Loading...
HomeMy WebLinkAboutC2009-311 - 7/21/2009 - Approved2009 -311 M2009 -203 07/21/09 S P E C I A L P R O V I S I 1pha Building Corp. S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R Oso Waste Water Treatment Plant Administration Office Roof Replacement 2009 FOR WASTE WATER /OSO WASTE WATER TREATMENT PLANT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-1800 Fax: 361/826 -1715 PROJECT NO : 7448 DRAWING NO : (NONE) (Revised 6/27/99) oSO WASTEWATER TREATMENT PLANT ADMINSTRATION OFFICE BUILDING ROOF REPLACEMENT 2009 PROJECT NO . 7 448 TABLE OF CONTENTS NOTICE TO CONTRACTORS - A Insurance Requirements (Revised May 2006) NOTICE TO CONTRACTORS - B Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A---2 Definitions and Abbreviations A -3 Description of A-4--Mieto4=Awad A-5 Items to be Submitted with Proposal A -6 Time of Completion /Liquidated Damages A-7 Workers Compensation Insurance Coverage A II A-10 Wage Rates A-11 Cooperation with Public Agencies A -12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials "f 4 e A -18 Schedule and Sequence of Construction A-20 Testing and Certification A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required A-24 Surety Bonds NO LONGER APPLICABLE 6/11/98) A -26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements Page 1 of 2 A-31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -36 Other Submittals A -37 w rr A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -39 Certificate of Occupancy and Final Acceptance A -40 Amendment to Section B-8 -6: Partial Estimates A-42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) l -- - _Z ww A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) Submittal Transmittal Form PART 8 - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Page 2 of 2 NOT USED NOT USED NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE 30-Day Notice of Cancellation required on all certificates Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations 6. Hazard 7. Contractual lnsurance 8. Broad Form Property Damage 9. Independent Contractors 10. Personal Injury AUTOMOBILE LIABILITY -- OWNED NON -OWNED OR RENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IIVIPAIRNIENT COVERAGE Not limited to sudden & accidental discharge; to include long -tern environmental impact for the disposal of contaminants BUILDERS' RISK INSTALLATION FLOATER MINIMUM INSURANCE COVERAGE Bodily Injury and Property Damage $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED NOT REQUIRED See Section B_6 -11 and Supplemental Insurance Requirements ❑ REQUIRED NOT REQUIRED See Section B_6 -11 and Supplemental Insurance Requirements ❑ REQUIRED NOT REQUIRED Page 1 of 2 OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe name of the project must be listed under "description of operations" on each certificate of insurance. OFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6--11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQIIIREMENTS TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self- insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC -82, TWCC -83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage—Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement -- -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project --- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act)—With the exception of persons excluded under subsections (h) and (1) 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 materials, or rovidin labor, transportation, or other service related to a project. "Services" does not p g include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) j Project—Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the p �' project i ect are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have p g been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self- Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that rags g p materially affects the provision of coverage may subject the contractor or other person providing services on the J ro ect to administrative penalties, criminal penalties, civil penalties, or other p civil actions. (c) A g governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; part as art of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and 03) no later than seven days after the expiration of the coverage for each other person providing rovidin services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) rovide a copy of the certificates of coverage to the commission upon request and to any p person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the 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 contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic contractual) re uire each rson with whom it contracts to provide services on a project to: (8) contractually q person provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to 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 contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (11) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (l) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -- Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 1 1 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the 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 certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1 994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self - insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S 110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certjficate '- A copy of a certOcate of insurance, a certificate of authority to self- insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC- 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and fl ing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, ifthe coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of airy person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verb coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of arty coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certfficdte 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 certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, jfthe coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of 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. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self= Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void ifthe contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS Oso Waste Water Treatment Plant Administration Office Roof Replacement 2009 Project No. 7448 SECTION A - SPECIAL PROVISIONS City of Corpuo Chriaki City Eccrctary' o Offioc A-2 Definitions and Abbreviations Section B--1 of the General Provisions will govern. A-3 Description of Project The roof for the Oso Waste Waster Treatment Plant Administration Building needs to be replaced. The existing roof will be removed to the concrete decking on both tiers. The 2nd tier will require lifting the HVAC system to ensure proper repair. Foam board and modified bitumen roofing will be installed. Gutter and downspouts will be replaced. Thermal protection will also be required for the building exterior walls. The existing brick face will be scrubbed to remove all mildew. Mortar joints will be refilled and exposed anchors will be fixed. Rotten siding along the windows will be removed and replaced with new felt paper and cement fiber siding. availability of fundo ; A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 2. Disclosure of Interests Statement 3. Submittals of materials A-6 Time of Completion /Liquidated Damages The working time for completion of the Project will be seventy (70) calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -10 Wage Rates (Revised 9/19/08) Labor preference and wage rates for building construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1-1/2) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess at 1 -800- 344 -8377, the Lone Star Notification Company at 1 -800 -669 -8344. For the Contractor's convenience, the following telephone numbers are listed. City Engineer CCIA Engineer CCIA Facilities Manager Project Engineer A/E Project Engineer PGAL CRGE Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water 880 -3500 361/289-0171 ext 1223 361/289 -0171 ext 1226 880 -3500 713/622-1444 (direct 713/968-9375) 361/991 -8550 880-3540 882 -1911 857 -1880 (880 -3140 after hours) 857 -1818 (880 -3140 after hours) 885 -6900 (885 -6900 after hours) (880 -3140 after hours) 857 -1881 Parks & Recreation 880 -3461 Solid Waste Services 857-1970 American Electric Power (AEP) 299-4833 Southwestern Bell Tel. Co. (SBC) 881-2600 City Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) Century Telephone ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) (693-9444 after hours) (1-800-824-4424 After Hours) 857 -1946 857 -1960 857 -5000 (857-5060 after hours) 887 -9200 (Pager 800-724-3624) 225-214-1169 (Mobile 225 - 229 -3202) 881-5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972/753-4355 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings or not, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, eoctruction of temporary rampo ■ construction detours, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A--16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. All light fixtures and other items specified for salvage shall be delivered to the Owner as directed. f r r ct t = conotruotion o itc . Thc ficld off }oc muot ooxtain it lcaot 120 cquarc . f v ct f oeoblo o'paoc . Thc field office moot be air oonditioncd and hcatcd and muot bo f u__ 4,144cd with an inoiincd tablc that mcoourca at loot 30" it 40" and two (2) Contractor. Thcrc if'. no ocparatc pay itcrw for the ficld office. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. The Contractor shall schedule his work well in advance of actual operations and shall keep the Airport Engineer and Facilities Manager advised of this schedule so that close coordination can be maintained with the director of Aviation and with other contractors. control of thc work. 4.144epeo4e444-4e14otorod Profe#ional Btad €urvcy lioenoed in thc otato of approved by thc City prior to any work -. Any dioorepa __.ioo be n t o- b tho €trcctof • Curb and guttcr flow Zinc both, oidoo of otrcot on a 200' interval? • Caoing cicvationo (top of p • Caoing cicvationo (top of pipc and flow linc) (TXDOT and RR permito) A -20 Testing and Certification All tests required under this item must be performed by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer, including windstorm certification. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) (See RFP Requirements) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business A--23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate sign structure inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the signs are completed. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. A -24 Surety Bonds Paragraph two (2) of Section B -3--4 of the General Provisions is changed to read as follows "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." ropoca1 form the €e enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45% 15% b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. complicc with the above rcq ircmcnt❑. 0 A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Naive: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.C. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B- -6--11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B -6 -11 of the General Provisions is used � w .4;4 A -28 Considerations for Contract Award and Execution 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 for 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 for 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 (90) 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 Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract (if required), along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7- 13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10 . Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name (s) and Title (s) of individual (s) authorized to execute contracts on behalf of said entity. 11. Documentation showing proof of Disadvantaged Business Enterprise (DBE) requirement compliance. A -31 Amended Poli on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre - Proposal Meeting referred to in Special Provision A -1. oationo with any othcr rcfcrcn ' by t iiior C i t Watcr Department ^`' _-" -=-".°~` '° -_-. - ~"_"_°'`'--_"-='' ---_".~`- _°--_---�� �--'---."-'Z .`-- ��=-"•'~'-'--_-=--°-__ »_____°-_._-'-~ .'. Thc Contractor ohalIprovida thc Enginccr with copico of writtcn proof of _ ° _ __~_" - _-.., C. Contractor ohall provide tuloph0000 for Gootsootor permmnmel~ Dir«mmt , ."' `-- Z.Contractor muotnot ucc any City facility rcotroomo.Contractor muct, ^_--^-_~�'- .__ .'_°�'~_--. labelcd with company namc. No ocmployccmchicico arc allowcd at 0. . - - - _ _'' -.~_'``'.___-^ '__=-_°"~..`_-.'`-_"'__-.'._.°.�`-~_ ^'°--"-- `"-^°.-,--~,'^-~~'_"- -^ ' ,-^~°--~=---'-_'---^' '='.".`_'=_.=~=_ `" • -~ ___°.__'�_-~'~.�'`-°_-~-___`'_`-_ ! '=`-'._,-__°''_,°...'_ 4. He cmployo a rk giotcred rrofco facility within 100 milco of the Project oitc to maintain/ ropair, 7. Ho ohall furnish equipment which io the product of one practical, all equipment of a given type will be tlrc poduct of 8. Prior performance at the O. N. 9. ThG Contractor ohall produce all filled out prolramming blocko The Contractor will provide, all programming block() uocd. A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. J Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. k. All submittals relating to the structural design of the signs including fasteners, bolts and other items must be signed and sealed by a Licensed Professional Engineer registered in the State of Texas. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A -38 Worker's Com -= sation Covera•e for Buildin► or Construction Pro'ects for Government Entities The requirements of "Notice to Contractors `BT are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8-9. A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A -43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, or their officials ■ employees ■ agents ■ or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, or supplier. A -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns ■ cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. "Nameplate" data on all installed equipment. Deletions, additions, and changes to scope of work. Any other changes made. A -48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." SUBMITTAL TRANSMITTAL FORM PROJECT: Oso Waste Water Treatment Plant Admin, Office Roof Replacement 2009 OWNER: CITY OF CORPUS CHRISTI PROJECT MANAGER: CONTRACTOR: SUBMITTAL DATE: Gabrielle Escamilla SUBMITTAL NUMBER: : APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 2.... T day of JULY, 2009, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Alpha Building Corporation termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $76,589.23 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: OSO WASTE WATER TREATMENT PLANT ADMINISTRATION OFFICE ROOF REPLACEMENT JOB ORDER CONTRACT - PROJECT NO. 7448 (TOTAL AWARD: $76,589.23) 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 _1A LPH A BUILDING CORPORATION First Choice For Facilities Renovation- & Construction Mr. Billy Delgado City of C.C. Engineering Services 1317 Mestina Corpus Christi, TX 78401 23 June 2009 We are pleased to present our proposal for the Oso Waste Water Plant Office repairs and renovations as outlined below: Scope of Work: 1. Demo approximately 3,762.9 sq ft of existing gravel roof down to concrete deck. 2. Lift HVAC unit located on 2 "d tier (see drawings) to ensure proper roof renovations. 3. Remove and replace (4) exhaust fans to match existing. 4. Install approximately 38 squares of foam board insulation to roof. 5. Install approximately 38 squares of modified bitumen roofing. 6. Demo approximately 145 if of gutter and downspouts. 7. Instiall approximately 145 if of new gutter and downspouts. 8. Epoxy grout/fill all loose roof ledge ceramic tiles. 9. Demo plywood siding at (2) window locations and replace with felt paper and cement fiber lap siding to match existing. 10. Hand scrub, using brushes and cleansing chemicals, (8) exterior brick face walls to remove all mildew. 11. Remove loose or damaged mortar joints, grind exposed rusted anchors, re -fill with mortar to match existing, and replace missing brick around entire building, (8) walls 12' in height total. Total Project Cost: $76,589.23 Exclusions: Anything not listed above. Unforeseen conditions not included in bid price. Schedule: Mobilization within 10 days of N.T.P. with 60 days to complete (total of 70 days) Sincerely, ruz E ar Asst. Project Manager /Estimator Alpha Building Corporation Corpus Christi Area Office 5541 Bear Lane, Suite 201 Corpus Christi, Texas 78405 P 361- 299 -6292 F 361- 299 -6374 www.aiphabuilding.com CREATING ENVIRONMENTS WHERE GREAT THINGS CAN HAPPEN The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 70 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. City Secretary APPRDV3 AS TO LEGAL FO Asst. City Attorney CITY OF CORPUS CHRISTI By: (/2( ft)7 Oscar Martinez, Asst. City Mgr. of Public Works and Utilities By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR ATTEST: (I If Co r •oration) Alpha Building Corpo ation (Note: If Person signing for corporation is not President, attach copy of authorization to sign) Kathleen Acock, President 5541 BEAR LANE, SUITE 201 (Address) CORPUS CHRISTI, TX 78405 (City) (State) (ZIP) 361/299-6292 * 361/299 -6374 (Phone) (Fax) Agreement Page 2 of 2 o3AUTHORIZEi, 11 COUNCIL SECRETARY 04. PAYMENT BOND P_)olo b ., � �t � ��q'7 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Alpha Building Corporation of BEXAR County, Texas, h ereinafter called "Principal", and � At.ificibd Xmc .7twcareive &pie/NO-- a corporation organized under the laws of the State o /Y. . 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 SEVENTY -SIX THOUSAND, FIVE HUNDRED EIGHTY-NINE AND 23/100076,589.23) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 21ST day JULY , 20 09 ■ a copy of which is hereto attached and made a part hereof, for the construction of: OSO WASTE WATER TREATMENT PLANT ADMINISTRATION OFFICE ROOF REPLACEMENT JOB ORDER CONTRACT - PROJECT NO. 7448 (TOTAL AWARD: $76,589.23) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the SRP • day of Atgasr , 200 . PRINCIPAL Bv: 4,4/4,4„/L Kathleen Acock, President (Print Name & Title) Richard Bar, Exequtive Vice President (Print Name & Title) SUFETY tle7Fi #vWeIcibiJ J;)ec/d'-Lp loistietbtle: At ey -in -fact allywdeE )L. ,Q1i-JaPeS (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person : owazi ] a4 L - i Address : 1 1 IV. CrkiehticiivA C icr )ks7/ lw tOrn. RIO Phone Number: .36/- P /3- X99(0 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 P E R F O R M A N C E B O N D p)-0101a_106u9-7 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Alpha Building Corporation of BEXAR County, Texas„_, hereinafter calle d "Principal", and ��� dm/mos) �C�. � sctgnAz' corporation organized under the laws of the State of 'Mg. . and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of SEVENTY -SIX THOUSAND, FIVE HUNDRED EIGHTY -NINE AND 23/100 ($76,589.23) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 21ST of JULY , 20 09 , a copy of which is hereto attached and made a part hereof, for the construction of: oSO WASTE WATER TREATMENT PLANT ADMINISTRATION OFFICE ROOF REPLACEMENT JOB ORDER CONTRACT - PROJECT NO. 7448 (TOTAL AWARD: $76,589.23) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each on of which shall be deemed an original, this the 3,P day of /;ki6J1s-:r , 2 0 p . PRINCIPAL Kathleen Acock, President (Print Name & Title) Richard Booker, Executive Vice President (Print Name & Title) SURETY A ► •/41 I' sir (Print Name) In /11A/6—, The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is n -VIC Age cy. IOm. G Q4. Jjt!j/C/ Contact Person : #ipiJ Address: L51 I Phone Number: m, 3 C 1 - /3- (NOTE: Date of Performance Bond must not be prior to date of con tract) (Revised 3/08) Performance Bond Page 2 of 2 CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469 -9277 RE: Certification of Power of Attorney for Performance and Payment Bonds Project Name /No.: Various . Projects Surety Company: , North American Specialty Insurance Co. Ladies /Gentlemen: 1, Paul A. YasiIli, Jr,, hereby certify that the facsimile power of attorney submitted by Lawrence L. Rhodes for Alpha Building Corporation , 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 Corpus 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.O. Box 9277 Corpus Christi, TX 78469 -9277 day Signed this da of ,, 2008. g . PaktfLa- 0,/k Name: ek44 14, ymg_L( ,c7k. Title: V C Sworn and subscribed to before me on this 2008. ■ $1Y'% SHARON GRANT . Notary Public, State of Texas My Commission Expires 4:14e; ; } ♦,. March 30, 2011 (Revised 9/03) day of z/0-414,K Notary Public State of ��� My Commission Expires:, 3 ~ a o ATTACHMENT 1 1 OF 1 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: LAWRENCE L. RHODES, BRADLEY D. JOHNSON, MARILYN CALHOUN and STEVEN E. WHITE JOINTLY OR SEVERALLY Its true and lawful Attorneys )-in Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWENTY -FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24 t of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By Steven P. Anderson, President & Chief Executive officer of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By David M. Layman, Senior Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurance Company doeirteir; IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 34th day of September , 20 0$ . State of Illinois County of Du Page On this 30th day of September , 20 08 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ss: North American Specialty Insurance Company Washington International Insurance Company Donna D. Sklens, Notary Public I, James A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect I N WITNESS W H E R E O F , I h a v e set m y h a n d a n d a f f i x e d t h e seals of t h e Companies this 3rd d a y of August } 20 O 9 c"'>4-y6 James A. Carpenter, vice President & Assistant secretary of Washington International Insurance Company & North American Specialty Insurance Company IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jim Carpenter, Vice President - Claims, at 1 -800 -338 -0753. You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll -free number for information or to make a complaint at: 1 -800- 338 -0753 You may also write to Washington International Insurance Company and /or North American Specialty Insurance Company at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800- 252 -3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, Tx 78714 -9104 Fax: (512) 475 -1771 Web: http: / /www.tdi.state.tx.us E -mail: Consu m erP rotection tdi. st ate.tx.0 s PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jim Carpenter, Vice President - Claims, al 1 -800- 338 -0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al: 1 -800- 338 -0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1200 Arlington Heights Road #400 Itasca, IL 60143 Puede escribir al Department° de Seguros de Texas para obtener informacion acerca de cornpanias, coberturas, derechos o quejas al: 1- 800 -252 -3439 Puede escribir al Department° de Seguros de Texas: P.O. Box 149104 Austin, TX 78714 -9104 Fax: (512) 475 -1771 Web: http: / /www.tdi.state.tx.us E -mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Department° de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condition del documento adjunto. CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS ,qty :i of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to rP applicable, the following information. Every question must be answered. if the q uestion is not pP livable, answer with "NA ". �IRIIA NAME rats on • 24850 Blanco Rd. - _ CITY: San Antonio. Texas ZIP: 78258 ,TREET. , '• IR P M Is: 1. Corporation X 2. Partnership 3. Sole Owner , 4. Association . 5. Other DISCLOSURE QUESTIONS f additional space is necessary, please use the reverse side of this page or attach separate sheet. . State i ate the names of each "employee" of the City of Corpus Christ having an "ownership interest" 1 constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) None 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title None 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Board, Commission or Committee None 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named `firm ".. Name Consultant None CERTIFICATE 1 certify that all information provided is true and correct as of the date of this statement, that 1 have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying in Person: Kathleen Acock Title: Pres i dent (Type or Print) eisntti ore, of reirfifvinn Parcnn• ate: 113 112007 • SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOII DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OF REPRESENTATIVES. ACORD,; CERTIFICATE OF LIABILITY INSURANCE PRODUCER HUB International Rigg 10777 Westheimer Suite 300 Houston, TX 77042 -3454 Larry Rhodes 1- 713 -978 -6668 DATE (MMIDD/YYYY) 03/04/09 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Alpha Building Corporation 24850 Blanco Road Suite 200 San Antonio, TX 78258 INSURER A: Travelers Lloyds Insurance Company INSURER B: Charter Oak Fire Insurance Company INSURER C: Travelers Indemnity Company of CT INSURER D: The Travelers Indemnity Company INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR AWL WIZ TYPE OF IiNSRANQ POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDJYY) POLICY EXPIRATION DATE [MMIDD YY1 LIMITS A GENERAL LIABILITY 7 COMMERCIAL GENERAL LIABILITY C00324L158 03/06/09 03/06/10 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED PREMISES PREMISES (Ea occurence) 300,000 $ CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5 , 0 00 X EBL $1,000,000 PERSONAL 8ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $2, 0 0 v , 0 0 0 POLICY X m LOC B AUTOMOBILE LIABILITY/ ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BA9994E612 03/06/09 03/06/10 Y f COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X BODILY INJURY (Per person) $ X1 X BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ C EXCESS /UMBRELLA LIABILITY- CUP5461B367 03/06/09 03/06/10 EACH OCCURRENCE $3,000,000 X OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ 10,000 AGGREGATE $3,000,000 $ $ X $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ` ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below UB9834C372 03/06/09 03/06/10 WC STATU- TORY TORYLIMITS OTH - ER E.L. EACH ACCIDENT $1, 000 , 000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A A OTHER BUILDERS RISK / EQUIPMENT FLOATER QT6604543L912 QT6604543L912 7 03/06/09 .43/06/09 03/06/10 03/06/10 Any One Project 3,000,000 LEASED & RENTED 100,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS MISC PROJECTS AS REQUIRED. The City of Corpus Christi is named Additional Insured on all General Liability and Auto Liability policies where required by written contract. CERTIFICATE HOLDER CANCELLATION 10 DAYS NOC FOR NON - PAYMENT OF- PREMIUM City of Corpus Christi Engineering Services Attn: Sylvia Arriaga PO Box 9277 Corpus Christi, TX 78469 USA AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) Janetle 11271516 C�3 ACORD CORPORATION 198 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE 03/04/09 NAME OF INSURED: Alpha Building Corporation SU PP (10/00) POLICY NUMBER: CO03240 59 ISSUE DATE: 3106109 - 3/06/10 ,s/ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY � BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED -- (Section 11) is amended to include any person or organization that you agree in a "wntten contract requinng insurance" to include as an additional insured on this Cover- age Part, but a) Only with respect to liability for "bodily injury", "property damage" or "personal injury", and b) If, and only to the extent that, the mtury or damage is caused by acts or omissions of you or your subcontractor #n the performance of "your work" to which the "written contract requiring insurance" applies The person or organization does not qualdy as an additional insured yarn respect to the independent acts or orrn wars of such person or organization 2, The insurance provided to the additional insured by this endorsement is limited as follows a) In the event that the Limns of Insurance of this Coverage Part shown m the Declarations exceed the limits of liebddy required by the "written contract requinng insu ante ; the in- surance provided to the additional insured shall be landed to the limits of babildy re- quired by that "wntten contract requiring in- surance" Thus endorsement shall not in- crease the limits of insurance described in Section lfl -- Limits Ot Insurance by The insurance provided to the additional in- sured does not apply to "bodily injury ", "prop- erty damage" or "personal injury" ansing out of the rendering of, or failure to render, any professional architectural, engineenng or sur- veying servers, including 1. The preparing, approving, or fading to prepare or approve, maps, shop draw - ings, opinions, reports, surveys, field or- ders or change orders. or the prepanng, approving, or failing to prepare or ap- prove, drawings and specifications, and ii. Supeivisory, inspection, architectural or engineering activities CGD -48 0885 ao•oe2 c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products completed op- erations hazard" unless the "wntten contract requinng insurance" specifically requires you to provide such coves for that additional insured. and then the insurance provided to the additional insured applies only to such "bodily injury* or *property pert that oc- curs before the end of the penod of time for which the °wr tten contract requinng insur- ance" requires you to provide such coverage or the end of the policy penod, whichever is earlier 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible 'other insurance", whether primary, excess, contingent or on any other base, that is available to the addution sl insured for a lost we cover under this endorsement However, if the *wren contract ring insurance" speafically requires that Vas insurance apply on a primary bass or a primary and non-contnbutory basis, this in suranCe s pnmary to "Other insurance" available to the addumnal insured %silsch covers ttiat person or orgti iizabon as a named insured for such loss, and we wdl not shale with that "other insurance" But the insurance provided to the additional insured by this endorsement stall is excess over any valid and collectible 'other in- surance", whether primary, excess, continent or on any other basis, that is available to the addr- tuonal insured when that person or organization us an additional insured under such "other insur- ance" 4. As a condition of coverage provided to the additional ursured by this endorsement a) The additional insured must give us written notice as soon as practicable of an *occur- rence" or an offense which may result in a claim To the extent possible, such notice should include _o 2005 The St Paul Travelers Companies, Inc Page % of 2 POLICY NUMBER: CO0324L158 COMMERCIAL GENERAL LIABILITY 1 How, when and where the "occurrence" or offense took place, 11 The names and addresses of any injured persons and vwtnesses, and 111 The nature and location of any injury or damage ansing out of the "occurrence" or offense b) If a claim is made or "suit" is brought against the additional insured, the additional insured must i. Immediately record the specifics of the claim or "suit" and the date received, and 11. Notify us as soon as practicable The additional insured must see to S that we receive written notice of the claim or "suit" as soon es practicable c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "aid", cooperate with us in the investigation or settlement of the serum or defense against the "suit", and otherwise comply with all policy conditions d) The additional insured must tender the de. fence and indemnity of any claim or "suit" to ISSUE DATE: 3/06/09 - 3/06110 any provider of "other insurance" rich would cover the additional insured for a toss we cover cinder this endorsement However, this condition does not affect %rhether the insur- ance provided to the additianal insured by this endorsement is pnmary to "other insur- ance" available to the additional insured which covers that person or organization as a named insured as descnbed in paragraph 3. above 5 The following definition is added to SECTION V D FINMONS 'Written contract requinng insurance" means that part of any wntten contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily intu+ " and 'property damage" oc curs and the "personal mlur y" rs caused by an offense committed a. After the signing and execu on of the contract or agreement by you, b. While that part of the contract or agreemerd is m effect, and c. Before the end of the policy period Bradley D. Johnson Vice President Page-.2 of 2 .2005 The St Paul Travelers Companies, Inc CG D2 46 01 OS OW COMMERCIAL AUTO POUcY NUMBER BA- BN4861 ISSUE DATE 3.08 - 2009/2010 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. DESIGNATED INSURED This endorsement moddles iruurance provided under the following 1 BUSINESS AUTO COVERAGE FORM J GARAGE covey FORM MOTOR CARRIER COVERAGE FORM TRllCKER8 COVERAGE FORM With rasped to coverage prowled by this endorsement. the provisions of the Coverage fang apply unless modi- fied by the endorsement This endorsement identities person(s) or orpanaatwn(s) who are "mks" under the Who Is An Insured Prov& aion of the Carap* Form This endorsement does not der coverage provided in the Coverage Form SCHEDULE Name of Parson(*) or Organizalian(s). ANY PERSON DR ORGANIZATION THAT YOU ARE REQUIRED TO INCLUDE AS AN ADDITIONAL INSURED ON THIS COVERAGE FORM IN A 'WRITTEN CONTRACT OR AGREEMENT THAT IS SIEED AND EXECUTED BY YOU BEFORE THE 'BaDI LY INJURY' OR "PROPERTY DAMAGE' OCCURS AND THAT IS IN EFFECT DURING TIE POLICY PERICD of no entry appears above, m(omybon required to complete this endorsement wall be sham on the D.dtrabons as applicable tothe endorsement Each person or aganae6on ghoul m the Schedule is .n mmimd' for Liability Coverage, but or to the extent that parson or apanizalwn qualifies as an hared" under the VIMo Is An Insured Prowion contained m Section M of the Coverage Form CA 20 48 0219 Copyright, Insurance Services Office, Inc .1 995 Bradley D. Johnson Vice President Page 1 of 1 111kktWti 1154841 POLICY NUMBER.. pT- co -DaAUI W / ISSUE DATE: 3.08. 20092070 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US -TEXAS This endorsement modifies Insurance provided anderthe following: BOILER AND MACHINERY' COVERAGE PART BURIN RS POLICY COMMERCIAL EXCESS INSURANCE COMMERCIAL GENERAL UABIUTY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART - CONTRACTORS COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CRIME COVERAGE PART DELUXE PROPERTY COVERAGE FORM EMPLOYEE BENEFITS LIABILITY COVERAGE PART EXCESS (FOLLOWING FORM) 11ABIITY DURANCE FARM COVERAGE PART UQUOR LIABILITY COVERAGE PART PROD UCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABIUTY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART SCHEDULE CANCELLATION: , Number of Days Notice: 3• WHEN WE 00 NOT RENEW (Nonnrnswalj: Number of Days . €o City of Corpus Christi Engineering Services Attn: Contract Administrator PO Box 9277 Claus Christi, TIC 78469-9277 PROVISIONS: A. For any statutorily permitted meson other Mum nonpayrnant of premium. the number of days re. quired for notice of cancellation, as provided In the CONDITIONS of this insurance. or as amended by any applicable state ration ei dammed as to this Insurasce. Is In creased to the number of days shown In the SCHEDULE above. B. For any slatutodly permitted reason other than nonpayment of premium. the of days re- quired for notice of iMian We Da Not Rsnsw (Wonreneval), as provided In the CONDITIONS Section of this Insurence, or as emended by any applicable state Hann We Do Nat Renew (Nome- naval) endorsement applicable VI thN insuranoe. la increased to the number W days sliovin in the SCHEDULE above. IL FO Z5 01 9S Copyright, The Travelers lndernn ty Company, 1 8 Bradley D. Johnson Vice President Pao 1oft / COMMERCIAL AUTO POLICY NUMBER BA-99BA-99949612 BZ J ISSUE DATE 3-06-2009/2010 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. TEXAS CANCELLATION PROVISION OR / COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM ' GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS tO'VERAGE FORM WMh :aspect to coverage provided by the indorsement, the provisions of the Coverage Form apply unless moth. fad by the endorsement SCHEDULE Number of Days' Notice 30 Name Of Person Or Organization ALPHA BUILDING CORPORATION Addmss 24850 BLANCO ROAD SAN ANTONIO TX 78258 If this policy is angled or materially chirped to reduce or restrict aovera0e, we wail mid naUcs of anaMGon or dump to the person or orpenvadon named in the Schedule We NI give the number d day's notice indicted in the Schedule CA02440i84 Bradley D. Johnson Vice President 0 ISO Properties, Inc , 2003 Pepe 1 of 1 TRAVELERS WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — art POLICY NUMBER (flTKU6- 9834C37-2-08) V TEXAS N0710E OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is Shawn in rtam 3 A of the information Page In the event d omelet= or other material change of the po1iCy, we will nil advance notice to the person or organization named in the Schedule The number of days advance notice Is shown m the Schedule This endorsement shag not operate directly or indirectly to benefit anyone not named in the Schedule SCHEDULE 1 NUMBER OF DAYS ADVANCE NOTICE 3o (or * *) 2. NOTICE WILL BE MAILED TO City of Corpus Christi Dept of Engineering Services Attn: Contract Administrator •V / PO Box 9277 Corpus Christi, TX 78469-9277 1 ** Number v3 days Notice specified in the Certificate of Insurance to all holders of such certificates DATE OP ISSUE 3-06-2009/2010 ST ASSIGN Bradley D. Johnson Vice President GENERAL ENDORSE/43NT Name ofpenson or organization insured Alp Date this aidorsematt takes effect _14&,2E/EL_ Endorsemag Number Pact), Number —0.6M54222--- Polk)! Period 1Q09LHELQ,_ _Ili* 1 Installation Floater Name of Company iamb* this endorsement o. (we Tim ad fill is the Acne odes we ism endorsenieut utter we issue your policy) In consideration of no change in premium, add the following as an additional insured: city of Corpus anis* Department oflingineerhe Services P.O. Box 9277; Attn: Contract Administrator Corpus Christi, TX 784694277 Should the aims described policy be cancelled or materially changed Wore the aviation date thereat the issuing company will mail 30 days written notice to the shove named. Signsturs: Authorized Agent Bradley D. Johnson Vice President KK-GLOO ArrACHNIENT •1 of I •