf nation. Within ten ~ 14 ~ calendar ~ da s of ter recei t of a Work Qrder from the Director a ineerin ervices or is esa. ee "clt En sneer to rocee t e on rector s a • ~ Submit proposed Work Schedule/Plan to Engineer for approval; • If requested, submit proposed Traffic ~antrol Plan sealed by Texas Profess~.onal Engineer} to Engineer for approval; Workin Time wi11~ be counted from the rante i in 24 ours a ter revel t a~ s mo i ize, ace ra is contras any mar in operations. .. The undersigned further declares necessary tools and ap~aratus~' do all matera.als and do evexything required to c work covered by this proposal,. in street documents and the requirements pertaining above set forth . time above a royal ~ s ~ are a rave . s , t e ontrac or Gommenc,e_ tr, ping. ~avem nt that he will provide all the work and furnish all tarry out the above mentioned accordance with the contract thereto, far the sum ar sums Receipt of the following addenda is acknowledged addenda number} : ~~ -- Respectfully submitted; ~~~~~. . , Name: By .,~. ~SFAL - zF BIDDER IS IGNA ~ a corporation} address: ~' PLC ~P.C. Box} w, ~Street~ ~ ,~ City} {Late} ~Zip~ Tele hone • ~ ~~- ~ ~b''~~~ P NOTE: Do not detach bid frota other papers. Fill in with ink and stila+mit complete with attached papers. ~Revi,sed August 2aooy Proposal Form Pane a of 6 PAYMENT BOND STATE OF TEXAS § COUNTY OF NUECES § ,~p~µ ~o~3oyY3~ KNOW ALL BY THESE PRESENTS: THAT High~ay Technolgies, Inc. of TRAVIS. County, Texas, hereinafter called "Principal", and Westchester'~reinsurance~ompany r a corporation organized under the laws of the State of ~ , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE HUNDRED THREE THOUSAND aNE HUNDRED FORTY-TWO AND 50/1044$103,142.50 DQLLARS, 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 princ~.pal entered into a certain contract with the City of Corpus Christi, dated the 9TH day JUNE 2 009 a copy of .which is hereto attached and made a part hereof, for the construction of: CITY-WIDE STREET STRIPING AND PAVEMENT MARKINGS PROJECT No. 6421 4TOTAL BASE BID: 143,142.54 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 far value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the ~~ day of ~0 Q PRINCIPAL Print Name & Title) ATTEST l~:tw~ A/ . Ce~n-ate ,4~~.. Print Name & Title} SURETY (Print Namey the Resident Agent of the Surety in Nueces Count ~'exas, for delivery of notice and service of process is : AgeACy. Contact Person. Address Phone Number: tNOTE: Date of Payment Bond must not be prior to date of contract} (Reva.sed 3/D8} Payment Bond Page 2 of 2 PERFORMANCE Bohn STATE OF TEXAS § COUNTY 4F NUECES § ~:,~D !~ ,(~o X30 / I3 g KNOW ALL BY THESE PRESENTS; THAT Hi h~ra Technolo ies Inc. of TRAVIS County, Texas, hereinafter c a 11 e d "Principal " , and Westctlester Fire insurance Com~-any r a corporation organized under the laws of the State of , and duly authorized to do business in the State f Texas, hereinafter called "Surety", are held and firmly boon unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ONE HUNDRED THREE THOUSAND ONE HUNDRED FORTY-TWO AND 54/144~$143,142.54y 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 SvCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 9TH of JETNE 24 49 , a copy of which is hereto attached and made a part hereof, for the construction of: CITY-WIDE STREET STRIPING AND PAVEMENT MARKINGS PROJECT No. 6421 TOTAL B14SE BID : 143 ,142.54 y NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, includ~.ng 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 band, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. 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 wham service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREaF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the ~ day of 20 PRINCIPAL T~~, ~~ ~- ~ ~ since ~ ~ r• (Print Name & Title) ATTEST ~~ c~ Print Name & Title} SURETY Print Name} The Resident Agent of the Surety in Nueces County, Texas, for deiivery of notice and service' of process is : Agency: Contact Person: Address: P&one Number: (NOTE: Date of Performance Bvnd must nat be prior to date of contract) {Revised 3/D~j Performance Bond Page 2 of 2 CITY aF CORPUS CHRISTI DEPARTMENT CF ENGINEERING SERVICES P.~. BMX 92l`l CORPUS CHRISTI, TEXAS 78469-9277 RE: Certification of Power of Attorney for Performance and Payment Bonds Project NamelNo.: Pre' #642 Cit Wide Street Stri in and Pavement Markings Surety Company: Westchester Fire Insurance Com an LadieslGentlemen: I, Kim F. Jamison, Vice President -Surety, hereby certify that the facsimile power of attorney submitted by ~.~r~~a 1se~ for ~fig~way ~ec~r~ofo~ies, Ir~c. a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of Cancellation of this power of attorney, the City of Carpus Christi shall be notified in writing by certified mail within seven ~7~ days thereof at the following address: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.~. Box 9277 Corpus Christi, TX 15469-9217 Signed this 24th day of June , 2009. ,, Westchesterfire Insu~anc~ Company Name: ~Lss. T " ~~•.~~ im F. Jamiso Title: _Vice_President, surety ~._._... Sworn and subscribed to before me on this 24t" day of June , 2009. Notary Public State of !~ My Commission Expires: ~ ~~ 3 ~/a o~~cuu. s~ RICHARD VALENTE (Revised 7100) ~~ ~~ • ~A~ ~ ~~ ATTACHMENT 1 MrraoNEx~s:o~no 1 OF 1 THB BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES ~ THAT WILL PROTECT AGAINS3 COPY COUNTERFEIT AND ALTERATION. ~ 003594775 z. :~~. .F .. ACKNOWLEDGEMENT BY SURETY STATE OF ILLINOIS COUNTY OF COOK On this 16`h of June, 2009, before me, Kimberly Bragg, a Notary Public, within and for said County and State, personally appeared Linda Iser to me personally known to be the Attorney-in-Fact of and for Westchester Fire Insurance Company and acknowledged that she executed the said instrument as the free act and deed of said Company. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. Not y Public 'n the to Illinois County of Cook ~~i~ KIMBERLY BRAGG NOTARY PUBLIC - STATE OF ILLINOIS MY COMMISSION EXPIRES AUG.11, 2009 Information and Complaints AcE usA This information is being provided to you pursuant to the requirements of Articles 1.35, 1.35D and 21.71 of the Texas Insurance Code relating to cur Toll Free information and complaint number. 1MP4RTANT NaTII;E To obtain information ar make a complaint; AViSO IMPDpTANTE Para obtener information o Para someter una que}a; Yvu may cal! the Company's toll-free telephone number for ii~formativn or to make a complaint at; ~ {800) 352~445~'. You may also write to the Cvmpan-~ at. ACE tJSA Customer SBrVICeS, TL3QK P, O, Sox 41484 Philadelphia, PA 191 Q 1-1484 You may contact the Texas Department of Insurance to ohtain information an comp~~nies, coverages, rights or complaints at; 1 {804 252-3439 Yvu nay write the Texas Department of Insurance P.a. E30X 149104 AUSTIN, TX 78714-9104 FAX X15121 475-1771 PREMIUM QR CLAIM DISPUTES: Should you have a dispute concerning your premium Ear about a claim you should contact your agent or tf}e company first. !f the dispute is not resolved you may contact the Texas Department of Insurance, ATTACH ThIIS NOTICE TO YOU~I PQLICY: This notice is for information only and does not become a part or condition of the attached document. Usted puede Ilamar al numbrv de telefono gratis de to Campania para information o pare sameter una queja al: ~ {8001 352~446Z Usted tambien puede escribir a la Compania: ACE USA Customer Services, TL30K P.0 , Box 41484 Philadelphia, PA 191 p1-14$4 Puede cammunicarse con el Departrnento de Seguros de Texas para obtener information acerca de companies, coberturas, derechos o quejas al: ~ {sa4) 2523439 Puede escribir a1 Departamento de Seguros de Texas P.O. Box 149144 AUSTIN, TX 78714-91 Q4 FAX #(512) 475-1771 DISPUTAS SABRE PRIMAS d RECLAMOS: Si tiene una dispute concerniente a su prima o un reclamo, debe cornunicarse con el agente o fa compania primero. Si no se resuelve la dispute puede entonces cornmunicarse con el departmento de Seguros en Texas UNA ESTE AVISO A SU PULIZA: Este aviso es safo para propvsito de information y no se convierte en parse o condition dei documento adjunto. Al.l.•4Y30a 10812001) ~J ~~ ' f~ ~ f M Aco fl DATE (MM/DD/YYYY) ~ ... ~{ . ... 2009 Peso Aon Risk Services Central , Inc . -, THIS CERTIFICATE IS ISSUED AS A MATTER GF INFORMATIUN UNLY 5t . ~oui s MO office AND CQNFERS NQ RIGHTS UPON THE CERTIFICATE HULDER. THIS 8182 Maryland Avenue CERTIFICATE ODES NQT AMEND, EXTEND OR ALTER THE St I,oui s M0 63105 U5A COVERAGE AFFURDED BY THE POLICIES BELUW. ~ PHDNE• 866 283-7122 Fes- 847 953-5390 INSi]RERS AFFQRDING COVERAGE NAIC ~ c W ENSURED INS~RERA: Arch insurance Company 11150 ~~ ~i ghway Technologies, Tnc , 915 Harger Road txsuRER B: 11 l i not s National Insurance to 23817 ~: ~~ t oak 6rook IL 60523 USA ~NSUI~I:c: 'a INSURER D: ~ d "C INSURER E: p ~" *'~ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN iS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIMITS SHOWN ARE AS REQUESTED INSR LTR EVS 'T'YPE OF INSURAN POLICY NUMBER kULT ECY FFECT POLICY EXPIRA'fiON ~. L1~HITS ' ' ' DA E(MIHIDDIYI I ) DATE(MMlDD1Y1') A ERAL LIABILITY 51PKG2243202 43/01/09 03/01/14 EACH OCCURRENCE 52, 400, 000 X COMMERCIAL GENERAL LiABII,ITY DAMACrE TO 1tENTED 5304, 400 CLAIMS MADE ®OCCUR PR~sES (Ba occurence) X one person) Cant ractual I.i abi 1 i ty PERSONAL & ADV W]URY ~ Z , 004, 000 ~ GENERAL AGGREGATE 54 , 440, Oao ~ GEN'L AGGREGATE LIMIT APPLIES PER: ~n POLICY PRO• X LOC ® ~ PRODUCTS - COMPIOP AGG S4, 000, 000 JECT 1~ A AUTOMOBILE LIABILITY 51PKG2Z43202 03/01/09 03/0].10 COMBINED SINGLE LIMIT ~' o AOS ANY AUTO (Ea accident) ~ $ ~ , 000, 000 z A 51CABZ243302 03/01/09 03/01/7.0 ~ ALL OWNED AUTOS Mq BODILY IN]URY ~ 5GHEDULED AUTOS {Per person) x HIRED AUTOS BODILY INJURY {; X NON OWNED AUT05 {Per secidert) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUFO OTHER THAN EA ACC AUTO ONLY AGG B EJ~CESS NMSRELLA LIABILITY BE1030242 03/01/09 03 1 EACH OCCURRENCE , , OCCUR ^ CLAIMS MADE AGGREGATE 51,000,400 DEDUCTIBLE •`~"' RETENTION A WORKERS COMPENSATION AND wCI ~ ~ X C 5TATU• OTH- EMPLOYERS' LIABILITY E.L. EACH ACCIDENT 1, 000, 000 ANY PROPRIETOR 1 PARTNER 1 EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE•EA EMPLOYEE 57., 000, 040 Ifyas, describe wder SPECIAL PROVISIONS E.L. DISEASE~POLICY LIMIT 51, 400, 000 below OTHER ~~ DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLE5IEXCLUSIDNS ADDED BY ENDORSEMENTISPECIAL PROVISIONS tZE: Proj #6421 [ity wide Stree striping and Pavement Markings. The City of Corpus Christi is included as an additional 1l~su red for General I.i abi i i t and Auto ~.i ab Att hed Addy ti anal ~nsu red General Ui i 1 i t d A t y i l i t Policies as re ui red b written contract. 5e y e I i bi i i li i E a y an ac u o . a ty Po c es ndts . .., ~ ~ ... The City Of Corpus Ch ri ~ti OULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TIIE EXP[RATION Department of Engineering serve ces D TE T'HEREOF, THE ISSUING nvsURERwui ENDEAVOR TO MAIL Attn : Contract Adm1 ni 5t rato r 30 DAYS WRITTEN NOTICE TD Tl~ CERTIFICATE HOLD1rR NAMED TD THE LIFT PO BOX 9277 , FAILURE TO HALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND N THE SURER ITS A OR REPRESENTATNES Corpus Christi TX 78469-9271 U5A , . ..~., . x~ , .. ~ .. .,..... ~a ~ : .: >. .~.., ., :,ice,. .. . ..: . _. ,. AUTOO - - Poky Number f 59PKG2243202 COMMON POLICY DECLARATIONS ARCH INSURANCE COMPANY NarTiBd Insured I~YGHWAx TECHNOLOGIES ~ INC . Effective date: ~3 ~- 01- D 9 12.01 A.IVI,, Standard Time bent Nerne AON RISK SERVICE OP MISSOURI , INC. Agent No. ~442'7~ 1. Named Insured ~d Mai~ng Address Agent Name artd address HIGHWAY TECHNOLDGiES, rNC, AflN RISK SERVICE OF'IKISSOURI, INC. SEE NAMED INSED ENDORSEMENTS B~.S~ MARYLAND AVENUE 915 H1~RGER ~tOAD ST . LOUIS MO ~ 3 ~. 0 5 SU=TE 35Q OAK BROOK IL G0523 Agent Nv. ~~ 42?G Item 3. Pv~cy Period From 43 -- ~ 1- ~D4 S To: 03 -~ ~.1-2 ~ 1~ a~ 1~:a[ A.M,, 8#andard 1'hne ~t ya~u mfg adt Shown above. Item 3. Business Description: PRQVIDER OF SAFETY SERVICES & PRODUCTS harm of Business: CORP Lp Item ~ In return far the payment of the premium, and subject to all the ~ of this p~cy, we tee with you to provide the insuranve as stud in #his poiicy. Phis policy consists of the fafiawirtg cover~e parts for which a premium is indicate. 1lVhere na premium is shown, thane is no coverage. This premium nay be subject to adjustment, ~~ Pansy Premium Camm~erci~ Pr Co a Part NOT COVERED Cv~t~al t~ene~rai Liabi Cover a Part CrSnrne~al Cane Cover Part NOT CUVERLD Correneraat Inl~d Marine Cover a Part NOT COV~T~~n Comnwrci~ Auto Business ar ~ruck~ Coves ~ Cc~rirr~r~ Geraae Covet~e Part NOT_ _ Ct;}~ERED TAB OR SURCHARGE Total Policy Prerr~um I~am 5. Fame and Endorsements arms s and Endo~Sement~s made a part Qf this pa icy at tires See Schedule a~f Forms and Endorswments Countersigned: Date: 45~05~ By:.~ ue: .:~,.. ~~ Auth F~epresentative ~1~1lS ~QMMON PO~.~CY DECLARATION AND THE SU~'I.EN~NTA~. DEC~ARAT~ON~S~. TQC~THER WiTN "rHE COMMQN POLICY OONDlTIONS, GQVERAGE PAR'T~S~, C~}V~AC~ fOR~V1~S} AMID FORM5 AND ENDORS~4lENT5, IF ANY, COMPI,EI~ THE A9~VE NUM~ffREQ P4I,ICY, ~AIC~I~BUS~cPV ~sia~~ Poky Number 51 PKG~+43~0~ _ COMMERCIAL GENERAL LiA~31LITY C~VERA~ PART SUPPLEMENTAL DECLARATIONS ARCS INSURANCE C~I~PA~Y Named insured HIGHWAY TE~~INOLDGIES ~ INS . Effective Date: 03 - 01~ Q g ~2~t A.M., Standard Time Agent Name .AGN RISK S$R~f ~E 4F MISSOURI ~ INC . Agent No. p~p~?~ Item ~. Business Description: FRO~ID~R QF SAFETY SERVICES & ~RQOUCTS Elam ~, t.in~ts of insursnoe Coverage Limit of Liability ~9m9~ Limits of Liab~ity PrvduatslC~npleted $ 4~ O~ a. 4 4 4 Operations Aggregate Genera Aggregate (other the $ 4,~ O a, 0~ 0 Products! Q 'ons Coverage A - Bodily Injury and Property any one occurrence subject to Daxnag® Liability d~ i'roductslComplebed operations end ~ $ ~ . 4 ~ ~ , D ~ ~ ~gregate Lirr~ts of Liability any one premises subject to the _ Coverdpe A aoGUrrence and the Damage To Premises Genera ~gm9~ Limits of Rented To You $ 3 0 ~ , a i~ Q Liar Coverage 8 ~ Persan~ and anyone person or organization Advertising injury subject to the Genera Aggregate L~a~~i $ ~, Sao, o00 ~~ of Lie~~i#y Coverage C - Medial Payments any one person subject tO the Coverage A accurrenoe and the General Aggregate Limits of ~.a, oar Liaa~i I~ ~, Retroactive Date Cavera~ge A of this lnsur~noe does not apply to "bodily injury" or ~praperty damage" which occurs before the I~atroactfve Date, if any; Shawn hoe: IN~w ~~ ~ i~Ll~~l~ ~~ app~~~ 4~ Fans of Business and location of Pr~:mises Forrr~ of Business: C4RFORA'~ION t.oc~ian of All Premises You own, Rant or ~lccupy: See Scl~ule of Loc~lons Item S~ Farms and Endorsements Fprrn(s~ and lrndorsement(s} made a pit of this policy at time of issue: See Schedule of Forms ~ Endorsements lt~m 6. Premiums C~vverage Pact Pr~emiurn: $ Other Premium: Total Premium: ~ ~ ~~~~ THESE DECIARA SAID PART OFTHE POLICY DECLARATIONS C~NTAININQ~ THE NAME OFTHE 1N3UI~D AND T1iE PaUCY PERtOb. FAIC~1aBl1S~C(~LDEC~(6/01) . s~~i~"zia3zaa Renewal of Number 51PKG21~5y01 BU81NE88 AUTO COVERA~3E FORM DECLARATIONS ARCH INSURANCE COMPANY LTEM ENE Nar~d Insured and Mailing Address HIGHh1AY ~ECQLOGIES, INC . SEE NAKED INSURED ENDORSEMENTj 9I5 HARDER RDAD svr~E X50 4AK BROOK 1~ ~D5~3 Policy Period From: 0 3- O 1 ~- ~ Q 0 9 a# 141 A.M,, Stand Agent Name ~d Addreess AtJN RISft SER~TICE OF MISSOURI , INC. 818 2 MARYLAND ,A~EN[IE sic. ~o~rYS r~o ~31a~ ent Nv. ~ ~ 0 2'~ 6 r~: o~-a~-polo t your ~ ~ shOMm 11"EaI'ftIYD -SCHEDULE OF COVERAGES ANp C~Vq~D Al~T~S - - - -- -`--~_ Thy policy provides only thane cov~ge$ where a charge is shown in the premium c~umn bebw. Each of these caver- wiwl apply only to lhoee'~utos" shorn as ca-'~tas". Autos"ere shown as covered'~tos" #or a par#icular eov- erage bythe entry Qf one or more of the symbols from the Coversd Autos Sec#ian. of the Business Auto Coverage Form next to the name of the coverage. Coverages Ca~r$d Aufios The mast we w~l pay far any Premium one accident or Toss t.iabi~ty 1 $ ~ , 0 0 4 ~ 0 0 ~ Ste Premium Personal Injury Protection * * * 5 Sepe#y stated in each P.I.P, endorserr~nt minus $ 2 5 ~ Deductible Com ut:at ion p Added Persona! injury Protection*** separately stated in each P.I.P. endorsement. Endt . for Properly Protection insurance Separately staid in each P.P.i. endoreement N~ an and minus Deductible. remi~m ~ Auto Medit~l Payments Z $ ~ , D 00 det~iala Uninsured Motorists 2 $ 2,~ O Q, 0 0 0 Underinsured Nlotvr~ts vvhen n of 2 $ ~ ~ 0 0 ~ 4 Q Included in UM Cov~ersge} , , p Cornpnehensiua Actual d .for cav Bred auto, but no deducible applies N D cash to lass caused by ire ar light- va~ue ar non ,**** Y A cost of $~ ded. for each covered auto for S M Specified Causes of Loss why h~ loss caused by mischiel< or I A ever is vantlal~sm.**** C G A E Colltsian Coverage less ded. for each Cov- minus Bred auto, * * l Towing and Labor Nat far each disablement of a availabte in Celifomia} private passenger'~uto". Forms ~d Endorsements applying to this coverage part and made a t b f ~ l f TaxlSurchangelFee $ 1, Q25.75 part o ~ po icy a me o issue; premium for End is ors SEE SCHEDULE QF FDI~S AIVD ENDC~RSE~IENTS *Esl~neted Toth Premium $ 3 ~ 3 , S ~ ~ f~~iv ~rw~vT ~~~~ ~ aw~+ v~ w ~~fic" ~~u~ti ** Entry of one or more the symbols from the CU~IERED AUTOS Section of the Business Auto Coverage Form shows which autos sane covered auk ~'* Or equiva~nnt No-Fault Coverage **** See ITEM FOUR for Hired yr Sorrowed "Autos" This poky declaration and the supplemental declaratton(s}, together with the common policy conditions, coverage parts. coverage forms} amd forms and endorsements, .f ~,y, complete the above numbered policy. FAIC~IaBUS-DEC1(6!0!) ~ (~ ~ Pie 1 of 3 ~`~4 P4LICYNUMSER: S~FRQ2~~~202 CQMlMERCIALGENERAL L~ABIL~TY CG 25 Q3 03 97 "f~5 END~RSEI~F~T CHANGES THE POLICY. PLEASE READ YT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modif es insurance provided under the following: CQMMERCiAL GENERAL LIABILYT"~ COVERAGE PART SCHEDULE Designated Construction Projects; APPLIES ~O ALL C4NSTRUC~IDN PRO~EC'PS OE ~E INSG'RED ~[fna entry appears above, information required to complete thi8 endarseraent will be shown in the Declarations as applicable to this endarsernent.y A. Far all ~vvms which the insured becomes legally obligated to pay as damages caused by "occur rence~' under COVERAGE A ~SECTxON Y}, and far $11 medical onsas t~-used by icciden~ under CQVfiRAGE C SECTIQN ~~, which can be ate ributed only to ong~aing Qperatxons a# a single des- ignated construction project shown in the Schedute above: ~. A separate Designated Construction Project General Aggregate Limit applies to each deg ignited oonstruuction pro'ect and that limit is ual tv the amount of ~e general Aggregate ~ it hown in the Declarations. Lim s Z. The Desigrtate~ construction Prv'ect General A to Lirn~t ~s the mast we r~~l ibr the ~~ ley sum of al! lamagges under COVERAGE A, ex- ce t darns es because of "bodil in'u ` or lama a ~nciuded En the roducts- pro~~Y S p completed operations hazard", and for mad;cal expenses under COVERAGE C regardless of the number o~ a. Xnsureds; b~ Claims made or "suit' brought; or c, Persons or organizations making claims ar bringing "suit'. 3. Any payments made under COVERAG> A for damagesor under COVERAGE C for medical expenses shall reduce the Designated Con- struct~on Project General Aggregate Limit for that designated canstructivn roject. Such pay. ments shall riot reduce the ~eneral Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction ProM jest General Aggregate Limit far any other designated oonstrnction pra,~ect spawn in the Schedule abonre. d. The lirni#s shovm is the Declaraavas far Ead~ gcaurrence, Fire Damage and Medical Ex pcnse continue to apply. Hower, instead of being subject to the Genera! Are~ate Limit shores in the Oeclaratitm~, h limas will be subject to the appiia~bie Designated Consau~ don rirojact General Aggregate Litrrit. fi. For all snare which the insured becomes legally obligated to pay es dams caused by 'boc~u- rence~' under COWERAG~A SECTION x and ~ ~~ for X11 medical expcnsas caused by aoe~dan~ under COVERAGE C ~SECT~ON X~ which cannot be attributed only tQ ongoing operadons at a single desiggn~ated construction project shown is the Sched- uleabove; ~. Any payments madeunder COVERAGE A far damages or under COYI~RAGIa C far medical expenes shall reduce the amount availabte un- der the General Aggregate Limit yr the Prod- ucts-Completed Operations Aggregate Limit, whichever rs appl~cablc; and Z. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. whin coverage fOr liability arising out of the "product-completed oprrations hazard' is rovidcd, an a ants far dame es because of '~adi in- y P Ym g lY jur~l' ar "property damage` included in the "pro- ducts-com feted operation hazard' will reduce the Products-Com feted Cf erations A ra ate ~,imit, t reducc.pe the General A rag ate Limit nor and no the Deli aced Construction P~ ec~ General A - $~ , ~ g gregate Ltm~t. CG ZS 43 03 97 Copyright, Insurance Services t31~ce, Inc.,1996 Page ~ of 2 ^ ~, if xhe applicable designated const~ction project has been abandoned, delayed, or abandoned and then restarted, or if the authorised contracting parties de~ate Pram plans, blueprints, designs, specifications or timetables, the project will ~tiiF be deemed to be tl~e same cc~astructiun project, ~~~~~ E. The provisions of Limits Of Insurance (gECTIQ~V 1`~~ not other~vise modified by this endorsement shall continue to apply as stipulated, page ~ of ~ Copyright, insurance Services ~fl~ce,Inc., 1~9G C~ ZS Q3 ~3 9'~ l~ wOR~RS O~MRENSATION AND EMPLOYERS ~.lI~~ITY INSURANCE PO~CY wC 4~ 0344 Q I~OLICY NUMBER: 51WCI~ 3431o a TEX/~S WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. Ilse have the right to recover our payments from anyone liable for an injury covered by this poky, We will not enforce our r~ht ag~nat ire person or organization Warned in the Schedule, but this waiver apples only with respect to bodily Injury arising out of the oper~ians described in the Schedule where you are required by a written contract tv obt~n this waiver from us. This ertdorserr~ent shell not operate directly ar indirectly to benefit anyone net nenled in the Schedule. The premium for this endorsement is shown in the Schedule, 1. CJ Specil"ic waiver Nam of person or arganiza#ion Schedule ® Blanket waiver Any person or organlza~an far whom the Named insured has agreed by written contact ~ furnish this waiver, ANY PERSON OR OR~ANI~ATION FOR QOM THE NAME INSURED NAS A~GRNED H~ ~'tR,ITTBN CON'T'RACT TO FURNISH TgIS NAx~ER ~. Operations: ~ OPRRATION PERFORMED a~ THR HAND INURED. 3. Premium; INCL The premium charge for the endorsement shall be ~~ percent of the premium developed on payroll in con- nection with work performed for the above persons} or organize#ivn~s~ arising out of the aperet#ons described. ~. Advance Premium: INCL This endorsemen# changes the policy to which it is attached and is effective on the date issued unless otherwise stated. {'The lnfon~~on below t$ squired only vrften this er~doraemertt `ie issued subsequent to pre~ion a~ fhe policy, ~ndorsen~ent Effective ~3 ~4~,-~09 PoliCy Na. SINCI~243102 insured HI~$WAY TECHNOLOGIES r zNC . insurance Gvmpany ARCH INSURANCE COMPANY RATE OF ISSUE; ~ 3 - 31- 0 9 Endor~rnent No. . Premium $ INCL . Countersigned By '~O~~S ~OPNSATIO~V AND EiVIPL~Y~R~ LIABILITY INS~UItA~fi~B FtILIC'~ ~~ U4 ~~ Ol A ~NFO~t~iATI0~1 PAO~ PCILICY NO. 51.'~CI Z43 0~ ARCH ZNSURA~CE COM~A~Y ~ ~_._.~ 31~D BROADWAY SHITE ~ 11 ~ KANSAS CITY ~ Mtn 5 ~ ~. ~.~. NCCI Coda # ~ 8 3 a a Ensurer: 1. The Insured: NIC~~1AY TECHNOLOGIES, ZNC. lulailing address: (SEE NAMED ~Nst~ ~ } 915 HARGER ROAD r SC~zx`E 3 ~ fl oA'tC SR~UK IL ~ 0 ~ ~ 3 individual Partnership Corporation pr Other workplaces not shown above: See ilVor~ers Compe~satian Cle~l~on Schedule Z. The policy period is from. ~ ~ • o l ~ ~ o a 9 to ~ 3 ~ ~ 1 ~ 2 ~ ~ ~ at the insured ~ mailing address 3. A. 'b'arkers Oampensatton Insurance: Part One of the policy applies to the workers Compensation Law of the states listed here; AN AZ CA CO CT ~'L ~A IA ID IL IN KS LA MA Mx MC MT NC NJ MVB'"YORPASDTXUT~II B. E mployers Liability Insurance: part Two of a policy applies tp work in each state listed in Item 3.A. The limits 4f our liability under Part Two ire: Bodily Injury by Accident $ 1, o ~ U ~ o ~ o each accident Bodilylnjury by . Disease ~ 1 4 0 0 Q 4~ policy limit Badilylnjury by Disease $ 1, 000, ~~a each en~playee C. Other States Insurance: Part Three Qf the policy applies to the states, if any, listed, here; AL AK DE DC gI KI' BE MD MS NE NH NM OR RI SC TN 'fi'r ~A WV O. This policy includes these endorsements and schedules: See Schedule air Forms and Endomemerrts 4. The p~en~iuna for this policywil! be determined by our Manuals of Rules, Classit~catipns, Rates and Rating Plans All information required below is subject to verif ication and change by audit. Ciassitrcations Code Premium Basis Rate Per Estim~d No. Yotaf Estimated $~DO o~ Annul Annul Remunera#~ion l~eimuneration Premium See Vllorkers Compensation Classit~cation Sehedule . Total Estam~ated Annual Pren~iu~n $ Minimum Premium ~ Expe n t Countersigned by ~ ~ s ~ 19S71~x~iomil Cauacft un Ca~pe~~~n ~nsnr~~e THIS ENDORSEMENT CHANGES THE RaIJCY. PLEASE REAa !T CAREFULLY. Aoa~aNA~ ~su~Ea -- AuTO~AY~c STATUS WHEN REau~Ea ~~ ~- caNSTRUCT~aN AGREEMENT wrrH You ~ ~o~wP~'Ea aPERAT~aNs ~ ~R~~~Rr AND NaN-CaNTRE~UTQRY ENDaRSEI~ENT This endorsement madi~~es insuranve provided under the foliowi~g: Section II ~ Who is an "insured" is amended to include .as an insured any person or organization for wham you are performing operations when you are specifcally requ~ed by a written cans~'uction contract or ~reement with such person or organization tv include them as an additional insured on your policy ~d provide coverage for such additian~ insured only far IiabNity arising out of: i~ 'dour work" at the bcation designated; or iii The "products completed operations hazard." Coverage afforded to these additional insured pasties will be primary ta, and nan~contributory with, any other insurance a~r~lable to the person or organiz~on. All other ~rrns and conditions of this Policy remain unch~ged. This endorsement: ~ dcea riot apply to parties added as additional insnx~e~s by any other er~dorsemenC to ~h~.s policy. Policy Number. 51PKG2243202 Named insured: HI~~WAY '~ECHNCL4GI~S r I~1C • Phis endorsemen# is effective on the Inception data of this Policy unless o#herwise dated herein: Endorsement Effective Date: 3 ~ l ~ 09 ~ . ~~ ~~~ 00 MLOa19 00 08 O6 Page 1 of 1 P4~.i CY NU MBER: 51 PKQZ Z 4 3 2 0 ~ coMiwl~l~c1~. ~uTa ~~ as ~ as oa THIS EHD~RSEN~ENT CHANCES THE P~t~CY. PEASE BEAD ~ CAREFULLY. TEXAS ADDITIONAL INSURED This endorsement rnodif~es insurance provided under the following; BUSlNES3 AUTO COVERAGE FORM GARAGE COVERAGE FORM d MOTOR CARRIER COVERAGE FORM TRlJCKEf~.S COVERAGE FORM 1f~th respect to coverage provided by this endorserrrent, the provisions of ~e Coverage Form apply unless madif~ed by the endorsement. This endorsement changes the policy effective on the inception Bete of the policy unless another date is indicated below. Endorsement Effective: Counterssgned By: ~ 1 ~~ Named Insured: ' ~ chna~o lea Inc. Authorized l~ resentative .. sCHEau1~ Noma and Add of A~ddition~ lr~ur~ed: ~I'~'Y CF CORPUS CHR3STI elf no entry appears above, information required to complete this endorsnt will be sh©wn in the Declarations ss applicable to this endaraernent,~ DEPT. OF ENQINEERING SERFICES ~mT11T : CQNTR~CT ~,DN IRT STRATUR F.O. SOX ~~T7 CORPUS CHRISTI, TX '7g4b5-9~?? B. Who Is An Insured ~aecd4n I~ is an~rtded to in- ~ude as an `insured" the persons} v~ Qrganlza- tion~sy shown in the Schedule, but only with respect to their liability for acts ar omissions of a per- son for whom Liabi~ty Coverage ~ afforded under this policy. The additional insured named in the Schedule or Declarations is not required to pay for any premiums stated in the policy or earned from the policy, Any return premium and any d'nridend~, if applicable, de~ Glared by us shall be paid to you. C. You are authorized to act for the 2~dition~ insured Warned In ~ 5chedu~ or C~eclaratians ~ ail m~ers pertaining to this insurance. D. We will mil the additional insur+ad Warned in the Schedule or Decl~ations notice of any cancellation of this policy, if we canes, wee will give 1d days no- tice to the additional insured. E. The additional insured Warned in the Schedule or Declarations will retain any right of recovery as a claimant under this policy. CA ~4 g3 Ofi 4~ ~ lSC Properties, Inc., 2aD3 Pale 1 ~ 1 ~ THIS ENDORSEMENT CHANGES THE POLICY. PLEA8E READ IT CAREFULLY. POLfCY CHANGES Policy Change Number POLICY NUMBER POLICY CHANGES F~FEC'I'IVE 51PKG2243202 J p3/09/p9 NAMED INSURED HIGHWAY TECHNOl.4GtES, INC. COMPANY Arch Insurance Company AUTHaRiZE~ REPI~ESEN~'ATiVE COVERAGE PARTS AI~'ECTED ~ general Liability ~ Business Autc Coverage CHANGES Number of Days iVot~ce; 9d Far any statutorily permi#ted reason athel• than non-payment of prerniurrl, the number of days required far na#iae of cancellation, as provided In paragr~lph 2, of either the CANCELLATION Common pallcy Condition or as amended by an applicable s~at~ cancellation endvrsernent, is increased to the number of days shaven above. . ~~ ~~ uthorizetl Represerdative Signature IL t Z a~ 1 ~ 85 Copyright, Insurance Services Office, inc., ~ 983 Page 1 of 1 ^ C:nnvrinht ~~C~ f:nmrr~Arrial Rick ~~nri~pc Ins ~IA~~ POLICY NliMBER: 51 PKG22 4 3 2 0 2 ~ COMMERCIAL GENERAL LIABILITY C(i 24 Oa 10 9Ci THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. J WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TD US This endorsnt modil~es insurance provided under the following: COMMERClA~ GENERAL LlAASILITY COVERAGE PART SCHEDULE ~ o~ Peron or Organi~ation~ WAIVER OF SUERDGATIDN Ap~~IES WHERE REQUIREC Bit WRITTEN ~iGREENEtiiT WITH OUR NAME3~ INSURED ~S LCNG AS THE ,REQUEST OCDURS PRIOR TO A I~DSS . ~If no entry appears ataave, inforrna#ion required to complete this endorsement will be shown in the I]aclarationS as applicable to this endorsement. j The TRANSFER OF RIGHTS Ot= RECOVERY AGAINST OTHERS TD US Condition tSection 1V ~- COMII~ERCIAt GENERAL LIA81LlTY CDNDITIONSy is amended by the addition of the following: We waive ~y right of recovery we may have against the arson or organization shown in the Schedule above bac~se of payments we make for injury ar damage arising out of your ongoing operations ar 'dour work" done under a contract with that person ar organization ~d included in the "products~ornpleted operations ha¢ard''. This waiver applies only to the person or organisation ah~wn in the Schedule above. J ~~~~~ CG ?~ 04 ~0 g3 Copy-ight, Insurance Services Office, Inc., ~99~ Page ~ of ~ ~ POLICY I~UMBER:51PKG2243202 J COMAAERgALAUTO CA 02 44 0604 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the ~vllvwing:.~ BUSINESS AUTO OOI~FRAGE ~CRM ~RP-CE COi~ERAGE FORM MUT4R CARRIER C~VERAGS FORM TRUCKED OVERAGE FOI~I V4~th respect to caver~ge provided by this endorsement, the provisions n# the Gov~erage l~vrm apply unless modi- fied by the endarserr~ent. i`his endorsement changes the policy effective on the Inoeptivn date of the policy uniesss another date is indicated below. Endorsement Effective: 3 1 D~ Oountersigned By: ~~ Named Insured: Authanzed resenta#ive SCHEDULE Nurr~er of ~~yys' Natic~e 3 0 Name Of Person Or Or~anitalion CO~'~,~RP~j~T~MT~~~~~,g~F'RENGINEERIN(3 SERVICES P.O. BOX 9277 CORPUS CHRISTI, TX 78469-9277 if this poiicyr is canceied ar materially changed tv reduce yr restrict coverage, we will mail notice of cance~ation or change to the person or organization named in the Scheduie. Vl~e will give the number of day's notice Indicated in the Schedule, CA 0! 44 0604 ~ ISO Properties, Inc., ~3 Pale 7 of ~ Q wD~tKERS COMPENSATION ANA EMPtt~YERS L1ABtLITY INSURANCE pOLtCY wC ~ Ofi D~ TEXAS NOTICE OF MATERI/LL CHANGE ENDORSEMENT Thin endorsement applies only to the insurance provided by the policy because Texas is shown in I#ern 3.A. Qf th® iniorma#ion Pie. in the event of canceiation or other material change of fhe poG'cy, we wi11 mail advance notice to the person or arganiza~on Harried in the Schedule. The number of days advaru~e notice is shown in the Scheduie. This endorsemment shal# not operate directly or indirectiy to benefiit anyone not named in the Schedule. SCHEDULE 1. NUiN~R OF RAYS ADVf~NCE NOTICE; 90 ~r NO~IC~ ~~ ~ ~~~+/~ TY~ HIGSWA3~ THC~OI~DC~IBS ~ a. ~ ~~~R ~oA~ , su~TE ~ 5 a t~AKH~0~3~C, I~ ~ 0 5 ~ 3 CITY OF CQRPOS G''~Rlaxx l~ol I~~RPAR~ ST. C4RFQS CSRISTI, T~ 784~~, This endorsement changes the policy to which it is attached and is effective on the date issued anises otherwise stat~i. The in~onr, ~el0w Is required vrdy when this endor~merrt Is sued subsequent to preparation of the pdiCy.y Endorsement Effective o 6 ~ 2 9 w ~ 9 Policy No. 51WCI2 ~ 4 ~ 10 ~ Endorsement No. ~ o ~ insured C~H~1'AY THCS'NOL~G=~S, 2NC. insurance Company ARCR YNSitRANCE CO~'PANY $ INCL. CoantersEgn~ wDl~ERS COMPENSATION AND EMPLOYERS LiABIlJf1C INSURANCE PaLICY wC DD 03'i3 POLICY NUMBER: 51WCI2243102 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payn~er~ts from anyone liable tar an injury covered by this poky. We will not ~n€arce our right against the person ar organization naiad ~ the Schedu~. This ~reerhent applies only to the extant that you perform wank under a written Contrac# that requires you to obtain Phis agreement from us,~ This agreemen# shah not operate directly or indirectiy to benefit anyone not named in the Schedule, SCHEDULE ANX' PERSON aR ORGANIZATION FOR WNQtd Y4U HAS AGREED ~N ~'RYxxNG~ PRIOR ~O LaSS TQ T~AIVE YO'CR RIt3RTS ~ RECOPY. This endorsement changes ~e policy to which ~it is attached ar~d is ef€ac#ive on the date issued unless otherwise stated. ~'rhe infonr~Qn beb~w ~ required only when this enderaemsnt ~ wed subeepur~t €a prepa~tlon of the p~icY•~ Endorsement Ef€ec~ve 03 - 01- 0 9 Policy No. S ~.W~ I2 2 ~ 310 2 Endorsement No. lr~sured HIGRWA~Y 'IECHNULOGI ES , II~C . ~ 'Pre ' NCL . Insurance Company ARCH INS~R,ANCE COMPANY • Countersigned gy ' .~. dA7E Olr ISSUE: 03 ~31»09 . ~ . a 1983 NaBonsi Council on Compensation ~nsuranae.