Loading...
HomeMy WebLinkAboutC2013-262 - 7/16/2013 - Approved 2013-252 7/16/13 2013-107 Scott Electric Co. Inc. O.N. STEVENS T HVAC REHABILITATION PROJECT No. E12037 (Revised 6/27/99) Table of Contents NOTICE TO CONTRACTORS -- A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS Worker's Compensation Coverage for Building or Construction Projects for Government Entities `4v PART A - SPECIAL PROVISIONS -1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award/Explanation of Bid Items A-S Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages -7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Mates --11 Cooperation with Public Agencies A-12 Maintenance of Services A-13 Area Access and Traffic Control -14 Construction Equipment Spillage and Tracking (NOT USED} (NOT USED) A-18 Schedule and Sequence of Construction A 19 ®-J= (NOT USED) ® - -J = A 24 P---- s� �s - ( OT�U ) -22 Minority7mNority .Business Enterprise Participation Policy (Revise 10/98) -23 Inspection Required -24 Surety Bonds A (NO LONGER APPLICABLE) (6/11/98) -26 Supplemental Insurance Requirements -27 Responsibility for Damage Claim A-28 Considerations for Contract Award Execution A-29 Contractor's Field Administration Staff --30 Amended "Consideration of Contract' Requirements A-31 Amended Policy on Extra Work and Change Orders A«-32 Amended "Execution of Contract" Requirements -33 Conditions of Work -34 Precedence of Contract Documents A- S City Water Facilities Special Requirements -36 other Submittals A-37 Amended "Arrangement and Charge for Water shed the City" -38 Worker's Compensation Coverage for Building or Construction Projects for Goverment Entities -39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section -8-6: Partial Estimates (NOT USED) -42 OSHA Rules & Regulations -43 Amended Indemnification & hold Harmless (9/98) °44 Change Orders (4/26/99) --45 As-Built Dimensions and Drawings (NOT USED) Sx a s w �PO ) (NOT USED) USED) -49 Amended "Maintenance Guar ty" (8/24/00) A-50 Amended Prosecution and Progress l le.e.—r-en-3 (NOT ) A 52 Value—Eeq-i- am aRff (NOT USED) (NOT USED) 64 (NOT USED) PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREbENTS (NOT USED) PART S - STANDARD SPECIFICATIONS 010 General Conditions 01010 Summary of Work 01020 Allowances 01040 Coordination 01200 Project Management and Coordination 01400 Quality Control 01500 Temporary Facilities and Controls 01600 Materials and Equipment 01700 Contract Closeout 01740 Warranties 01701 Project Record Documents 01752 Operation and Maintenance Data 015 Mechanical 15000 Mechanical and Electrical Specifications (Common Conditions) 15100 HVAC Specifications 016 Electrical 16000 Electrical Specifications PARS-*---EXH1B-ITS (NOT USED) LIST OF DRAWINGS NOTICE AGREENENT PROPOSAL/DISCLOSURE STAT PERFORMANCE BOND PAYMENT BOND Table of Contents Page 2 of 2 ti r'"O BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: O.N. STEVENS WATER TREATNENT PLANT H"C REHABILITATION, PROJECT NO. E12037 The Project consists of the demolition and replacement of two (2) existing above ceiling direct expansion air handling and condensing units and controls, duct modifications to resolve existing comfort control issues and assist in airside balancing, relocation of two ( ) existing thermostats, installation of three ( ) inline exhaust fans, the demolition of a single existing rooftop fan, complete airsi e balance of entire building, including outdoor air balance to insure positive building pressurization, and waterside balance of existing chilled/hot water loops. Also included is the provision and installation of controls necessary to integrate existing chilled/hot water air handling unit, control temperature in lab, humidity in lab, and differential pressure between lab and adjacent spaces via introduction of conditioned outdoor air and all associated demolition, mechanical, and electrical work associated with entire scope outlined above Sealed proposals will be received at the office of the City Secretary until p.m. on Wednesday, May 08, 2013, and then publicly opened and read® Any id received -after-closing time will e returned unopened. A pre-bid meeting is scheduled for 1 April and will be conducted by the City. The oca lon ol the ffeetlfig wi e the Department of Engineering Services Main Conference Room, Third Floor, City Mall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of of the highest amount bid must accompany each proposal. Failure to provide the bid on will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25, 000 . 00 will result in forfeiture of the 5 id bond to the City as liquidated damages® Bidder' s plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of -Fifty- and l Dollars ) as a guarantee of their return in good condition w in two weeks o i sate® Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling postage/handling charge The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer, " "wor an, " or "mechanic" employed on this project The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City' s opinion, sees most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS Isf Daniel Biles, P. E. Director of Engineering Services /s/ Armando C a a City Secretary Rvis 7/5/00 N0.1"ICE Tuo"' u"ONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 Certificate ®f insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MNIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates iPER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1m Commercial Form m Premises - Operations 3. Explosion and Collapse Hazard 4e Underground hazard 5s Products/ Completed Operations Hazard 6. Contractual Liability 7. Bread Form Property Barrage S® Independent Contractors 9® Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,0008 0 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1, 000, 000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2, 000, 000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental REQUIRED discharge; to include long-term environmental impact for the disposal of X NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED INSTALLATION FLOATER See Section B-6°-11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED Page I of The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance® For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must b e e ubmitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 826-3500. Page 2 of 2 NOTICE TO CONTRACTORS B WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page I of 11 Administrative TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF t INSURANCE, CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTERA EMPLOYER NOTICES RULE §110.110 Reporting 'r en or Building or Construction Projects e ntal Entiti (a)The following words and terms, when used in this rule, shall have the following s, unless the context clearly indicates otherwim Terms not defined 's rule shall have the meaning e the Texas Labor Code,if so defined. (1)Certificate of coverage(certificate)--A copy of certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers'compensation coverage agreement( C- 1, - 2,TWCC-83,or CC- 4), showing statutory workers' compensation insurance cove a for the person's or entity's employees(including ose subject to a coverage agreement)providing services on a project, for the duration of a project. ( )Building or construction—Has the meaning defined in the Texas Labor Code, §40 .0 (e)(1). (3)Contractor--A person bidding for or awarded a building or construction project by a governmental entity. ( )Cove a-- orkers'compensation insurance ee ' e statutory requirements of e Texas Labor Code, §401.011(44). (5)Coverage agreement--A written agreement on form C -81,form CC- 2, form r CC- ,or form -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, Subehapters F and G, as one of employer/employee establishes who will be responsible for providing workers' compensation coverage for persons providing services on a project. (6)Duration of the project--Includes the time from a bcginning of work on the project until the work on a project has been completed and accepted by a governmental entity. (7)Persons providing services on a project("subcontractor" in§406.096 of a Act)--With e exception of o excluded der subsections ) and(i) of this section, includes all persons or entities performing all or part of a services the contractor has undertaken to perform on e 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, ]casing companies, motor carriers, owner-operators, employees of y such entity,oremployees of any entity is ` g persons to perform services on e project. Page 2 of I 1 " e ces" clu es but is not limited to providing, , or delivering equipment or materials, or providing labor,transportation, or other service related to a project. "Services" oe not include activities unrelated to the projcct, such as food/beverage vendors,office supply deliveries,and delivery of l toile (8)Project--Includes the provision of all services relate to a building or construction contract fora governmental enfi 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 e 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, at all coverage agreements have been filed with e appropriate in rice carrier or,in the case of a self-insured,with the commission's ivision of Self- cc 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 "rso providing services on the project to administrative penalties,criminal enalties,civil penalties,or other civil actions, (c)A governmental entity at enters into a building or construction contract on a project shall F (1)include in the bid specifications,all the provisions of paragraph(7)of this subsection,using e language required y 7 of this subsection; ( as part of the contract using the language required by a a 7)of `s subsection, require the contractor to perform as required b ectio (d)of this section; (3)obtain fro e contractor a cenificate of coverage for each a ors providing services on e project,prior to a person a in work on e project; (4) obtain e contractor a new certificate of cover-age 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 )no later than seven as 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 e duration of e project; (5)retain certificates of coverage on file forte duration of the project and for three years thereafter; ( de a copy of the certificates of coverage tot the commission upon request and to any arson entitled to them by law; and (7)use the language co e e following Figure 1 for bid specifications and contracts, without any additional words or changes,exc ose required to accommodate the specific document'in which they are contalined or to impose sicter 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 e project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; ( )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, 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; ( )obtain from each person providing services on project, and provide to the governmental end (A)a certificate of coverage,prior to t person beginning work on a project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and no later than seven days after receipt by the contractor, a new certificate of v e showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of a project; (5)retain all required certificates of coverage on file for the duration of e project and for one year thereafter; ( notify the governmental entity in writing by certified ail or personal delivery,within ten days after the contractor knew or should have known, of change that materially affects the provision of coverage of any person providing services on the project; ( post a notice on each project site informing all persons providing services on a project that they 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 e Act or other commission 1 . This notice must be printed with a title in t least 30 point bold type and text in at least 19 point normal type, and shall be in n lis and Spanish and any other language common to the worker population.The text for the notices 1 be the following text provided by a commission on the sample notice,without any additional words or changes: Attached _rap 'c ( )contractually require each person with whom it contracts to provide services on a project to: (A)provide coverage based on per reporting of classification codes and payroll amounts and filing of coverage agreements for all of its employees providing services on the project, for the duration of a project; provide a certificate of coverage to the contractor prior to that person `n work on e project; ( ) include in all contracts to provide services on the project the language in subsection(e)(3) of this section; Page 4 of 11 (D)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (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 praject; (F)retain all required certificates of cave on file for the duration of the project and for one year therea-fter; (0)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the person knew ors oul have known,of any change that materially affects the provision of coverage of any person providing services on the prajest; and (1-1) contractually require each other person with whom it contracts, to perform as required by subparagraphs( )- 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 prqjcct, for the duration of the project based on properr o 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 projec4 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 7 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 setf-insured,with the commission!s Division of Self Ins urarace Regulation.Providing false or misleading information may subject the contractor to administrative penalties, cruininal penalties,civil penalties,or other civil actions." (4)provide the person for whom it is providing services on the project, or to the end of the coverage period shown on its current certificate of coverage,a new certificate showing extension of coverage,if the coverage period shown on die certificate of coverage ends during the tion of the project; (5)obtain from each person providing services on a pMJect under contract to i% 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 ( retain all required ficates of coverage on file for the duration of a 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 ch e; and (8) contractually require each other person with whom it contracts to: ( )provide coverage based on proper reporting of classification codes and payroll amounts d filing of any coverage agreements for all of its employees providing services on the project, for the duration of e project; )provide a certificate of coverage to it prior to that other person beghming work on the project; ( )include i contracts to provide services on the project the language in paragraph( )of this subsection; provide,prior to the end of a coverage period,a new `ficate of coverage showing extension of a coverage period, if the coverage period shown on a current certificate of coverage ends during e duration of a project; ( )obtain o each other person under contract to it to provide services on the p jcc% 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 a coverage period,if the coverage period shown on the current certificate of coverage ends during e duration of the contract; retain required certificates of coverage on file for the duration of a project and for one year ere er; (G)notify the governmental entity in writing by certified ail or personal delivery, within ten days after the person knew or should have known, of y change that materially affects the provision of coverage of y person providing services on a project and ( contractually require each person with whom it contracts,to perform as required by this subparagraph and subparagraphs(A)-(G)o s paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. ( If any provision of °s rule or its application to any person or circumstance is held invalid, e invalidity does not affect other provisions or applications of 's 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. ( )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 I 1 Ile coverage r uire ent in s le does not apply to motor carriers who are required pursuant to Texas Civil Statutes,Article 6675c, to register with the Texas Depart M- ent of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, °)„ (i)The coverage requirement in this rule does not apply sale proprietors,partners, an corporate officers eet the requirements 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). section applies only to sole proprietors,partners, and corporate execrative officers who are excluded o coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued f®r delivery,car renewed on or after January 1, 19 Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 1 TexReg 5715 amended to be effective November 6, 1995,20 TexReg 8609 Page 7 o 11 S 110.1 1 d)(7) "REQUIRED 'C 1'.E SA TION CO VERA GE" Me law requires that each person working on this site orproviding services related to this construction roect must be covered by workers'corn ensation insurance. This includes persons providing, hauling, or delivering equipment or materials, orproviding 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 512440-3789 to receive information on the legal require et for coverage, to verify whether your employer has provided the require coverage, or to report an employer'sfailure to provide coverage." Page 8of11 T28S 11 .11 0(c)(7) Article Workers'Corn pensation Insurance Coverage. A.Definitions: Certificate of coverage("certficate"g-A copy of a certificate of insurance, a certificate of authority to self insure issued by the commission, or a coverage agreement(TWCC-81, TFFCC- 82, TWCC-83, or TWCC-84), showing statutory workers'compensation insurance coveragefor the person�y or entity's employees providing services on a project,for the duration of the pr�ject. Duration of the project-includes the timefrom the beginning of the work on the project until the contractor'slperson'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 enfides performing all or part afthe services the contractor has undertaken to perform on the project, regardless of whether thatperson contracted directly with tile 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, ore loye of entity whichfurnishes 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. "se rvic-'s to does not include activities unrelated to fheproject, such asfors dlbevera ge vendors, oJT1ce supply deliveries, and delivery ofportabl,-toilets. B. The contractor.shall provide coverage, based on proper reporting of classification codes and payroll amounts an filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 i 01 1(44)for all employees of tire contractorproviding services on the project,for the duration of project. C. The Contractor must provide a certificate of coverage to the governmental entityprior to being awarded the contract. A Ifthe coverage period shown on the contractor's current certificate ofcoverage ends during the duration of the project, the contractor must,prior to the end of the coverage period,file a new certificate ofcoverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain, rom each person providing services on a project, and provide to the governmental entity.- (1) a certificate , coverage,prior to that person beginning work an the project, so the governmental entity will have on file certificates of coverage showing covers gefor all persons providing services on the pro ject;and (2) no later than seven days after receipt by the contractor, a new certificate of`covers 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 covers a for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that ater rally affects the provision of coverage of any person providing services on t e roject. 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 roject that they are required to be covered, and stating how a person may verify coverage and report lack of covers e. L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (])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 1. 11(44)for-all of its employees providin 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 t e project,for the duration of the project; ()provide the contractor,prior to the end of the coverage period, a new certificate o coverage showing tension o covers e, if the coverage period shown on the current certificate of coverage ends during the duration of the project;' (4)obtainfrom each otherperson with whom it contracts, andprovide to the contractor., (a)a certificate of coverage,prior to the other person beginning work on the project;an new certificate of covers a showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of covers a ends during the duration of the project, ()retain all required certificates of coverage on file for the duration of the project an for one year thereafter, (6)notify the governmental entity in writing by certified ail or personal delivery, within 1 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and )contractually require each person with whom it contracts, to erf required by paragraphs (1)-(T), with the certificates of coverage to a provided to the person for whom they are providing services. J. By signing this contract or rovr` rng or causing to beprovided a certificate of coverage, the contractor is representing to the governmental entity that all employees o the contractor who will vide services on the project will be covered by workers'compensation covers e for the duration of the project, that the coverage will be based on proper reporting of classification codez and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a setf-insured, with the commission's Division ofSelf- Page 10 of 1 l Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contract or'sfailure to comply with any ofthese provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor do es not rem edy the breach within ten days after rece ipt of notice of breach from the governmental entity. Page 11 of I 1 e PART A SPECUL PROVISIONS D.N. STEVENS WATER TREATNENT PLANT HVAC REHABILITATION PROJECT NO. E12037 SECTION A - SPECIAL PROVISIONS Awl Time and Mace of Receiving Pr2posals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City all, ; 1201 Leopard Street, until 2:00 2.m. , WednesdM,__ y OBE 2013. Propoalsz mailed should be addressed in the following manner: City Secretary's Office City of Corpus risti 1201 Leopard Street Corpus Christi, Texas 70401 BID PROPOSAL - O.N. teve Water Treatment Plant HVAC Rehabilitation PROJECT O. 912037 Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and non-responsive. Late proposals will be returned no d to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of y proposal, by the proposer, their agent/representative, U.S. Mail, or other delivery service, to any City address or office other than the City Secretary's Office will be deemed non-responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on 0t rl beginning at :00 A.M. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. No additional or separate visitations will be con ucte by the City. -2 Def'Initions and Abbreviations Section -1 of the General Provisions will govern. A-3 Descri ption o roject The Project consists of a demolition and replacement of two (2) existing above ceiling direct expansion air handling and condensing units and controls, duct modifications to resolve existing comfort control issues and assist in airsi a balancing, relocation of two (2) existing thermostats, installation of three ( ) inline exhaust fans, the demolition of a single existing rooftop fan, complete airside balance of entire building, including outdoor air balance to insure positive building pressurization, and waterside balance of existing chilled/hot water loops. Also included is the provision and installation of controls necessary to integrate existing chilled/hot water air handling unit, control temperature in lab, humidity in lab, and differential pressure between lab and adjacent spaces via introduction of conditioned outdoor air and all associated demolition, mechanical, and electrical work associated with entire scope outlined above. seotion A - ea (Ravined 12/15/04) Page x of 23 A-4 Method of Award The bids will be evaluated based on the following: 1. Total Base Bid® or The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Bid award is subject to the availability of funding. A-5 Items to be Submitted with Pr aal The following items are Stguired to be submitted with the proposal® 1. 5% Bid and (Must reference O.M. STEVENS WATER TREATMENT PLANT HVAC REHABILITATION PROJECT #E12037 as identified in the Proposal) (A Cashier's Check, certified check, on order or bank draft from any State or National M will also be acceptable.) 2. Disclosure of Interests Statement A-6 Time of CMpletion/Liquidglaltied�D The working time for completion of the Project will be 90 calendar 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. MOHM DAY4 MGNTH DA" Augus-t- 4-Days, Mar-eh *-_Ba a Getebe* .May JAMe ........... et for- es Wft4-�� 1 44ated--dawagea Section A ® $P (Revised 12/15/04) Page 2 of 23 A-7 Workers n Insurance Gov ra 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 to replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, . liquidated e will be assessed against and paid by a 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 ocu tatio of such coverage has been: provided to the Contractor and the City Engineer. A-8 raxed ro s s Proposals faxed directly to the City will be considers non-responsive. Proposals st contain original signatures and guaranty and be submitted in accordance with section -2 of the General provisions. Acknowl9dqLqGnt of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent its retation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. -10 E129 Rates (Revised 7/5/00) r preference and wage rates for BuIldlege Construction. _t7­42entirra -all--use--higher wage- r ee et shall iise­h r°w t . in case if conflicts, ; Contractor shall use higher wage rate. The Coqpus Christi City Council has determined the general prevailing minimum hourly rates for Nueces Qxmty, Texas as t out in Part C. mist not pay less than the specified wage rates to all labovers, workmen, and mechanics enplcyed by them in the executicn of the Contract. 7he Cmtractor or subcontractor shall forfeit s ($60.00) per caler4ar day, or porticn thereof, for , workman, or mechanic p if arb person is paid less than the Specified rates for the classificaticn of work performed. t keep an accurate record shawirg the names and classificaticns of a.11 Mxxrers, wadmm, and mecbanics Section A - S (Revised 12/13/04) Page 3of23 employed by them in comiection, with the PrqJ ect and showing the actual wages paid to each nie Contractor will . bi-weekly certified a Contractor l also cbtadn ccpies of such certified s fron all subcontractors and other- vxnidng on the Project, These documents will alwj be submitted r ° r i� ym (See BeCtioln for „ .tyA6mnrity Business &teiprioe Razticipation Policy for additional requirements cwcennng the proper f of s.) (IV tuTes the specified hourly excess cf40 hours in any cne week and for all hours worined on Sundays or holidays gy (See Section -1-1, Definition of Term, and Sctix -7-64 Warkimj Edurs.) 11 (Rmdred 7/5/00) shall nie Contractor cooperate with all public and private agencies with facilities s within the limits of l pruvide a forty-eight (48) hour applicable notice to any is anticipated to proceed in the vicinity facility s 1-600-344-6377, the Lone Star Notification CarparW at 1=500® 669-8344, and the Verizon. g Alert at 1-900-453-6279, For the Contractor's cammmience, the following telephone numbers are listed. city MVineer 626-3500 Project axjineer SCA r David Morales, PE 663- 663-9177 (fax) Traffic Engineering 626-3540 Police t 882-3-91.1 Wa t 026-1680 {926-3140 after boas 626-1616 (626-3140 after houxs) Gas DqMrtMsnt 88S-6900 (826.690 ) Storm Water Department 926-1961 (026-3140 after hours) D*extm= 826-3461 Streets & Solid Waste Services 957°1970 A 2 P 299°-4633 (693-9444 after hours) / AT&T 651-25 (1-80 -624®4424, t ) City Street DIV. for is SiTal/Fiber OpUc 657-1946 626-1956 Cablevilsion 5575000 (657-5060 after hours) ACS1 (' tic) 667-9200 ( 600-724-3624) RC `�`-�- Optic){ .c) a 4 (Pager 888-204-1679) ClaiceOom (Fiber Optic) 991-5767 (Pager 650-2961) (Fiber Optic) 512/935-0958 (Mobile) Brcdm Fiber Optic (MAN) 972-753-4355 A-12 nten ce of ervi s The Contractor shall take all precautions in protecting existing utilities, both she and below ground., The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etca 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 accura d of such information is not gear teed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the Line of this work, it is his responsibility to maintain the services in continuous operation at° his own expense. Sam on A - 5P (Ravisod 12/15/44) page 4 of 23 In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs t® place the utilities back in service to construct the work as intended t no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. 1. must be maintalnedi ----Z_ or at-her--14qu"-mu_e handled bay the Gentmaeter- either by Sewage or other lieluid must net-­be-puw1md7-­b&i led or- flumed ever streets -. sewage or­ebl. meats -to- the sablofaetAisa as the City -8--glae-ex- at—me, A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition d 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 ni vers impact on the accessibility of the public. This may include, but is not limited to, working iveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus risti's Uniform Barricading Standards and Practices as adopted the City. Copies of this document are available through the City's Traffic Engineering a art t. The Contractor shall secure the necessary permit from the City's 'Traffic Engineering Department. plan-11 -ehaelude&A A-14 Construction t S ill Ta The Contractor shall keep the adjoining streets free of tracks 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. (NOT USED) of vvevid4 a go any other material ___wtJJ . section A - sQ (Revised 12/15/04) P8 5 of 23 . . s P m s (NOT USED) _ • 9 .- least 30" H 69" A-18 Schedule and,Se T' nce of Construction The Contractor shall submit to the City Engineer a work plan based on Calendar Days® This Plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting, The plan must indicate the schedule of the following work items 1. initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2® hems to Include: Show complete sequence of construction by activity, identifying stork of separate stages and other logically grouped activities. identify the first work clay of each week. 3. Submittal Dates: Indicate submittal tes required for all submittals o r the re roj ct® 4® e� Missions Revise and resubmit as required by the City Engineer. . - n '_ to: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial, Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to economy of construction, subject to the following conditions. A. The schedule of construction shall be structured to meet all re irem s of Section A-6 "Time of Completion/Liquidated Damages" and as noted above. Section A m SP (RaViSed /15/04) Page 6 of B The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is vin other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control® maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with City for construction scheduling traffic control modifications for special events that will occur during the period of the Contract. (NOT USED) marAs e - , of t e—+x,--rte'. duri-ng eenstme-J-_ is nee eet ineer u e netlee ---- a e e -the 11yense W`11 he E- c+..,,�Js ter.. a ire .�.� r--6-�4 -__, ��_ an -eter- shall obt-4--reva of Wkl r r iabion ®n a.r.. require The Gentraeter tie In a that r.. ®..z—a 67 t®r t Th �e­ with the x_ r x cs"sy r-R43M%0.F4-Ag is -the fn eumentata:- Slew Y Section A - S CPAvleed 12/15/44) Page 7 of 23 ® �® T� 0 Gas tap of (NOT USED) - .F_... ..._-... ... .. _.._ ..._ _ .... .fi (NOT USED) eon A.-22 nor f ri a (Revised 10/98) 1® Pori It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises t® 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. ® Definitions a. Prime Contractor® Any parson, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. contractor® Any named person, firm, partnership, corporation, association, or joint venture as herein identified tified a.s providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a grime contractor on a City contract Section A (Revised 1 /l, l0 ? Page 8 ®f 23 c. inority Business Ente rise: A business enterprise that is owned d controlled by one or more minority person(s) , Minority persons include lacks, 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 /or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole ro iet rship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0* of the assets or interest in the partnership property must be owned by one or more minority person(s) . (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate= shares must be owned by one or more minority` person(s) . . Controlled The primary owe direct or indirect, to manage a business enterprise rests with a minority person(a) . 3. Share_ n_Pa is 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. isxoit See definition under Minority Business Enterprise. e. Female owned Business Enterprise. A sole proprietorship t 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 51.01 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 i 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 50.01 of the contract work itself and in which a minority joint venture artner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.OW of the work. Minority members of the joint venture st have either financial, managerial, or technical skills in the work to be performed by the joint venture. section A ® SCE (Revised 12/13/04) Page 9 of 23° 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 bm 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® Co 22ML-ance 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 Ins loaction Require 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 building is completed and ready for occupancy. 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,---GHQ 1W%1-H9 ®2 SgE at, .-BO-nds Paragraph two (2) of Section B-3-4 of the General provisions is changed to read as follows® ,,I,To 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 section A ® SP (Revised 12/15/04) pagn 10 of 23 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 amount in excess of ten percent {109) of the Surety Company's capital and BUrPIUS, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount t t exceeds ten percent (lot) of the Surety company's capital and surplus with reins er(s) authorized to do business in the State of Texas. The amount of the bond reinsure by any re nsur r may not exceed ten percent (10W) of the reinsurer's capital 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 rein surer 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 mast be executed by a 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 ted States Secretary of the Treasury and that meets all the v e requirements. Tha insurer or rein surer must be listed in the Federal Register as holding certificates of authority on the to the bond was issued." (NOT ) -9 aper-abe tmder -vi---separated eenbraet Hsu . ___-__ ________a___ -- _°=rte ---- 7- 4- Previde the pwepeo wmat pay for all SalesT-Eme-Ise, and Use With th ..,r .....mob __..,..,.... r Section - Sp (Revised 12/15/04) Page 11 of 23 A-26 Supplemental Insurance Re it 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 it prior written notice of cancellation or material ch2pge to® I Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Addressz 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 to the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy® The City need not be named as additional insured an 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, o r e mployees or any person indemnified hereunder. A-27 Resi-onsibility for Danage Claims - --------------------- Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: section A - sp (Revised 12115/04) Page 12 of 23 Contractor must provide Builder's Risk-or-Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the project or work. Builder's Risk-or-Installation Floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Builder's Risk-or-ins tallation Floater insurance coverage, including any deductible. The City trust be name additional insured on any policies providing such insurance A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation conce ing: 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, 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 . Whether there are any outstanding paid 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 ( 0) days prior to the City Engineerta request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. Contractor's The Contractor 1 employ for this Project, as its field administration staff, superintendents foremen who of competent and acceptable e City Ehigineer. The criteria city r makes this determination may include following: 1. The Superintendent must have at least five ( ) years recent experience in field management and oversight of projects of a similar size and complexity to this Pxoject. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of t cto , and familiarity t l process, federal and state wage rate requirements, and city contract close® t procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. For if utilized, shall have at least five (5) years recent experience in similar rk and be subordinate to the superintendent. Foremen t act as superintendent t prior written approval from e x 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 ty Engineer in writing prior to such superintendent assuming responsibilities on j t. sec A - sp (Revised 12/15/061 Page 13 of 23 such written approval of field admim1strat=on staff is a preracluLsxte to the city Engineer's cbligation to execute a contract fCW this Project. if such approval is not obtained, the award may be rescinded. Further, sucR 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 to 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"'igm!iEe-ments Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3, 1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1® A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MEE 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 MEE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. if the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the to 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; Section A 9F (Revised 12/15/04) Page 14 of 23 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, B. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. 10. Within five (5) days following bid opening, submit in letter form, information i fi a of entity and state, i.e. , Texas (or other state) Corporation Partnership, and name(s) and Title(s) of individual(s) a o ize to execute contracts on behalf of said A-31 Amended an Extra Wcmk and g!�TM Orders Under "General Provisions is for Municipal Construction Contracts" B-8-5 Policy rlc - - present text is deleted following- Contractor acknowledges t the City has no obligation y for any extra work for a change order has not been signed c of Services or his designee. The Contractor l r may authorize change o $25,000.00. The contractor acknowledges t any change orders in an amount in excess of $25,000.00 must also be approved by the City i . -32 Amended -Txacution of Contract-, p2qq�p�ts Under "Genera Provisions and Requirements for municipal Constructicn Contracts" B-3-5 Execution of Contract add the following- The of the Contract may be rescinded at any time or to delivers Engineer a contract to the Contractor signatures of ,. 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 o ct, until the to the City Engineer delivers signed is to the Contractor. A-33 Conditions of Work Each bidder t familiarize himself fully with conditions t' to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of t t. Contractor is reminded to attend -- 'si -1. 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, fourths precedence will be given to the Standard Specifications d 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, TM specifications, etc. , the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction sa"cti - SP (Itavised 12/15/04) Paga 15 of 23 plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities Rag,=--rements A. Visitor/Contractor Orientation Prior to performing work at any City water facility, the Contractor, his subcontractors, and each of their employees must have on their person a valid card certifying their prior attendance at a Visitor/Contractor Safety Orientation Program conducted by the City Water Department Personnel. A Visitor/Contractor Safety Orientation Program will be offered by authorized City water Department personnel for those persons who do not have such a card, and who desire to perform any work within any City water facility® For additional information refer to Attachment 1. B. 92aration of 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 e® All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. C. Protection of wat The City must deliver water of drinking 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® D. All mat l other d 6! Gtaadard-SpeelM-e��. must fte"l proof all i E. of Trash All trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all time at the water Section A - SP (Revised 12/15/04) Page 1 6 of 23 facility sire. Blowing trash will not be allowed. The Contractor shall keep work areas clean at all times and remove all trash daily. CONTRACTOR'S ON- I Contractor's personnel must wear colored uniform overalls other or e, blue, or white. a to uniform must provide than company name and individual loy identification. G. Contractor shall provide telephones for Contractor personnel. Plant telephones are not available for Contractor . H. Working hours ill 7:00 A.M. to 5:00 . ® t�fo ay th Friday. I. Contractor must not use any City facility restrOO s. Contractor trust provide own sanitary facilities. All Contractor vehicles must be parked at designated site, as designated city Water Department staff, All Contractor vehicles Must a clearly labeled with company name® into private l e v cles are allows t n- . Steven s ter Treatment Plant. l 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 s directed city 'dater Department erso l in mergency evacuation. K. Section A OP (Revived 12/15/04) page 17 of 2 sha4l produce all f- 9 ° btleeles L-e a shew the Thev�ems e e A-36 Other Submittals I° Shoff mittald The Contractor shall follow the procedure outlined below when processing shop Drawing submittals: a Quantity: Contractor shall submit t n er required by the city to the City Engineer or his designated representative, ® Reproducibles m in addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all submittals. 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 mast 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. Schedulingi Contractor must schedule the submittals to expedite the Projects and deliver to the City Engineer for approval and coordinate the submission of related items. m Marking: Contractor must mark each copy to identify applicable products, models, options, and other data° Supplement Section (Reviand 12/15/04) Page is of manufacturers, standard data to provide information unique to this Project. Variations: Contractor must identify any proposed variations from e 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. R.es ittls: 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 reviews submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, y inability to comply with provisions. 3. Test and Re2aiK_12port 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. othe s , the related material will not be roved for use on the project. A-37 Amended 'r t for Wata= ft=shed L3Z the City rr Under "General Provisions is for Municipal Construction Contracts", -15 t and_Charge. for Water C , add the following: "The Contractor must comply City of Corpus Christi's Water conservation and Drought Contingency Plan ( "Plan") . This includes implementing t e ti s established for changing conditions. City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. Contractor will keep a copy of the Plan the Project site throughout construction.ff A-3a Worker's C2npensaticn Cove a for BuildiLX2 or Cons tructlon Proj,ects for Government Entities e re rem is of "Notice to Contractors + " are incorporated by reference in this Special Provision. A-39 Certificate of acglMangy and EIREL c G The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements der General Provision B�8- 9. -40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal construction Contracts Section -5-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the Bea - SP (Revised 12/15/04) Page 19 of 23 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. USED) an esene e3E apt -42 OSHA Rules a `ono 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 d or jobs® A-43 Amended Indemnification Fuld Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety an tyre following is substituted in Lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys' d 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, material man, 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, material man, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, d 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 material tts A-44 Ch2M9 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 proses, hourly rates, sub-contractor Is costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by contractor as a bases for the price of the change order. -4 As-Built Dim sions ra "n ,s (7J /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: Section (Ravised 12/15/44) aga 20 of 2 { } Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment d dimensions due to substitutions. ( ) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (,) Any other changes made. YK„ (7/S/00) (NOT USED) water,testing; eN. With off-all- ha 11 a (7/x/00) (NOT USED) viii —h parallel ame As. and Gen raeter- a feet -a MUM 0. appir- _ te station therrre , .e eir des �®-®direr elevatio aLle many A-49 Amended "Maintenance 'l (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guar _ y® 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, ®r relinquish any rights or remedies av-ailable to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." -50 Amended Prosecution an Under "General Provisions and Requirements for Municipal Construction ontract O, -7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of e 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 he addressed through a change order to the contract." section A 8 (Revised 12/15/04) Page 22 of SUBMITTAL =_ PROJECT- O.N. STEVENS 2 C IGI =Io PROJECT o, E12037 OWNER: CITY OF CORPUS CHRISTI ENGINEER: CONTRACTOR: SUE3MITTAL DATE: SUBMITTAL NUMBER: APPLICABLE CI I 2I OR G SUBMITTAL Doti_ & - g (Revised 12/15/04) Page 23 of 23. ®f THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 16TH day of JULY , 2013, 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 Scott Electric Co.. Inc.-termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of 7 by City and other obligations of City as set out herein® Contractor will construct and complete certain improvements described as follows: O.N. STEVENS WATER TREATMENT PLANT HVAC REHABILITATION PROJECT NO. E12037 (TOTAL BASE BID: $68,470.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, 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. Page 1 of 3 Rev. Jun-2010 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 90 CALENDAR DAYS after construction is begun. Should Contractor default® Contractor may be liable for liquidated damages as at forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. Page 2 of 3 Rev. Jun,,2010 AT CITY OF CORPUS CHRISTI w„ By:- City Secretary Mark Van Mack Interim Asst. City Manager of Public Works, Utilities, and Transportation APPROVE AS T L Asst. pity ttr Daniel Biles, - - Director of Engineering Services CONTRACTOR ATTEST: (if orp tip -.. Electric ® ! c® Y' (S Title: (Note, If Person signing f®r corporation i not President, P.O. Box 1819 attach copy of authorization (Address) to sign) Corous Christi, TX 8403 (City) (State) (ZIP) 361/884-6126 11 (Phone) (Fax) t C=age 3 of 3 Rev. Jun-2010 P R 0 P 0 S A L F 0 R M F 0 R O . N. STEVENS WATER TREATMENT PLANT HVAC REHABILITATION PROJECT ® E12037 DEPARTMENT OF ENGIPFEER714G SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL POP-4 PAGR I OY 43 P R 0 P 0 S A L Place: Date 5/29/1-3 Proposal of SCOtt Electric Co. , Inc. a Corporation organized and existing under the laws of the State of Texas OR a Partnership or individual doing business as TO: The City of Corpus ChriSti, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: O.K. STEVENS WATER TREATMENT PLANT HVAC REHABILITATION PROS No. E12037 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit : PPOPOSAL F 0 PN PACE 2 OF B T III IV V ITEM QTY DESCRIPTION UNIT TRICE TOTAL Base Bid in accordance with the specifications, complete and in place per Lump Sum $64 , 970 . 00 $64 , 970 . 00 -17- contingency Allowance -E3 1 S3 500.T0j:0 3�, 50:0�9070 TOTAL BASE BID (Bid Items 1-2) : $68, 470 .00 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees 7o do the work, and that no representati-ons made by the City are in any sense a warranty but are mere estimates for the a idance of the Cont'ractor. Upon notificw'-w-ion of award of contract, we will within ten (M calendar days execute the formal contract and will deliver a Performance Bond (as required) for -', he faithful performance of this contract and a Payment and (as required) to insure payment for all 14boz and materials. The bid bond attached to this proposal, in the amount of 5% of the highest ainount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the tine above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business EntQrprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose, Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four (4) COLinterpart (original signed) sets. Tlme of Completion. The undersIgned agrees to complete Lhe work within from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnisb all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum o r s ums above set forth. PROPOSM, FORM PAGE S OF 6 1 Receipt of the following addenda i acknowledged (addenda number) : 2 Respectfully it o :E 'K : (SEAL - IF BIDDER IS { Corporation) Address: ?9� 2001 N. Port BOX) (Street) _SLorpus Christi, T 78403 ( it ) (State) (Zip) Telephone: 36r2864-6326 NOM Do not detach bld from gather papers, Fill in with grak ana submit o leto- with attached papers Mpvised huguar 2GO PROPOSAL FORM PACE 4 OF 8 PERFORMANCE BOND STATE OF TEXAS § BOND No. 'PRF09039081 COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: That Scott Electric Co. Inc. oft City of Corpus Christi County of Nueces , and State of Texas , as principal ("Principal"), and FIDELITY & DEPOSIT COMPANY OF MARYLAND & COLONIAL AMERICAN CASUALTYpa solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), in the penal sum of SIXTY-EIGHT THOUSAND FOUR HUNDRED SEVENTY AND NO/100 U.S. Doliars 6%470.00 IL S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, in ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: SURETY CO. Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 16TH of IULY , 2013, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, fort e construction of: O.N. STEVENS WATER TREATMENT PLANT HVAC REHABILITATION PROJECT NO. E12037 (TOTAL BASE BID: $68,470.00) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, 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(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change tote contract time or contract amount, and no alteration or addition to the terms of the contract, or to the or performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation an this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition t o t he terms of the contract, or to the work to be performed thereunder. (Rev Date May 2011) Performance Bond Page 1 of 3 P[ovided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the 25TH day of JULY 2013. PRINCIPAL SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND SCOTT ELECTRIC COMPANY, INC. COLONIAL AMERICAN CASUALTY & SURETY CO. By: aA'A, By: Att y-in-fact MARY ELLEN MOORE Title- "Iapmwt- e-OL ATTEST, Secretary— Address: P.o. Box isig Address: P.O. BOX 870 CORPUS CF?RISTI,_TEXAS 78403 CORPUS CHRISTI, TEXAS 78403 Telephone Fax: 361-844-0101 E-Mail- mmoore@s-gins.com (Rev. Date May 2011) Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas® for delivery of notice and service of process: Name: RANDAL M. LEE Agency: SWANTNER & GORDON INSURANCE AGENCY LP Address: 5_Q0N.. 5HQMLa (Physical Street Address) CORPUS CHRISTI TEXAS 78403 (City) (State) (Zip) Telephone: 361-883-1711 ail: rmigs-sLins,com Note: and shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law, Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 PAYMENT BOND STATE OF TEXAS § BOND No. PRF09039081 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Scott Electric Co. Inc. of the City of Co[gga Christi County of Nueces. and State of , Texas as principal ("Principal"), and FID a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this on in the penal sum of SIXTY-EIGHT THOU SAN D, FOU R HUNDRED SEVENTY AND NO1100 U.S. Dollars ($, , 6,8,470.00 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Sure ourselves and our heirs, executors, ad-ministrators, successors and assigns, jointly and severally, firmly by these presents: *SURETY CO. Conditions of this and are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 16TH day of JULY, 2013 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: O.N. STEVENS WATER TREATMENT PLANT HVAC REHABILITATION PROJECT NO. E12037 (TOTAL BASE BID: $68,470.00) Now, therefore, the condition o f t his obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies tote owing by said Principals for subcontracts, work, labor, equipment, supplies and materials one and furnished forte construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms oft contract, or to the work performed thereunder, or to 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 oft contract, or tote work to be performed thereunder. (Rev, Date May 20111 Payment Bond Page 1 of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended, Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent in Nueces County to he 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of is shall be deemed an original, this the 25TH day of JULY 2013. PRINCIPAL SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COTT ELECTRIC_-CO MPANY, INC. COLONIAL AMERICAN CASUALTY & SURETY CO. Y: y: B Afto -in-fact MARY ELLEN MOORE Title: ATTEST: SeciEha�r Address: P.O. Box 1 g Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 CORPUS CHRISTI, TEXAS 78403 Telephone: 361-883-1711 Fax: 361-844-0101 E-Mail: mmoolre s- ins.com (Rev. Date May 2011) Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name- RANDAL M. LEE Agency: SW R & GORDON INSURANCE AGENCY LP Address: 500 N. SHORELINE BLVD. , SUITE 1200 (Physical Street Address) CORPUS CHRISTI TEXAS 78401 (City) (State) (Zip) Telephone: 361-883-1711 Note: and shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment and must not be prior to date of contract. END Rev, Date IAay 2011 Payment Bond Page 3 of 3 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by JAMES M. CARROLL, Vice President, in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, and appoint Mary Ellen MOORE, R. M. LEE, Steve ADDKISON, Cathleen HAYLES, Tam! J. DUNCAN, Danielle HARRIS and Kerry MCANT OSH,oil or Corpus Christi,Texas, EACH its true and lawful agent and Attorney-in-Fact,to make,execute, seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings,EXCEPT bonds on behalf or Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duty executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate is of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 15th day of April,A.D.2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND EAL 011 Aj 4111� Assistant Secrelmy Vice President Eric D.Barnes James M. Carroll State of Maryland City of Baltimore On 01s 15th day of April,A.D.2013,LefOrC the sL:ijscribcr,a Notary Public of 0he State of Maryland,duly commissioned and qualilu-11 JAMIES M. CAlUtOLL, Vice President,and ERIC D. BARNES,Assistant Secretarry,of the Companies,to me personally known to be the individuals am oflicers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that lielshe is the said officer or the Company aforesaid,and dial the is affixed to the preceding instrument are the Corporate Seals or said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. iN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first abovc written. Constance A.Dunn,Notary Public My Commission Expires:July 14,2015 POA-F 168-9883B Fidelity i Nome Office: P 0 Box 1227. Baltimore,MD 21203.1227 IMPORTANT NOTICE To obtain information r make a complaint: You may call the 'r lit and a oit Company of?vlaxyland, Colonial eric an Casualty and and/or Surety Company, 'c American Insurance Company's toll-free telephone number for information or to make a complaint at: You may contact the Texas Department of Insurance to obtain info do on companies, coverages, rights, or complaints at: You may write the Texas Department of Insurance: w Box 149104 Austin, TX 78714-9104 FAX 475-1771 DISPUTES: Should you have a dispute conceming the r i or about abouta claim, you should rust contact Fidelity and Depoift Company of Maryland or Colonial Arnerican Casualtyand Surety Company. ff the disputo is not resolved, you may contact the Texas Department of Insurance. ATTACH I : This notice is for information only does not become a part or condition of the attached document. Disclosure Statement ZURICH ZURICH AGENT113ROKER COMPENSAVON DISCLOSURE Oear Pokyholder On behalf of Zurich, we are glad you have chosen us as your insurance company. We look forward to meeting your insurance needs and want you to undemWnd clearly our business relationship with the agent or broker you chose to represent your company's Interests in the placement of insurance coverages. As is the case with many Insurance companies in the United States, Zurich distributes many of its Insurance products a through agents or brokers. This means ftt your agent orb roker is not employed by Zurich and n f m y represent act many insu rance companles. Because we do not employ your agent or broker, the way They are compensated may vwy. We recommend you discuss these arrangement3 with your agent orb ker. For an explanation of the nature and range of compensation Zurich may pay to your agent or broker in connec tlon w ith your business, please go to http:itwwwaurfchna.com. Click on the Inforrnation link located on the Agent/Broker Compensation Disclosure section. Where appropriate, insert the Access Code provided below, and you mil be able to view this Inforrnation. Alternatively, you may call(877)347-6465 to obtain this type of In ation. form an yotL Access Code., 21318084474 CONTRACT U-RET-E402-A M (I lic-m Page f of 4 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following Information. Every question must be answered. If the question is not applicable.answer with%A'. FIRM NAME Scott Electric Co. , Inc . STREET: 2001 N. Port A-ve. CRY: Corpus Christi, TX ZIP: 75403 FIRM Is 1, Corporation X 2. Partnership 3. Sole Owner 4.Association 5, Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm". Name Job Tide and City Department(if known) NA State the names of each-officiav,or the City of Corpus Christi having an"ownership interest"constituting 3%or more of the ownership in the above named"firm". Name Title aq NA 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constftuting 3%or more of the ownership in the above named 44firm". Name Board, Commission or Committee NA 4. State the names of each employee or officer of a"consultant"for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an"ownership Into rest!'constituting 30%or more of the ownership In the above named "firm"® Name Consultant NA CERTIFICATE I certify that all information provided is true and correct as of the dale of this statement, that I have not knowingly withheld disclosure of any information requested;and that supplemental statements vAll be promptly submitted to the City of Corpus Christi,Texas as changes occur, Larry R. F errs H Certifying Person:­­ Title, Project Manager # (Type or Print) Signature of Certifying Person: 116VI Date: 5/29/13 PROPOSAL FORM PhGR r,OF 6 DEFINITIONS any board,commission or committee appointed the uu y of Corpus ,Texas. b, 'Employee'. by the City of Corpus Chdstl,Texas.either on a full or part Ume basis. an Independent r. a 'FW'. Any an operated for economic gain, whether professional, industrial or COMMOMIal 2fd Wh8dW saWlshed to 1 t , to ! f orm of sole proprietorship.p l t p h + a joint stock company, JoW venture, receivership n,are treated as non-profit orgenUations. ,d: 'Officialm. The klayor.members of the C Council,City Manager,Deputy ra Assistant City Managers, Department and Division Heads and !Court Judges a Taxes. . *Ownership IntereW. Legal or equitable Interest l ,in a firm,including when such In n t, in u ! trusts,established through voting proxies r s terms f r p=artnp agreements. t wConsullanr, Any person or firm. such in architects, hired f purpose of professional consultation and recommendation., PROPWAL PORN ME 6 s ACC)REP CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDNYYY) 612312013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE ODES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate hot r Is an ADDITIONAL INSURED®the policy(iosi must be endorsed. If SUBROGATION IS WAIVED,subject to the forms 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 belt of such endo ernent s PRODUCER NAME: elan° ante r Gordon Ins Agcy-CC Grant c Nra A Higginbotham Company L P G Box 870 �R Corpus Christi TX 76403-0670 INSURE s AEI OR1kING coy NAIC 9 INSURED SCOTT93 INSt@ Rs:Scott Electric Electric Company Inc INS- n c:T $ Ll� ran�a Go ray Sarah Moore R G Box 1019 Corpus Christi TX 76403 INSURER E INSl1 F COVERAGES CERTIFICATE HUMBER:1163813375 REVISION NUMBER: THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IT St POLICY P LR E OF INSURANCE CE I POLICY NUMBER IMMM12MME-1 LIMITS A GENERAL UABILrrY H013CGL1023941C 411rA13 11112014 EACH OCCURRENCE Slm%000 X COMMERCIAL GENERAL LIABILITY % PREf�ISES E®•t�T�b $50,000 -. CILAIMS-MADE Y .,.: OCCUR hiEO Aea €ae®pa $5.000 X 1 PERSONAL V INJURY 51.000,000 GENERAL AGGREGATE 52000,000 GENI AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO 5200000a POLICY PRG' L S A AUTOMOBILE LIABILITY CH138A 1927 IVP2013 11mi 14 Ear arrl 1000 S Y AUTO ROINLY INJURY(Par ) $ qALL AUTOSNEO AUTOSOLED BODILY INJURY(Per m t)US NON NEC PRt3PE DAMAGE S 'X HIREDA7TG5 H AUTOS Para ' ant 5 B X UMBRELLA;�RETE.TIQNS X 001 5811014925 1112013 1/112014 EACH OCCURRENCE 510,060,000 LAS EXCESS C E AGGREGATE $10,000,000 5 C WORKERS COMPENSATION 1 7S 1112013 1112014 X C STATtt® OT"_ AND EMPLOYERS'LIABILMY YIN Y PROPRIETOFUPARTNERIEXECUTIVE E.L.EACH ACCIDENT (S1, .000 OFFICE. Eft EXCLU 0EC7 Y N @ A (Mandatory In NIt) E.L.DISEASE-EA EMPLOYEE $1.000.000 desmbe tPtgr 0 RIPTION OF OPERATIONS bdow E,L,DISEASE-POLICY LIMIT 51,000,000 D Equipment Floater AC201329 41112013 1112414 EQFL FftrrLs'rsrit $100, Irlalatllat1o11 Floater DESCRIPTION GF OPERATIONS t LOCATIONS l VEHICLES(Attach ACORD tot,Additional Remarks Schedule,It as Is ul g See attached ACord 101 form for additional policy provisions and coVara o information Project:G.N.Stevens Water Treatment Plan H A Rehabilitation-RrOj 12037 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christ!,Dept of ACCORDANCE WITH THE POLICY PROVISIONS. Engineering Services-Contract Administrator P G Box 9277 AUTHORIZED ENTATIVE Corpus Christi TX 76469-9277 ip t 1900®2010 ACORD CORPORATION. All rights reserved. AC R 25(2010105) The ACO D name and Ingo are registered marks of ACORD SCOELCI PAGE 2 'NOTEPAD INS,URED'S NAkE Scoff Electric Company Inc OP ID. GRIVIE I DATE 07/25113 ADDITIONAL INS :The GENERAL LIABILITY Policy includes a BLANKET automatic ADDITIONAL INSURED endorsement that provides additional insured status to the person or oganization only when there is a written contract between the insured and the person or organization that requires it. Form #CG 20 10 (10/01) Additional Insured (Blanket Warding Applies.) The GENERAL LIABILITY policy includes a BLANKET automatic ADDITIONAL INSURED endorsement that provides additional insured status to the person or oganization only when there is a written contract between the insured and the person or organization that requires its Form #CG 20 37(10/01)Additional Insured-O.L.C.- (Blanket Wording Applies) The UMBRELLA LIABILITY policy includes an Additional Insured endorsement that provides additional insured status to the person or organization that requires it only when there is an insured contract or agreement between the insured and person or organization. Form FM 101.0.110e 08 05 Crum & Forster, The Defender Commercial Umbrella Pollcy PRIMARY & NON-CONTRIBUTORY: The GENERAL LIABILITY policy includes a BLANKET Primary & Non-Contibutory endorsement that provides this feature only when there is a written contract between insured & certificate holder that requires it. Form: NPC-800 (11/08) Primary & Non-Contributery WAIVER OF SUBROGATION- The GENERAL LIABILITY policy includes a BLANKET automatic waiver of subrogation endorsement that provides this feature only when there is a written agreement between the insured and person or organization that requires it. Form #CG 24 04(05/09) Waiver of Rights of Recovery-(Blanket Wording Applies) ADDITIONAL INSURED: The AUTOMOBILE LIABILITY policy includes a BLANKET automatic additional insured endorsement that provides additional insured status to the person or oganization only when there is a written contract between the insured and the person or organization that requires it. Form ANF-702 05 05 Commercial Auto Extension Endorsement WAIVER OF SUBROGATION- The AUTOMOBILE LIABILITY policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and the certificate holder that requires it. Form ANF-702 05 05 Commercial Auto Extension Endorsement WAIVER OF RO GATION: The W0 R9 COMPENSATION policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there Is a written contract between the insured and certificate holder that requires its Form WC420304A (Ed. 1-01®200 )Texas Waiver of Right to Recover WAIVER OF SU13ROGATION: The UMBRELLA LIABILITY policy includes a waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and person or organization that requires it. Form FM 1010001108 08 05 Crum & Forster, The Defender Commercial Umbrella Policy Jeanne Hope is Excluded Officer for WC pollcy. The Umbrella Liability policy follows the terms, conditions, and exclusions of the applicable first underlying insurance policies. The GENERAL LIABILITY policy includes a BLANKET automatic 30 DAY NOTICE OF CANCELLATION endorsement that provides 30 Day Notice to the person or oganization only when there is a written contract between the insured and the person or organization that requires it. Form NPC-715 07 11 Notice of Cancellation to AI or Cart Holder - Blanket The AUTOMOBILE LIABILITY policy includes a 13LANKET automatic 30 DAY NOTICE OF CANCELLATION endorsement that provides 30 Day Notice to the person or oganization only when there is a written contract between the insured and the person or organization that requires it. Form CA 02 43 03 01-Texas Changes-Cancellation & Nonrenewal Scott Eiectric COMMERCIAL GENE I RAL LIABILITY POLICY 13CGLI023941C CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /ADDITIONAL INSURED - OWNERS, LESSEES OR V� CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following* COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization forwhorn you are perforrning operations during the policy period when you and such person or organization have agreed In writing In a contract or agreement that such person or organization be added as an additional Insured on your policy. (if no entry appears above,Information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) A. Section It - Who Is An Insured Is amended to (1) All work. Including materials, parts or Include as an Insured the person or organization equipment furnished In connection Mth shown in the ule® but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repaIV to be performed f o r that Insured. performed by or on behalf of the addi- B. Wlh respect to the insurance afforded to these tional insured(s) at the site oft cov- additional Insureds, the following exclusion Is doe r-ations has been completed; added: or 2. Exclusions (2) Thai podion of"yourwork"out of which This Insurance does not apply to "bodily In- the Injury or da arises has been jury"or"property damago"occurring after: put to its Intended use by any person or organization other than another con- tractor or subconti-actor engaged In perlbrming operations for a principal as a part oft a same project. CG 201 10 01 0 ISO Properties, Inc., 2000 Page 1 of I Scott Electri6 L POLICY NUMBER-H013CGL1023941C COMMERCIA GENERAL UABIUTY CO 24 04 06 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorse nt modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRO DUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization when you and such person or organization have agreed In writing In a contract or agreement that you will waive any right or recovery against such person or organization. r-, I information required to complete this Schedule, if not shown above,Will be shown In the Declarations. The following Is added to Paragraph S. Transfer Of Rights Of Recovery Against Others To Us of Section IV-Conditions: We waive any right of recovery we may have against the person or organization shown In the Schedule above because of payments we make for Injury or damage arising out of your ongoing operalions or your work' done under a contract with that person or organization and included In the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 2 4 04 05 09 0 Insurance Se Office, Inc.,200 8 Page 1 of 9 Scott Electric Co. , Inc. CH13BAP01927900 COMMERCIALAUTO rV/ ANF 702 05 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. \�COMMERCIAL AUTO EXTENSION ENDORSEMENT This endorsement,modifies insurance provided under the following: COMMERCIAL AUTO COVERAGE FORM SEC71ON I—LIABILITY COVERAGE 121 The 'bodily Injury" or 'properly damage* is caused by an 'accident" A. COVERAGE which takes place after 1. WHO IS AN INSURED (a) You executed the 'insured V contract` or written agreemert, The following is added: or d. Any organization, her than a partnership (b) the permit has been issued to or joint venture, over which you maintain you, ownership or a majority interest on the effective dale of this Coverage Form, It 2. COVERAGE EXTENSIONS there is no similar Insurance available to a. Supplementary Payments. that organization. 9. Any organization you newly acquire or form Paragraph a. 4 is amended as follows, offier than a partnership or joint venture, 14) We will pay all reasonable expenses and over Which you maintain ownerslilp of a Incurred by the 'IpsureT at our request, ma'orily Interest. However, coverage under including actual loss of earning up to this provision does riot apply, $250 a day because of time off from (1) If there Is similar Insurance or a self® work. Insured retention plan available to that SECTION [I]®PHYSICAL DAMAGE COVERAGE organization;or (2) To 'bodlly Injury" or'property damage' A. COVERAGE that occurred before you acquIred or formed the organization. The following is added: f. Any person, organization, trustee, estate or 5. Hired Auto Physical Damage governmental entity with respect to the operation, maintenance or use of a covered a® Any 'auto' you leasea hire, rent or borrow "auto'by an insured,if. from Someone other than your employees or partners r me r s of their household is a ombe (1) You are obligated to add that person, covered 'autow for each of you physical organization, trustee, estate or damage coverages, governmental entity as an additional b. The most we will pay for 'losso In any one insured to this policy by: accident" Is the smallest of (a) an expressed provision of an "insured contract'. or written (1) $35,000 agreement; or (2) The actual cash value of the damaged or stolen properly as of the time of the (b) an expressed condition of a written "loss";or permit Issued to you by a govemmental or public authority, (3) The cost of repairing or replacing the damaged or stolen property with other properly of like kind and quality, Includes Dopyriglied rrateral of Insurance Servi® Offices,Inc. with ils permisabn ANIF 702 06 05 Page i of 3 Cmy COMMERCIAL AUTO AN P 702 05 05 If you are liable for the "accident', we c. $500 will also pay up to $500 per 'accident" for the actual loss of use to the owner of This coverage aces not apply to electronic the covered'auto." equipment. c. Our obligation to pay for, repair,, return or 8. Lease Gap ovenge replace damaged or stolen property will be reduced by an amount that Is equal to the If a long-term leased "auto" is a covered 'autT amount of the largest deductible shown for and the lessor is named as an Additional any owned 'auW for that coverage, Insured—Lessor, In the event of a total loss, we However, any Comprehensive Coverage will pay your additional legal obligation to the deductible shown in The Declarations does lessor for any difference between the actual not apply to 'los!r caused by fire or cash Value Of the auto® at the time of the loss lightnIng, and the'Outstanding balance of the lease, d. For this coverage, the insurance provided is "Outstanding balance' mesns, the amount you primary for any covered 'auto" you hire own on the lease at the time of loss less any without a driver and excess over any other amounts representing taxes; overdue payments; collectible insurance for any covered "auto" penalties, interest or charges resulting from that you hire with a driver, overdue payments; additional mileage charges, 6. Rental Reimbursement Coverage excess wear and tear charges', and lease termination fees. We will pay up to $50 per day for up to 30 days, for rental reimbursement expenses incurred by B. Exclusions you for the rental of an 'auto" because of 'loss® The following is added to Paragraph 3: to a covered 'auto," We Will also pay up to $500 for reasonable and necessary expenses The exclusion for ulose caused by or resulting from incurred by you to remove and replace your mechanical or electrical breakdown does not apply materials and equipment for the covered ',auto.' to the accidental discharge of an alrbag, If "loss" results from the total theft of a covered Paragraph 4 is replaced With the following, 'auto' of the private passenger type,we will pay under this coverage only that amount of your rental reimbursement. expenses which Is not 4. We will not pay for"loss to any of the following already provided under Paragraph 4. Coverage Extension. a. Tapes, records, disks or others ail audio, visual or data eiectronic- devices designed 7. Customized Furnishings Coverage for use with audio, visual or data electronic equipment. We will pay with respect to a covered 'auto'for lb. Equipment designed or used for the 'loss" to custom furnishings including, but not detection or location of radar. limited to: c. Any electronic equipment that receives or a® Special carpeting and insulation-, transmits audio, visual or data signals. b. Height-exlending roofs; Exclusion 4®c does not apply to; c- Custom murals, paintings, or other decals or 1) Electronic equipment that receives or graphics transmits audio, visual or data signals, whether or not designed solely for the Our limit of liability for loss to cuslam reproduction of sound, if the equipment is furnishings shall be the least of: permanently installed in the covered Rauto' a. Actual cash value of the stolen or damaged at the,'lane I of the 'loss' and such equipment property as of the time of the loss: or Is designed (o be solely operated by use of the power from Inc 'auto's" electrical b. The amount. necessary to repair or replace system, in or upon the covered"aulo'a or the property; or ImIludm copyrigNed material of Insuranoe Savix-s offiGes,Inc. Wth Its perinisslon ANF 702 06 06 Page 2 of 3 try COMMERCIAL AUTO ANIF 702 05 05 2) Any other electronic equipment that is: b. To the extent possible, notice to us should (a) Necessary for the normal operation of Include, the covered auto" or the monitoring of (1) How, when, and where the accident or the covered 'eute's' operating system; loss took place: or (2)The names and addresses of any injured (b) An Integral part of the same unit persons and witnesses-, and housing any sound reproducing equipment described In (1) above and (3) The nature and location of any injury or permanently installed in the opening of damage arising out of the accident or the dash or console of the covered loss, haulo" normally used by the manufacturer for inslallalion of a radio. The following is added to ®. CTIBLE We waive any right of recovery we may have C. DEDU against any additional insured under Coverage A. 1. The following is added: No deductible applies to Who Is An Insured f., but only as respects loss glass damage If the glass Is repaired rather than arlsIng out of the operation , ma`ntenance or use of replaced., a covered 'au o" pursuant to the provisions of the 4insured contract".written agreement, or permit, SECTION IV. BUSINESS AUTO CONDITIONS A. LOSS CONDITIONS lie 2.am and b® are replaced with: 2. Duties in The Event of Accident, Claim, Suit, or Loss a® You must promptly notify us, Your duty to promptly notify us is effective when any of your executive officers, partners, members, or legal representatives Is aware of the accident, claim, "suit", or loss. Knowledge of an accident, claim, "suit", or loss, by other employea(s) does not imply you also havo such knDvAedge, lm`udes mpyrighted inateral of senicer.Offices,'nr. Wt17 Its partnission ANIF 702 06 06 Page 3 of 3 'roumd CoM Scott Electric Co. , Inc, Policy H013CGL3 02394IC COMMERCIAL GENERAL LIABILI1`Y NPC 716 07 11 ADDITIONAL INSURED or "CERTIFICATE" HOLDER q NOTICE OF CANCELLATION-BLANKET THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies Insurance provided under the following: ALL COVERAGE FORMS If you are required by written contract to provide Notice of Cancellation (for reasons other than non- payment or premium or deductible reimbursement)to any additional insured or°certlficate"holder under this policy,we agree to provide such Notice slating when, no less than 30 days from the date of mailing, such cancellation shall take effect. You agree that as a condition precedent to us providing such notice® you will provide us with a complete list of such additional insureds or"cerlificate" holders including appropriate designees and complete mailing addresses. Such list shall be provided no less than 7 days from the date it is electronically requested. Such list shall be In a formal acceptable to us_ If notice is mailed, proof of mailing is sufficient proof of notice, For purpose of this endorsement, "certificate"shall mean a certificate of insurance issued as evidence of this insurance. NPC 715 07 11 Page 1 of 1 POLICY NUMBER: L3 1927 COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the foiimving; BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement, This endorsement changes the policy effective on the inception date of the policy unless another data is indicated below. i Endorsement Effective: 08/09/201.3 Countersigned By- Named Insured: 5 T FIECITIC COMPNAY, INC. SCHEDULE Number of Days'Notice 30 Name Of Person Cr Organization C11'Y OF CORPUS CHRISTI laddress P 0 BOX 9277, CORPUS CuRign, TX 78469 If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of days notice indicated in the Schedule CA 02 44 06 04 C ISO Properties, Inc., 2003 Page 1 of 1 WORKERS' COMPENSATION AND EMPLOYERS Texasmutuar LIABILITY INSURANCE POLICY InstilinincciCanpany WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3 A, of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule, This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule Schedule 1 Number of days advance notice: 30 2. Notice will be mailed to, CITY OF CORPUS CHRISTI ENGI VEER IN7PT 1201 LEOPARD ST CORPUS CHRISTI , TX 70401-2120 This endorsement changes the policy to which if is attached effective on the inception dale of the policy unless a different date is indicated below (The foliamng"attaching lause"need be completed only when this endorsement is gssued subsequent to preparation of the policy) This endorsement e "attaching 31 , 2013 at 12 01 A M standard time,forms a part of Policy No TSF-0001222275 20130401 oftheTexasmutu surance Company issued to SCOTT ELECTRIC COMPANY INC 7 Endorsement No. 2 Premium S 0.00 Authorized Representative WC420601(EM 1-941 AGENT'S COPY WASENORS 7-31-2013 Texasmutue WORKERS'S' O aPENSAT1 D EMPLOYERS LIABILITY INSURANCE POLICY Iftsmucecoinpay WC 42 03 04 A TEXAS WAIVER F OUR RIGHT TO RECOVER FROM OTHERS T Is endorsement applies only to the Insurance provided by the policy because Texas Is shown In Item 3.A. of the Informstlon Page,. We have the right to recover our payrnents from anyone liable for an Injury covered by this policy.We will not enforce our right against the person or organization named In the Schedule, but this waiver applies only with respeol to bodily Injury arising out of the operations described In the Schedule where you are required by a written contract to obtain this waiver from us. Tills endorsement shall not operate directly or Indirectly to benefit anyone not named In the Schedule. The premium for this endorsement Is shown In the Schedule. Schedule 1- ( Specific Waiver Name of person or organization ( B-anketWaiver Any person or organization for whore the famed Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS , premium The premium charge for this endorsement shall be percent of the premium developed on payroll in nneciion wllh work performed for the above person(s)or organlzatlon(s)arising out of the operations described. .Advance Premium INCLUDED, SEE INFORMATION PACE endcraernent charges the P99cy to Whch It Is attached oft ire on ft IncepUan data of the W.xy unless a Werefif date ia Inftated below, (The follow"'attacHno clause nerd be comp!eIsd oily Veen this endomomortl Is Iss ued subsequent to praparaticn of the patloy,) ThIs andoteemont,eft tine on at 1ea01 A.M.standard woe,ro=a part or PolicyNo, TSF°-000122 275 20130401 of theToxus Mutual Insurance Company Issuad to SCOTT ELECTRIC COMPANY INC Endarsoment No. Pr rurn AILR-:9 uth �presentetiva WC420304A(ED.1-01.20001 AGENT'S COPY OUSER 3°26-2013 WORKERS' COMPENSATION AND TexmmutuA @ EMPLOYERS LIABILITY INSURANCE POLICY Insurame pany ENDORSEMENTSCHEDULE EXTENSION OF INFORMATION PAGE PAGE 3 NAME AND ADDRESS OF INSURED POLICY NUMBER SCOTT ELECTRIC COMPANY [NC TSF-0001222276 20130401 PO BOX 1819 CORPUS CHRISTI , TX 78403-1819 ISSUE DATE 7-31-2013 ITEM, 3D ENDORSEMENT SCHEDULE - EDITION 8TAI,t NUMBER DESCRIPTION DATE 42 WCOO 03 02 DESI,GNATED WORKPLACE EXCLU 1-01-1994 42 WC 04 06 PREMIUM DISCOUNT 1-01-1994 42 WC42 03 01F TEXAS AMENDATORY 1-01-2000 42 WC42 03 08 PARTNERSIOFFICERS/OTHERS E 1-01-1997 42 WC42 04 04 GROUP PURCHASE OF WORKERS COMP 1-01-1994 42 WC42 04 07 AUDIT PREMIUM ENDORSEMENT 3-23-2002 42 WC42 06 01 TX NOTICE OF MATERI:AL CHANGE 1-01-1994 42 WC42 03 04A TX WAIVER OF RIGHT TO RECOVER 1-01-2000 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date Is indicated below (The following'attaching clause need be completed only when this endorsement is issued subsequent to preparation of the policy Thts endorsement,effective on July 31 , 2013 at 12 01 A M.standard time,forms a part of Policy No TSF-0001222275 20130401 of theTexas Mutual Insurance Company Issued to SCOTT ELECTRIC COMPANY INC Endorsement No. 2 Premium S 0.00 Authorized Representative WC000001A(Era 7-11s AGENT'S COPY WASENORS 7-31-2013 TexzMUtLW @ EMPLOYERS WORKERS" COMPENSATION LIABILITY InsmnceCanpany EXTENSION OF INFORMATION PAGE _. PAGE 2 ME AND ADDRESS OF INSURED POLICY NUMBER SCOTT ELECTRIC COMPANY INC TSF®0001222276 20130401 PO BOX 1019 CORPUS CHRISTI , TX 713403®1919 ISSUE DATE 7®31®2013 iTEM '1 "• ENDORSEMENT SCHEDULE - EDITION 57A,TE NUMBER DESCRIPTION DATE 42 TM-DIV®2001 DIVIDEND ENDORSEMENT 9®24®2001 42 TM-LHW®2001 LONDSH REIHARBOR ACT COVERAGE 9-24-2001 42 TM-LRC-2006 LIMITED REIMBURSEMENT COVERAGE 1®01®2003 42 TM-MC-2001 MARITIME COVERAGE 9®24®2001 42 OCS-.2011 OUTER CONTINENTAL SHELF LANDS 1-01°2012 42 PC-2003 POLICY CONDITIONS ENDORSEMENT 3®25®2003 42 TM-MV-2011 MUTUAL ENDORSEMENT FORM 1-01®2012 42 TM-TRIP A®200& TERRORISM RISK INSURANCE PROD 1-01®2006 42 TM-T E®2006 TERRORISM PREMIUM ENDORSEMENT 1-01®2009 42 WCOO 00 COB WORKERS COMPENSATION AND EMPLO 7-01-2011 42 WCOO 00 ®1A WORKERS COMPIEMPLtOVERS LIAO 7®01®2011 42 WCOO 03 01 ALTERNATE EMPLOYER 1®01®1994 42 WCOO 03 01 ALTERNATE EMPLOYER 1®01®1994 42 WCOD 03 01 ALTERNATE EMPLOYER 1®01®1994 42 WCOO 03 01 ALTERNATE EMPLOYER 1-01-1994 This endorsement changes the policy to which it is attached of€ecIrve on the inception date of the policy unless a different date is indicated below (The follmving"attaching clause"mead be completed only when this endorsement is Issued subsequent to preparation of the policy This endorsement,effeckwe on July 31 , 2013 at 12 01 A M standard time,forMS a part of Policy No TSF®0001222276 20130401 of the Texas Mutual Insurance Company issued to SCOTT ELECTRIC COMPANY INC Endorsement Nom 2 PrerYSiUrts$ 0,00 6� Authorized Representative WCOW001A(ED 7.11) AGENT'S COPY WASENDRS 7®31®2013 WORKERS"COMPENSA`fl ON AND EMPLOYERS Texasmutuar LIABILITY INSURANCE POLICY Ins 1 umncleCompany WC 99 03 0 ----GEN—ERAL-CHAN-TE—E—NDMS—EMENT The policy to which this endorsement is attached is amended as shown below� FORM WC42 06 01 (TX NOTICE OF MATERIAL CHANGE) IS ADDED This endorsement changes the policy to which it is attached effective on the inception dale of the policy unless a different date is indicated below (The follovAng attaching clause"need be completed only when this endorsement is irmitied subsequent to preparation of the policy This endorsement,effective on July 31 , 2013 at 12.01 A M standard time,forms a part of PulrcyNo TSF-0001222276 20130401 of the Texas Mutual Insurance CompanV Issued to SCOTT ELECTRIC COMPANY INC Endorsement No. 2 Premium S 000 Authorized Representative WC990301 JED.1-94) AGENT'S COPY WASENDRS 7-31-2013 Texasmutuar InsaimmCompany ROBERTS & CROW INC-AGC 12221 MERIT DR STE 300 DALLAS,TX 75251-2207 REF.TSF-0001222276 SCOTT ELECTRIC COMPANY INC PO BOX 1819 User ID: WASENDRS El47FC0V(11 15 2W4� C ' 19*03113/13'tAAC2013295-00 ORIG IMAGE COPY 0398149 GREAT AMERICAN INS CO OF NY Ad,,*stralive Offices 3C1 F 4;r?Sifeat IL 70 02 (Ed. 10 07) Ck-c xall Of- 4SM4201 V x1AmL--wcAN. 513 309--020 p, Policy No, MAC 2—,') 1m32-95 ® 00 INSURANCE GROUP Effective Date of Change 08108/ 13 BUSINESSPRO21 POLICY CHANGES THIS ENDORSEMENT NAMED INSURED SCOTT ELECTRIC COMPANY INC - CHANGES THE POLICY. PO BOX 1819 AND ADDRESS: CORPUS CHRISTI, TX PLEASE READ IT CAREFULLY. POLICY ALTERNATE MAILING ADDRESS: AGENT'S NAME AND ADDRESS: SWANTNER & GORDON INS . AGENCY PO BOX 870 CRP CHRIST) TX 78403 Insurance ' cz aftordod by the Compan-y named beIa %,,, , o Capital Stock Corporation : GREAT AMERICAN INSURANCE COMPANY OF NEW YORK POLICY PERIOD, From 0 4 1 0 1 1 1 3 To 0 4 10 1 f 1 4 112y01 A , Mr Standard Time at tl,e address of the Named Insured NO CHANGE IN PREMIUM THE FOLLOWING CHANGE HAS BEEN MADE TO YOUR POLICY: ADDED CITY OF CORPUS CHRISTi AS A LOSS PAYEE WITH 30 DAY OTICE OF CANCELLATION, PER THE ATTACHED. ALL O'FHER TERFAS AND CONDITIONS REMAiN UNCHANGED, FORMS AND ENDORSEMENTS ti:ereby added CM8270 FORMS AND ENDORSEMENTS hereby amended: FORMS AND ENDORSEMENTS hareby daieted -, Agent Stgnalure Data IL 70 02 (Ed. 10107) PRO (Page I a f 1) SMH 08113/13 C * 19'08/13/13'MAC2013295-00 OR4G IMAGE COPY 0398149 GREAT AMERICAN INS CO OF NY ' .K I E 4%Sheal CM 82 70 r C-77hral OH 452024M vRhA`1Amz,:RicAN. �6mEoctipti (Ed. 0 6 0 8) INSURANCE GROUP THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INLAND MARINE POLICY CHANGES Named [nsure& SCOT;, ELECTRIC COMPANY INC. Effective Date of Change. 0 8 10 8 12 0 1 3 The following items are changed if an "X' is shown in the parentheses in the Schedule Below; ( X ) Additional Interested Parties (Mortgagee, Loss Pad ee) Coinsurance Cain., L ) Named Insured Deductibles Insured's Mailing Address Covered Property/Locations LlmitslExposures Other Coverage Forms and Endorsements The above amendments result in a change in premium, as follows; NO CHANGES ADDITIONAL PREMIUM RETURN PREMIUM $ $ DESCRIPTION OF POLICY CHANGES THIS ENDORSEMENT CHANGES YOUR DOLICY. PLEASE READ IT CAREFULLY, THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER °HE FOLLOWING: COMNION POLICY CONDITIONS THE FOLLOWING IS ADDED TO A CANCELLATION, 2 . A & B A 30 DAYS BEFORE THE EFFECTIVE DATE OF CANCELLATION IF WE CANCEL FOR NON-PAYMEN7 OF PREMIUM OR; B , 30 DAYS BEFORE THE EFFECTIVE DATE OF CANCELLATION IF WE CANCEL FOR ANY OTHER REASON. THE ABOVE 30 DAY NOTICE OF CANCELLATION IS GRANTED IN FAVOR OF CITY OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI, TX 78459-9277 ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. CM 82 70 (Ed. 06/08) PRO (Page I of 1) Street Light Survey Property Owner Proposal: Install a mid-block street light between 1138 and 1142 O'Connell Street I agree with the proposed street light(s). I oppose the proposed street light(s). Comments: ® Would you be willing to provide a 5' easement to AEP No Signature: Property Owner of (Address) Please mail your response to: City of Corpus Christi Traffic Engineering Division PO Box 9277 Corpus Christi, Texas 78469-9277 Or, you may either telephone your response at 361-826-3589, or it your response to frankc@cctexas.com. Responses are due on or before For more information please call: 361-826-3547. Street Light Survey Property Owner Proposal: I nstall a mid-block street light between 1138 and 1142 O'Connell Street I agree with the proposed street light(s). I 2ppose the proposed street light(s). Comments: Easement: Would you be willing to provide a 5' easement to AEP -Yes No Signature: Property Owner of (Address) Please mail your response to: it of Corpus Christi Traffic Engineering Division PO Box 9277 Corpus Christi, Texas 78469-9277 Or, you may either telephone your response at 361-826-3589, or email your response to frankc@_cctexas.com. Responses are due on or before E!j t 692013 For more information please call: 361-826-3547. Street Light Survey Property Owner Proposal: Install a mid-block street light between 1138 and 1142 O'Connell Street I jqree with the proposed street fight(s). I oppose the proposed street light(s). Comments: Easement: Would you be willing to provide a V easement to AEP -Yes -----------------------, No Signature: Property Owner of (Address) Please mail your response to: City of Corpus Christi Traffic Engineering Division PO Box 9277 Corpus Christi, Texas 78469-9277 Or, you may either telephone your response at 361-826-3589, or email your response to frankc(cDcctexas.com. Responses are due on or before Friday,.Sete,,,,.m,, ber 6 2013 ®r more information please call: 361-826-3547. Street Light Survey Property Owner Proposal: Install a mid-block street light between 1138 and 1142 O'Connell Street I agree with the proposed street light(s). I oppose the proposed street light(s). Comments: ® Would you be willing to provide a 5' easement to AEP -Yes -No Signature: Property Owner of (Address) Please mail your response to: City of Corpus Christi Traffic Engineering Division PO Box 9277 Corpus Christi, Texas 78469-9277 Or, you may either telephone your response at 361-826-3589, or email your response to frankc@c_ctexas.com. Responses are due on or before f[j4Ayj2jEMtff_j_L013 For more information please call: 361-826-3547.