Loading...
HomeMy WebLinkAboutC2013-342 - 9/17/2013 - Approved 2013-342 9117113 SafeNet Services LLC rd. 029952 I i ' I i (Revised 7/5/00) RE-BID FIRE STATION NO. 5 RELOCATION BOND 2008 PROJECT NO. 5245 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B Worker' s Compensation Insurance Requirements SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials (Not Used) A-IB Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required (Revised 7/5/00) A-24 Surety Bonds (Not Used) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents (Not Used) A-36 Other Submittals (Revised 9/18/00) (Not Used) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A® Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A 46 D's ghly GhIeE (Not Used) A A-7 n ­ Ee-Gens"ruellien GmpleEa (Not Used) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution & Progress A-51 Storm Water Pollution Prevention Plan A-52 Windstorm Certification Attachment I- Example of SUBMITTAL TRANSMITTAL FORM Attachment II- CDBG Project Sign Attachment III and 2008 Project Sign Attachment IV Bidder's Qualification Statoment SECTION B - GENERAL PROVISIONS _SEC (Not Used) SECTION D - FEDERAL WAGE RATES AND REQUIREMENTS SECTION S - STANDARD SPECIFICATIONS 021 SITE PREPARATION 021020 Site Clearing and Stripping S5 021040 Site Grading S6 021080 Removing Old Structures S55 022 EARTHWORK 022022 Trench Safety for Excavations 022100 Select Material S15 022420 Silt Fence S97 025 ROADWAY 0252 SUBGRADES AND BASES 1 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54 025210 Lime Stabilization S28 0254 ASPHALTS AND SURFACES 025404 Asphalts, Oils and Emulsions S29 025424 of Mix Asphaltic Concrete Pavement (Class A) S34 0256 CONCRETE WORK 025610 Concrete Curb and Gutter S52 025612 Concrete Sidewalks and Driveways S53 025614 Concrete Curb Ramps 0258 TRAFFIC CONTROLS & DEVICES 25802 Temporary Traffic Controls During Construction 026 UTILITIES 6_262dE­NERAL 026202 Hydrostatic Testing of Pressure Systems S89 026206 Ductile Pipe and Fittings S81 026210 Polyvinyl Chloride Pipe 0264 WATERLINES 026402 Waterlines S88 026404 Water Service Lines S87 026409 Tapping Sleeves and Tapping Valves S84 026411 Gate Valves for Waterlines S85 027 SEWERS & DRAINAGE 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 027205 Fiberglass Manholes 0276 SANITARY SEWERS (GRAVITY 027602 Gravity Sanp.ta.r,�r, Sewers 56:1 027606 Sanitary Service Lines 027611 Television inspection of Conduits 0310 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel S42 030000 Concrete Structures SECTION T — TECHNICAL SPECIFICATIONS DIVISION l GENERAL REQUIREMENTS 01100 Summary 01200 Price and Payment Procedures 01230 Alternates 01300 Administrative Requirements 01400 Quality Requirements 01500 Temporary Facilities and Controls 01600 Product Requirements 01700 Execution Requirements 01760 Closeout Submittals DIVISION 2 SITE OR 022020 Excavation and Backfill for Utilities and Sewers 022021 Control of Ground Water 022040 Street and Site Excavation 022030 Embankment 02225 0emolition 02460 Grilled Concrete Piers and Shafts 025223 Crushed Limestone Flexible Base 025412 Prune Coat 025007 Pavement Markings (Paint and Thermoplastic) 02621 Chain Link Fences and Cates 02023 Landscape Grading 02924 Seeding and Soil Supplements 02930 Exterior Plants DIVISION CONCRETE 03300 Cast-Ira-Place Concrete 03354 Diamond Polishing Concrete Floors 03366 Concrete Sealer 03471 Tilt-Up Concrete Wall Panels DIVISION 4 MASONRY - NOT USED DIVISION 5 METAL 05120 Structural Steel Framing O5210 Steel Joists Framing 05310 Steel 0ecking 05500 Metal Fabrications 05515 Ladders DIVISION 6 WOOD AND PLASTIC 06100 Rough Carpentry 06410 Custom Cabinets DIVISION 7 THERMAL AND MOISTURE PROTECTION 07212 Board and Batt Insulation 07520 SRS Modified Bitumen Membrane Roofing 07540 Thermoplastic Single Ply Membrane Roofing 07620 Sheet Metal Flashing and Trim 07840 Firestopping 07900 Joint Sealers DIVISION 8 DOORS AND WINDOWS 08110 Steel Doors and Frames 08211 Flush Wood Doors 08360 Sectional Overhead Doors 08625 Tubular Skylights 08710 Door Hardware 08800 Glazing DIVISION 9 FINISHES 09260 Gypsum Board Assemblies 09300 Tile 09511 Suspended Acoustical Ceilings 09650 Resilient Flooring 09900 Paints and Coatings DIVISION 10 SPECIALTIES 10100 Visual Display Boards 10170 Plastic Toilet Compartments 10260 Wall and Corner Guards 10350 Flagpoles 10400 Identification Devices 10503 Turnout Gear Lockers 10523 Fire Extinguishers and Cabinets 10530 Aluminum Canopies 10800 Toilet, Bath, and Laundry Accessories DIVISION ll_gQgIPMEMT 11400 Food Service Equipment 11700 Air Circulation Fans DIVISION 12 FURNISHINGS DIVISION 13 SPECIAL CONSTRUCTION DIVISION 14 CONVEYING SYSTEMS DIVISION 15 MECHANICAL 15010 Mechanical General Conditions 15020 Starting of Plumbing and HVAC Systems 15058 Access Doors 15060 Hangers, Supports, and Foundations 15070 Mechanical Sound and Vibration Control 15075 Mechanical Identification 15080 Mechanical Insulation 15140 Domestic Water Piping 15150 Sanitary Waste and Vent Piping 15160 Storm Drainage Piping 15190 Natural Gas Piping 15300 Fire Sprinkler Systems 15410 Plumbing Fixtures 15480 Domestic Water Heaters 15779 Packaged Rooftop Air Conditioning Units with Gas Heating 15810 Ducts 15820 Duct Accessories 15830 Fans 15850 Air Outlets and Inlets 15660 Air Cleaning Devices 15975 Automatic Temperature Controls 15985 Sequence of Operation 15990 Testing, Adjusting, and Ba1ancing DIVISION 16 ELECTRICAL 16010 Special Provisions for Electrical Work 16100 Access Doors 16110 Raceways 16111 Conduit & Fittings 16120 Wire and Cable - 600 Volts and Under 16131 Junction and Pull Boxes 16134 Outlet Boxes 16141 Wiring Devices 16150 Motors, Controllers and, Electric Powered Equipment 16170 Disconnect Switches 16190 Supporting Devices 16411 Underground Services 16440 Metering 16450 Grounding 16471 Panelboards 16476 Fuses 16501 Lighting Fixtures 16603 Empty Raceway Systems 16612 Emergency Power System (Natural Gas) 16616 Surge Protective Devices 16724 Fire Alarm System 16910 Temperature Controls 16996 Electrical Systems Startup EXHIBITS Appendix A: Geotechnical Study Appendix B: Specifications for Asbestos Abatement LIST OF DRAWINGS NOTICE AGREEMENT (Rev. June 2 010) PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS RE-BID NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: FIRE STATION NO. 5 RELOCATION RE-BID; BOND 2008; PROJECT NO. 5245; Project consists of the demolition of a two-story building, and the construction of a single story fire station and a separate joint use building. Site improvements consist of existing paving demolition and new concrete paving drives and parking area, limited curb and gutter reconstruction, new site utilities, off-site utility tie-ins and street work, and lawn areas. Building construction consists of tilt-up concrete wall panels, steel framed roof system, drilled pier and suspended floor system, storefront openings, drywall partitions, flooring, suspended ceiling systems, hollow metal and plastic laminate doors, millwork, and HVAC, plumbing, fire sprinkler and electrical systems, in accordance with the plans, specifications and contract documents . Bids will be received at the office of the City Secretary until 2:00 P.M. on Wedneqday, July 10, 2013, and then publicly opened and read. Any bid receive U after closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m. Tuesd.Layj June 25, 20114 f 13 and will be conducted by the City. The location of the meeting will -Be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- "` responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25, 000.00 will result in forfeiture of the 5% bid 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 no/100 Dollars $50.00) as a guarantee of their return in good condition within two weeks of bad date. Documents can be obtained by mail upon receipt of an additional Tan and no/100 Dollars ($10 .00) which is a non-refundable postage/handling charge. — The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS Isl Daniel Biles, P.E. Interim Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage B. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH 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 ® NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ® REQUIRED Nev aaouiRao INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements ❑ REQUIRED ® NOT REQUIRED Page 1 of 2 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 E-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal,. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 860--3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - 8 WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 114 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE§110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a)The following words and terms,when used in this rule,shall have the following meanings, unless the context clearly indicates otherwise..Terms not defined in this rule shall have the meaning defined in the Texas Labor Code,if so defined. (1)Certificate of coverage(certificate)--A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a workers'compensation coverage agreement(TWCC-81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers' compensation insurance coverage for the person's or entity's employees(including those subject to a coverage agreement)providing services on a project,for the duration of the project. (2)Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(ex1). (3)Contractor A person bidding for or awarded a building or construction project by a governmental entity. (4)Coverage—Workers'compensation insurance meeting the statutory requirements of the Texans Labor Code,§401.011(44). (5)Coverage agreement--A written agreement on form TWCC-81,form TWCC-82,form TWCC-83,or form TWCC-84,filed with the Texas Workers'Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers'Compensation Act,pursuant to the Texas Labor Code,Chapter 406,Subchapters F and G,as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6)Duration ofthe project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7)Persons providing services on the project("subcontractor"in§406.096 of the Act)—With the exception of persons excluded under subsections(h)and()of this section,includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees.This includes but is not limited to independent contractors,subcontractors,leasing companies,motor carriers,owner-operators,employees of any such entity,or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services"includes but is not limited to providing,hauling,or delivering equipment or materials, or providing labor,transportation,or other service related to a project."Services"does not include activities unrelated to the project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. (8)Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b)Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers'compensation coverage,that the coverage is based on proper - reporting of classification codes and payroll amounts,and that all coverage agreements have been filed with the appropriate insurance carrier or,in the case of a self-insured,with the commission's Division of Self-Insurance Regulation.Providing false or misleading certificates of coverage,or failing to provide or maintain required coverage,or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties,criminal penalties,civil penalties,or other civil actions. (c)A governmental entity that enters into a building or construction contract on a project shall: (1)include in the bid specifications,all the provisions of paragraph(7)of this subsection,using the language required by paragraph(7)of this subsection; (2)as part of the contract,using the language required by paragraph(7)of this subsection, require the contractor to perform as required in subsection(d)of this section; (3)obtain from the contractor a certificate of coverage for each person providing services on the project,prior to that person beginning work on the project; (4)obtain froni the contractor a new certificate of coverage showing extension of coverage: (A)before the end of the current coverage period,if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project;and (B)no later than seven days after the expiration of the coverage for each other person ., providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5)retain certificates of coverage on file for the duration of the project and for three years thereafter; (b)provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law;and (7)use the language contained in the following Figure I for bid specifications and contracts, without any additional words or changes,except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation:Attached Graphic - Page 3 of 11 A A contractor shall- (1)provide coverage for its employees providing services on a project,for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage showing workers'compensation coverage to the governmental entity prior to beginning work on the project; (3)provide the governmental entity,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage,if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4)obtain from each person providing services on a project,and provide to the governmental entity: (A)a certificate of coverage,prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (B)no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project; (7)post a notice on each project site informing all persons providing services on the project that they arm required to be covered,and stating how a person may verify current coverage and report failure to provide coverage.This notice does not satisfy other posting requirements imposed by the Act or other commission rules.This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population.The text for the notices shall be the following text provided by the commission on the sample notice,without any additional words or changes,Attached Graphic (8)contractually require each person with whom it contracts to provide services on a project to- (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to the contractor prior to that person beginning work on the project; (G)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 project; (F)retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (G)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and (H)contractually require each other person with whom it contracts,to perform as required by subparagraphs(A)-(H)of this paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. (e)A person providing services on a project,other than a contractor,shall: (1)provide coverage for its employees providing services on a project,for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage as required by its contract to provide services on the project,prior to beginning work on the project; (3)have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage,the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers'compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self-insured,with the commission's Division of Self-Insurance Regulation.Providing false or misleading information may subject the contractor to administrative penalties,criminal penalties,civil penalties,or other civil actions." (4)provide the person for whom it is providing services on the project,prior to the end of the coverage period shown on its current certificate of coverage,a new certificate showing extension of coverage,if the coverage period shown on the certificate of coverage ends during the duration of the project; (5)obtain from each person providing services on a project under contract to it,and provide as required by its contract: (A)a certificate of coverage,prior to the other person beginning work on the project;and (B)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6)retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7)notify the governmental entity in writing by certified mail or personal delivery,of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change;and (8)contractually require each other person with whom it contracts to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to it prior to that other person beginning work on the project; (G)include in all contracts to provide services on the project the language in paragraph(3)of this subsection; (D)provide,prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E)obtain from each other person under contract to it to provide services on the project,and provide as required by its contract: (i)a certificate of coverage,prior to the other person beginning work on the project;and (ii)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (I)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and (H)contractually require each person with whom it contracts,to perform as required by this subparagraph and subparagraphs(A)-(G)of this paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. (f)If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application,and to this end the provisions of this rule are declared to be severable. (g)This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 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 6of11 (h)The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes,Article 6675c,to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c,§4(j). (i)The coverage requirement in this rule does not apply to sole proprietors,partners,and corporate officers who meet the requirements of the Act, §406.097(c),and who are explicitly excluded from coverage in accordance with the Act,§406.097(a)(as added by House Bill 1089, 74th Legislature, 1995, §1.20).This subsection applies only to sole proprietors,partners,and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered,issued for delivery,or renewed on or after January 1, 1996. Source Note:The provisions of this§110.110 adopted to be effective September 1, 1994, 19 TexReg 5715;amended to be effective November 6, 1995,20 TexReg 8609 Page 7 of 11 T28S 110.110(d){7) "REQUIRED WORKERS`COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This includes persons providing hauling or delivering equipment or materials, or providing labor or trportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers'Compensation Commission at 512-440-3789 to receive Information on the legal requirement for coverage, to vero whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." Page 8 of 11 728S 1 10.110{c}(7) Article— . Workers'Compensation Insurance Coverage. A.Definitions. Certificate of coverage ftert ficate'q-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement(TWCCL81, TWCC- 82, 7WCC-83, or MCC-84),showing statutory workers'compensation insurance coverage far the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096)-includes all persons or entitles performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, Independent contractors,subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services"include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project,such as foo&beverage vendors, office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the contractor providing services on the project;for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period,file a new cert f cate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1)a certf cate of coverage,prior to that person beginning work on the project, so the governmental entity will have on file cert icotes of coverage showing coverage for all persons providing services on the project;and (2)no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current cert f cote of coverage ends during the duration of the project. Page 9 of 11 F, The contractor shall retain all required certiftcates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of anyperson providing services on the project H The contractor shall post on each project site a notice, in the text,form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project to: (1)provide coverage, based on proper reporting of classy1cation codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 40-7.011(44)for all of its employees providing services on the project,for the duration of the project; (2)provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project, (3)provide the contractor,prior to the end of the coverage period, a new certfcate of coverage showing extension of coverage, if the coverage period shown on the current cert fcate of coverage ends during the duration of the project; (4)obtain from each other person with whom it contracts, and provide to the contractor: (a)a certificate of coverage,prior to the other person beginning work on the project;and (b)a new certfcate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certfcate of coverage ends during the duration of the project, (S)retain all required cent f cares of coverage on f le for the duration of the project and for one year thereafter; (6)notify the governmental entity in writing by certified mall or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the Provision of coverage of any person providing services on the project,and (7)contractually require each person with whom it contracts, to perform as required by paragraphs(1)- (7), with the certificates of coverage to be provided to the person for whom they are providing services. J.By signing this contract or providing or causing to be provided a certfcate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classocation codes and payroll amounts, and that all coverage agreements will beftled with the appropriate insurance carrier or, in the case of a se f insured with the commission's Division of Self- Page 10 of 11 Insurance Regulation.Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void If the contractor does not remedy the breach within ten days after receipt of notice of breachfrom the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS FIRE STATION NO. 5 RELOCATION RE-BID BOND 2008 PROJECT NO. 5245 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/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 Hall, 1201 Leopard Street, until 2:00 .m. Wednes4y, July 10 2013. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - FIRE STATION NO, 5. RELOCATION RE-BID, BOND 2008; PROJECT NO. 5245 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 nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any 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 the bid opening. A pre-bid meeting will be held on Tuesday, June 25, 2013, beginning at 10:00 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. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project Project consists of the demolition of a two-story building, and the construction of a single story fire station and a separate joint use building. Site improvements consist of existing paving demolition and new concrete paving drives and parking area, limited curb and gutter reconstruction, new site utilities, off--site utility tie-ins and street work, and lawn areas. Building construction consists of tilt-up concrete wall panels, steel framed roof system, drilled pier and suspended floor system, storefront openings, drywall partitions, flooring, suspended ceiling systems, hollow metal and plastic laminate doors, millwork, and HVAC, plumbing, fire sprinkler and electrical systems, in accordance with the plans, specifications and contract documents. Section A - SP (Revised 12/15/04) Page 1 of 23 All work shall meet the current requirements/standards of the American with Disabilities Act (ADA) and the Texas Department of Licensing and Regulation TDLR) and shall be in accordance with the plans, specifications and contract documents. A-4 Method of Award The Total Base Bid and Additive Alternates will be considered subject to the availability of funds budgeted by the City and will be evaluated based on the following order of priority: 1. Total Base Bid -or- 2. Total Bass Bid plus Any or ALL Combination of Alternates 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., A-5 Items to be Submitted with Proposal The following items are re uired to be submitted with the proposal: 1. 5% Bid Bond Must reference BID PROPOSAL - FIRE STATION NO. 5 RELOCATION RE-BID, BOND 2008; PROJECT No. 5245 as identified in the Proposal) (A Cashier's Check, certified check, money order o r bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement 3. Qualifications of Asbestos Abatement Contractor: All bidders shall submit a resume. The resume may include as much evidence as deemed necessary to establish qualifications for asbestos related work. The resume shall be submitted with this proposal. Non- submission of resume with proposal shall be considered grounds for rejection of bid. A-6 Time of Completion/LiSMidated Damages The working time for completion of the Project will be 270 calendar days. No additional time sha 11 be gra nted should any of the Addi tive Alternates be awarded. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $250 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Section A - SP (Revised 12/25/04) Page 2 of 23 A-7 Workers CoMensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. -8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 wage Rates (Revised 7/5/00) Labor preference and wage rates for Building Construction, Highway and Heavy Construction. In case of conflict, Contractor shall use higher wage rate. Prevailing Wage Scales The Corpus Christi City Council has detennined the general prevailing minimm hourly wage rates for Niues County, Texas as set out in Section C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic enployed, if such person is paid less than the specified rates for the classification of work perfo The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, worknen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. Section A - SP (Revised 12/15/04) Page 3 of 23 The Contractor will make bi-weekly certified payroll srubiAttals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all sdxontractors and others working on the Project. These doomvmts will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1:4) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays, (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 22g22EEt .�un with Public (Pavised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project., The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas 811 and the Lone Star Notification C4mpany at 1-800-669-8344. For the Contractor's convenience, the following telephone, n are listed. City Engineer 826-3500 Project Architect 361-854-1471 SolkaNavaTorno, LLC Traffic Engineering B26-3540 Police Department 886-2600 Water Department 826-1881 (826-1888 after hours) Wastewater Department 826-I800 (826-1818 after hours) Gas Department 885-6900 (885-6913 after hours) Storm Water Department 826-1875 (826-3140 after hours) Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1940 A E P 1877-373-4858 S B C 881-2511 (1-800-824-4424, after hours) City Street Div. for Traffic Signal/Fiber Optic Locate 826-1946 826-3547 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887--9200 (Pager 800-724-3624) KW (Fiber Optic) 813-1124 (Pager B88-2041679) ChoioeCcrn (Fiber Optic) 881-5767 (Pager B50-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MN) 972-753-4355 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, 'the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. if the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Section A - SP (Revised 12/15/04) Page 4 of 23 Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc. ) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Y Engineering Department. i All costs for traffic control are considered subsidiary; therefore, no direct ,- payment will be made to Contractor. A-14 Construction Eggipaent Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or E spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must V be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc. , are to be considered subsidiary to the bid item for "Street Excavation therefore, no direct payment will be made to Contractor. Section A - 3P (Revised 12/15/04) Page 5 of 23 A-16 Disposal/Salva a of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. m A-17 City Engineer Field Office NOT USED field effiee at the --s-OtEuet-J'an. --ite. The field efffiee must eentain at least h and Ne-ated and Must be fui-nished willh an Inelined table that eastir-es at ,, efiiee en the site as requirred by the G145y Engineer- er his repi�esentative: anc in'. a ee) and FAX maehi aid €ems-by—the—Geneaetew. mom.. A-18 schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on cALENmR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities, Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re--Submission: Revise and resubmit as required by the City Engineer.: S. Periodic Update; Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc., that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessar to disturb or destroy a control, point or bench mark, the Contractor s all provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of Section A - SP (Revised 12/15/04) Page 6 of 23 the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey (R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency/point of circumference • Curb and gutter flow line - both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: • All rim/invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Water: • All top of valves box; • Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Stormwater: ® All rim/invert elevations at manholes; • All intersecting lines in manholes; ® Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . - 0 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. Section A - SP (Revised 12/15/04) Page 7 of 23 A-21 Project Sign The Contractor must install 1 Project sign as furnished by the City (Attachment III) and as indicated in Section A. The Contractor must also furnish and install 1 CDBG sign as indicated in Attachment II. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the sign will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1969, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise, 2. Definitions a., Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract,. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) . Minority persons � include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person,. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . section A - 9P � (Revised 12/15/04) Page 8 of 23 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% 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. Minoritys See definition under Minority Business Enterprise. e. Female Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 15 %- b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance 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. Section A - $P (Revised 12/15/04? Page 9 of 23 b, The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Require (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the 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, including water/wastewater meter fees and tap fees as required by City, A-24 Sure tX_Son ds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Section A SP (Revised 12/15/04) Page 10 of 23 A-25 Sales Tax Exemption (NOT USED) Seetlen B 6 22, Tam GiEemptien Previsien, is deleted In Its entirety and the fellewing substituted in ilea thereof. -e a sepaLeated eeatr-aet as defined by Seeblen-391 of-Ehapter 3,Taif Administratien•-ef—Title—34, Publie Finanee of premelgated-by the Cemptreller et Peblie Aeeeunts of-Teas. i€the-EentEaetar-eleets-t-e-eperato undee a separated eentEaet, he sh 1. Obtain the neeeasaEy sales tam permits gEem the State Gemptrallert. 2. identify in the appFepriate speee en the"Statementef Mater-la•le—aft t " 4, Pee-Ad the—city with eepies of materla•l—invl•ees—te—substantiate the must--pay—€er all Sales, &Seise, and Use Tajees applleable to this P_____t ales—eemplies—with the abeve requirements. - The—Eentraeter—must—Issue—a turn, issues resale eertifleate te his supplier. A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate, of insurance certifying that the section A - SP (Revised 12/15/04) Page 11 of 23 Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Res onsibill a for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide Builders Risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builders Risk coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Builders Risk insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. °-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning; 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. if any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years., The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. section A - sP (Revised 12/15/04} Page 12 of 23 A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the " City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. -,, Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4 . A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for Section A - SP ,- (Revised 12/15/04) Page 13 of 23 each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A--35-K, if applicable. 10. Within five (5) days following bid opening, sit in letter form, information identifying type of entity and state, i.e. , Texas (or other state) Corporation or Par tnership, and na me(s) and Title(s) o f individual(s) authorized to execute contracts on behalf of said entity. 11. A Bidder's Qualification Statement to be filled out in it's entirety. Attachments may be utilized to fully answer the requirements of the questionnaire. Refer to Attachment IV. A-31 Amended Policy on Extra Work and PMM_u:(e Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Chan a orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor Section A - SP (Revised 12/15/04) Page 14 of 23 acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-l. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc. , the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) n. Vieiter,'GentreeteE „r:eata� Eeeteaeter, his subeentreeters, and eaeh of their--empleyees-must- have-en-theiE pereen-a valid eaEd eeEt!Eying theiE p iaE att•endanee 8epaEtmeat pereennei €eE these-geEsens whe de net have a ear-d and desir-e-te-per-€eemafty WOEIE within any Gity-era-€err€aelillcy. FeE additlen l in€ematien EefeE to Attaehment B. Operation off Gi-ty-Giefted Equipment The Gentractew shall not s•taet, epeeate, or stop a" pump, Mete valve equipment, switeh, brealeee, eenteei, or any et hen item related to-Gity-water Eaeility at any t !me.Ali-site# items must be the Gity Water Department. Section A - SP (Revised 12/15/04) Page 15 of 23 G. pmeteet&en of Water_Q..-la_ty all times. The GentEeeterr shall preteet the qual�6by of the water- gepaFtment tepfeteet the-qua!A€y-e€ watee. All mateElals—and equipment used in the eepaiEy reassembly, A-them`—reemsp whfeh eeuld ee3Ele inte eentaet Tn4th getable waberry must eenferm to—firl'eurs-^^--,satfenal St-andayd5 last'tut_ �"..t: , vajtcaz:�em rzeundalren (ANGI ,SF) Standard 61 as deseL�ibed—}n—the Seeh matsw&als xFkelude-all-selveatereleanews ,..b_ieents gaskets, pew$ennel _d =tely pr ier to lase. The teat deter shall Arms%4#e—the Engineer—with—eeples—of written peee€—ems ANSIMSFStandersd 61 apre al for- all mateelals :hie £i HandUng and V&Gjqssa4 " Trash All tEash generated by the Gentreeter 9E his employees, ageftts, ee sebeenbreetsEs-,must be eentalned at all aims at the water dl. GOMMAGWGRIS ON SETS FREPANYPIGN F. 8entEaeterml s peEsennel mast wear- eelered unifer-m ever-ails _the then eL-ange, blue, ee whilee. Eaek employee uniform must provide . Gentrae€ems midst net use any Gilcy--€•aellit -__....ms. GeatEaetee mestprevr ewn --_t^-..l .. F_ _ es„tl _ e • ; vct.stsea are- a=ra; .J at 9. N., Stevens SVa€•ems Tre•atment—Pl•aat , All pef,s e eea s leave the, desillfin atd � a€tee evaeueti-n. Section A - SP {Revised 12/15/04) Page 16 of 23 , ' ,' t4en^9.­ air —46UPE, r N .. PRO — n'a-�ra�°"A .. deteeffti ned by rq q lal ifleations deb", atlnfj� of JDlfaeiA11Fj a PEeflef!ably a:9 ea a 141f'! 1400 Men MIwely -e gaged in!- the-bype-of-week-spee&M-tod 4. 1w; OMPA,oya- w-8014 Pee sue, Val AnIqlaeor to amperw&ee ,. , m 4 J# ff'jw .. A U .. n.._ y...' . N preWet-e parfermanee plant -Mill—be—Mood -&0- ewaleat&�nq whioh ° , subeenbeawer-pro gnome Me --she Geoursehow, "We pradae r �. � and­19-0-wen- to the MY Engineem wlth all skengeo made NOW" aft -eked ;.�. , wzll ­ Iry--- . a All %weahment w Section A - SP (Revised 12/13/04) Page 17 of 23 A-36 other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal 'Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section "Attachment I", and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suff,,x. Contractor must identify the Contractor, the 'Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of . Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e, Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f.., Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g, Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals- Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Sa. ples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection.. Section A _ 9P (Revised 12/15/0) Page 1191 of 23 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equil2ment will not beapproved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" NOT USED 6 15 AEEanqement and Ghaege fee Water Furnished by the Gity, add the fellswing- ceneervatien—and—8reught—Eentingeney—Plan as amended (the "Plan") . This eenelltiens. The-Fitt' Fagineer wiii-provide a eepy ef the Plan :te *:_.._.._- the-Prejeet site theaughetit eenstruetien.11 A-38 Worker's Compensation Coverage for Building, or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B' " are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8- 9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day. and the Gentraeter will: be A-42 OSHA Rules 6 Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. Section A - SP (Revised 12/15/04) Page 19 of 23 A-43 Amended Indemnification a Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, 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, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, subcontractor's costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions.. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of Hi hl Chlorinated water (7/5/00) NOT USED e disinfect _....a lid- h­W v Section A - SP (Revised 12/15/04) Page 20 of 23 wetlands-er ens-rreimentally sensitive-area-These-are regulated by nemereue age. s sueh as TNRGG, EPA, eto. it will be-the-Curtr-ae-terls ee�np�y-with the rements of all regulater-y-ageneles is the dispesa of The metheds ef dispesal shall be submitted to the pr the-City€ee appreval. There shell be-ne separate pay-far disgesel of highly �w... eh ler ineted water. 8entra ete r shall net use tie-City's sanitary sewer-sir stem A-47 Pre-Construction Exploratory Excavations (7/5/00) NOT USED Prier-te any-eenstreetlen whatever en-the--pr-ejeet, C-en-traeter --h_1 , _._..__._te ve-rtieal and harieental leeatlen e€eae - and _. tent_all n fl: _. 4_ pipeline. Per existing p1pellyres whieh parallel and are within ten feet a}---ef f' prepesed p4:pelinee of the rre'eet, Eentraeter-sha-l; ex__--_`-_ and expese said emiting pipelines at a maielmtm sE 309 feet G.G. and Genbraeter shall: survey r the-aeenrate herieePrtal and- ertieal lseatisns of said paEallel r_ce_ 399-feet-maximum Centreeter shall then-prepare a repeet and submit it to the City fer-appreval indleating the-9wner of p1pellnes eiteavated and--surveyed, as well as the appeeitimate statlen tbeeee€, elistanee to the pavement eenterline---and elevatione9f the ==r of emleting ripe'--..__. Gentwasteje shall-gee€eem ne eenstnuetxen-werk elm the prej-eat -until all expleratery emeavatj ens have been made In the&ie I the results thereof reported to the Engineer and =ril-Gentmaetew reeelves Engineer's _ppre_._, e Empleratery eiEeavatlene shall be paid geE en a lump siffR basis. My pavement repair asseelated with expleratory emeavatiens shell-be-maid fee eeeerd-- the-established until prlee-ef pavement-patehing. Bentraeter shall re-A-'_ all his-ewn survey were€€ert-(tee-separate--pay) far _,_kp ___t__ _ -_. ;--- A-48 overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc. , to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CPL and inform CPL of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. it shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A - SP (Revised 12/15/04) Page 21 of 23 A-49 Amended "Maintenance Guarani " (B/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-811 Maintenance Guarant , add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Pro ress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract." A-51 Storm Water Pollution Prevention Plana This project is required to have a Notice of Intent (NOI) submitted as per Part II.D of the TPDES General Permit No. TXR150000. The Contractor will be required to submit a NOI along with the appropriate fee, and complete a Construction Site Notice for this Project. The Contractor is required to provide copies of the NOI and Construction Site Notice to the City prior to commencement of any construction activities. The Contractor is also required to post a signed copy of the NOI and Construction Site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local, state and federal authorities, prior to commencement of any construction activities. The Contractor will be required to submit a Notice of Termination (NOT) upon completion of this Project. The Contractor shall adhere to the requirements of the Storm Water Pollution m� Prevention Plan as per the drawings contained in the Contract Documents. A-52 Windstorm Certification All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2006. The Owner shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers,......etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. Section A - SP (Revised 12/15/04) Page 22 of 23 `ATTACHMENT V SUBMITTAL TRANSMITTAL FORM PROJECT: FIRE STATION NO. 5 RELOCATION RE-BID; BOND 2008 PROJECT No. 5245 OWNER: CITY OF CORPUS CHRISTI ARCHITECT: SolkaNavaTorno, LLC CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 23 of 23 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 17TH day of SEPTEMBER , 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 SafeNet Services LLC termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,777,037.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows:, FIRE STATION NO. 5 RELOCATION BOND 2008 REBID PROJECT NO. 5245 (TOTAL BASE BID + ADD. ALTS. C-E-F-I-J-K: $1,777,037.00) 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 I 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 270 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be Gable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi Texas on the date shown above. ATTEST: CITY OF CORPUS Ci RISTI : _4City Secretary r , l Interim As it r Public Works, Utilities, and Transportation BY: By: .., Asst. City Attorney Daniel Blles, P.E, Director of Engineering is CONTRACTOR ATTEST. (It Corporation) SafeNet Services LL BY', T5eal,Below) (Note:off Person-signing for Title:Lki corporation is,not Preside t 1321 Glenoak Drive attach°copy of authorization Address tosrgn��u,` ; Corpus Christi TX 78418 (City) (State) (ZIP) 36V937-9300 * 3611937-8853 (Phone) (Fax) r . ®I`......:.... . . . ......................... ............... FIRE STATION NO . 5 RELOCATION REBID BOND 2008 PROJECT NO . 5245 .............................-.-......................................... -............. �',PP'TUSH- F E Ki"1'111 r r,P T T .3 SE F V I C 7 7 P R 0 P 0 S A L Pus ........... i Mycrazion onganimd mpl oxistiry iuoi,i Mr -aws cz fO- owl- Texas OR 7 U at I .p Q I IVA Y� 1 LUC 1 -1 "q W. , nCas A TO The City of Corpus Chr3-sti , Texas Tho nolers t caw I nereb- pr npmf 7 t - i: W, and , scossan ocu ry-5� L, zi 1 �or forn, he FIRE STATION NO. 5 RELOCATION REBID BOND 2008 PROJECT NO.5245 a t a: z a » 9 C n S S e V a u,t b y �,^.e 1 1 s m v! "ape c c B t n. a a n t C, C. ]I e,�I I t t "l n i r -I PM7 2 mr ........................................................................ ........................................................................... .................................................................................................... .................................................................................. .................. ........................"I'l""I'll""I'll'll""I'll""I'����ll,"-"",,--".,-����������-���................................... 1 1117 E 1'r e�'T' j ..........-12,�.................................. ............ ...................... n�................. mclu `II l-ij as&P7�s abat.0 gym, III i , 1A II aid ."c m, a Fac& Ay,� .............................................................................................................................................................. .......................................................................................................................................................................................................................................................................................................................................... ....................................................................................................................................................................................................... ................ ..............................­����'�............................................. ............... ....................................................................... Tj�Tra't:us F��o�t Fail'.: Provide 16' diameter ceilina , m l �n7c! fan W AyparaL.Y F M` J incluning wiriIns and con=vl A U V 1 -w Y, a 0 S P L 1I E i m:9„ 1 U S L , I A. 8 IL KIM, Base Bid shal: include far,� imn inst-MaKon structurV s3pports , clearnical rcigh- Vb. an w it ui r breaker, for f". 9r or $ 3A 514 00 WsraAaMon .................................................................... ........... ...................."­'�"'­_........... ........... F m Can pj=, Provide pre-engineered pLe-finjOwl aluminum can p; SYMMO V 1 i Mt a A oV Drawings over iou!h W fam WVTK, GUM UPPAZOV. S _A�; t " pir, elevations, anj cver er:ry 7a Mirt We F"Al Q. Reler � specification section WK , Wo- B:d snall in:: ;de cancpy a r a FOU building founiat"II cn, as KAMA 3 1, 6 3---- 0 v. - ----------- ............................................. ......................................................................................................................... .......................................................................... ......................................... ............................................................................................................................................ ................................... Main Link Fencina- Provide G" Kuh chAn 1W tence with 21 barbed wire cr :op, including ant=aulc sliding gate, Ma-V-0" manjal swing cat es and . ..... UK" manual swing qate, as induated on Architectur&.Q, a L e Drawings. Electrical wirine and gate IMc es are part F A! Eerra;,° underground conduit roach-in Rnd �c"A nr r luwri�� Motsmatic KHOO gace. ........... .......... ............ pp"MIM. F=7 1 T ............... ........................................................ ........................................................................................................................................................................................................................................................................................... ............................ ....................................................................................................................................... r v�de c c^ 111111:11 11 IP It,I II I a- pm'I,r- i',Ii S I^.u�A w.I !L b I :::.cA 4 u..'':i w::d Oxi JD F")L!"!"L,�� licj��m S� '1,NI 31 11-11 5 i Pa I I ":, 'Y" Ile r it n wo E f A k,a 1 1, Y.rvticic, jai of pot""NO, p"Ong Scop" 2 9 0 c 0 .................. a Pr Ov i �wuii I- t�i N e La� �ucd III r At', sum, Q m A�: ".iY 4 P"11pp3 Ili'S'Lu.E ............ ......... ..........................................................——------------------------------------—""...... Wnmyhy Wall Ono III yanymny! W pare wrl w. III Ilf C'0111C:Imtft full t I::, PcToNii it ,) ifid ,! ]l u,ic in r,,r. 'ic ii t: IIUl e . P i,: F n!11�,� n d p i m . 1,- ;TO 5 0 1 7mWh t S a"I PA p i alvill 11 3 1 5 t S C''V' I'D I :a Vu �!11!e ,a IL fa,:as, all"[Plet:I' 'C',e L 11- ce !.La L�", "ffil a 111HAJ H"-ts,e: 111 ill 14 r 1:vidcr "S c I a c 11a c 111:�q i It I k'.o �Pl ny,S t e 117111 1 1 Ai:pa I F 11 t as "qWW1AWJ and KJA�Qvl U:[ re �2 I Dill E I��: �e ���� l ill cliu,-, ID 1)r!-3VAS!iOn's Pc!:' �Ekyl i qllluE 9 t F,-A j -C!!1I Fic Dr E-r :!e &u ;vI c d pod i lal� sh,�,s bill Ave Fac"My raw. SK.Amed A hou of Lun P, ternmW Su Eild r Sc cticn 0335,�I°I !x xi Use F 0 1 :!c.r1nq i 1 2 2 3 .................................................................................... .................... ........... Pwr z or .................................. ........................................... ......................................... ............. ........................................................................................................................................................................................................................... -—-----.............. .................................................. SBS Wd ' wl F P L I a I 4WO 01-1 H -.a J 1 C, 131 11 m 11 :C 11 t e In ate Lump ...... . .... mr Sum sle Idy Al 2 . 421MD in ....................... ....................................................................................................................................................................................................................................................... ............................................................................. -1 IS v J Drawings. 4 fer :c WA II.neccital 14 , 422 . 00 .......................... Fox o -r D TOTAL BASE BID: TOTAL ADDITIVE ALTERNATE "A" , TOTAL ADDITIVE ALTERNATE "B" ' TOT ADDITIVE ALTERNATE "C" o a $$$ 3u..N"%„, 0G� TOTAL ADDITIVE ALTERNATE "r)" ; QITIVE ADDITIVE ALTERNATE "E" a ITIVE ALTERNATE "F" TOTAL A E TOTAL ADDITIVE AI.,TERNATE 11H $ TOTAL ADDITIVE ALTERNATE "I" : T()T.L ADDITIVE ALTERNATE TOTAL ADDITIVE ALTERNATE "KII . TOTAL ADDITIVE�A.LTERNATES A—K: ye.,•meeeeeeeeeeeeeeeeea.� 14e JKQLGhjnTA herel.0 10711101 tive 0 1 ano nis cai e W I y ex wined -he Vdans, ape --f rY a 3. muem'-, : 1�1 1 1 r j ':,', l c=vred Joy h i s 1 1 A .0 L 15% AM . , ,renv Q A Va vark, and LIM m mass Qr the in L ti a �z mil Lit are morc ewzimgte�s b"r ��J g,-,, a 11]1, .... jjqj 11,0 ! f i C:=j lye q)f awand 0: 7 a:qko I an! an W 1 1 j an ;U 1 1 t I H `c- I days UYLWe LK II.osmal cc! trout W A I I jol Wr 1 7, ; A �:s r,. 4- Lredi Cor L! , fa LUMA POWICaMM A LKL� .."Ono F M Mi a Faymen; Boni las ruquirod n WyuNw jmqrenL 1^n."+ a " din,jl pkaE ! i - Ie! �Dia j"!'ndJ att,'icLe,d prop_,Eal , Ln t � t ct II h.. lh.� ;; ano—alt blid, _, �3 7],v- oap III v Mimi hi the event Chn MAra Ct WMI KA131 aro n, h kvrt^ :jo th --Is I i "I(A., -� ic'm a!, tc�, r h Mi!nority/11inaxity Business Enterprine Par tail cipatian : a,q)awn: 1w bVider shal h OAK We days A rexir� K & A, S.1 -. ! � 11 PUQ�1 11 X ��Ilbd Aii.2 F_� ln ;'allL11111g, U.e 1.2: 50!!5 i�,: i A��:jt,vg = the mntract &nd a Jpsoript != c t :0 uark to Q� f 'Nunber of Signed Sets of Documents; "P 2 nqaraoi and aV i-c,nas ��l)e prepaned in not less than T,L�'iie of CoiinplieL�i oi!i!i �:'Tie -ndersigned mgrees :c wn;k ie"K, nuk Wilhin 270 calendar da s, Wo additioinal tiiii'�Pz, sl iaL�J be g,r,antied should ar'vy, �iof 'Eff��Nre_XR I iii mates be a,wardied) .:1 .Clltll1 t])`. 1 Alder , mho knijersignej f,W 7 dnclarEz Wan Is? will MIKA K, tow0and opparan mu.s, w a I Us sor , and is" a -1 A everything requiz ed 0: wa!y :"n-, �:�­ i -.d'v;,,^]l t�."fs PIT7POSall, 11-1 %lAAI Y :"men:P and the raquirements piewaini III g rhete7C�lr ::��k "119 f",r t h . ReCeMn of the Q!Vwing Me n% is acknViow=1 Wdnol �mmn da�eld 16/'2 8/13 Mud Maxander AM :7 MMER 15 (SIGNXTURE) it R7 r 1,e G1 e :ak v r ous A an s c j "A 7 2 4 1 i t 7 9 3 HOTE� nthcr Papar-. a-hod 0 Is, PERFORMANCE BOND STATE OF TEXAS § BOND No. 60100449 ' COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: ' That SafeNet Services LLC of the City of Corpus Christi , County of Nueces, and State of Texas , as principal ("Principal'), and The Guarantee Company of North America USA a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals 1 ("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 ONE MILLION, SEVEN HUNDRED SEVENTY-SEVEN THOUSAND, THIRTY- SEVEN AND NO1100 U.S. Dollars ($ 1,777,037.00_ 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 Surety, bind ourselves and our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: 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 17T" of SEPTEMBER , 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.' t FIRE STATION NO. 5 RELOCATION BOND 2008 REBID PROJECT NO. 5245 (TOTAL BASE BID + ADD. ALTS. C-E-F-1-J-K: $1,777,037.00) 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 to the contract . ' time or contract amount, and no alteration or addition to the terms of the 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 of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Performance Bond Page 1 of 3 Bond No. 60100449 ' -Cont. 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 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_241h___ day of Se tember ' 2013. PRINCIPAL SURETY ISafeNejtServi °LC The Guarantee Company of North America USA Attorney-in-fact, A.M. DiGeronimo '' Title ' ATTEST: IAddress: Address: One Towne Square, Suite 1470 Southfield, MI 48076 � n 1 . Telephone:---(1-70)394-9444 Fax: (770) 394-6888 E-Mail: tonypnationalsurety.com ' (Rev. late May 2011) Performance Bond Page 2 of 3 Bond No. 60100449 -Cont. address e(4U s' Name and wient°Agept of Surety in Nueces County, Texas, for delivery of Name: Steve Addkison Agency: Swantnex&Gordon Insurance Agency, LLC Address: 500 N. Shoreline Blvd., Suite 1200 _ (Physical Street Address) Coipus-Christi.Texas 78401 (City) (State) (Zip) Telephone: 361883-1711 E-Mail: -;addki,;on@s-gins.com Note: Bond 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. I END (Rev° Date May 2011) Performance Bond Page 3 of 3 7 ' PAY M E NT BO N D STATE OF TEXAS § BOND No. 60100444 COUNTY OFNUECES § KNOW ALL BY THESE PRESENTS: That SafeNet Services LLC of the City of _Corpus Christi_, County of Nueces, and State of Texas as principal ("Principal'), and The Guarantge Company of North America I_rCA , 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 bond in the penal sum of ONE MILLION SEVEN HUNDRED SEVENTY-SEVEN THOUSAND THIRTY-SEVEN AND NO1100 U.S. Dollars ($ 1,777,037.00 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 Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: ' 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 17TH day of SEPTEMBER, 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: FIRE STATION NO. 5 RELOCATION BOND 2008 REBID PROJECT NO. 5245 (TOTAL BASE BID +ADD. ALTS. C-E-F-1-J-K: $1,777,037.00) Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the 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 Itime or contract amount, and no alteration or addition to the terms of the 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 of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Payment Bond Page 1 of 3 1 ' Bond No: 60100449 -Cont. ' 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 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 74th_ _day of September _' 2013. PRINCIPAL SURETY SafeNet Serviu C The Guarantee Company of North America USA ® r y� B y- P , Attorney-in-fact , A.M. DiGeronimo Title: , T IAddress: Address: One Towne Square, Suite 1470 Southfield, M148076 Telephone: (,770)394-9444 „ Fax: (770)394-6888 E-Mail: tony @natio_nalsurety.com ' Rev. Date May 2011 Payment Bond Page 2 of 3 Bond No. 60100449 -Cont. Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: ' Name: Steve Addk*son Agency: Gordon insurance Agency LLC ' Address: 500 N. Shoreline Blvd. Suite 1200 (Physical Street Address) Chorpus Christi Texas 78401 (City) (State) (zip) Telephone: 361 893-711 E-Mail' saddkison(@,s-p-ins.com Note: Bond 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 Bond must not be prior to date of contract. END I� 1 1 Rev„ Date May 2011 Payment Bond Page 3 of 3 Bond No. 60100449 THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield,Michigan,does hereby constitute and appoint A.M.DiCeronlnto,A. J.DiCeroninro, Colin Turny NSSI--National Surety Services,Inc its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surely, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instruments) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply,to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31m day of December,2003. The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attomey(s)-in-fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2, To revoke,at any time,any such Attomey-in-fact and revoke the authority given,except as provided below 3. In connection with obligations In favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surely company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Attorney is signed and seated by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking,contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seat to be affixed by its authorized officer,this 23rd day of February,2012. s L 3T THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C.Ruschak,Vice President andall M selm ,Secretary County of Oakland On this 23rd day of February,2012 before me came the individuals who executed the preceding instrument,to me personally known, and being by me duly swum,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee Notary Public,State of Michigan Company of North America USA offices the day and year above written. County of Oakland My Commission Expires February 27,2018 *' Acting in Oakland County / 1,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force and effect. r►"TU IN WITNESS WHEREOF,I have thereunto set my hand and att:;Randall the seal of said C wA1s 24th day of September , 2013 'w:+' � G � nasal n,Secretary SUPPIJER NUMBER TO BE ASSIONED DYMY PURCHASING DIMION ciq or CITY OF CO"US CHIUSTI Corpus Chnsti DISCLOSURE OF INTERE ST City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the fbllowin information, Every question must be answered,, If the question is not applicable, answer with "NA" See reverse side for Filing Requirements,Certifications and definitions COMPANY NAME: S a f e]�S�e t S e ir,V, C e 11.1� -............... ............... ............................................................................................ P, 0. BOX� M/A STREETADDRESS: 132] Gl.enoak t'j,°ve CITY: Ccit-pus Ch'Li,sL .�� ZIP: — ........................................................ FlItNI Is, Corporation 2, Partnership 3, SoleOwncr III 4. Association 5. Otlfer � —LLC DISCLOSURE QUESTIONS If additional space is necessary, case use the revci o -se side f this pa e or attach separate sheet, 1. State the names of each-ernp!oyee"of the City of Corpus Christi garcing an "ownership interest"constituting,M,1�or more of the ownership in the above named "firm." Name None Job Tille and City Department(if known) 2. State the names of etach"Official"of The City of Corpus Christi having an"ownership inlemst"Qonsti luting. 31�,6ormore of the ownership in the above named"firm." Name 'rifle dM 3 State the names of each"board member"of the City of Corpus Christi having an"ownership inner t"comstituting3% or more of the ownership in the above named"firru." Name Board,Commission or Committee 4. State the names of each employee or officer of a"consultant"for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an"ownership interest"c6ustituling 3)0%or more of the o%vnership in the above named "firm." Name !'I Consultant ..............r..........................................- —--...... ...................................................................................................................................... ............... ........ ..............."I'l""I'll""I'll'll""I'll""I'll",'ll""I'll""II............... ................. ............... ................- .................................................................. PWE 6 OF 7 FILING RLQUIRENIENIS Lmain% W011 aru or emplovee 01.11 is Smuwwdmble kkin' Me eQkuhm Ai, arfioll 'Afll have on imenibers nA'thie Q:dQcQwhM; fliallhasbeen requested may act nFercslloflmac Oit% africial Orojjl�J(y%%.e in '111W disclosure,,hall also he nmde in a m1ned whilin'ta fillexi vkr�tj.�e'Coj% Secwtar� �1:thl'LS (Umance Se mi�,in 2-3.49(d)] (�TRII IF1,112,ATION J yeruh thm AI I 10im-morm pro%rchid is true and rumod as of thC LBIC W 0 ms statenicra, 111hat I hal e IKA Vhiioi�-,1111,110% idflwId diisc°csuw c)fan ii, a nfonnaut:m n',,quesled anid OEM supplemml malhomms wN be pwmpi� subinwitwd r2 IV(: 1% of Chnstim, Tc:%,,as as Changes OCCILMY, ('01UNin' Pivri,itlim- D °°°a ew a I I i�j ^r::° .................................................. ................................. (11pe or Who) sympire ur wHying I,, Perm ........... DEF1 Nammis 3 Valid uncimber ik imornberolarri, hcvmnJ.conrm&smn arcumnOw ul,imud by OW; inmmcd otow(y )if C r,wpus Tctas Tomomy boichi An 00011 Mat is 110) to aRN an ecasm"ic imcww W" m hich to We mi eftha cm Mat inulem IN isidtaiingublioNe fWom 11S V11%CHI nwinbem of 0',,c, �:wblx iin goineral orasuhslavisivifll �!egwvlvm iheit!of L'snplo'ii An.% perwn by w Dh Of COW(Im"Aiv's cidw,U"a Rd"mmuslane Immim bui iwi,:a d Tmn ' Any emhy openimmid Or economw m,Hamm, viii'mium professmostA m6varii,,-d orc.mimieri:mL nvid vjwomr eslaNssliedilto preNduce ardiml WWWWwrmn kq tmho,rfin,.g bul not lamina Chic forrn'(xv, as perv-�Pn, parn,lelirshl" ccapormim joint Stock ccpiil'aIpzui�v" jcmnt vc1TNh1n:. OF tNmsl., and Wks uhidi Or purposes ofiaxmion are trc:aacd .,L� 11mor"menkers of 11h. Cali couvl(-�11' ()V!m I 1y tdixllager,, Departnwini,zwd DkisionHez,'ids, and "dunic pii Court Judges of the C:m�i-of("orpi ;-,- (,"hinvi, 71us' Whe, acrimli, m imnuman eb hem in a pa" Imty" , -ioa flt an agei irust-eMate,("�l hwfqg mm" -101FUMCK held-makr;to ImIdnw; u hen such 6wwm k Wd'viI asenwims and aNlacas consmhanor ans] ph a F SAF -1 OP I -�- CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION O Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE L ER. THIS CERTIFICATE DO S NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTE OR ALTER THE COVERAGE AFFORDED Y THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING I iS1, AUTHORIZED REPRESENTATIVE O O LICE THE CERTIFICATE OL R. IMPORTANT: If the certificate holder Is an ADDITIONAL I S , the olic (fes) must be endorsed, If SUBROGATION IS WAII su Ject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement sl® PRODUCER Phone:361- 1 N ON AME ACT Keetch & Associates Insurance �nioNE P. F� O. ex 1910 ax:361-6 25 AIc No ExI( Aae.N� Alice, TX 7 333 Donna Kauf ADDRESS mm _ -- IraSUR� isb AFFOROIh9G COVERAGE IPNMG INSURERA Sco s ale Insurance Co INSURED Safe 10't Services LLC .. .. ......... INSURER Associated International Ins.. 1321 Glenoak Dr. INSURER Travelers Casual Insurance Corpus Christi,TX 78418 ..... Ira IaRERII Travelers to us Insurance INSURER E (INSURER F, ®®— ,,,,,,,,,COVERAGES CERTIFICATE : NISI ;. ........ THIS IS TO . TI FY THAT THE PO LICI S OF INSURANCE LISTED HAVE ISSUED ' r E INSURED ED ED ABOVE FOR E POLICY PEROD IFDICATED C 15 I VIDM DING ANY REQUIREMENT 11"E OR CONDITION OF Y CONTRACT OR OTHER DOCUMENT I RESPECT TO WHICH THIS TIFI MAY BE IISSUED O MAY PERTAIN E INSURANCE AFFO DEC I Y E POLICIES DESCRIBED HERE( IS SUBJECT TO ALL E TERMS,NI O OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.T0111t — °AUDrY RR IB fA L E 0F Ih911 F' " AOR GENERAL UA filL R .... OIGNU Nftt� anri Ld6ts .... 1,000,00C .-�--- S 0300 9 13012 13 13 12014 s 100,OOI ........ �X Exoludel° ...... " 1,000,010 0,0101 2,000,0011 AIU C N�sIcu1Inau.N..NAeoLrr 90 � .. 1.®00,001 A 861014 13012013 i 83012014 - :: ... ::::::::: .a IU16W 1I uELa A LNAS 5,000,00 _ LI �sllar Ol3Y4466i3 O13012013 Od13012 D14 . .....® 9,000,001 X 14 000 WORKIIERSa_R'p�MPEN SATIIX��t." .................. �: AND lr:NPre.oaIEU:a",LlAnll9u°!I°r Grua 04 A� �............... i Ima�uv�I�N�arnllulhuawu ......... _... QTf3804243L362 Ci16V01#'� IX1't't 111E#0112 14 5e DI Q191Lalliders Risk a Below ............... _... C:aE S",I�RIIIF�IIrNN�KIF C'PII II IR.ds:n'Il;anaSall..,tl. ','IIII��. G'Aw'1CPkNIX"'ILE••R' liltaiclhACBUR.V: IC➢N, kulaWU&giuumm.11N'k�mmio u'IW .'udln edulv.'if Inline sF ire,d 1 uzF,udVcceN,U Die, ictn.lII $215100 ;x n, txier I loicaI ions, i ind/llLiiiia.1 exicludeld j..n tie ° t cotmIti s as tt,n the pLalt,oyr, BR. Ll i„ts f"#r/Nt /Sr"'-$Gp,,O I1 ,Ooio r r"r«me,/BV/,3 t A 0010,0100 P01 i t,es ,amcla.ide an endtxr,sement prowi.dir%g ttmt 30 Days K Ott-N cxE ICanceA3 a ta,on wil.), e 1--1,1: s1ied t'.&:I thie, a7r,iifi. mte Err o ! h l.cler ,. 3ecr : #EEt 1 "ixe Statiora I5 telocatior Sood 21DIi 9 _Bid ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.............. ...............................,.,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,w,,,,,,,,,,,,, ...............................,,,,,,,,,,,,,,.,,,,,,,,,,,,,,,,,,......................... CERTIFICATE HOLDER CANCELLATION CITYCC2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Carpus Christi THE ExP! TiON DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Dept of Engineering Services Attu. Contract Administrator AUTHORIZED REPRESENTATIVE P.O. Box 9277 Corpus Christi„TX 78469-9277 A(6k x1':11966-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD 1NOTEPAD INSUREDS NAME aaf N t Services L IP D. IMB DATE 09130/ 3 Business utomobile pol.n.c.x.es .include blanket automatic additional xnsured provision and blanket automatic ema..iver of subrogation endorsement but only as respect to the provisions in the err&3,;,xse e nts attached to the pol.ici,es. !r DATE IMMIUUlYYYY) 10/02/2013 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 DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). CONTACT PRODUCER NAME David Carothers PHONE FAx c/o Praxiom Risk Management, II,11,iCY I 0,499 9W (AIC,,No) 123 West Bloomingdale Avenue#300 ADDRESS Brandon i'^i 33511 INSURERISJ AFFORDING COVERAGE NA1C a INSURER A• Zurich-American Insurance Company INSURED INSURER B: eEmployers Solutions. Inc. INSURER c 12211 Huebner Road Suite 203 San Antonio TX 78230 INSURER o INSURER E INSURER F, COVERAGES CERTIFICATE NUMBER: 131`X024839940 REVISION NUMBER: HII'S IS 1ril"I I;°ER"INIIIF''IY MAT THE IF''OLICIES OF INSI..IRANCIE ILiS"Ir'iED BELOW HAVE BEEN ISSL,IEID'l'O TI°tIE ENSURED INAII IEll°I ABOVE IFoli riFIE IPOLII:Y!PERI00 r OR CONl�Ii'll10N I.:TiI ANY CONTRACIr`r�IR f::)THEIR II1OCUiIIEllti1T'�11t'im RESPECT 'I`0 IP6M4°ICH DIMS INDICATED N'E1'1'Rl�6I IrI t.b I ANIrTINT;;�ANY IItFE'It.IIREMENT °IG"ERM CE-Fi IiII::IICATE. MAY BE II,:ISIIIFICD I;,,IIi Wk'Y II�ER'IrAIN THE IN nI,IRANCE AIFIFORDIIE 9 11Y"I"HE iFOILICIIES DE,ICRIIFIIr ) t°IEREIN IS SILO ECT "Iris) AU THE "I"ERMS L;iCILIDSIIONS ANII.A CONI"11TOr.INS Oil' SUCH POLICIES LIMI'IrS SI'OWN MAY HAVE iBLLN RIEIDtICIEII"I IBY PAID I;,II..AIIMS. iHSR AOlrtiiIIJOR ,aMi°ooYrvrvvll IMMiDCUrYddnrxlr�l ......... _I„•IMr TYPE OF INSURANCE.I TR R a'u Pour r NUMBER rs GENERAL LIABIL!VTY - E�AC'IFI CIr;C:UI•IIN11r:ENCIG'. !!'r R;OMM IEF CIA GiENEIRAL LIInWl1➢R.IP( t)PM()Cr.r"ri'r!,I IB E l ,. . o T.IR.II V ulJ;SJ 5_p xi Q.Al�ryMdDE CrCLP II:D iEXP IAUUIV rw:r.v xnrwn� 5 r•he pemon s P'EIhIS129,IIdhI..&AlDpda IIN,VLV14'Y TI GEf4El IA1i.ACK.,'Rl,I.a;AT,E 4d,IIIM,r'ILAG RE::uu. I'iELVM11TAPPIIXIESPIER PRODUCTS CGIW'11b'0M&.11WAGiLro l &"CILIIC'd 4^Idl'1. o j.P'i”I........ I ,r AUTOMOBILE,LIAnIUT f '..:.A I:.V 4:,.A:,,I 04:xI.I.U, U gll� 9rlamnl �n A,11 Y A UTC aI:III u.v IIPV.IIw:?,°ItlPer hm:v.wna s ALL4"uIANEE) SChllh°:NJILEII:1 AUTOS XIeILVTIruE B001 llhisuIi;rY ifiper>Ierra deniq Ii I`IOl`l l.WNED pPi'.t1fAILII"�I'T r;PAfa7Atulf:: IHIIII41fi'.LID AILpTI'PE AUTOS .I euwduuni •,,,,•............................................_................. .,,.,.......................................................•,,,,,,,,,,,,,,,,,,d.......................,, ..,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.........................._ .•...�........ ._._.,.,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.............."..•,,......._. UMBRELLA LOAD iDCOt.R Ec.,WEB;'�VkiDCOI..IhRRElf',&tl il.::i :!I EXCESS LOAD iC,ILnIIVd7�a Vb4r'III"Iu•.•',.. llirllS,rl�:Ll.�TI l :.... ,I r4E.II: E IL..hd"I''VCIr,I a ..... M WORKERS E I.. W AI kY.TC�oils ER; ntt III A ANY OFFICE EMPLOYERS* EXCIIIUDED?Ectsr4vE NIA 4�B 41��,,, ,a� CoIIPI,uT �� 1.10001000 (Manddatory i NE)Ex�I IbEO 156 01 09!0112013 0910 U2014 ..... YIN (Mandatory NrI' Ep.. DIDrASE a>AEAAPI..4.:IM'II S i'1000',DOI..') If p®s r E IL II,Iw.,E.A•..SI a CIl.CY I.I MlT ,,,,,, w,6E5CRIIPTIlOP4 OF OPERATIONS IVav � � I Location Coverage Period: 09/0162013 0910112014 Client# 272 TX ..,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,,, ,,, DESCRIPTION OF OPERATIONS d LQCA'TONS IV NICLES t Att aeq A CORU 10S„Addl11®rut Remarks Schedule,If mom space in ' i ,,,,,,,,,,,,........................... Coverage is provided t a Alt. l Lll. Project 5245 Flru Station 8f' 4 Imr,,»liroro B�rnd 2llr only those employees 1321 Glenoak Drive leased to but not Corpus Christi„TX 7 6418 subcontractors of Endorsements: aiver of Subrogation,30 days written cancel nofi (10 days for ncn payrrlent of remiurTl CERTIFICATE HOLDER -CANCELLATION City'of'Corpus Christi Department of Engineering Services SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Atin Contract Administrator THE EXPIRATION DATE THEREOF,, NOTICE WILL BE DELIVERED IN P10 Box 9277 ACCORDANCE IT POLICY PROVISIONS,. Corpus Christi,TX 78469.,9277 AUTHORIZED REPRESENTATIVE I 1988-2010 ACORD CORPORATION. All rights reserved. C (2 10105) The ACORD name and logo are registered marks of ACORD Insured:Sale el Service%,LLC C,arrier.Scott%dile I .r ranee Co. 1® lie}No.:11CS011130089) COMMERCIAL GENERAL LIABILITY Ilollc3l'ernt 04/3012013 04/3012014 CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modlies insurance provided under the followng: ]COMMER0AL GENERAL UABUTY COVERAGE PART A. Section 11 — Who Is An Insured is amendcd to 0. With respeel to the insurance afforded to these inOude as an addilionaR insured any person or or adclitiona'! insureds the following additionai eXCILI- ganization for who you are rforming opera- sions apply: tions when you and such person or organization This insurance does not apply to have agreed In writing in a contract or agreement that such person or organization be added as an 1. 'Bodiiy injury" Wimage" or "personat additional insured on your policy. Such person or and advertising injury" arising out of the organization is an additional insured only with re- rcndcring of. or the faviurc to rcndcr, any spect to liability for 'bodily injury", "property dam, professional archilectural,, engineering or age"or"personal and advertising injury"caused, in surveying services, Including: whole or en part, by: a. The preparing, approving, or fawng to pre- . Your acts or omissions.or par,,,.,, or approve, maps, shop drawings, 2. The acts or omissions of those acting on your opinions, reports surveys, field orders, behalf; change orders or drawings and specifi ca lions;or in ft performance of your ongoing operations for b. Supervisory. inspection, architectural or the additional insured. engineering activIies. A person's or organization's status as an addi- 2. "Bodily injury" or "property damage" occurrung tional insured under this endorsement ends when after, your operations for that additional insured are completed. a. A1 work, incUding materials, its or equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in sure (s) at the location of the covered operations has been completed;or b. That portion of 'Your work"out of which the A;ury or damage arises has been put to its intended use by any person or organization other than another conlraclor or subcon- tracto� engaged in performing operaUons for a prAcipal as a part of the same project CG 20 33 07 04 e)ISO Properties, inc- 2004 Page 1 of 1 EJ ru,mr!:cm POLICY NUMBER: o ,;[) COMMERCIAL GENERAL LIABILrTY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LiABIUTY CC)VERAGE PART SCHEDULE Name Of Additional Insured Pemn(s) 0 r O0E0nizA ions): Location And Descrigion Of Comple-ted Op2rations 1,1Y CE C: 1113.'ZP H ALL L' I` 15 4 4,il T 7:0"'11"014 .1 P T"IF i T 0H 51F `,-)DZD AS AN AD1XrT`T'01,,'IAL, TNS(,F�17F� YCIJI, -p(0T T(TV Information rcquired to complete this Schedule. If not shown above, will be shown in the Dcclarabons. SW1on 11 —Who Is An Insured is amended to in- clude as an additional insured the person(s) or or- gan' zation(s) shown in the Schedule but only with rcsspect to liability for 'bodily injury" or "property damage"rxiused. k-i whole oi• in part, by "your work" at the location designated and described in the schedule of this ondorscmcnt performed for that additional insured and included in the "prodUCI[S- completed operations hazard", CG 20 37 07 04 IT,ISO Properties,l Mc, 2OD4 Page 1 of 1 ,RMC Crau" ' Insured Safe\el Services,LLC Carrier I'mvelers Casuals} COMMERCIAL AUTO Policy\o.: BA9086PO1�F Poiicy T erns-114/30/2013.,114130/2014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. J AUTO COVERAGE PLUS ENDORSEMENT This a dorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM W respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage, However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered, A. BLANKET ADDITIONAL INSURED H. AUDIO, VISUAL AND DATA ELECTRONIC B. EMPLOYEE HIRED AUTO EQUIPMENT—INCREASED LIMIT C. EMPLOYEES AS INSURED 1. WAIVER OF DEDUCTIBLE--GLASS D. SUPPLEMENTARY PAYMENTS — INCREASED J. PERSONAL EFFECTS LIMITS K. AIRBAGS E, TRAILERS—INCREASED LOAD CAPACITY L. AUTO LOAN LEASE GAP F. HIRED AUTO PHYSICAL DAMAGE M. BLANKET WAIVER OF SUBROGATION G. PHYSICAL DAMAGE — TRANSPORT ION EXPENSES—INCREASED LIMIT •= A. BLANKET ADDITIONAL INSURED performing duties related to the conduct of The following is added to Paragraph A.1., Who Is your business.. An Insured, of SECTION II — LIABILITY COV- 2. The following replaces Paragraph b. in B.5., ERAGE: Other Insurance, of SECTION IV — BUSI- Any person or organization who is required under NESS AUTO CONDITIONS: a written contract or agreement between you and b. For Hired Auto Physical Damage Cover- that person or organization, that is signed and age, the following are deemed to be cov- executed by you before the "bodily injury" or ered "autos"you own: "property damage" occurs and that is in effect (1) Any covered "auto" you lease,, hire, during the policy period, to be named as an addi- rent or borrow, and tional insured is an "insured" for Liability Cover- age, but only for damages to which Ihis insurance (2) Any covered "auto" hired or rented by applies and only to the extent that person or or- your "employee" under a contract in ganization quallfies as an "insured" under the that individual "employee's" name, Who Is An Insured provision contained in Section with your permission, while perform- - II_ Ing duties related to the conduct of o B. EMPLOYEE HIRED AUTO your business" g= 1. The following is added to Paragraph A.1., However, any"auto"that is leased, hired, ented or borrowed with a driver Is not a Who Is An Insured, of SECTION It — Ll- rented "auto", ABILITY COVERAGE: •^ An "employee" of yours is an "insured" while C. EMPLOYEES AS INSURED operating a covered "auto" hired or rented The following is added to Paragraph A.1., Who Is under a contract or agreement in that "em- An Insured, of SECTION II -- LIABILITY COV.. ployee's" name, with your permission, while ERAGE: CA T4 20 07 10 02040 The Travelers Indemnity Company All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance services office,Inc,wrlh its permission pot t'S6 COMMERCIAL AUTO Any "employee" of yours is an "insured" while us- (3) If a repair or replacement results in better ing a covered "auto"you don't own, hire or borrow than like kind or quality, we will not pay for the in your business or your personal affairs, amount of betterment. D. SUPPLEMENTARY PAYMENTS — INCREASED (4) A deductible equal to the Highest Physical LIMITS Damage deductible applicable to any owned 1. The following replaces Paragraph A.2.a.(2) of covered "auto". SECTION It—LIABILITY COVERAGEr (5) This Coverage Extension does not apply to: (2) Up to $3,000 for cost of bail bonds (in- (a) Any "auto" that is hired, rented or bor- cluding bonds for related traffic law viola- rowed with a driver, or tions) required because of an "accident" we cover, We do not have to furnish (b) Any "auto" that is hired, rented or bor- these bonds, rowed from your"employee". 2. The following replaces Paragraph A.2.a.(4)of G. PHYSICAL DAMAGE — TRANSPORTATION SECTION 11—LIABILITY COVERAGE: EXPENSES—INCREASED LIMIT (4) All reasonable expenses incurred by the The following replaces the first sentence In Para- "insured" at our request, including actual graph A.4.a., Transportation Expenses, of loss of earnings up to $500 a day be., SECTION III — PHYSICAL DAMAGE COVER- cause of time off from work, AGE: E. TRAILERS—INCREASED LOAD CAPACITY We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- The following replaces Paragraph C.1. of SEC- cuffed by you because of the total theft of a cov- TION I—COVERED AUTOS: ered "auto"of the private passenger type. 1 'Trailers" with a load capacity of 3,000 H. AUDIO, VISUAL AND DATA ELECTRONIC pounds or less designed primarily for travel EQUIPMENT—INCREASED LIMIT on public roads, Paragraph C.2.. Limit Of Insurance, of SEC- F. HIRED AUTO PHYSICAL DAMAGE TION III — PHYSICAL DAMAGE COVERAGE is The following is added to Paragraph A,4., Cover- deleted. age Extensions, of SECTION 111 — PHYSICAL 1. WAIVER OF DEDUCTIBLE—GLASS DAMAGE COVERAGE: The following is added to Paragraph D., Deducti- Hired Auto Physical Damage Coverage ble, of SECTION III — PHYSICAL DAMAGE If hired "autos" are covered "autos" for Liability COVERAGE: Coverage but not covered "autos" for Physical No deductible for a covered "auto" will apply to Damage Coverage, and this policy also provides glass damage if the glass is repaired rather than Physical Damage Coverage for an owned "auto", replaced. then the Physical Damage Coverage is extended J. PERSONAL EFFECTS to "autos" that you hire, rent or borrow subject to the following: The following is added to Paragraph A.4., Cover- age Extensions, of SECTION 111 — PHYSICAL (1) The most we will pay for "loss" in any one DAMAGE COVERAGE: "accident" to a hired, rented or borrowed "auto"is the lesser of: Personal Effects Coverage (a) $50,000; We will pay up to $400 for "loss" to wearing ap- (b) The actual cash value of the damaged or parel and other personal effects which are:, stolen property as of the time of the (1) Owned by an"insured": and "loss"; or (2) In or on your covered "auto". (c) The cost of repairing or replacing the This coverage only applies in the event of a total damaged or stolen property with other theft of your covered "auto", property of like kind and quality. No deductibles apply to Personal Effects cover- (2) An adjustment for depreciation and physical age. condition will be made in determining actual cash value in the event of a total"loss" Page 2 of 3 0 2010 The Travelers Indemnity Company All rights reserved CA T4 20 07 10 Includes copyrighted material of Insurance Services Orrice,Inc,with its permission. COMMERCIAL AUTO K. AIRBAGS (2) Any: The following is added to Paragraph B.3., Exclu- (a) Overdue lease or loan payments at the sions, of SECTION III — PHYSICAL DAMAGE time of the"loss"; COVERAGE: (b) Financial penalties imposed under a Exclusion 3.a. does not apply to "loss" to one or lease for excessive use, abnormal wear more airbags in a covered"auto" you own that in- and tear or high mileage; flate due to a cause other than a cause of "loss" (c) Security deposits not returned by the les- set forth in Paragraphs A.1.b. and A.t.c., but sor only: (d) Costs for extended warranties, Credit Life a. If that "auto" is a covered "auto" for Compre- Insurance, Health, Accident or Disability hensive Coverage under this policy; Insurance purchased with the loan or b, The airbags are not covered under any war- lease; and ranty; and (e) Carry-over balances from previous loans c The airbags were not intentionally inflated. or leases. We will pay up to a maximum of $1,000 for any M. BLANKET WAIVER OF SUBROGATION one"loss",. The following replaces Paragraph A.5., Transfer L. AUTO LOAN LEASE GAP Of Rights Of Recovery Against Others To Us, The following is added to Paragraph AA., Cover- of SECTION IV — BUSINESS AUTO CONDI- age Extensions, of SECTION III -- PHYSICAL TION3: DAMAGE COVERAGE: S. Transfer Of Rights Of Recovery Against Auto Loan Lease Gap Coverage for Private Others To Us Passenger Type Vehicles We waive any right of recovery we may have In the event of a total"loss"to a covered "auto"of against any person or organization to the ex- the private passenger type shown In the Schedule tent required of you by a written contract exe- or Declarations for which Physical Damage Cov- cuted prior to any "accident" or "loss", pro- erage is provided, we will pay any unpaid amount vided that the"accident" or"loss"arises out of due on the lease or loan for such covered "auto" the operations contemplated by such con- less the following: tract, The waiver applies only to the person or (1) The amount paid under the Physical Damage organization designated in such contract. Coverage Section of the policy for that"auto",. and o_ o� a` CA T4 20 07 10 (9 2010 The Travelers Indemnity Company.All rights reserved„ Page 3 of 3 Includes copynghted material of Insurance SwvAm Offte,Inc..with its permission. OWN COMMERCIAL INLAND MARINE POLICY NUMBER:OT-660-4243L362-TLC-13 ISSUE DATE: 03-25-13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY JADDITIONAL INSURED This endorsement modifies Insurance provided under the following: "BUILDERS' RISK" The person or organization Indicated below Is added as an additional Insured, as their Interests may appear, for the described property only: SCHEDULE Description of Property Additlonal insured (Name and Address) PROJECT NAMIE : Fire Station Hs CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES PROJECT NO 6511 Fire Sti#5 ReBid ATTN: CONTRACTS ADMINISTRATOR PROJECT ADDRESS. P.O. BOX 9277 CORPUS CHRISTI TX 78469-9277 3 w� r� Gam^ O� Ors C� M O� r G� D� .t 0oV47 CM TO 83 11 95 Page 1 of 1 ---------------- ENDORSEPEN-T 140. A� SCOTTSDALE INSURANCE COMPANY L Attac ed to and forming a part of Endo,rsi'jwn1 Effective Date o :3(1, Policy 121,101 A-M., Standard Tn-e olicy No, s 0 c3()10 8 L j Named insured SAFEMET SERVICES LLC Agent No. I 'Z2 THIS ENDC)RSEIVIENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY NOTICE OF CANCELLATION-CERTIFICATE HOLDERS The following Con ions arc acldc and does not grant, alter,or extend any rights or o W 1. If this policy I; canccIlcd, we will endeavor to give gallons under this poky. thirty (30)or N ',J 0 days writtcn noticc of such can- 2. Failure to give notice in acGordancc with the terms of cellation to 1�_eperson(s) or organizati',Qn(s) as on file this endo�serrient does not: with the Agent shown an this poky's Common Poky a. Alter the effective date of policy canc6lation, Dei;Wations for which the designated Agent has issued a Certificate of Insurance pertaining to this pW, b. Render such cancellation ineffective; Icy Such notice may be provided before or Me, the c. Grant, alter, or extend any rights or obligations effective date of cancellaUlon The notice wN state the undor this policy;or effective date of cancellation However, such notice cJ cancellation is solely for the purpose of informing the d. Extend the insurance beyond the effective date of Certificate Holder of the effective date of cancellation cancellation. AWHORIZED REPREqENTA-nVE DATE Inchi(WropyFiond mamrialnf ISO PropanIAq,inr m7nilspa-iiission. Cupylghl„ISO P-Opelties Inc 2010 Page i of I rar,,n'4o,; COMMERCIAL AUTO POLICY ENDORSEMENT - CA T8 04 04 13 POLICY NUMBER BA-9086PO14-13-SEL ** THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ** J30 DAY NOTICE OF CANCELLATION IT IS AGREED THAT: CONTINUATION OF FORM IL T4 00 12 09 ADD 30 DAY NOTICE OF CANCELLATION IN FAVOR OF THE FOLLOWING. PORT OF CORPUS CHRISTI AUTHORITY ATTN: FRANK C. BROGAN. P.E . , R.P.L .S PO BOX 1541 CORPUS CHRISTI , TX 78403 30 DAY NOTICE OF CANCELLATION CITY OF CORPUS CHRISTI DEPT OF ENGINEERING SERVICES ATTN: CONTRACT ADDMINISTRATOR P O BOX 9277 CORPUS CHRISTI TX 78469 30 DAY NOTICE OF CANCELLATION NUECES COUNTY 901 LEOPARD ST CORPUS CHRISTI TX 78401 � 30 DAY NOTICE OF CANCELLATION CORPUS CHRISTI HOUSING AUTHORITY 3701 AYERS CORPUS CHRISTI TX 78416 Jmm 30 DAY NOTICE OF CANCELLATION CORPUS CHRISTI ISD JR P0 BOX 110 o CORPUS CHRISTI TX 78403 Jm EFFECTIVE DATE 04-30-13 EXPIRATION DATE 04-30-14 PAGE 0001 DATE OF ISSUE 05-14-13 POLICY NUMBER: OT-660-4243L362-TLC-13 ISSUE DATE: 03-25-1 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATIONMON RENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following. ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Canceltation: 30 NONRENEWAL: Number of Days Notice of Nonrenewal: PERSON OR ORGANIZATION: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES fl� ADDRESS: ATTN. CONTRACTS ADMINISTRATOR P.O. BOX 9277 CORPUS CHRISTI . TX 78469-9277 ei= e� o.� J.0 e� ^� PROVISIONS: A. If we cancel this policy for any statutorily permit- B. If we decide to not renew this policy for any statu- led reason other than nonpayment of premium, todly permitted reason, and a number of days is - and a number of days is shown for cancellation in shown for nonrenewal in the schedule above, we the schedule above. we will mail notice of cancel- will mail notice of the nonrenewal to the person or lation to the person or organization shown in the organization shown in the schedule above. We schedule above. We will mail such notice to the will mail such notice to the address shown in the address shown In the schedule above at least the schedule above at least the number of days number of days shown for cancellation in the shown for nonrenewal in the schedule above be- schedule above before the effective date of cane, fore the expiration date. cellation IL T4 00 12 09 0 2009 The Travelers Indemnity Company Page 1 of 1 002759 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed, 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments 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 respect 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. This 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. N Specific Waiver City or Corpus Christi Department of Engineering Services Altn: Contract Administrator P.O.Box 9277 Carpus Christi,TX 78469-9277 ❑ Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to famish this waiver. 2. Operations: Project: 05245 Fire Station#5 Relocation Bond 2008 Re-Bid 3. Premium: The premium charge for this endorsement shall be 6% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 5%Specific 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to prepatation of the policy.) Endorsement Effective: 09/23/2013 Policy No: WC 48-41-756-01 Endorsement No: Insured: eEmplayers Solutions,Inc. Premium,$ Insurance Company- Zurich-American Insurance Company Countersigned by WC 42 03 04 A(Ed. 4-00) Page 1 of 1