Loading...
HomeMy WebLinkAboutC2010-109 - 2/16/2010 - ApprovedS P E C I A L r .~t _ ZO10-109 M2010-035 02/16/10 P R O V I S I Alpha Building Corporation S P E C I F I CA T I O N S A N D F O R M S O F C O N TRAC T S A N D B O N D S F O R For DEPARTMENT OF ENGINEERING SERVICES CITY OF'CORPUS CHRISTI; TEXAS Phone: 361/880-3500 ..:Fax: 361/880-3501 PROJECT NO: E09062 DRAWING NO• E1 (Revised 6/27/99) POLICE DEPARTMENT ELECTRICAL GENERATOR REPLACEN~NT 2010 PROJECT NO. E09062 TABLE OF CONTENTS NOTICE TO BIDDERS (Revised 7/5/2000) NOTICE TO CONTRACTORS - A Tnsurance 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-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage ` A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-l0 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 r , c ,-~._~,___~.. a n ~ 3~r®~~e~~a NOT USED . A-16 Disposal/Salvage of Materials " ''' "-=' ~' ^~F___ NOT USED A-18 Schedule and Sequence of Construction T , ~ ^..~_~.-..rte; .. ~~...,_, _- NOT USED I1~nAa~ __~_.-___ ._._F__~F-__FFR A-20 Testing and Certification - - A 2-1 ~ ti~-~~-~Q NOT USED A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98} A-23 Inspection Required A-24 Surety Bonds ~4 ~~e NO LONGER APPLICABLE 6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff Page 1 of 2 A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents ~~-5~~~~t~~~--~-a~~~~-e ~~pe~s~= n ~ ~.,: ri~ _ NOT USE D A-36 Other Submittals t F ., .... ,a r t.. _ V.... a f c. x. r.T _, i ., ,., n, ...,..,, , .. t,. A- 3 7 ee~~~e~e~~ LTTiQ-VITGCLT~L '~ _ .. G['G v Z =-GC = _ _ = rJ = _ NOT USED A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates. „ ~ , „_ _~ _ T ,__, - NOT USED _= T1-~.Tl..b~tlC A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (.9/98). A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings. NOT USED . NOT USED A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) Submittal Transmittal Form PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART T - TECHNICAL SPECIFICATIONS LIST OF DRAWINGS Sheet #1 Electrical Floor Plan NOTICE AGREEMENT . PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND - Page 2 of 2 NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS NOfiICE TO CONTRACT01~2S - A INSU~tANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required:.. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all eertificates Bodily Injury and Property Damage Commercial General Liability including: $2.000,000 COMBINED SINGLE LIMIT I. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations 6. Hazard 7. Contractuallnsurance 8. Broad Form Property Damage 9. Independent Contractors I0. PersonalIri AUTOMOBILE LIABILITY-OWNED NON-0WNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH 11 OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ^ REQUIRED Not limited to sudden & accidental discharge; to include Q OT long-tern environmental impact for the disposal of N RE UIRED Q .- contaminants BUILDERS' RISK See Section B-6-I 1 and Supplemental Insurance Requirements ^ REQUIRED D NOT REQUIRED INSTALLATION FLOATER See Section B-6-I 1 and Supplemental Insurance Requirements ^ REQUIRED ~ NOT REQUIRED Page 1 of 2 OThe City of Corpus ChristT'ltiust be named. as. an. additional: insured o'R~all coverages except worker's compensation liability coverage. . OThe name of the project must be listed under "description of operations" on each certificate of insw~ance. 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-b-t t or Special Provisions section ofthe contract. A completed °I)isclosure of Interest" must be submitted with your proposal. Shr-uld you have any questions regarding insurance requirements, please co»tart the Contrart Adminisnaior at 880-3500. NOTICE TO CONTRACTORS - $ WORKER'S COMPENSATION INSURANCE REQUIREMENTS ~... Texas Administrative Code TITLE ?8_ INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context cleazly 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 Cade, §401.01 l (44). (S) 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. ('n Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i} of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regazdless 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, teasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of I l ~r .~ "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. {8} Project--Includes the provision of all services related io a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance~Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c} A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph ('n of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph ('n of rh'; subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter, (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and - (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of l 1 (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 govemmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity wilt 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; ('~ 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 GraQhic (8) contractually require each person with whom it contracts to provide services on a project to:. (A} provide coverage based on proper reporting of classification codes and payroll amounts and 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 ail 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: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F}retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or shou}d 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)-(I-1] 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: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the. project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the goven~unental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certifcate of coverage ends during the duration of the project; Page 5 of 11 'v r (6) retain all required certificates of coverage on file for the duration of the project and far one year thereafter;. (7) notify the governmental entity in writing by certifed mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (S) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classif cation 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 an the project; and (~ contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certif cote of coverage to be • provided to the person for whom they aze 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 hid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of I 1 (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 5? 15; amended to be effective November 6, 1995, 20 TexReg 8b09 Page 7 of 11 T28S 110.110(d)(7) ..r "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 1 i 0.1 i 0(c}(7} Article .Workers' Compensation Insurance Coverage. A. Definitions: Cert~cate of coverage ("cert~cate')- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (7'WCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project -includes the time from tine 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 X406.096) -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, leasi»g companies, motor carriers, owner-operators, employees of arty such entity, or employees of airy 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, o,~'ice supply deliveries. and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of class cation codes and payroll amounts and filing of arty coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, jor 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 cert~cate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a cert~cate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file cert~cates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 :.r rr F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall not ~ the governmental entity in writing by cert~ed mail or personal delivery, within 10 days after the contractor knew or should have known, of arty change that materially a, ffects the provision of coverage of any 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 YYorkers' Compensation Commission, informing al! persons providing services on the project that they are required to be covered, and stating how a person may verb coverage acrd report lack of coverage. 1. 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 classijication codes and payroll amounts and frling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.OI1(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 cert ~cate of coverage showing extension of coverage, if the coverage period shown an the current cert~cate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a cert~cate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required cert~cates of coverage on j71e for the duration of the project and for one year thereafter; (6) notes the governmental entity in writing by cert~ed mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially a,~`ects the provision of coverage of any person providing services o» 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 class cation codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured.. with the commission's Division of Self- 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 contrac! void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS Police Department Electrical Generator Replacement 2010 Project No. E09062 SECTION A - SPECIAL PROVISIONS A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project The project will consist of installing a new generator provided by the City of Corpus Christi. Work involves removal and installation of new generator, new transfer switch and additional electrical work, modification of existing concrete pad for installation of the new generator. A-4 Method of Award The Contract is awarded as a Job Order Contract (J.O.C.} and prices established though .the use of RSMeans cost pricing. 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. Submittal of Materials A-6 Time of Completion/Liquidated Damages The working time for completion of the entire project, for the Project will be thirty one 31 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $100 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature a0re not capable of precise proof. The Section A - SP (Revised 12/15/04) Page 1 of 22 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. ~~@®~~e"fi#~~'' n.....~, n n yr ~t... n_..._.,..,i n.,.....-, n-cc-vc.cvri--v-~ a. z--.c ~ t. ..i ..a.,.. a ~.. emu.... ~'h-er~~~®~--~~e~~~3~o~z ~~.9~ ~e~e ~e€~~-~e€ e~~e~- Ln-~~ r- ~ ~~~'" L A-10 Wage Rates (Revised 12/04/09) 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 e~loyed 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 Section A - SP (Revised 12/15/04) Page 2 of 22 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 doc~unents will also be su}~nitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1'-~) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cooperation with Public 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 the Texas One-Call System 1-800-245-4545, the Lone Star Notification Company at 1-800-669-8344, and the Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer: Stridde, Callins & Associates IncInc. 883-9199 Traffic Engineering 826-3540 Police Department 882-1911 Water Department 826-1880 (826-3140 after hours) Wastewater Department 826-1818 (826-3140 after hours} Gas Department 885-6900 (885-6900 after hours) Storm Water Department 826-1881 (826-3140 after hours) Parks & Recreation Department 826-3461 Streets & Solid Waste Services 857-1970 A E P 299-4833 (693-9444 after hours) AT&T/S B C 881-2511 (1-800-824-4424, after hours} City Street Div. for Traffic Signal/Fiber Optic Locate 826-1946 857-1960 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) , KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCam (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Gptic (MAN) 972-753-4355 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the -construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is Section A - SP (Revised 12/15/04) Page 3 of 22 his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor -shall make the necessary repairs to place' the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid-must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all. necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. 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. Section A - SP (Revised 12/15/04) Page 4 of 22 A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All- necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Co-n~t7ra~ctor. :i ~T~~lg6C ~33CT9 -, a , ~ , ,., ~ a ~ ~ "' a ~~ " ~ ~~-~5 t®~~~ '-~ ' ~ ~- ' --' F ~~~ '~ f -~~ a z~ ~ ~s r ~ ~ ~ d a~ ~ ~ ~ ® e ~ e '~ b~ ~~ ~ _irxcc vxx csx e~~~~--~ c oxcc c~v scq~xz° j ~ ~cx vi xrz~o scPxco c::ccresve= ~~€ - h ~~ ~- ~h-~ ~ F ~r €,~ a m~ e e E = e~-~~: 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 construction. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the 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. Section A - SP (Revised 12/15/04) Page 5 of 22 Section A - SP (Revised 12/15/04) Page 6 of 22 A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the 'laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must install 1 Project sign s furnished by. the Contractor as indicated on the following drawings (See Part C). The sign must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/96) 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: Section A - SP (Revised 12/15/04) Page 7 of 22 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.Oo of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.Oo 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.Oo 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°s of the contract work itself and in which a minority joint venture partner has a 50.0 interest, shall be deemed equivalent to having minority participation in 25.0 of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Section A - SP (Revised 12/15/04) Page 8 of 22 Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 ~ 15 ~ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the job is completed and ready for acceptance. C®~~t~~8~--®i~ '~~e~i~e~e a~ . 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 reinsurers} authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%} of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual Section A - SP (Revised 12/15/04) Page 9 of 22 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." T~~ r r ~~,. y~ A ~ ~ ~' ~, ~ ,~ ~ r ~ ~ , , ~ P e~ -a ge - ~ ~ ~ t ~~ s i "~ r 1 s 1 ~ ~ .i-.r c . u ~. -t c~cr u ~~~~ c-c-~,-.~- . ....t. i. .~ ~ .. . _, .., .. .. -r -a. .. .,.1 ,, .. c--r---- ----= -- ----------, 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: Section A - SP (Revised 12/15/04) Page 20 of 22 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas-78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City .Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: _ _ __ ~ } ear F ~ ... J- l... xxvc~wvct~:3C tVx~CT1C i r; _ _ , , .. -®~~~-G~ ~ r~T ~ ~~ __ "~g ~ s '`~ - " , c ~8 ~r~R F 66 s x c~cc c c o x nc a m.~cc~~cc x x^r^CTC o x xGGGV o a x~ 'vC r~-p-L~YtrtriCz~ 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, all bidders must provide with their proposal documentation concerning: Section A - SP (Revised 12/15/04) Page 11 0£ 22 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 Tien 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 xequired 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: Section A - SP (Revised 12/15/04) Page 12 of 22 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: Submit the following with the Bid Proposal: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such. requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the 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 award, 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. Section A - SP (Revised 12/15/04) Page 13 of 22 A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" u~+,;remA.nts 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 - - - --.-' ~ , ~-,~? ~ - - ~----_ _, „----' -- -- __o -r--_-- _ __-_ __ - A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. Section A - SP (Revised 12/15/04) Page 14 of 22 Section A - SP (Revised 12/15/04) Page 15 0£ 22 Section A - SP (Revised 12/15/04) Page 16 0€ 22 A-36 Other Submittals 1. a~,m~~~~~~~ m.i~e-~®~ah~~ R o.. ~:~ 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. Section A - SP (Revised 12/15/04) Page 17 of 22 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 t~Jhen specified in the Technical Specifications Section, Contractor must submit three {3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. ~~~P~--O~e~,.v_, „_..__. ..~a~~eem,._~-~=~-F§~e~a~ ~~~€~~~--C-€~~r-~n- II 11 e ~ _ r • @~ ~t rii ~ n ~srxg a a e@3~~'~Rit-8 mt._ n ~_ .. .. ~~ _v _ ii ..,~__ .. ,. ... ,. .... .-. -.. r-- - J _ GTT G92I A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Einal Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8- 9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier. has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor{s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. Section A - SP (Revised 12/15/04) Page 16 of 22 A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly"rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis, for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00} (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (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: (l) Horizontal and vertical dimensions due. to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. Section A - SP (Revised 12/15/04) Page 19 of 22 A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence,- precautions, etc., to ensure that adequate safety is provided for all"of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&Z 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. Section A - SP (Revised 12/15/04) Page 20 of 22 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." A-50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City. requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. Section A - SP (Revised 12/15/04) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT: Police Department Electrical Generator Replacement 2010 OWNER: CITY OF CORPUS CHRISTI Project Manager: Gabrielle Escamilla CONTRACTOR: Alpha Building Corp. SUBMITTAL DATE: SUBMITTAL NiJbIDER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 22 of 22 A G R E E M E N T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS AGRF'~'~•NT is entered into this 16TH day of FEBRUARY, 2010, 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 Corp. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $72,750.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: POLICE DEPARTMENT ELECTRICAL GENERATOR REPLACEMENT 2010 -JOB ORDER CONTRACT - PROJECT NO.E09062 (TOTAL AWARD: $72,750.00.) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services., labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents. include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds., addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 31 CALENDAR DAYS after construction is begun. Should Contractor default., Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above.. ATTEST: City Secretary CITY OF Juan Perale~ Jr. P.E. Assistant Ci y Manager Engineering/Development Services APPRO Q ,~AS TO FO~drl: By: t~ c Asst. City Attorney By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR f Co tion~ Al ha B ildin Co oration BY= (Beat Below}~ Andrew E Hicks, Corporate Secretary Tit 1 e Kathleen A .n .k, President (Di'pte: If Fers©~ signing for CQ.~GS.Z'c"i~.1p21 is ztot Psesid~nt, 5541 BEAR LANE, SUITE 201 attach evpy of autka~i,zatian (Address ) to S29n1 CORPUS CHRISTL, TR 78405 (City} (State)(ZIP} _' " .';~ , 361/299-6292 * 361/299-6374 '` ~ ( Phone.) ( Fax.) t ~~~~ AUTHORIIE~ s1 ~I~GiI.. ~ / 0 _..... ~. Agreement SECRETARY !~J' Page 2 of 2 L BUILDING CORPORATION first Choice For Facilities Renovation & Construction Mr. Billy Delgado City of C.C. Engineering Services 20 3anuary 2010 1317 Mestina Corpus Christi, TX 78401 We are pleased to present our proposal for the installation of Police Station Emergency Generator as per plans and specs provided: Scope of Work: 1. Remove existing emergency generator and replace with new in conjunction with plans and specifications provided. New generator provided by other. 2. Provide and install electrical equipment for new generator as specified in plans and specs. 3. Demo membrane over existing pad, tie-in and enlarge concrete pad by @ 25 sq', and install membrane over entire pad. 4. Demo small areas around existing concrete pad and re-roof up to new/existing concrete pad and membrane. 5. Conversion and power outage shall be performed on weekend. 6. Provide equipment and operator to unload new generator upon arrival, to remove existing generator from ro ~ i=, and to set new generator onto roof: Project Cost: $62, 750.00 An allowance of $10, 000.001vi11 be provided in addition to project cost for any additional labor, material, equipment, ar-d associated apparatus not stated in proposal. Total Project Cost with Allowance: $72,750.00 Exclusions: Anything not listed above. Unforeseen roof/concrete conditions, additional bracing for remaining fence panels, and gym room floor finish not included in bid price. Work to be performed during regular working hours. Conversion of generators to be performed during weekend hours. City will inspect new generator for defects with contractor upon arrival. Contractor assumes no liability for generator while temporarily stationed in parking lot, and assumes no liability for operation of new generator itself upon conversion completion. Schedule: Mobilization within 10 days of N.T.P. with 21 days to complete (total of 31 days) Sincerely, ~-> _ g Cruz E AguilarG-~ ~~ 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.alphabuilding.com CREATING ENVIRONMENTS WHERE GREAT THINGS CAN HAPPEN P A Y M E N T B O N D ~ a ~ o s ~~~ STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Al ha Buildin Co oration of NUECES County, Texas hereinafter called "Principal", and a corporation organized under the laws of the State of /V..f.E. , 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-TWO THOUSAND, SEVEN HUNDRED FIFTY AND NO/100($72,750.00) 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 16TH day FEBRUARY 20 10 a copy of which is hereto attached and made a part hereof, for the construction of: POLICE DEPARTMENT ELECTRICAL GENERATOR REPLACEMENT 2010 JOB ORDER CONTRACT - PROJECT NO.E09062 (TOTAL AWARD: $72,750.00) 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 ~.~ day of _~, 20~_. PRINCIPAL By: t teen Acoc President _ (Print Na & itle) ATTES Secretary Andrew E. Hicks, Corporate Secretary (Print Name) By: (Print Name) The Resident Agent of the Surety in Nueces County, Texas, delivery of notice a Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract} Payment Bond Page 2 of 2 S3 (Revised 9/02) for Attorney-i~ fact P E R F O R M A N C E B O N D STATE OF TEXAS ~ ~ ~ ~ / ~ ~~ COUNTY OF NUECES ~ KNOW ALL BY THESE PRESENTS: THAT Al ha Buildin Co ora n of CF,S Cunt y., Tex s, hereinafter called "Principal", an .~. a,corporation organized under the laws of the State of , and duly authorized to do business in the State. of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of SEVENTY-TWO THOUSAND, SEVEN HUNDRED- FIFTY AND NO/100 ($72,750.OOj 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 16TH of FEBRUARY 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: POLICE DEPARTMENT ELECTRICAL GENERATOR REPLACEMENT 2010 JOB ORDER CONTRACT - PROJECT NO.E09062 (TOTAL AWARD: $72,750.00) 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 one of which shall be deemed an original, this the day of ~~~ cd~ 20~_. PRINCIPAL BY • s/~ ~~ ~ / _ (Print Name~~'itle) ATTEST / Secretary ",ndrew ~ Hirk4, Cpmprata Secretary (Print Name) SURETY A • $s r~ v, :: ,it: ."~ ,'gym' ~~~ ,'' . Attorne in-fact ~~9't~.7 R ~'~/ Cr'_ L ~ ~ fd' 0 L~ G.S (Print Name) The Resident Agent of the Surety in Nueces County, Texas, delivery of notice and service oJf p/r~ocess is: Agency: ~ `~' ~SS 8e • Contact Person: (~ Address : (~ ~ (~ D~ ?5 ~. 8 6 ~6 3 Phone Number: (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 9/02) Performance Bond Page 2 of 2 for NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of 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 ]OINTLY 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 surety ship 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-F1VE 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 hLSUrance Company at meetings duly called and held on the 24a` 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." ~,~ataauUn~~ a .' ~ ~''.G ~ !<vb t _~' , $~! '~.i~_` Steven P. Anderson, President & CbiefEucutive Oa'icer oI WasAing[on International I~aurentt Company ~' ~~~ ~ '~ _ ~ i7~ 19,7,$,' & Swiar Vke Prsidmt orNastY Amerkaa Specialty lawnnce Coapany >~I~ ~~ ,' .;~ tirrintan~ gy Da.id M. Lsymaa, 9eniar Vlm Pre~dn of Waiingbn Lteroatbnal Innraoa Company & Vla Prodiatt or NotYb Amerkan S~etlatly Instance Catrpanp 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 30th day of September 20 d8 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: ~ ~ 30th ~, 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 comrnarlies. QA 5. >~f~fIA.I7.:SIC~VS Nota[l~ttti&c, §tamoflriia®s t:,gl~jrCiaiaa ~piFei : tt1D4?2t{t2 . r`~~x~t tit.! ~~~: Donna D. Sklens, Notary Public I, James A. Carpenter ,the duly elected Assistant Secretal}~ of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 5th day of March , 20~ 0 . ~~~ lames A. Catpentcr, Vice Pteddert & Assistant Secretary of Washitgtmt lntemationel i~aance Compo<ty B Natal American SpxialtyltsnanoeCompany 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 #40(1 Itasca, IL b0143 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-Z52-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a),tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. Ifthe dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o pars someter un queja: Puede comunicarse con Jim Carpenter, Vice President -Claims, al 1-800-338-0753. Usted puede ]lamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's pars information o pars someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1200 Arlington Heights Road #400 Itasca, IL 60143 Puede escribir al Departmento de Seguros de Texas paza obtener information acerca de companias, coberturas, derechos o quejas al: 1- 800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:llwww.tdi.state.tx.us E-mail: ConsumerProtection(a~tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo; debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento,de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo Para proposito de infromacion y no se converte en pane o condition del documento adjunto. SUPPLIER NUMBER TO BE ASSIGNED BY CITY - PURCHASING DIVISION :r~.:,r City of CITY OF CORPUS CHRISTI c°r~u5 DISCLOSURE OF INTEREST Chnsti City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the Cittyy to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Alpha Bui 1 di ng Gorporati on P. O. BOX: STREET ADDRESS: 24850 B1 anco Road CITY: San Antonio, TX ZIP:78260 - FIRM IS: 1. Corporation ® 2. Partnership ^ 3. Sole Owner ^ 4. Association [] 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please .use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Chnsti having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) N,~A 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 -~L,/A 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 .-I~/ A 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 ~/ A FII.ING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Kathleen Acock Title: President (Type or Print} Signature of Certifying `~ ~-- /' Date• Person: mi'l''-~~-Ge.~ ~~~~~~ • September 15, 2009 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee:' Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but. not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest " Legal or equitable interest, whether actually or constructively held, in a fain, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.:' . g. "Consultant." Any person or fuTn, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 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: I, Paul A. Yasilli, 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 CorpusCLhristi, TX 78469-9277 Signed this 'T day of ~~' ~ , 2008. c (it- Name: ~~~ ~- ~/'~f~-~-( Title: v C Sworn and subscribed to before me on this ~ ~ day of ~'~-°''~'~- 2008. e*erias~n SHARON GRANT i c Notary Public, State of Texas 'a ' ~,, + My Commission Expires 3 i• 1.;~ ~ ~~~ ~;.~ March 30, 2011 (Revised 9/03) Notary Public ~, State of / L''~ My Commission Expires: 3 - 3 ° - zoi ATTACHMENT 1 1 OF 1 ACORD,~ CERTIFICATE OF LIABILITY INSURANCE DA~`""""°°'"~"Y' 3 8 2010 prtpDUCER Phone: 713-978-6668 HUB International Rigg 10777 Westheimer 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. Suite 300 Houston TX 77042-3454 INSURERS AFFORDING COVERAGE NAIC# INSURED INBURERA: ER LLO S INS O 262 Alpha Building Corporation J INSURER B: O FI S CO 1 24850 Blanco Rd. INSURERC: LER C OF CT 5 82 San Antonio TX 78260-6656 INSURER D: VELERS O 6 5 8 INSURERS: yV rrc~v+vcv POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. THE OTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, TFIE INSIIRANCE AFFORDED SY 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. ItNat POLICY NUMBER POLICYEFFECT111E POLK;YExPIRATION LI~.~ QElI~RALLIABILITY 000324L158 3/6/2010 3/6/2011 EACH OCCURRENCE $1 000. 000. A COMMERCIAL GENERAL LIABILITY / j PREMISES Ee o $ 3 O O U X v / CLAIMS MADE ~ OCCUR MED EXP (Any one person) $ 0 0 Y PERSONALBADVINJURY 1 Q 0 GENERAL AGGREGATE $ 2 0 0 0 O O O 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 2 O O O O O O GEN POLICY PRO- LOC B AUT OMOBILE Lu1BIL1TY BA9 9 94 B 612 3 / 6 / 2 010 3 / 6 / 2 O 11 COMBINED SINGLE LIMIT 0 0 0 $1 0 0 0 ANY AUTO (Ea accident) , , X f / ALLOWNEDAUTOS ,/ BODILY INJURY $ SCHEDULED AUTOS t1 (Per person) X HIREDAUTOS BODILY INJURY $ NON-OWNEDAUTOS (Peracadent) X PROPERTY DAMAGE $ (PeraaideM) GELIAMLnY AUTO ONLY-EA ACCIDENT $ GA RA Y AUTO OTHER THAN EA ACC $ AN AUTO ONLY: AGG $ C 3/UMBR~ r s LurelLm CUP5 4 61B 3 6 ~i 3/ 6/ 2 010 3/ 6/ 2 011 EACH OCCURRENCE $ 3 0 0 0 0 0 ExcES CCUR ~ CLAIMS MADE / / AGGREGATE $ 3 O O O O O X O ,/ ,/ DEDUCTIBLE $ RETENTION $ 0 $ TIONAND 9834C372 3/6/2010 3/6/2011 X WCSTATU- OTH- D woRKERS I]APLOYERS' LIA9ILITY ~ - / E.L. EACH ACCIDENT $ 1 O O O O O O ANY pp;OpISETOWpARTNER/EXECUTIVE OFFX;ERIMEMBER EXCLUDED? ~/ E.L. DISEASE - EA EMPLOYEE $ 1 Q 0 0 0 O If dasaibe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ A oTHet J QT6604543L912 3/6/2010 3/6/2011 Y One Project 3,000,000 Builders Risk t Fl / J ` axed & Rented 100,000 er oa Equipment d OE8CRIPTION OF OPERATIONS /LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS ISC PROJECTS AS RE4UIRED. The City of Corpus Christi is named Additional Insured on all General Liability and Auto ere required by written contract. s wh y policie iabilit A Q Q _~ ~ v SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER City Of CorpuB Christi ~ WILL ENDEAVOR TO MAIL c30*> DAYS WRITTEN NOTICE TO THE Engineering Services CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO PO BOX 9277 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON Corpus Christi TX 78469-9277 THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 25 (2001/08) ®ACORD CORPORATION 1986 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such. endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse -side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. POLICY NUMBER: C00324L158 t! ISSUE DATE: 3-06-201012011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ~ BLANKET ADDfTiONAL INSURED (CONTRACTORSy This a dorsement modrbes insurance provided under the following J COMMERCIAL GENERAL LIABILITY CCIVERAGE PART 1. WtiO 18 AN IN$tiRED - (Sedivn II) is amended to include any parson or organization that you agree m a "written contrast requiring insurance" to include as sn adddronat insured on this Cover- age hart, but a~ Only with rasped to Uabt[dy for "bodily rnlury", "properly damage" w'peisoriai rnlury", and b) If. and only to the extent that, the silury or damage is caused by acts or omissions of you or your sutioontracror rn the peAormerioe of 'your worts" to which ilia °wMten cbMrad requiring tsurance" apples The person or organization does not quality as an sddihonal insut+ed wdh respect to the rideperiderit ads or omissrons of such person oc organrzeUori Z- The insurance provided to the additional insured by this endorsement rs landed as fogows a~ In the event that the limns of Insurance of this Covonpe Part shown in ihs Dsclaratrons exceed the l-mtts of hatnlily naquired by-the "written oomraa requrnfip insurance", the tn- suranos provided to the addAiartai insured shall ~ Irmdod to the limds of NebrNty re- quired by that "written contract requiring in- suranoe" This endorsemsM shell not in- crease the hinds of insurance deseribad in Section Ilf - LrmAS Cf Inwrance b) TAe insurance pr+ovtded co the additional In- sured does not apply to "bpdrly in>siry", "prop- erty damage' or "personal rnlury" arising out of the rendering of, or faihue to render, any profassione} archrteoturol, engneering o< sur- veyrrp setvioss, indudirip I. The preparing. approving. or toning to prepare or approve. maps. shop dtavw iiigs, opinions, reports, surveys, Gold or- ders or change orders. or the prepanrq. approving, or tailing to prepare or ap- prove, drewingsand specrticstians, and ii. Supervisory, inspection. archrtecturat or engineering actiwhes c) The insurance provided to the adddrona! in• sured does not apply to "bodily rnlury" or "property damage" cause bIl 'your worts" and etchrded rn the "products-comphted oR- eratrons hazard' unless the 'vrritten contrail requiring insurance" apecrticatty reepnres you to provitM such coverage for that adddonal tnsured. and then fhe insurance provided to the additional insured applies only to such "bodily rnlury" or "propsAy damage" that ot; curs before the and of the period of time for which the "written ooritrad requiring insur- anoo" squires you to prowde such coverage or the end of the policy period, whichever in earlier 3. The rsurance prav~dad to the edddwnal utsured by the endorsement in excess over any valid and coiledtbie 'other insurance', whether primary, excess,. coot'agent or on argt other basis, that ra availatNe to the additional inwred tar a loss we cover under this endorsement However, d the "wnlten contrail roquinnp ersiirana" apegfiesNy requires that Ihts uaurancs apply on a primary basis or a primary and non-contributory basis, this insurance is primary t0 "other insurenes' availaWs to the additional insured wttidi covers the person or orpartaatton as a named Insured for such loss. end we wdf not ~-ere with that "other 1115Ura110e" pUl the Inaurenoe provided t0 the addtional insured by this endorsement stilt is excess over arty valid and ootlectiWe 'other In- surance", whether primary. oxcess, contingent or an any other boa's, that rs available to the adds tional insured when that person or oiQanizatran w en additional insured under such "other Insur- ance" 4. As a conddlon of oovorags provided to the adcMlonel insured by this endoraenient al The additional insured rrwst girre us wntten notice as soon as practlcebls of an "occur- rence" or an offense wMcfifi may result in a claim To the extent passible, such notice should tndude CO t~24tt o8 as .®2005 The SI Paul Travelers Companies, Inc Page 1 of 2 ooiwz POLICY NUMBER: CO0324L158 IS5UE DATE: 3-06-2010/2x11 COMMERC1At. GENERAL LIABILITY i Fbw, when and where the "occurrence" or oltenee took plsoe, rr The names acrd addreeaes of any roJured persons and wdnesses. and rrr. The nature and location of any injury or damage anarrp out of the "occurrence' or offense b) if a dorm rs made or "sure rs hroupM apsrnst the addrtronai rnsuntl, the adddrond insured must t. Immedralety record the sperrfioe of the dam or •arrC' and the date reoerved, and li. Notify us as soon As p-araroable The pddrtronat insured must ace to a that we recinve wMten nohoe of the claret or'sud• as soon as pradurabte c) The adddrortal insured mwt rmmedrtrWly send us copies of all legal papers received m oonnecgon vrdlt the dawn or'wd'. cooperate wrlh us rn the invssUpabon or seltiartent of the darm or defense apa,nst eha 'sod'. and oNrsrwrse amply wnh at1 policy oartdrt+ons d- The Addrtrorral rrrsured rnuu tender the de- fense and rndentnrty of any dam or •swi" to any provider of 'other tnsurtlnce" which w~otdd cover the additional marred for a bss we cover under this Mdorsmrwnt Hewewr. this condRrar does not atteot whether the insur- ance provated to the adddlOttil insured by thre endorsement a pnmary to 'odrer'marr- anoe• warlobl~ to the addwottai s>sured whu~r covers that pennon or eryanrrabon as a nante0 insured as descnped rn par~aph 3. above 6 The tollowrrg dshndron u: adWd to SEt:TItJN v - Ot~INITIONS "Wrtiterr oorNracl tegwnnp sautartcce" means that pert of any wnltea ooMrad er apnament under whroh you as t+er{urred to mdrrae a person or oryanaaUOn u an aral m- sured on this Coveape Psrt< pr~owded that the "bodily rnfury' and "property damage' oa coca and the "peroonat story" rs rinused by an offense comrretlad a. Alter the arpnu~ And eseewinn of the contract or agreement by you. b. While that part of the aoraract ar apreemenl is m ettaat. end c. 9efore the end of the golrgl psnod J Bradley D..fohnson Yce President Rage.2 of 2 Qd 2005 The St Paui TreveJen3 Compamss, Ina CG D2 4f Oa OS / coI~ERCw.nuro POLICY NLNNBER BA-6~iB4B6t Z / t8t3UE QA7E 3-06-2010/2011 THIS ENDQRSEMENT CHANGE8 THE PGLICY. Pl,lABE REAP R CJIREFULLY. ~ DESIt3NATED INSURED Thee endoi~ltement mod+Ms tnwrena pnotnded under the foNoMiinQ 9U8lNE6R /ItA'D COVERAGE FORM ~#ARAOE COVigtAIDE FOIGA MOTOR CAIiR1ER COVEAAOE RORM TRUCKERS COYERAOE FORM Vihth respect to ootielspe pia~itded by this endonlernent, Die pro~tieions of the trovanpe Form apply antes: modt• tied bt- tlas erutoreement This endoweeneM ~dentdies person(s) or orperietMionts) who ere "eisureds" under un who is An Insured Prey sion o11he Covenap~ Forth This endorsement daes not eRer ootireraps prnvtdad in the Cavsrape Form 8CHEDlILE Name aI Persante) or Orgaetzadon(c). ANY PERSON Olt ORGANIZATION THAT YOU ARE REOtIiREQ TO INCLt~E AS AN ADDITIONAL INSiJ1~D ON THIS GOYERAGE FOiM IN A IIRITTEN CON11tACT Wt AflREE1ENT THAT IS SIf1bED AND EItECtl1E0 aY YOU BEFORE 'ME 'AODILY ZNJt>RY' QR "PROPERTY DAMAtR' OCCURS MD 1itAT I5 IN E>sfECT DtIRINti TIE POLICY PERIOD ~!f no entry eppatrs ahoAre~ rrdortnatan required to aomgete tins endorrromertt vNA 6e shown m the Dederat+ons es apgicable to the ertdorserrterit } Eadt pereort ~ atpati~on shown to the Sdndale n an "tnsttted' for lreis4q- Cavenpe, fait acdy to tin eltsnt tliN person of olBstasebon quNillee es an tinsunrd" under the VYha M An Msend Prwetort aoltwarted m Reahon N at the ©orerape Form s•' / ~ Bradley D. Johnson Vice President CA 204602 8S Copyrtpht. lnsuranoe Sernoes Oillce, Inc .1996 Pie i ai 1 OOiTBt POLICY Nt~IIBER; OT•CO.0334L1 Ss / o~ ISSUE IaATE: 3-06-2010/2011 THIS ENDORSEMENT C~IANCiES THE POLICY. PL.EABE REAQ IT CAREFULLY. EARLIER NOTICE 4F CANCELLATIONlNC)NRENEWAL PROVIDED BY US -TEXAS Tfrls endoraanrarx maditfa Mwranos prbv~isd ondarth+~ bowing: 801LER MID MACHINERY CCVERlilt3l: PART BU81NE89pN1MER6 POLICY COMMERdAL ElECE.i6 W19K.I'tiY (tIMBREWy fWSURANCE ~ colull~li~cu-s.oE~-t.u~eumrco~rl P~-RT OOMMERCIAL GENERAf. LU191LIiY CQVSRAt,E PART - CONiRACTORB COMA~K`.111L WLAIEi INARINE PART COMMERCIAL PROPR'RTY CQVERAAE PART MIME COVERAGE PAtiT D~,1A~ PROP6R7Y COVERI4t3E FOiGA EMlWOYIi;! ~1fE!'11M LIAOILITY COVERAGE PART 3 ~OLLOMAI~IO ! W1~.i'1 Y ~18tl1RANCE FA1yM COMERI40E PART UQtlrOf= l1AEICfT1r COVERAGE PART PRO OPlrRAT101~ LIABILITY COVERAGE PART CMff~id AND OONTRIICTORB PROTECTNL LNIBtUTY COVERAGE PART RAItROd10 PftOTEC'TiVE LfAMl111/ COV®iAt3E PART SCH>3DULE CANCELLJITIQN: Nwnbsr ed t]ays Nogg: ao WHEN fAfr DO NOT RENEW tNonuaraweuj: Nrurtb~ of Ooys Notiq: s0 City ~ Corpus Christi Engineer[ng Services Attn: Contract Administrator PO Box 9277 Corpus Christf, TX 78469.9277 PfROVIB10N8: 8. Fw ally atMutolpy pirnrdltad trttaon atlter flint A. For ~- sWuloily p~nnlgad noon ottrsr than ~P d ptandurn. tM gnber d d^ya n- rrorlpaynwrt of p~ardurn. Ilia rltarrbsr of days ~ 4uNsd bl nonce of VYlNn VIN Do NOt Rw»w grd~ed Eor rWOoa of gnoslMtlon, sa pror[ded M 9re ~ ~~ COND1110N8 SsaNOn M tads inswaruw. or as Ssal of tnstranq. or ~xnendrd by eYrly amerweb by arrp applkaWs stab eangRation ee~ appllCabla stalb When Yllf! Oo N01 Rem~r (Nonn- dorselnant s~osble to ihN Inosnincs. Is Irr newNj ~ apPMcabla to tbis Inauralq. peassd to the nualbel o! days shown in the ~ IrrctRasad b ~ rhw+rba or slays drown M the t3CHt~DULE above, SCHE°AULE above, / .~ -~.. r l3radiey D. Johnson vice President IL FO 26 Ott >tE Copyright, Tho Tnveters Indemnity ConApar-y.1991j Paps 1 of 1 oow~ POLICY Nt1MBER 8A-9tifMIB6t Z t:OMMERCIAL AUTO It38UE DATE 3-06-2010/2011 THI8 ENDOR~IIIENT CHANOE$ THE POLICY. PLEASE READ R CAREFULLY. TEXAS CANCELLATION PROYtSIaN QR COVERAGE CHANGE ENDORSEMENT This endonemm~t muddles Ineunnoe pre~nded under the iaAowtnp ttItJ8M1E8S AtJ'T+O COVERAGE tsORM OARIIdGiE COVERAtiE FORM / IYIOTOR CARRIER CDVERAt3E FORM TRUCIOtAB COVERAGE FORM Wilt rasped N 1s~-teraOe prohded by tba endorsement. lhs prowsre~ of the Coverype Form appy urttaes rrwdh fled by the endoreetnerrt 8CHfOtlLE Number of DAys' Notrse 30 f Nance O/ Person Or OrEsnuration ALPFIA BUILOIPIO COi~ORATItN1 Atidrra ~4tiQ0 QLANCO ROAD ~w Alvtl~+ll;o TX Tt#Z66 K fhre pohay n canceled or tnaterully dlawnped to reduce or restrict oove-ape, vre wdl mt:t rtdioe of canaelitrtian or dtenpa io the paroon or orpannutron rdmad to the Bdwdule Vile tsdl dnra the numhsrot day'a notroa mdloefed rn the SaheduM A t / ~1, ~,.. ~/ - ~.~-- Bradley D Johnson Vice President CA 02 44 Oi 04 O t$O Properires, tna ,2003 Paps 7 of 1 POLfCY NUMBR TRAVELERS? WORKERS C0IAPENSATIDN ANO EMPIAYERB LIABILITY POLICY ENDORSEMENT WC 4Z 08 Ot (04) -001 POLICY NUM6ER {pTKUB-9834C3~-~-10) ~ TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT Thai endorsemont appiroa only to the u+aurancs pr~rklad by the poi+cy because 7exaa ro vhown as tem 3 A of the intormaticn Page Irt the •-ront odf c>tnrroNrpon or other mater>ss ctunys of the pvhcy, we wAl rrraY srAre»co notx:e to the peroon or oTty-nlzetwn named ~n tho 8cbeduie The number of Jaya advance nonce {s shown rn the Schedule Thl6 endorsemeryt shall not operate dln-cthr or tnthredty to beneid antrone r-at nanwd in tho 8ohedcde 9CNEDULE t NUM9lER OF QAY8 ADVANCE NOTICE 30 ~ (Or **) 2. NOTICE WILT. BE MAIlEO Tp City cf Corpus Christi Dept of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469-9277 •* Number of days Notkkro specdied us the Certlhcate of inaunnoe to all holdero of such osAfl-cutes DATA OR ISSUE 3-86-2010/281'{ ST ASSIGN i' ~,.. / .,~ Y Bradley D.Jahnson Vice President C3~iltL SIVAORSB11ZB1~1T Name ofpsonoa or orgmizatioa ineurod .. Ajdha i3uiidina Corporation . , ~ Dsm thin artdorsemaot talosa cffad .~~:2Q1,Q, Bndoa~etm~art Numbs[ PoliayNnmbe~r _ QT6B04543~12 ~ palicylk~esiod 3-06.-2090 / 3-06-2011 • $f11i0err~st t>~alt~tiaaFtoatar Name ~tCompany ~~ ~ ~ ra~relers uoyds~ Insurgru~ Co (WeMrIDmt~itl istheaborsumiwwrolsmeltmeetidamm~cot stEawa inueY~IP~1 Yn oonsideratlon ofno ohaa~e in ~nium, cad the yullawhtg ar en a iuetu+ed: Cdr of Corpus Christi: Department +o~ i3mvl~oes P.0. Box 9277; Arm: Coatract A~lmisiatntor Coapu~ C~rlalt, TX 78464=9177 8hanld the abov+a daaeibod policy be canoaited or materidly chan8ed befaea the mpintticra date ~aseoi; the issuing company wiltnssii 30 d4Ye notice m the aba~rsnsme8. A ~~ f. ~,rr w~/t$uat11r0' - AutLotiaed Agent &edtey O. Johnson Vice President ATrAC~VI~NT 4 ~1 oi1 KK•C~LOO