Loading...
HomeMy WebLinkAboutC2010-211 - 4/20/2010 - Approved2010 -211 M2010 -082 04/20/10 Alpha Building Corporation PR4VIS I�� I C A T I O N S A N D C O N T R A C T S A N D B O N D S O R CITY HALL ANNEX BUILDING- INSTALLATION PREMANUFACTURED BUILDING PROJECT ARCHITECT: RON FOSTER,A.L.A. LNV ENGINEERING DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880- 3500. Fax: 361/880 -3501 DRAWING NO: PBG -755 (Revised 6/27/99) CITY HALL ANNEX BUILDING-INSTALLATION PREMANUFACTURED BUILDING PROJECT NO. E09055 TABLE OF CONTENTS NOTICE TO CONTRACTORS - A Insurance Requirements (Revised Mar 2009) NOTICE TO CONTRACTORS - B Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -2 Definitions and Abbreviations A -3 Description of Project 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 ra A -10 Wage Rates A -11 Cooperation with Public Agencies A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials f I- F=LZiGS4e1 A -18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification 1 ;' J ' J'- A-22 Minority /Minority Business Enterprise, Participation Policy (Revised 10/98) A -23 Inspection Required A -24 Surety Bonds NO LONGER APPLICABLE 6/11/98) A -26 Supplemental Insurance Requirements A -27 Responsibility for Damage Claims A -28 Considerations for Contract Award and Execution Page 1 of 2 A -29 Contractor's Field Administration Staff 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 A -36 Other Submittals A -37 Amcndcd T'2 rr angcmcnt and Charges for Watcr Purniohcd by the A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -39 Certificate of Occupancy and Final Acceptance A -40 Amendment to Section B -8 -6: Partial Estimates A -41 Ozone Advisory A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings A -46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre - Construction Exploratory Excavations (7/5/00) 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 - Drawings, Technical Specifications, Exhibit A, Sub-Surface- Foundation/Pavement Recommendation Report, Contract -Scope of Work. TECHNICAL SPECIFICATIONS NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Page 2 of 2 NOTICE TO CONTRACTORS -A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009' A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage T PER OCCURRENCE / AGGREGATE Commercial Genera]. Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Indepeandent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY - -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ■ REQUIRED lid NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insuurance Requirements ❑ REQUIRED y NOT REQUIRED INSTALLATION FLOATER See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED ® NOT REQUIRED Page 1 of 2 ©The City of Corpus Chi.ati must be named as an addit_onal insured on all coverages except worker's compensation liability coverage. C]The name of the project must be listed under . "description of operations" on each certificate of insurance. OFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of interest" must be submitted with your proposal. Should. you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500, Page 2 of 2 Notice to Contractors -B Worker's Compensation Insurance Requirements TITLE 28 PART 2 CHAPTER 110 SUBCHAPTER B RULE §110.110 Texas Administrative Code INSURANCE TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION REQUIRED NOTICES OF COVERAGE EMPLOYER NOTICES Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate) - -A copy of a certificate of insurance, a certificate of authority to self- insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction- -Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor - -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage -- Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement - -A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project -- Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in §406.096 of the Act) - -With the exception of persons excluded under subsections (h) and (1) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless . of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project -- Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self- Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (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 the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the cur rent 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 should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions," (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, anew certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (I-) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a 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 11 (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4 (j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self - insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1 995, 20 TexReg 8609 Page 7 of 11 T28S110,110{d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 T28S110.110(c)(7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate")- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC -81, TWCC- 82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's /person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ( "subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's- current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall not the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of 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 Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verb coverage and report lack of coverage. 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 classification codes and payroll amounts and fling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, 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 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void 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 CITY HALL ANNEX BUILDING- INSTALLATION PREMANUFACTURED BUILDING Project No.E09055 SECTION A - SPECIAL PROVISIONS Coaled .proposal -c will received in conformity wi 'r the o=fficial City Ccorotary' c Offiec 1091 Leopard Ctrcct geofkie —Git asp --= nnn nR A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project The project will consist of providing the necessary equipment, material, labor and supervision to construct concrete foundations for a group of modular trailers, includes site work, asphalt parking lots, striping, asphalt drive, area lighting, electrical supply to modules, ADA compliant ramps (sidewalks and building), concrete sidewalks, curb and gutter, security fencing, gates, sodding and grading, storm and waste water sewer, potable water utility work, and attachment of modules to foundation plates. 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 80 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 Section A - SP (Revised 12/15/04) Page 1 of 22 the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. w e F x_d -sa1s A -10 Wage Rates (Revised 3/10/10) Labor preference and wage rates for BUILDING CONSTRUCTION TX61, and Heavy TX37. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing mdiiiuun 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 Section A - SP (Revised 12/15/04) Page 2 of 22 employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and shaving the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also-Obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be .submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1 %) times the specified hourly wage must be paid for all hours worked is 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 Catipany 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 Project Engineer:Ron Foster Traffic Engineering Police Department Water Department Wastewater Deparment Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E P AT &T /S B C City- Street Div. for Traffic Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) EMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) A -12 Maintenance of Services 826 -3500 883-1986 826 -3540 882 -1911 826 -1880 (826 -3140 after hours) 826 -1818 (826 -3140 after hours) 885 -6900 (885 -6900 after hours) 826 -1881 (826 -3140 after hours) 826 -3461 857 -1970 299 -4833 (693 -9444 after hours) 881 -2511 (1- 800 - 824- 4424,after hours) 826 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 -753 -4355 857 -1960 (857 -5060 after hours) (Pager 800 -724 -3624) (Pager 888- 204 -1679) (Pager 850 -2981) (Mobile) 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 Section A - SP (Revised 12/15/04) Page 3 of 22 the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense In the event of damage to underground utilities, whether shown in the drawings, 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. A11 costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job- related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A -].5 Excavation and Removals The excavated areas under building and ingress into work area will be leveled and compacted with clean dirt. "Clean" dirt is defined as dirt that is free of wood, concrete debris, grass, limbs or other undesirable contaminate. Section A - sP (Revised 12/15/04) Page 4 of 22 Any existing concrete, asphalt, rocks larger than 2" realized from the work under the building will be removed and disposed of by the Contractor unless otherwise noted, and is to be considered subsidiary to the JOC. A -16 Disposal /Salvage of Materials Excess excavated material, broken other unwanted material becomes the removed from the site by the Con considered subsidiary; therefore, Contractor. 2 17 F= =14 = === asphalt, concrete, broken culverts and property of the Contractor and must be tractor. The cost of all hauling is no direct payment will be made to fi fiec at the esestrdetIen o .te, Th,e field offioc moot eontain at lcaot ead—hea.tcd and tt►uot he furniohcd with an inclined table that moaaurco at leapt 30" x GO" and two (2) chairp. The Contractor Dha -1l move the field �ffinc on thc oitc ao required by the City Engnccr e=r hip reprcocntative. ccparatc pay item for thc field office. A -18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to 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. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Section A - SP (Revised 12/15/041 Page 5 of 22 Project Engineer 48 hours notice so established by the City or Consultant cost to the Contractor. Control points the Contractor's negligence will be Project Engineer at the expense of the that alternate control points can be Project Engineer as necessary, at no or bench marks damaged as a result of restored by the City or Consultant Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) ( TXDOT and RR permits). Water: • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) ( TXDOT and RR permits). Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). 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. Section A - SP (Revised 12/15/04) Page 6 of 22 indiaatcd on oketeh /drawing (Ccc Dart C )-. The oign muot be inotallcd before A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or intetdst in the corporate shares must be owned by one or more minority person(s). 2. Controlled Section A - SP (Revised 12/15/04) Page 7 of 22 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 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have 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: 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 Section A - SP (Revised 12/15/04) Page 8 of 22 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. Contractor must obtain the Certificate of Occupancy, when applicable. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. A -24 .Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount: of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Section A - SP (Revised 12/15/04) Page 9 of 22 following oubotitated In lieu thereof. 3-361 of ehop*cr 3, Toot iiatra -ion a€ d•t=e 3 _ _u 1i Fi a. pe=rated into the=Ppe+e€-t . 3 rrevido rcaalc ccrtifieateo to aupplicrn. A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. 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 Section A - SP (Revised 12/15/04) Page 10 of 22 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: term of the Contract up to and including the date -the City finally "All niok" form. Contractor- muot pay all ceoto ncscooary to pre trc ouch 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: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid;. and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the Section A - SP (Revised 12/15/04) Page 11 of 22 City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall - employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public` opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 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 Section A - SP (Revised 12/15/04) Page 12 of 22 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 1-28 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. 1-31 Amended Policy an 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. 1-32 Amended "Execution of Contract" Requirements Under. "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: Section A - SP (Revised 12/15/04) Page 13 of 22 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 Contractor must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a Contractor of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the 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. A -35 City Water Facilities: Special Requirements B. Operation of City- Owned Equipment The Contractor shall not start, operate, or stop any pump, motor, valve, equipment, switch, breaker, control, or any other item related to City water facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. C. Protection of Water Quality The City must deliver water of drinting quality to its customers at all times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water Department to protect the quality of the water. Section A - SP (Revised 12/15/04) Page 14 of 22 D. Conformity with ANSI /NSF Standard 61 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to American National Standards Institute /National Sanitation Foundation (ANSI /NSF) Standard 61 as described in the Standard Specifications. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds, coatings, or hydraulic equipment. These items must not be used unless they conform with ANSI /NSF Standard 61 and unless such items are inspected on the site by authorized City personnel immediately prior to use. The Contractor shall provide the Engineer with copies of written proof of ANSI /NSF Standard 61 approval for all materials which could come into contact with potable water. E. Handling and Disposal of Trash All trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work areas clean at all times and remove all trash daily. 6iYiFT. nA onL' c ON E 3iF_' _ - E.-. s RAT GN F. Contr tor'o peroonacl must Soar eelarcd uniform ovcrallo other G. Contractor shall provide telephones for Contractor personnel. Plant telephones are not available for Contractor use. H. Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. I. Contractor must not use any City facility restrooms. Contractor must provide own sanitary facilities. J. All Contractor vehicles must be parked at designated site, as designated by City Water. Department staff. All Contractor vehicles must be clearly labeled with company name. No private employee vehicles are allowed at 0. N. Stevens Water Treatment Plant. All personnel must be in company vehicles. During working hours, contractor employees must not leave the designated construction area nor wander through any buildings other than for required work or as directed by City Water Department personnel during emergency evacuation. •^^rvrnrfl rP %Y1 work ino- ludcs, but is not limited to, modifieationo, additiono, Section A - SP (Revised 12/15/04) Page 15 of 22 thcoo epcoifioationo. {Thc Contractor or hio ❑uboontraoter propooing to perform t heroin for at leant = yca. perform the work required by thin opcc- ifiOationo. A -36 Other Submittals 1. Chop Drawing Cabmittal. Tho Centres for ohall fellow the proecdurc Section A - SP (Revised 12 /15/04) Page 16 of 22 c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. 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. 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 When 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. Section A - SP (Revised 12/15/04) Page 17 of 22 A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors -B1" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B -8- 9. A -40 Amendment to Section B -8 -6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a 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. 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. Section A - SP (Revised 12/15/04) Page 18 of 22 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: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A -46 Disposal of Highly Chlorinated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TNRCC, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting Section A - SP (Revised 12/15/04) Page 19 of 22 pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. 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 &L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8.11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Amended Prosecution and Progress Section A - SP (Revised 12/15/04) Page 20 of 22 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. Part B - General Provisions Part C -- Federal Wage Rates and Requirements Part T - Drawings, Technical Specifications, Exhibit A, Sub - Surface- Foundation /Pavement Recommendation Report, Contract -Scope of Work. Notice Agreement Proposal /Disclosure Statement Performance Bond Payment Bond Section A - SP (Revised 12/15/04) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT: CITY HALL ANNEX BUILDING- INSTALLATION PREMANUFACTURED BUILDING OWNER: CITY OF CORPUS CHRISTI Project Manager: Gabrielle Escamilla CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 22 .of 22 FF SUBSURFACE EXPLORATION, LABORATORY TESTING PROGRAM AND FOUNDATION AND PAVEMNT RECOMMENDATIONS FOR THE PROPOSED ENGINEERING ANNEX STAPLES STREET CORPUS CHRISTI, TEXAS RETL JOB NUMBER: G109278 PREPARED FOR: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O: BOX 9277 CORPUS CHRISTI, TEXAS 78469 -9277 DECEMBER 31, 2009 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CIIRISTI, TEXAS 78409 PHONE: (361) 883 -4555; FAX: (361) 883 -4711 TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101 February 10, 2010 City of Corpus Christi Department of Engineering Services P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Attention: Mr. Pete Anaya; P.E. • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING SOILS • ASPHALT • CONCRETE SUBJECT: SUPPLEMENT NO. 1 SUBSURFACE EXPLORATION, LABORATORY TESTING PROGRAM AND FOUNDATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED ENGINEERING ANNEX STAPLES STREET CORPUS CHRISTI, TEXAS RETL Job No.: G109278 Dear Mr. Anaya, Opening Based on updated project information from Mr. Ramiro Munoz, P.E., of LNV Engineering, Inc., RETL is providing supplemental foundation recommendations to the above referenced project. RETL is issuing two pre - punched copies of this supplement to the City of Corpus Christi and one pre - punched copy each is being forwarded to LNV Engineering, Inc. Project Description It is understood that approximately 1 1/2- feetof select fill will be placed to raise the average ground surface elevation of the project site. It is anticipated that circular, conventional spread and continuous strip footings will be used to support the proposed structure. The footings will be founded approximately 3 to 5 1/2-- feetbelow the proposed average final site elevation. The footings will have a maximum diameter, or width, of 4 1/2 -feet. ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI. TEXAS. 78409 -1703 18847 REDLAND ROAD #202 • SAN ANTONIO. TEXAS. 78259 February 10, 2010 City of Corpus Christi RETL Job No.: G 1 0927 8 SUPPPLEMENT NO. 1 PROPOSED ENGINEERING ANNEX Staples Street; Corpus Christi, Texas Circular, Conventional Spread and Continuous Strip Footings Circular, conventional spread or continuous strip footings can be used to support the proposed structure planned for construction at this site provided it can withstand potential soil movements. These footings may be founded 1 1/2 to 2 1/2 -feet within natural soils at a depth of 3 to 5 'A -feet below the proposed ground surface elevation and can be designed to exert a net allowable unit soil pressure of 1,750 psi. The footings should have a minimum width of 2 -feet to reduce the potential for localized shear failure. The net allowable unit soil pressure provided incorporates the strength of the soils encountered during the subsurface investigation and utilizes a factor of safety of approximately 2.5. Footings designed using the net allowable unit soil pressure provided, could expect total settlements to be approximately 1 -inch and differential settlements to be approximately 'A-inch. The net allowable unit soil pressure may be increased by one -third for transient loads , such as wind loads. In order to minimize the effects of any slight differential movements that may occur due to variations in the character of the supporting soils, it is recommended that all footings be suitably reinforced to make them as rigid as possible. Conventional spread or continuous strip footing foundation excavations may be neat cut with conventional excavation equipment, preferably with a smooth - mouthed bucket. If a toothed bucket is used excavation with this equipment should be stopped 12- inches above the final grade, and the foundation excavation completed with a smooth- mouthed bucket or by hand labor. The upper 6- inches of exposed bearing surface shall be compacted to a minimum density of 95- percent of the standard Proctor (ASTM D 698) and within minus 1 to plus 3- percent of the optimum moisture content. All debris and loose material in the bottom of the excavation should be removed prior to steel placement. Closing Footings should be filled with concrete within several hours after completion of the excavation. Footing excavations should not be allowed to remain open overnight. If concrete placement must be delayed, the bearing area of the footing should be protected with a lean concrete seal slab. 2 of3 February 10, 2010 City of Corpus Christi RETL Job No.: 0109278 SUPPPLEMENT NO. 1 PROPOSED ENGINEERING ANNEX Staples Street; Corpus Christi, Texas Often, because of design and construction details, that occur on a project, questions arise concerning soil conditions and Rock Engineering and Testing Laboratory, Inc. (RETL), would be pleased to continue its role as the Geotechnical Engineer during project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. Sincerely, Chri- ' -+ er A. Rock, P.E. Branch Manager 3 of 3 December 31, 2009 City of Corpus Christi Department of Engineering Services P.O. Box 9277 Corpus Christi, Texas 78469 -9277 • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS •. ASPHALT • CONCRETE Attention: Mr. Pete Anaya, P.E. SUBJECT: SUBSURFACE EXPLORATION, LABORATORY TESTING PROGRAM AND FOUNDATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED ENGINEERING ANNEX STAPLES STREET CORPUS CHRISTI, TEXAS RETL Job No.: G109278 Dear Mr. Anaya, In accordance with our agreement, we have conducted a subsurface exploration, laboratory - testing program, and foundation and pavement evaluation for the above referenced project. The results of this exploration, together with our recommendations, are to be found in the accompanying report, 2- copies of which are being transmitted herewith. In addition, 1 -copy is being forwarded to LNV Engineering, Inc. Often, because of design and construction details, that occur on a project, questions arise concerning soil conditions and Rock Engineering and Testing Laboratory, Inc. (RETL), would be pleased to continue its role as the Geotechnical Engineer during project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. Sincerely, Christopher A. Rock, P.E. Branch Manager ROCK ENGINEERING & TESTING LABORATORY, INC, www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS, 78409 -1703 18847 REDLAND ROAD #202 • SAN ANTONIO, TEXAS, 78259 /nOwl non ACtr _ r".... In en .4 1 nnn i,AA n__... /nwn\ AAC 0Alln . r- /.lA h1 Ane. nnwr SUBSURFACE EXPLORATION, LABORATORY TESTING PROGRAM AND FOUNDATION AND PAVEMNT RECOMMENDATIONS FOR THE PROPOSED ENGINEERING ANNEX STAPLES STREET CORPUS CHRISTI, TEXAS RETL JOB NUMBER: G109278 PREPARED FOR: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469 -9277 DECEMBER 31, 2009 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883 -4555; FAX: (361) 883 -4711 TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101 0-"4.1:-;(• . "'4`�t► "�-- 70 CHRISTOPHER A. ROCK Christopher A. Rock, P.E...,a.. 95866 ...ik- ;40 Branch Manager TABLE OF CONTENTS paee INTRODUCTION. 1 Authorization 1 Purpose and Scope 1 General 1 DESCRIPTION OF SITE 2 FIELD EXPLORATION 2 Scope. 2 Drilling and Sampling Procedures 3 Field Tests and Measurements 3 LABORATORY TESTING- PROGRAM 4 SUBSURFACE CONDITIONS 4 General. 4 Soil Conditions. 5 Groundwater Observations 5 FOUNDATION DISCUSSION 6 Project Description. 6 PVR Discussion . 6 FOUNDATION RECOMMENDATIONS 7 Slab-on-Grade Recommendations 7 SITE IMPROVEiVIENT METHODS 8 General Considerations 8 PAVEMENT CONSIDERATIONS 9 CONSTRUCTION CONSIDERATIONS 11 Site Preparation . 11 Select Fill . 11 Earthwork and Foundation Acceptance 12 Vapor Retarder. 12 Utilities and Expansion Joints 13 GENERAL COMMENTS 13 APPENDIX Boring Location Plan Boring Logs B-1 and B-2 Key to Soil Classifications December 31, 2009 City of Corpus Christi RETL Job No.: GI09278 INTRODUCTION PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas This report presents the results of a soils exploration and foundation and pavement analysis for the proposed Engineering Annex to be constructed on Staples Street in Corpus Christi, Texas. Authorization The work for this project 'was performed in accordance with RETL proposal number P122809A dated December 28, 2009. The proposal contained a scope of work, estimated fee and limitations. Due to the expediency of this project, RETL proceeded with the project based on verbal authorization from Mr. Kevin Stowers, Assistant City Engineer. A signed proposal is forthcoming at the time this report was being prepared. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to recommend types of foundation and pavement systems suitable for the proposed project. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, foundation and pavement recommendations and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to form a reasonable basis for the foundation and pavement designs. The recommendations submitted for the proposed project are based on the available soil information and the preliminary design details provided by City of Corpus Christi. If the engineer requires additional soil parameters to complete the design of the proposed foundation and pavement, RETL will provide this information as a supplement to this report. The GeotechnicaI Engineer states that the findings, recommendations, specifications or professional advice contained herein, have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. 1 of 13 December 31, 2009 City of Corpus Christi RETI., lob No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas RETL operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction ", (ASTM D 3740). No other representations are expressed or implied, and no warranty or guarantee is included or intended. This report has been prepared for the exclusive use of the City of Corpus Christi for the specific purpose of the proposed Engineering Annex to be constructed on Staples Street in Corpus Christi, Texas. DESCRIPTION OF SITE The proposed project site is located on Staples Street in Corpus Christi, Texas. The site of the proposed project is relatively open, level and covered with grass. Existing structures, asphalt parking and drive areas and evidence of underground utilities were observed adjacent to the project site. At the time the field exploration was made, the condition of the ground surface was firm and did not pose any significant difficulties to the drill crew moving their equipment around the site. FIELD EXPLORATION Scope The field exploration to evaluate the engineering characteristics of the subsurface materials included reconnaissance of the project site, performing the drilling operations, obtaining soil samples and recovering disturbed split spoon samples and relatively undisturbed Shelby tube samples. During the sample recovery operations the soils encountered were classified and recorded on boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D 5434)." Two (2) borings were performed at the site. Boring B -1 was performed to the 15 -foot depth and the boring B -2 was extended to the 25-foot depth. LNV Engineering, Inc. determined the . depth and location of the borings. RETL performed the boring operations. Upon completion of the drilling operations and obtaining the delayed groundwater observations, the drill holes were backfilled with excavated soil and the site cleaned as required. A Boring Location Plan, which is a reproduction of a drawing prepared by LNV Engineering, Inc., is provided in the Appendix. The table below provides .boring information including boring number, GPS coordinates and boring depth: 2 of 13 December 31, 2009 City of Corpus Christi RETL Job No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas TEST BORING INFORMATION Boring No. GPS Coordinates Boring Depth B -1 N 27 42.204 W 97 23264 15' B -2 N 27 42.190 W 97 23.262 25' Drilling and Sampling Procedures The test borings were performed using a drilling rig equipped with a rotary head turning hollow stem augers to advance the boreholes to the desired termination depths. Disturbed soil samples were obtained employing split - barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split - Barrel Sampling of Soils" (ASTM D 1586). Undisturbed soil samples were obtained using thin -wall tube sampling procedures in accordance with the procedures for "Thin Walled Tube Sampling of Soils" (ASTM D 1587). The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the soil samples obtained were placed in plastic bags, marked according t� boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Measurements Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30- inches, required to advance the split- barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is obtained by adding the second and. third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Water Level Measurements - Water level measurements were obtained during the test boring operations. Water level measurements are noted on the boring Logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. 3 of 13 December 31, 2009 City of Corpus Christi RETL Fob No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas Ground Surface Elevations — Ground surface elevations were not provided at the boring locations, Therefore, all depths referred to in this report are from the actual ground surface elevations at the boring locations during the time of our field investigation. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory - testing program was conducted to determine pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the foundation and pavement systems for the proposed project. The laboratory- testing program included supplementary visual classification (ASTM D 2487) and water content tests (ASTM D 2216) on all samples. In addition, selected samples were subjected to dry unit weight determinations (ASTM D 2937), Atterberg limits tests (ASTM D 4318) and percent material finer than the #200 sieve (ASTM D 1140). The shear strengths of cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D 2166). Estimated soil strengths were obtained using a hand penetrometer. All phases of the laboratory- testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of subsurface materials encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, strength tests, water level observations and laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all samples will be disposed of three months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between or beyond the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. 4 of 13 December 31, 2009 City of Corpus Christi RETL Job No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered at the project site have been summarized and soil properties including soil classification, strength and plasticity are provided in the following table: GENERALIZED SOIL CONDITIONS D Description LL PI C 4) y - #200 P or N 0 -5 Lean CLd CLAYEY San 24 -36 11 -19 2,500 0 120 49 -50 P= 2.5 -4.0 5 -10 Lean CLSIdCLAYEY 31-35 16 -18 900 0 120 44 -55 P= 1.0 -2.5; N =3 -4 10 -17 Silty Clayey SAND - -- - -- 0 30 55 - -- N =5 -13 17 -25 Fat CLAY - -- - -- 3,400 0 60 - -- P= 4.25 -4.5 Where: D = Depth in feet below existing grade LL = Liquid Limit ( %) PI = Plasticity Index C = Average Soil Cohesion, psf (undrained) 4= Angle of Internal Friction, deg. (undrained) r = Effective soil unit weight, pcf 41200 = Material passing #200 sieve, % P = Hand penetrometer value range (tsf) N = Standard penetration value range (blows per foot) Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: 5 of 13 December 31, 2009 City of Corpus Christi RETL Job No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas GROUNDWATER OBSERVATIONS (feet below surface) Boring No. During Drilling Upon Completion Delayed Groundwater Readings B -1 12' GW @ 9' & caved @ 11' GW @ 7'6" & caved @ 8' B -2 12' GW @ 10' caved @ 17' GW cr 7' 6" & caved @ 8' Based on observations made in the field and moisture contents obtained in the laboratory, it is RETL's opinion that water is at the 9 to 12 -foot depth at the site during the time of our field investigation. It should be noted that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site may be subject to seasonal conditions, recent rainfall, drought or temperature effects. FOUNDATION DISCUSSION Project Description Based on the information provided, it is understood that the proposed project will consist of the construction of a new office building for the City of Corpus Christi Construction Engineering Department at the existing Staples Street Pump Station complex located on the south side of Holly Road and east of Everhart Street in Corpus Christi, Texas. The proposed structure will be single story building with a footprint measuring approximately 5,000 sq. ft. The structure will be a pre - engineering metal building. PVR Discussion The Iaboratory test results indicate that the subsoils in the active zone at the site are predominately low in plasticity. The maximum calculated total potential vertical rise (PVR) at this site is on the order of 1- inch. The PVR was calculated using the Texas Department of Transportation Method TEX -124E and took into account the depth of the active zone, estimated to extend to a depth of approximately 10 -feet, and the Atterberg limits test results of the soils encountered within the active zone. The estimated PVR value provided is based on the floor system applying a sustained surcharge load of approximately 1.0 pound per square inch on the subgrade soils. The value represents the vertical rise that can be experienced by dry subsoils if they are subjected to conditions that allow them to become saturated, such as poor drainage. Using dry soil conditions to calculate the PVR is generally considered the worst case scenario. The actual movement of the subsoils is dependent upon their change in moisture content. Differential vertical movements can potentially be equal to the expected total movements. Differential vertical movements associated with the soils at this site may occur over a distance of 10-feet, or approximately the depth of the active zone, within the footprint of a slab -on- grade. 6 of 13 December 31, 2009 City of Corpus Christi RETL Job Na.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas Positive drainage is imperative for good performance from slab -on -grade foundations. RETL recommends raising the proposed finished floor slab elevation to 1 1/2 -feet higher than the average existing grade at the site. Undercutting and replacement may be required to further reduce the PVR than that calculated based on architectural or structural considerations or if the finished concrete floor slab is something other than. 1 1/2 -feet above the average existing grade at the site. FOUNDATION RECOMMENDATIONS Slab -on -Grade Recommendations A slab -on -grade foundation is feasible to support the proposed pre- engineered metal building planned for construction at this site provided some differential movement within the structure that can be tolerated. It should be noted that rigid exterior walls and interior partitions are subject to distress with even the slightest soil related foundation movements. Interior and exterior grade beams should be founded a minimum of 2 to 2 1/2 -feet, respectively, below the finished floor slab elevation.. Interior and exterior grade beams founded within the natural in -situ soils or properly compacted non- expansive select -fill soils can be designed for a net allowable unit soil bearing pressure of 2,000 psi. The net allowable unit soil bearing pressure provided utilizes a safety factor of 3 . The beams should be a minimum of 12- inches wide to reduce the potential for localized shear failure, and the beams should be spaced a maximum of 20 -feet apart, in both directions. The Structural Engineer may vary beam depths and spacing based on his/her experience designing and constructing similar type structures on sites with similar subsurface soil conditions. The "Design of Slab --On- Ground Foundations" published by the Wire Reinforcement Institute, Inc. (Aug., 1981) utilizes the design criteria provided in the table below: WRI Design Criteria Climatic Rating (Cvv) 17 Effective Plasticity Index 18 Soil/Climatic Rating Factor (1 -C) 0.05 Maximum Beam Spacing (ft) 20 7 of 13 December 31, 2009 City of Corpus Christi RETL Job No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas A soil supported floor slab is subject to vertical movements, as discussed earlier in this report. Even slight differential movements can cause distress to interior wall partitions and rigid exterior walls or facades supported by a shallow slab -on -grade foundation, resulting in cosmetic damage. This amount of movement should be understood and addressed during the design phase of the proposed structure planned for construction at this site. SITE IMPROVEMENT METHODS General Considerations A majority of foundation related problems in the project area are attributable, at least in part, to poor drainage. Clays expand or shrink by absorbing or losing water. Reducing a soil's variation in moisture content will reduce its variation in volume. A number of measures may be used to attain a reduction in subsoil moisture content variations, thus reducing the soil's shrink/swell volume change potential. Some of these measures are outlined below: • During construction, a positive drainage scheme should be implemented to prevent ponding of water on the subgrade. • Positive drainage should be maintained around the structure foundation, surrounding flatwork areas and pavement. It is recommended that an effective site drainage plan be devised prior to commencement of construction to provide positive drainage away from the structure and off the site, both during, and after construction. • The top 2 -feet of trenches should be backfilled with low plasticity clays to assure the trenches do not serve as aqueducts that could transport water beneath the structures due to excessive surface water infiltration. Sand should not be used as backf ll for trenches. All project features beyond the scope of those discussed above should be planned and designed similarly to attain a region of relatively uniform moisture content within the structure foundation. Poor drainage schemes are generally the primary cause of foundation problems on clay soils. 8 of 13 December 31, 2009 City of Corpus Christi RETL Job No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas PAVEMENT CONSIDERATIONS In designing the proposed parking areas and driveways, the existing subgrade conditions must be considered together with the expected traffic use and loading conditions. The conditions that influence pavement design can be summarized as follows: 1. Bearing values of the subgrade. These can be represented by a California Bearing Ratio (CBR) for the design of flexible pavements, or a Modulus of Subgrade Reaction (K) for rigid pavements. 2. Vehicular traffic, in terns of the number and frequency of vehicles and their range of axle loads. 3. Probable increase in vehicular use over the life of the pavement. 4. The availability of suitable materials to be used in the construction of the pavement and their relative costs. Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) have not been performed for this analysis. Rased upon local experience and plasticity of the surficial soils at this site, the estimated CBR and K values for the natural surficial lean clay soils encountered at this site is, 5 and 140 pci, respectively. Since traffic counts and design vehicles have not been provided, it is only possible to provide a non - engineered pavement section suitable for light and heavy -duty service based on pavement sections that have provided adequate serviceability for similar type facilities. Parking areas and drives can be designed with either a flexible or rigid pavement. It is important that any existing organic and compressible soils be removed and the exposed subgrade be properly prepared prior to pavement installation. The recommended light and heavy -duty flexible pavement sections, using locally available materials, are provided in the following tables: Light Duty Flexible Pavement (Passenger Cars) Hot Mix Asphaltic Concrete 2" Crushed Limestone Base Material (TxDOT Item 247 Type A; Gr. 1) 8» Tensar Geogrid BX1100, or equal Yes 9of13 December 31, 2009 City of Corpus Christi RETL Job No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas Heavy Duty Flexible Pavement (Driveways and Services Areas) Hot Mix Asphaltic Concrete 21/2" Crushed Limestone Base Material ( TxDOT Item 247 Type A; Gr. 1) 10" Tensar Geogrid BX1100, or equal Yes Once all surface organics and other deleterious materials have been removed the upper 12- inches of exposed raw subgrade shall be compacted to a minimum density of 95- percent of the maximum dry unit weight of the raw subgrade soils as determined by a standard Proctor test (ASTM D 698) and at, or above, the optimum moisture content. When the subgrade preparation is complete, a single layer of TENSAR BX1 100 geogrid, or equal, shall be placed in accordance with the manufacturer's recommendations. Base materials in flexible pavement areas should meet the requirements set forth in Texas Standard Specifications 2004; Item 247, Type A, Grade 1 and should be placed in maximum fl- inch thick loose lifts and compacted to a minimum density of 98- percent of the maximum dry density as determined by the modified Proctor test (ASTM D 1557) and within ± 1.5- percent of the optimum moisture content. Hot mix asphaltic concrete should meet the requirements set forth in TxDOT Item 340; Type D, or C, surface course. Allowances for proper drainage and proper material selection of base materials are most important for performance of asphaltic pavements. Ruts and birdbaths in asphalt pavements allow for quick deterioration of the pavement primarily due to saturation of the underlying base materials and subgrade soils. The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and to the long term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The recommended light and heavy -duty rigid pavement sections are provided in the following table: Rigid Pavement Light Heavy Reinforced Concrete 5.5" 711 Compacted Subgrade 12" 12" Concrete pavement is recommended in areas that receive continuous repetitive traffic such as loading /unloading lanes, drive -thru lanes and driveway entrances. 10 of 13 December 31, 2009 City of Corpus Christi RETL Job No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas The concrete pavement should be properly reinforced and jointed, as per ACI, and should have a minimum 28 -day compressive strength of 3000 psi. Expansion joints should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned and sealant should be installed without overfilling before pavement is opened to traffic. Concrete pavement at least 8- inches thick is recommended for the trash dump approach areas due to the high wheel and impact loads that these areas receive. The concrete pads at the location of the trash dumpsters should be large enough to accommodate both the front and rear wheels of the vehicles used to pick up the trash dumpsters. Maintenance or operations managers need to stress the importance of placing the trash dumpsters in their proper locations to reduce the distress trash pickup operations place on the pavement. CONSTRUCTION CONSIDERATIONS. Site Preparation Within the slab on grade foundation area the site preparation should include removing existing topsoil, pavements and a portion of the natural soils to a minimum depth of 6-inches; the upper 12- inches of exposed raw subgrade shall be compacted to a minimum density of 95- percent of the maximum dry unit weight of the raw subgrade soils as determined by a standard Proctor test (ASTM D 698) and at, or above, the optimum moisture content and placing a sufficient amount of properly compacted non- expansive select fill soils necessary to raise the finished concrete floor slab elevation a mininaurn of 1, %Z -feet above the average existing grade at the site. The select fill should extend a minimum of 5 -feet outside the perimeter of the slab or flatwork. The select fill building pad shall be uniform in thickness and extend 5 -feet outside the footprint of the proposed structure, porches, stoops, attached walkways, etc. If any soft areas are identified, the soils should be removed and recompacted in place. Select Fill Imported select fill material used at this site should be homogenous, free from organics and other deleterious materials and should have a maximum liquid limit of 40- percent and a plasticity index (PI) between 7 and 18. The select fill soils shall have a minimum of 35 percent passing the #200 sieve and no soil particles exceeding 2- inches will be permitted. The fill should be placed in no greater than 8 -inch thick loose lifts and then compacted to a minimum density of 95- percent of the maximum dry density as determined by the standard Proctor (ASTM D 698) and at, or above, the optimum moisture content. Soils obtained from the jobsite meeting the requirements for "Select Fill" may be utilized within the footprint of the foundation at this site if desired. All select fill material shall be approved by the Geotechnical Engineer. 11 of 13 December 31, 2009 City of Corpus Christi RETL Job No.: G109278 Earthwork and Foundation Acceptance PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas Exposure to the environment may weaken the soils at the foundation bearing level if excavations remain open for long periods of time. Therefore, it is recommended that the excavations be extended to final grade and the foundations be constructed as soon as possible to minimize potential damage to the bearing soils. The foundation bearing level should be free of loose soil, ponded water or debris and should be observed prior to concreting by the Geotechnical Engineer, or his designated representative. Foundation concrete should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the foundation excavation and be replaced with properly compacted non - expansive select fill prior to placement of concrete. The Geotechnical Engineer, or his designated representative, should monitor subgrade preparation and placement of select fill. As a guideline, a minimum of one in -place density test should be performed on the subgrade soils and each subsequent lift of fill for each 2,000 sq. ft. of slab area, or a minimum of 3 in -place density tests per testing interval, whichever is greater. Any areas not meeting the required compaction should be re- compacted and retested until compliance is met. Vapor Retarder A vapor retarder with a perrneance of less than 0.3 US perms (ASTM E 96) should be placed under any concrete floor slabs on the ground to reduce the transmission of water vapor from the supporting soil through the concrete slab and to function as a slip sheet to reduce subgrade drag friction. Polyethylene fihn with a minimum thickness of 10 mils (0.25 nun) is typically used for reduced vapor transmission and durability during and after its installation. The vapor retarder should be installed according to the ASTM E 1643, "Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs." All penetrations through the vapor retarder should be sealed to ensure its integrity. The vapor retarder should be taped around all openings to ensure the effectiveness of the barrier. Grade stakes should not be driven through the barrier and care should be taken to avoid punctures during reinforcement and concrete placement. Placement of slab concrete directly on the vapor retarder increases the risks of surface dusting, blistering and slab curling making good concrete practice critical. A. low water to cement ratio concrete mix design combined with proper and adequate curing procedures will help ensure a good quality slab. 12 of 13 December 31, 2009 City of Corpus Christi RETL rob No.: G109278 PROPOSED ENGINEERING ANNEX Staples Street Corpus Christi, Texas Where vapor transmission is not a concern, elimination of the vapor retarder may provide improvements in finishing characteristics and reductions in the risks of surface dusting, blistering and slab curling_ However, exposure of portions of the subgrade or granular layer, such as at blockouts for columns or utility penetrations, to inclement weather during construction may create excessive or deficient moisture conditions beneath portions of the slab that have already been placed. Blockouts for slab penetrations should be protected if a vapor retarder is omitted. ACI 302.IR -96 "Guide for Concrete Floor and Slab Construction" recommends that a vapor retarder or vapor barrier be used only when required by the specific application. Utilities and Expansion Joints Utilities that project through soil supported slabs and floors should be designed with either some degree of flexibility or with sleeves, in order to prevent damage to these lines should vertical movement occur. Expansion joints should be designed and placed in various portions of the structures. Properly planned placement of these joints will assist in controlling the degree and location of material cracking that normally occurs due to material shrinkage, thermal affects, soil movements and other related structural conditions. GENERAL COMMENTS If significant changes are made in the character or location of the proposed project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of RETL be engaged to test and evaluate the soils in the foundation excavations and pavement areas prior to concreting or placing pavement constituents in order to verify that the bearing soils are consistent with those encountered in the borings. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the building or pavement areas if not engaged to also provide construction observation and testing for this project. If it is required for RETL to accept any liability, then RETL must agree with the plans and perfoull such observation during construction as we recommend. All sheeting, shoring and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 13 of 13 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 20TH day of APRIL, 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 Corporation termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $298,722.94 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CITY HALL ANNEX BUILDING- INSTALLATION PRE - MANUFACTURED BUILDING JOB ORDER CONTRACT PROJECT NO.E09055 (TOTAL AMOUNT: $298,722.94) 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. 1RLPHH BUILDING CORPORATION First Choice For Facilities Renovation & Construction Mr. Billy Delgado City of C.C. Engineering Services 1317 Mestina Corpus Christi, TX 78401 April 7, 2010 We are pleased to present our proposal for the Engineering Services Annex Modular Office Facility outlined below: Scope of Work Provide material, equipment, and labor to construct foundation and certain site work, to include utilities extension and connection, for prefabricated modular office structure provided and installed (set stop but not secured to foundation) by separate contract to include coordination as required with separate contract installer to secure office structure to foundation as per plans and specifications provided. Project Cost: $298.722.94 Mobilization within (10) working days, (70) working days to complete. Total of (80) working days. Exclusions: Anything not listed above. Unforeseen conditions not included in bid price. City water department to provide water meter, 2" extension to adjacent neighborhood with connection to existing 6" water Iine. Modular building skirting to be installed under separate contract by other. Existing palm tree to be removed by other. Cruz E. Aguilar Assistant Project Manager/Estimator Alpha Building Corporation . Corpus Christi Area Office 5541 Bear Lane, Suite 201 Corpus Christi, Texas 78405 P 361- 299 -6292 F 361- 299 -6374 www.afphabuilding.com CREATING ENVIRONMENTS WHERE GREAT THINGS CAN HAPPEN The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 80 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in above. parts at. Corpus Christi, Texas on the date shown ATTES CITY OF f$ORPUS CHRI - TI ALL& Cit ecretary APPRO'iiE1D AS TO LE By: Asst. City Attorney FO ATTE If C poration) (Seal Below) Andrew E. Hicks, . Corporate Secretary (Note: If Person signing for corporation is not President, attach copy of authorization to sign) By: Juan Perales, Jr., P.E. Assistant Ci y Manager Engineering/ Development Services By: l�� Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Alpha S iilding Corporation By: Title: - Kathleen Mock, President 5541 BEAR LANE #201 (Address) CORPUS CHRISTI, TX 78405 (City) (State)(ZIP) 361/299 -6292 * 361/299 -6374 (Phone) (Fax) AUTHURIM SECR€TARY ho- STATE OF TEXAS PAYMENT BOND COUNTY or NUECES § BOND NO. 2131011 KNOW ALL BY THESE PRESENTS: THAT Alpha Building Corporation of BEXAR County, Texas, hereinafter called "Principal ", and North American Specialty Insurance Company , a corporation organized under the laws of the State of NH , 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 TWO HUNDRED NINETY - EIGHT, THOUSAND, SEVEN HUNDRED TWENTY- TWO AND 94/100(9298,722.94) 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 20TH day APRIL , 20 10 , a copy of which is hereto attached and rude a part hereof, for the construction of: CITY HALL ANNEX BUILDING-INSTALLATION PRE-MANUFACTURED BUILDING JOB ORDER CONTRACT PROJECT NO.E09055 (TOTAL AMOUNT: $298,722.94) 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 Bend Page 3. 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 4th . day of May , 2010 PRINCIPAL Alpha Building Corporation ATTEST p,nriraw F HicksCorporate Secretary (Print Name & Title) SURETY North American Specialty Insurance Company. At : -in -fact La re r. -L Rhodes (Print Name) The Resident Agent of the Surety in Nueces County, Te a: =;' „,or delivery of notice and servi e of •rocess is (NOTE: Agency: KEETCH & ASSOQIATES Contact Person: KERRY WOODS Address: P.O. BOX 3280 CORPUS CHRISTI, TX 78463 -3280 Phone. Number: 361 -883 -3803 Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment. Bond Page 2 of 2 BOND NO. 2131011 PERFORMANCE BOND STATE OF .TEXAS S KNOW ALL BY THESE PRESENTS: COUNTY Off' NIECES THAT Alpha Building Corporation of BEXAR County, Texas, hereinafter called "Principal ", and North American Specialty Insurance Company, a corporation organized under the laws of the State of NH , 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 TWO HUNDRED NINETY - -EIGHT THOUSAND, . SEVEN..:. HUNDRED ..TWENTY -TWO AND 94/100 ($298,722.94) DOLLARS, lawful honey 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 20TH of APRIL , 20 10 , a copy of which is hereto attached and made a part hereof, for the construction of: CITY HALL ANNEX BUILDING- INSTALLATION PRE-MANUFACTURED BUILDING JOB ORDER CONTRACT PROJECT NO.E09055 (TOTAL AMOUNT: $298,722.94) 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 4th day of May , 2010 PRINCIPAL Alpha Building Corporation By: thleen Acock, President (Print Name & T; i ) ATTEST Andrew E. Hicks, Corporate Secretary (Print Name & Title) SURETY North Arrerican Specialty Insurance Company By A" - n-y —in —fact LSAT- t L Rhodes (Print Name) The Resident Agent o2 the Surety in Nueces County, Texas, for deilvery of notice and service of ,process is: Agency: Contact Person: Address: Phone Number: KEEfCH &ASSOCIATES KERRY WJODS P.O. BOX 3280 CCRPUS CHRISTI, TX 78463 -3280 (NOTE: Date of Performance Bond most not be prior to date of contract) (Revised 3/08) Performance Bond Page 2 of 2 AcORD, CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) 3/6/2010 PRODUCER Phone: 713 -978 -6668 HUB International Rigg 10777 Wertheimer Suite es Houston TX 77042 -3454 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Alpha Building Corporation 24850 Blanco Rd. San Antonio TX 78260 -6656 INSURER A: TRAVELERS LLOYDS INS CO 41262 INSURERB_CHARTER OAK FIRE INS CO 25615 INSURER C: TRAVELERS IND CO OF CT 25682 INSURER D: TRAVELERS IND CO 25658 INSURER E: $1,000,000 OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L IISRQ TYPE OFINSURAI7J POLICY NUMBER POLICY EFFECTIVE DATEIMMIDDIVYI POLICY EXPIRATION DATEIMMIDDIYYI LIMITS A GENERAL LIABILITY V COMMERCIAL GENERAL LIABILITY CO032411158 3/6/2010 3/6/2011 / Y EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED PREMISES (Ea occurence $300, 000 CLAIMS MADE X OCCUR MED EXP (Any one person) ) $5,000 000, 000 PERSONAL &ADVINJURY GENERAL AGGREGATE /1, $ 2,000,000 GENII AGGREGATE LIMIT APPLIES PER: POLICY [1 JECT F LOC PRODUCTS - COMP/OP AGG $ 2,000,000 7 $ AUTOMOBILE LIABILITY J ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON- OWNED AUTOS BA9994B612 3/6/2010 3/6/2011 / v (Ea COMBINED cddent) SINGLE LIMIT (Ea ecddent) $1,000,000 f $ q/ X BODILY INJURY (Per person) X BODILY INJURY (Peraecitlent) X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ ( EXCESS X /UMBRELLA LIABILITY CUP5 4 61B 3 6 VVV 3/6/2010 3/6/2011 / d EACH OCCURRENCE $3,000.000 OCCUR CLAIMS MADE AGGREGATE $ 3 , 000 J000 DEDUCTIBLE RETENTION $10.000 $ / {{{��� X $ D WORKERS COMPENSATION AND J EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below UB983 72 3/6/2010 3/6/2011 _`// Y WC STATU- OTH- X TOR);L[M1TS ER E.L. EACH ACCIDENT $1,000.000 E.L. DISEASE - EA EMPLOYEE $1,000,000 $ 1,000.000 E.L. DISEASE - POLICY LIMIT A OTHER J Builders Risk Equipment Floater QT6604543L912 j 3/6/2010 3/6/2011 d Any One Project 3,000,000 Leased & Rented 100,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS MISC PROJECTS AS. REQUIRED. The City of Corpus Christi is named Add 'tional Insured on all General Liability and Auto Liability policies where required by written contract. ®9, M6- /7 ry 0 %�� 1 CERTIFICATE HOLDER CANCELLATION* 10 DAVM For Non- City of Corpus Christi Engineering Services PO Box 9277 Corpus Christi TX 78469 -9277 . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE, THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL c30 *> DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 404X i ACORD 25 (2001108) pACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009108) POLICY NUMBER: CG0324U 513 / ISSUE DATE: 3 -06- 2010/2011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This ejidorsement modifies insurance provided under the following COMMERCIAL- GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED -- (Section II) is amended to include any person or organization that you agree in a "wntten contract requinng insurance" to include as an additional insured on this Cover- age Part, but a) Only with respect to liability for "bodily injury", "property damage" or "personal injury", and b) If, and only to the extent that, the injury or damage is caused by acts or omrssrona of you or your subcontractor in the performance of your work" to which the "written contract requinng insurance" applies The person or organization does not quality as an additional insured with respect to the independent ads or omissions of such person or organrzatiori 2. The insurance provided to the additional insured by this endorsement is limited as follows a) In the event that the Limits of Insurance of this coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring Insurance ", the in- surance provided to the additional insured shall be limned to the limits of . liability re- quired by that "written contract requinng in- surance" This endorsement shell not in- crease the limns of insurance described in Section IN -- Limits Of insurance b) The insurance provided to the additional in- sured does not apply to "bodily injury ", "prop- erty damage" or "personal injury" arising out of the rendenng of or failure to render, any professrona) architectural, engineenng Or sur- veying services, including 1. The preparing, approving. or railing to prepare or approve. maps, shop draw- ings, opinions, reports, surveys. field or- ders or change orders. or the prepanng, approving, or failing to prepare Or ap- prove. drawings and specifications, and ii. Supervisory, inspection, architectural or engineering activities CO 12245 08 05 Mina c) The Insurance provided to the additional in- sured does not apply to "bodily Injury" or "property damage" caused by "your work' and included in the "products - completed op- erations hazard' unless the "written contract regwring insurance" specifically requires you to provide such coverage for that adddcanal insured, and then the insurance provided to the additional insured applies only to such "bodily Injury" or "property damage" that err cues before the and of the penod of time for which the "written contract requiring msur- anao" requires you to .provide such coverage or the end of the pohcy period, whichever is earlier 3. The insurance provided to the additional snsured by this endorsement is excess over any valid and collectible "other insurance', whether primary, excess, contingent or on any other basis, that is available to the additional Insured for a loss we cover under this endorsement However, if the "written contract nequinnjf insurance" specifically requires that this Insurance apply on a primary basis or a primary and non - contributory basis, this insurance is primary 10 "other insurance" available to the additional insured which covers that person or organization as a named Insured for such loss, and we will not share with that "other insurance" But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible 'other in- surance", whether pnmary, excess, contingent or on any other basis, that is available to the addi- tional insured urban that person or organization is an additional Insured under such "other insur- ance" 4. As a condition of coverage provided: to the additional Insured by this endorsement al The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim To the extent possible, such notice should include .02005 Ttie 81 Paul Travelers Companies. Inc Page 'l o12 POLICY NUMBER: CO0324L168 COMMERCIAL. GENERAL LIABILITY I How, when and where the "occurrence" or offense took place, n The names and addresses of any inured persons and witnesses, and m. The nature and location of any injury or damage rinsing out of the `occurrence" or offense b) if a claim is made or "suit is brought against the additional inured, the additional insured must I. Immediately record the specriws of the claim or "suit* and the date received. and 11. Notify us as soon as practicable The additional insured must see to it that we MOONS written MAIM of the claim or `aunt" as soon as predicable c) The additional insured must underlie y send us copies of all legal papers received in connection with the claim or "suit ", cooperate with us in the investigation or settlement of the claim or defense against the "suit`, and otherwise comply with all policy conditions d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to ISSUE DATE: 3 -06- 201012011 any provider of °other insurance" which Would cover the additional insured for a toss we cover under this endorsement However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is pnmary to 'other'insur- ance' availabte to Ma additional insured which covers that person or organisation as a named Insured as described in paragraph 3. above 5 The following definition is added to SECTION V — DEFINITIONS "Ulfntten contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury' and "properly damage" oa ours and the "personal injury" is caused by an offense commMed a. After the signing and execution of the contract or agreement by you, b. White that part of the contract or agreement is in effect, and v. Before the end of the policy period Bradtey D. Johnson Vice President Rage.2 of 2 0 2005 The St Paul Travelers Companies, Inc CO D2 4$ a8 Os NUM COMMERCIAL AUTO POLICY NUMBER BA- 59046612 t/ V ISSUE GATE 3-06-2010/2011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following / BUSINESSAUTO COVERAGE FORM .f GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to covemge provided by this endoonrement, the provisions of the Coverage Form apply unless mode tied by this andoreement This endorsement rdnntdles person(s) or or9enizahon(s) who ars "insureds( under the Who Is An Insured Provi- sion 01the Coverage Form This endorsement does not filter coverage provided in the Coverage Form SCHEDULE Name of Persons) or Organlzatron(s). ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED TO INCLUDE AS AN ADDITIONAL INSURER ON THIS COVERAGE FORM IN A WRITTEN CONTRACT OR AGRBEIIEIvT THAT IS SIGNEO AND iXECUIRD BY YOU BEFORE THE 93001 L INJURY• OR "PROPERTY RAVAGE • OCCURS AND THAT I5 IN EFFECT DURING THE POLICY PERIOD (0 no entry appears above, Information required to complete this endorsement will be shown in the moderations as applicable toll's endorsement ) Each person or organization shown in the Schedule m an 'mewed" for Liability Coverage, but only to the Went that person or organization qualifies as an 'insured" under the Who Is An Insured Pmvisiort contained in Section II of the► Coverage Fort CA 20 411 02 99 Copyright, Insurance Services Office, Inc ,1909 Bradley D. Johnson Vice President Page 1 or 1 POLICY NUMBER: CT-CO-03241A 5111 ✓ ISSUE DATE: 3 -06- 201012011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION /NONRENEWAL PROVIDED BY US - TEXAS This endorsement modifies Insurance provided undertho fosowtag: BOILER AND MACHINERY COVERAGE PART BUS1NES13OWNERS POLICY COMMERCIAL EXCESS UABIU1Y (UMana A) INSURANCE COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART — CONTRACTORS COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL PROPERTY COVERAGE PART CRIME COVERAGE PART DELUGE PROPERTY COVERAGE FORM EMPLOYEE EIENEFITS LABILITY COVERAGE PART EXCESS (FOLLCWINO FORM) LIABILITY INSURANCE FARM COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART DINNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART SCHEDULE CANCELLATION: Number of days Notice: 30 WHEN WE GO NOT RENEW (Nonrenswal); Number of D lys Nodes: eo City of Corpus Christi Engineering Services Attn: Contract Administrator PO Sox 8277 Corpus Christi, TX 78469.9277 PROVISIONS: A. For any statutorily permitted reason other then nonpayment of pra$nturn, the number of days re• quilted for ntdice of canceitaIfon, as provided to the CONDITIONS Section of this insurance. or as emended by any applicable state cancellation en• dorselnent applicable to this irnsurance, Is In • creased to the number of days shown In the SCHEDULE above, L For any etatutodly permitted mason other than nonpayment of premium. the number of days ro- oked for notice of Auer We Do Not Renew (Nonronewel), as provided in the CONDITIONS Section of this insurance. or as amended by any applicable state When We Do Not Renew (Nome- newel) endorsement Applicable to this Insurance, Is Increased to the number of days shaven to the SCHEDULE above. IL FO 26 0195 Copyright, The Travelers Indemnity Company, 1998 Bradley D. Johnson Vice President Pape 1 oft COMMERCIAL AUTO POLICY NUMBER BA- 9994B612 ✓ ISSUE DATE 3- 06- 2010/2011 THIS ENDORSEMENT CHANGES THE POIJCY. PLEASE READ IT CAREFULLY. / TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement meddles insurance provided under the t'oilov n9 BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM V MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provision* of the Covemps Form imply unless modi- fied by the endorsement SCHEDULE Number of Days' Notate a0 U Name Of Person Or Or+ganrretlan ALPHA BUILOINO CORPORATION Address 24050 BLANCA ROAD SAN ANTDNZD TX 12255 If this policy at canceled ormatenally changed to reduce or rsatnct coverage, WO Will nralt natroe of cancellation or change to the person or orgenhxation named rn the Schedule We WI ggro the number of day's rtoiics mdioated m the Schedule CA 02 44 MOOS Bradley D. Johnson Vice President C ISO Properties, Inc, 2003 Page 1 at POLICY NUMBR TRAVEtERek WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 00 01 (00) 001 POLICY NUMSI»R (DTKUR-9834C37 -3 -1O) — TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Tome is shown in item 3 A of the information Pape In the event of cancefaflon Dr other material change of the policy, we will main advance notice to the person or organization named in the Schedule The number at days advance notice le shown tit the Schedule This endorsement shalt not operate directly or indirectly to benefit anyone not named In the Schedule SCHEDULE t NUMBER OF DAYS ADVANCE NOTICE 3o (or ; *) 2. NOTICE WILL BE MAILED TO City of Corpus Christi Dept of Engineering Services Attn: Contract Administrator PO Box 9277 Corpus Christi, TX 78469 -9277 ** Number of days Notice specified in the Certificate of Ineuranoeto ell holders of such certificates 1 DATE OF ISSUE 3-06-2010/2011 ST ASSIGN Smedley D. Johnson Vice President GENERAL ENDORSEMENT Name apeman or organization insurod Alphaliuildina Corporation Date this endorsemat takes effect 3-I4-2O19 Endorsement Number. Policy Number QT664543I912 Policy Paiod . 3- 06-201 013 -0B -2011 sic 1 Installation Floater Name of Company issuing this endorsement (We vim net fans theabova who boo this endorm:tient sRerwe issue your policy) In consideration of no change in premium, add the following as an additional insured; City of Corpus Christi: Department ofBogineerfag Services P.O Box 9277; Attn: Contract Administrator Corpus Christi, TX 78464 -9277 Should the above described policy be cancelled or matorislly changed bed the cacpicatioa date thereof; the issuing company will mail 30 days written notice to the above =mad. Signature: Authorized Agent Bradley D. Johnson Vice President A1TA(IIMENi' 4 '1 oft ' KK-OLOO