Loading...
HomeMy WebLinkAboutC2013-375 - 12/17/2013 - Approved 37 2013-12/17/13 5 M2013-194 CAS Companies LP } S P E C I A L P R O V I S I O N S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F 0 R ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 - CDBG NO. 7463) FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 Fax: 361/826-3501 i P�E• O7s. •• �� �/ / Co JAVIER A. DAVILA o rr"a"r �rr `rs St], 0/,'. 112782 %004 010`FS EN. G\��s Prepared by: �kt /� ��o CH2M HILL Engineers, Inc. /l rti L_-- `- TBPE Firm No. F-3699 j 555 N. Carancahua Tower II, Suite 310 O9/I�/)3 Corpus Christi, TX 78401 / Phone (361) 888-8100 Fax (361) 888-8600 CH2M HILL Proj . No. 473777 PROJECT NO: THIS PROJECT IS FUNDED IN PART THROUGH E12147 THE COMMUNITY DEVELOPMENT ACT OF 1974, BY FUNDS APPROVED IN FY 2012 (HUD IDIS# 7463) . APPROXIMATELY 100% OF THE TOTAL ESTIMATED PROJECT COST WILL BE FUNDED RECORD DRAWING NO: THROUGH THIS SOURCE. STR 887 ADA IMPROVEMENTS IN CDBG AREAS(FY 2012) (PROJECT NO.E12147—CDBG NO.7463) TABLE OF CONTENTS NOTICE TO BIDDERS NOTICE TO CONTRACTORS -A Insurance Requirements NOTICE TO CONTRACTORS-B Worker's Compensation Coverage for Building or Construction Projects for Government Entities SECTION A- SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Defmitions 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 A-11 Cooperation with Public Agencies A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office (NOT USED) A-18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy A-23 iffspeetienAequ,ifed (NOT USED) A-24 Surety Bonds A-25 (NOT USED) A-26 Supplemental Insurance Requirements A-27 • - -- - - `•• _ ••-- (NOT USED) 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 A-35 - • - : - • • ' -- • (NOT USED) A-36 Other Submittals TOC Page 1 of 4 C i ADA IMPROVEMENTS IN CDBG AREAS(FY 2012) (PROJECT NO.E12147—CDBG NO.7463) I TABLE OF CONTENTS (continued) I A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 - -• . - . `_-- ... _ ., . - . • --• ., __ (NOT USED) 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 A-44 Change Orders A-45 As-Built Dimensions and Drawings (7/5/00) A-46 !• •. . - . . • - • =- • - !! (NOT USED) A-47 ' - . , . - . . . . - _. . •. !! (NOT USED) A-48 Overhead Electrical Wires (7/5/00) A-49 Amended"Maintenance Guaranty" (8/24/00) A-50 Plan Sheets A-51 Errors and Omissions A-52 Lack of Information A-53 Storm Water Pollution Prevention A-54 Dust Control A-55 Noise Control and Working Hour Restrictions A-56 Amended Prosecution and Progress A-57 Amended"Withholding Payment" (9/18/12) A-58 Allowance Clause Submittal Transmittal Form SECTION B - GENERAL PROVISIONS SECTION C - FEDERAL WAGE RATES AND REQUIREMENTS SECTION D—FEDERAL REQUIREMENTS SECTION (CDBG) ! SECTION S - STANDARD SPECIFICATIONS 021 SITE PREPARATION 021080 Removing Old Structures 025 ROADWAY 0258 TRAFFIC CONTROLS &DEVICES 025802 Temporary Traffic Controls During Construction 050 METALS 050200 Welding 055420 Frames, Grates, Rings, &Covers I TOC 1 Page 2 of 4 1 C ADA IMPROVEMENTS IN CDBG AREAS(FY 2012) (PROJECT NO E12147—CDBG NO.7463) TABLE OF CONTENTS (continued) SECTION T - TECHNICAL SPECIFICATIONS T-021 SITE PREPARATION T-021010 Project Signs T-022 EARTHWORK T-022020 Excavation and Backfill for Utilities, Culverts and Sewers T-022420 Silt Fence T-023 FOUNDATIONS, BORING,PILES &CAISSONS T-023020 Jacking, Boring or Tunneling T-025 ROADWAY 1 0252 SUBGRADES &BASES T-025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement T-025220 Flexible Base 0254 ASPHALTS & SURFACES T-025404 Asphalts, Oils and Emulsions T-025412 Prime Coat T-025424 Hot Mix Asphaltic Concrete Pavement 0256 CONCRETE WORK T-025610 Concrete Curb and Gutter T-025612 Concrete Sidewalks and Driveways T-025614 Concrete Curb Ramps 0258 TRAFFIC CONTROLS &DEVICES T-025804 Conduit T-025806 Ground Boxes T-025813 Preformed Thermoplastic Pavement Markings T-025822 Pedestrian Detectors T-025823 Traffic Signal Cables T-025830 Aluminum Signs T-027 SEWERS &DRAINAGE 0272 GENERAL T-027202 Manholes T-028 SITE IMPROVEMENTS &LANDSCAPING T-028040 Erosion Control by Sodding T-028050 Tree and Brush Removal T-028500 Curb Inlet Silt Fence TOC Page 3 of 4 I ADA IMPROVEMENTS IN CDBG AREAS(FY 2012) (PROJECT NO.E12147—CDBG NO.7463) 1 TABLE OF CONTENTS (continued) T-029 ENVIRONMENTAL T-029000 Storm Water Pollution Prevention Plan T-030 CONCRETE&GROUT T-030020 Portland Cement Concrete T-032020 Reinforcing Steel T-037040 Epoxy Compounds T-038000 Concrete Structures T-090 FINISHES T-093100 Composite Shell Cast in Place Tactile Warning Surface Unit T-097020 Exposed Aggregate Finish for Concrete Sidewalks LIST OF DRAWINGS I NOTICE AGREEMENT I PROPOSAL FORM PERFORMANCE BOND PAYMENT BOND I CERTIFICATIONS I I l I I TOC I Page 4 of 4 L NOTICE TO BIDDERS I: . NOTICE TO BIDDERS 1: Sealed proposals, addressed to the City of Corpus Christi, Texas for: I: ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 — CDBG NO. 7463) , project is intended to provide a pedestrian-accessible route along South Water Street from Broadway Court to Buford Street (excludes Buford Street intersection) . I: Project includes 16 curb ramp improvements (located at 16 corner locations) and approximately 1,820 LF of sidewalk improvements. Improvements in this area are based on the City of Corpus Christi ADA Master Plan, Phase 1, I: Package A. The Base Bid consists of 6 curb ramp improvements (located at 6 corner I; locations) and approximately 1,580 LF of sidewalk improvements. Additive Bid No. 1 consists of 6 ramps (located at 4 corner locations) . Additive Bid No. 2 consists of 4 curb ramp improvements (located at 4 corner locations) and approximately 240 LF of sidewalk improvements. Proposals will be received at the office of the City Secretary until I; Wednesday, October 9, 2013 at 2:00 PM and then publicly opened and read. Any bid received after closing time will be returned unopened. (I A pre-bid meeting will be scheduled for Tuesday, October 1, 2013 beginning at 10:30 AM. 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. All questions shall be submitted in writing to the Consultant by noon on the Wednesday before the bid opening. Inquiries made after this period will not be addressed. This project is funded in part through the Community Development Act of 1974, by funds approved in FY 2012. Approximately 100% of the total estimated project cost will be funded through this source and all Federal Requirements will apply. 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 11(; 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 1; 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 bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. . I; The Bidder is hereby notified that the City has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of 1: the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman, " or "mechanic" employed on this project. NTB Page 1 of 2 I; I 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 I/ advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Daniel Biles, P.E. Director of Engr. Services /s/ Armando Chapa City Secretary 11 I I 11 I 1 I I I I 11 I NTB Page 2 of 2 I �r NOTICE TO CONTRACTORS - A 4 4 C NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: I; TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 1: 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE I; Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations I: 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard I: 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 1; 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED I: WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF tTHIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT I; PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term ® NOT REQUIRED environmental impact for the disposal of contaminants , I: BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ❑ REQUIRED t ® NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements I: ❑ REQUIRED ® NOT REQUIRED ADA IMPROVEMENTS IN CDBG AREAS(FY 2012) Notice to Contractors-A (PROJECT NO.E12147-CDBG NO.7463) Page 1 of 2 I I The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. • • I I I I I I 1 I I I I ADA IMPROVEMENTS IN CDBG AREAS(FY 2012) Notice to Contractors—A (PROJECT NO.E12147—CDBG NO.7463) Page 2 of 2 I NOTICE TO CONTRACTORS - B 4 L I I: NOTICE TO CONTRACTORS - B - WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES ,' Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, or Lan approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of 'I Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4 (j) need not provide 1 of the 3 forms of worker's compensation coverage. 'I; The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - B (Revised 8/11/08) Page 1 of 11 8/7/98. 1; lcNTC-B Page 1 of 11 Texas Administrative Code Title 28 INSURANCE Part 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION Chapter 110 REQUIRED NOTICES OF COVERAGE Subchapter B EMPLOYER NOTICES RULE § 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement)providing services on a project, for the duration of the project. (2)Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form Ii TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project—Includes the time from the beginning of work on the project until the ( ) p J g g P J 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 (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the J 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 NTC-B 111 Page 2 of 11 Ii C furnishing persons to perform services on the project. "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 L 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 L 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, Erequire the contractor to perform as required in subsection(d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project,prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: E (A) before the end of the current coverage period, if the contractor's current certificate of coverage s hows 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; L (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic (d)A contractor shall: j NTC-B Page 3 of 11 I 1 (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 3 (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; II (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; (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; NTC-B I Page 4 of 11 I C (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; L (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; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; �j NTC-B Page 5 of 11 I I (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8)contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph(3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii)prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for 3 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. (h) The coverage requirement in this rule does not apply to motor carriers who are required I 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, NTC-B I Page 6 of 11 I 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: 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. C L E C C C C L C C C NTC-B Page 7 of 11 I T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on 3 the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " I I 3 I I I 1 I I I NTC-B I Page 8 of 11 I C T28 S 110.110(c)(7) Article . Workers'Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate")- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project—includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. j(r Persons providing services on the project ("subcontractor" in §406.096) — includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" includes, without limitation, providing, hauling, or delivering equipment of materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the contractor providing services on the project,for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and NTC-B Page 9 of 11 I I (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period show on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide 3 services on a project, to: (1)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 of its employees providing services on the project,for the duration of the project; (2)provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and NTC-B I Page 10 of 11 3 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self- 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 with ten days after receipt of notice of breach from the governmental entity. L L r E L L C I NTC-B Page 11 of 11 I C C E SECTION A SPECIAL PROVISIONS 4 C L 1: ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) 1: (PROJET NO. E12147 - CDBG NO. 7463) 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 1: 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 PM on Wednesday, October 9, 2013. Proposals mailed should be addressed in the following manner: I; City of Corpus Christi Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 - CDBG NO. 7463) I; 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 1: 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 1; City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Tuesday, October 1, 2013, beginning at 10:30 AM. The meeting will convene at the Engineering Services Main 1; 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. All questions shall be submitted in writing to the I; Consultant by noon on the Wednesday before the bid opening. Inquiries made after this period will not be addressed. No additional or separate visitations will be conducted by the City. 1; A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project 1; ADA IMPROVEMENTS IN CDBG AREAS (PROJECT NO. E12147 - CDBG NO. 7463) , project is intended to provide a pedestrian-accessible route along South Water Street from Broadway Court to Buford Street (excludes Buford Street intersection) . I; Project includes 16 curb ramp improvements (located at 16 corner locations) and approximately 1,820 LF of sidewalk improvements. Improvements in this area are based on the City of Corpus Christi ADA Master Plan, Phase 1, Package A. I; The Base Bid consists of 6 curb ramp improvements (located at 6 corner locations) and approximately 1,580 LF of sidewalk improvements. Additive Bid No. 1 consists of 6 ramps (located at 4 corner locations) . 1: Section A - SP (Revised 12/15/04) Page 1 of 25 I 1 Additive Bid No. 2 consists of 4 curb ramp improvements (located at 4 corner locations) and approximately 240 LF of sidewalk improvements. A-4 Method of Award The bids will be evaluated based on the availability of funds and in the following priority order: 1. Total Base Bid - or - 2. Total Base Bid plus any combination of Additive Bid (NO. 1 & NO. 2) 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. The City also reserves the right to negotiate additional quantities using unit prices provided in the Base bid or Additive Bid. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 - CDBG NO. 7453) , as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement and CDBG Certifications The following items will be required by the three (3) lowest apparent bidders (based on Base only) : 1. Statement of Qualification and Contract Information as Required by A- 28, A-29, A-30 - Required within 3 business days after bid opening. A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 50 calendar days for the Base Bid or Base Bid plus any combination of Additive Bids. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, Section A - SP (Revised 12/15/04) Page 2 of 25 I 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, 1c liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-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. A-9 Acknowledgment of Addenda jj 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 7/29/2009) Labor preference and wage rates for Highway and Heavy Construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, .workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls fran all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) Section A - SP (Revised 12/15/04) Page 3 of 25 I I One and one-half (l ) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess at 1-800-344-8377, the Lone Star Notification Company at 1- 800-669-8344, and the Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer 888-8100 (Phone) 888-8600 (Fax) Javier Davila, P.E. c/o CH2M HILL 555 N. Carancahua, Suite 310 Corpus Christi, TX 78401 Traffic Engineering 826-3540 Police Department 886-2600 Water Department 826-1881 (826-1888 after hours) Wastewater Department 826-1800 (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 299-4833 (1-877-373-4858 after hours) 3 A T & T 881-2511 (1-800-824-4424, after hours) Texas 811 (Utilities Locate) 811 City Street Div. for Traffic 826-3589 Signal/Fiber Optic Locate 826-1946 826-3547 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber.Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority (RTA) 289-2712 Corpus Christi ISD 886-9005 U.S. Postal Service 886-2216 TxDOT Area Office 808-2384 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. Section A - SP (Revised 12/15/04) Page 4 of 25 I In the event of damage to underground utilities, whether shown in the 1: 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. 1: 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 1: relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control 1; Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. 1: The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. j 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 1: Contractor shall secure the necessary permit from the City's Traffic Engineering Department. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or 1: 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 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 I; any other material that detracts from its appearance or hampers the growth of grass. 1: rcmovcd unlcoo othcrwioc notcd. Section A - SP (Revised 12/15/04) Page 5 of 25 I All necessary. removals including but not limited to pipe, driveways, sidewalks, ctc., arc to bc considered subsidiary to the bid itcm for "Street Excavation"; therefore, no dircct payment will bc made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. I A-17 Field Office (NOT USED) The Contractor must furnish the City Engineer or his representative with a field office at the construction cite. The field office must contain at 1 act 120 square feet of useable space. The field office must be air conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to 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 for the entire project. 4 . Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this contract that the contractor will be allowed to execute his work at such times and seasons in such order or precedence and in such manner as shall be the most conducive to economy of construction, subject to the following conditions. Section A - SP (Revised 12/15/04) Page 6 of 25 I A. The schedule of construction shall be structured to meet all 1; requirements of Section A-6 "Time of Completion/Liquidated Damages" and as noted above. B. The schedule of construction shall not conflict with any provision of 1; the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of 1; various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The contractor shall be aware of other construction projects I; occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for 1; construction scheduling and traffic control modifications for special events that will occur during the period of the contract. A-19 Construction Project Layout and Control I; 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. I` Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. 1; The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant 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 the Contractor's negligence will be restored by the City or Consultant I; 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 I; 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 I; 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 Documento, plans and opecificationo. Said compliance certification ohall be provided and prepared by a Third arty independent Regiot- -_ • _ --- _ . -- -_ -- • • • discrcpancico ohall be noted by the Third arty Surveyor and certify compliance to any regulatory permits. Following is the minimum oche.. - _ __-- --- - _ -_ -_ • Streets: • All curb returno at point of tangency/point of circumference Section A - SP (Revised 12/15/04) Page 7 of 25 I I • Curb and guttcr flow line both oidca of otrcct on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastewater: Water: I • All top of valves box; Stormwatcr: • All rim/invert cicvations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipc and flow linc) (TXDOT and RR permits) . A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must furnish and install 1 Project signs as indicated on Technical Specification T-021010. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Section A - SP (Revised 12/15/04) Page 8 of 25 I 1: I; 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 I; on a City contract. c. Minority Business Enterprise: A business enterprise that is owned I; 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 I" 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: I; 1. Owned (a) For a sole proprietorship to be deemed a minority I; business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at 1; least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . I; (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 I; person(s) . 2. Controlled I; 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. I; d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is I; 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. I; f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, I; 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 I; Section A - SP (Revised 12/15/04) Page 9 of 25 I 1 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. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) (NOT USED) 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 ia 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. I Section A - SP (Revised 12/15/04) Page 10 of 25 I 1: A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: 1: "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 1; 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 1; 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." I; A-25 Sales Tax Exemption (NOT USED) Section B 6 22, Tax Exemption Provision, is deleted in its entirety and the following substituted in lieu thcrcof. Contracts for improvements to real property awarded by the City of Corpus Christi do not qualify for cxcmptions of Sales, Excise, and -Usc Taxes unless I; the Texas Administrative Codc, or such other rules or regulations as may be If the Contractor elects to operate under a separated contract, he shall: 1. Obtain the necessary sales tax permits from the State Comptroller. 1: 2. Identify in the appropriate space on the "Statement of Materials and Other Charges" in the proposal form the cost of materials physically incorporated into the Project. 3. Provide resale certificates to suppliers. 4. Provide the City with copies of material invoices to substantiate the proposal value of materials. Section A - SP (Revised 12/15/04) Page 11 of 25 I If the Contractor does not elect to operate under a separated contract, he- must pay for all Sales, Excise, and Use Taxes appli able to this Project. Subcontractors arc eligible for sales tax exemptions if the subcontractor also complies with the above requirements. The Contractor must issue a resale certificate to the subcontractor and the subcontractor, in turn, issues a resale certificate to 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 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 Section A - SP (Revised 12/15/04) Page 12 of 25 1 C other fault of the City, its agents, servants, or employees or any 1: person indemnified hereunder. A-27 Responsibility for Damage Claims (NOT USED) I; Paragraph (a) Ccncral Liability of Scction B G-11 of the Ccncral Provisions is amcndcd to include=. Contractor must provide Builder's Risk or Installation Floatcr insurance covcragc for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's Risk or Installation Floator coverage must be an "All Risk" form. Contractor must pay all I; costs necessary to procure such Buildor'a Risk or Installation Floatcr insurance coverage, including any deductible. The City mustbc named I; A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City I; 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 I; 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 I; any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff I; 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. I; 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. Section A - SP (Revised 12/15/04) Page 13 of 25 I I 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 shall be provided with the Proposal and 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. 1 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written Section A - SP (Revised 12/15/04) Page 14 of 25 . 1 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 three (3) days following bid opening, submit in letter form, information identifying type of entity and state, i.e. , Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 IE Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $50,000.00. The Contractor acknowledges that any change orders in an amount in excess of $50,000.00 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-1. 1: Section A - SP (Revised 12/15/04) Page 15 of 25 I I I 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, CDBG Documents and General Provisions, in that order. I A-35 City Water Facilities: Special Requirements (NOT USED) A. Visitor/Contractor Orientation Prior to performing work at any City caatcr facility, the Contractor, his subcontractors, and each of thcir employees must havc on thcir person a valid card ccrtifying thcir prior attcndancc City -Water Department Personnel. A Visitor/Contractor Safcty Orientation Program will be offered by authorized City Water Department personnel for those persons who do not have such a card, and who desire to perform any work within any City water facility. For additional information refer to Attachment 1. The Contractor shall not start, operatc, or atop any pump, motorvalvc, cquipmcnt, switch, breaker, control, or any other item rclatcd to City water facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. C. Protection of Water Quality ell times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water Department to protect the quality of the water. D. Conformity with ANSI/NSF Standard 61 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61 as described in the Standard Specifications. Section A - SP (Revised 12/15/04) Page 16 of 25 1 C 1: Such matcrial3 include all aolvent3, cleaners, lubricant3, ga3kcts, thread compoundo, coating3, or hydraulic cquipmcnt. Thc3e itcm3 mu3t not be used unlcs3 they conform with ANSI/NSF Standard 61 and unlc33 Such items are in3pected on the Site by authorized City 1: per3onnol immediately prior to 113C. The Contractor shall providc the Engineer with copics of written proof of ANSI/NSF -Standard 61 approval for all matcrials which could comc into contact with potable water. All trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor 1: shall keep work areas clean at all times and remove all trash daily. CONTRACTOR'S ON SITE PREPARATION I; F. Contractor's personnel must wear colored uniform overalls other than orange, blue, or white. Each cmploycc uniform must provide T C. Contractor shall providc telephones for Contractor personnel. I; H. Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. I. Contractor must not use any City facility restrooms. Contractor I; J. All Contractor vehicles must be parked at designated site, as 1; designated by City Watcr Department staff. All Contractor vehicles must be clearly labeled with company name. No private cmploycc vehicles arc allowed at O. N. Stevens Water Tr atment Plant. All personnel must be in company vehicles. During working hours, 1; contractor employees must not leave the designated construction area nor wander through any buildings other than for required work or as directed by City Water Department personnel during emergency evacuation. ACQUISITION) 1; Any work to the computer based monitoring and control system must be performed only by qualified technical and supervisory personnel, as determined by meeting the qualifications 1 thru 9 bclow. This I; changes, selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in operation all hardware and/or software specified or rcquircd by I; these specifications. The Contractor or his subcontractor proposing to perform the SCADA work must be able to demonstrate the following: Section A - SP (Revised 12/15/04) Page 17 of 25 I I 1. He is regularly engaged in thc computer based monitoring and control system business, preferably as applied to thc municipal water and wastewater industry. 2. He has performed work on systems of comparable size, typc, and complexity as rcquircd in this Contract on at least thrcc prior projects. 3. He has bccn actively engaged in thc typc of work specified hcrcin for at lc-act 5 y arc. 4. He employs a Registered Professional Engineer, a Control Systems Engineer, or an Electrical Engineer to supervise or perform the work rcquircd by this specifications. 5. He employs personnel on this Project who have successfully completed a manufacturer's training course in configuring and implementing the specific computers, RTUS's, and software proposed for the Contract. 6. He maintains a permanent, fully staffed and equipped service facility within 400 miles of the Project site to maintain, repair, calibrate, and program the systems specified herein. 7. He shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type will be the product of one manufacturer. 8. Prior performance at the 0. N. Stevens Water Tr atment Plant will be used in evaluating which Contractor or subcontractor programs the new work for this Project. 9. The Contractor shall produce all filled out programming blocks rcquircd to chow the programming as needed and rcquircd, to add these two systems to the existing City SCADA system. Attached is an example of the rcquircd programming blocks which the City requires to be filled in and given to the City Engineer with all changes made during the programming phase. The attached chest is an example and is not intended to show all of the rcquircd sheets. The Contractor will provide all programming blocks used. L. Trenching Requirements All trenching for this project at the 0. N. Stevens Water Trcatment Plant shall be performed using a backhoc or hand digging due to the number of existing underground obstructions. No trenching machines shall be allowed on the project. I I I I Section A - SP (Revised 12/15/04) Page 18 of 25 1 I: A-36 Other Submittals I: 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: I: 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 I: shall also submit one (1) reproducible transparency for all shop drawings. I; c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, I; 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. I; e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and 1; coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement I; manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from I; 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 I; 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 I; since previous submittal. j . Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. I; 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. I; Section A - SP (Revised 12/15/04) Page 19 of 25 I; I 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", BI- 6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan") . This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." 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. (NOT USED) The icsuancc of a ccrtificatc of occupancy for improvcmcntc doco not conctitutc final acccptancc of the improvcmcntc undcr Ccncral Provision B 8 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. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. I I Section A - SP (Revised 12/15/04) Page 20 of 25 1 1: A-43 Amended Indemnification & Hold Harmless I: 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: j 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 1; 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 I; officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material man. I; 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 I; of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by Contractor as a basis for the price of the change order. I 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. I; (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. I; (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. I; (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. l; A-46 Disposal of Highly Chlorinated water (7/5/00) (NOT USED) The Contractor shall be responsible for the disposal of water used for I: - - -- -- -- ' -- Section A - SP (Revised 12/15/04) Page 21 of 25 1; I agencies ouch as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with thc requirements of all regulatory agcncics in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use thc City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction Exploratory Excavations A7/5/00) (NOT USED)- _ - _ and expose all existing pipelines of the project that cross within 20 feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which _parallel and are within ten feet (10' ) of - exiting pipelines at a maximum of 300 feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet maximum O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines cx avatcd and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. • rcport. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP 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. I Section A - SP (Revised 12/15/04) Page 22 of 25 I I; A-49 Amended "Maintenance Guaranty" (8/24/00) I; Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: I; "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 Plan Sheets The drawings for the project are based on field investigations by the A/E, information in the form of record drawings supplied by the City, and other I; sources. A-51 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If I; errors or omissions are so discovered and reported before the work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor prior to construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of Contractor. It is the intent of this Contract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. A-52 Lack of Information If the Bidder feels that there is insufficient information in order for him to prepare his bid and/or construct the work, he is required to make a I; written request for additional information. All costs associated with the pre-bid investigation shall be borne by the Bidder, with no compensation from the City. However, the Bidder shall not perform any investigation at the above project site unless a written request is submitted and approved. The Contractor shall not use the lack of information as a basis for requesting extra compensation. A-53 Stormwater Pollution Prevention Due to the type and location of this project, stormwater pollution prevention (SWPP) is critical, and improper implementation can have a negative impact on the adjoining street and private property. Strict compliance to all SWPP items shown on the plans shall be enforced. In addition, if during the course of the project other minor SWPP items are required to limit or control soil erosion or transport of soil, then the Contractor shall implement these measures. All materials and labor required to perform this work shall not be paid for directly, but shall be considered subsidiary to the various bid items. Contractor must complete a Notice of Intent (NOI) and a Notice of Section A - SP (Revised 12/15/04) Page 23 of 25. 1; I Termination (NOT) , and submit each to the EPA, with a copy to the Director of Engineering Services. A-54 Dust Control The Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When necessary, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings shall be adequately protected from dust. Monthly payment will be withheld if this provision is not followed. A-55 Noise Control and Working Hour Restrictions The Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least amount of noise consistent with efficient performances of the Work. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 a.m. or continue after 7:30 p.m. without prior approval from the Engineer. A-56 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. A-57 Amended "Withholding Payment" Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-7 Withholding Payment add the following: Payment of estimates may be withheld if temporary traffic control signs and barricades are not removed from sites where construction has previously been completed. A-58 Allowance Clause The lump bid item described as "Unanticipated Overrun Allowance" has been set as noted and shall be included in the Total Base Bid for each Bidder. This allowance may be used at the Engineer' s discretion should an unanticipated adjustment of a utility or here-to-fore unknown structure or similar situation warrant the use of the allowance funds. Should the use of funds from the "Unanticipated Overrun Allowance" become necessary, the Engineer will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. I Section A - SP (Revised 12/15/04) Page 24 of 25 1 E SUBMITTAL TRANSMITTAL FORM PROJECT: ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 — CDBG NO. 7463) OWNER: CITY OF CORPUS CHRISTI ENGINEER: CH2M HILL CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL T-030020&T-038000,Plan Sheet 16 Concrete Mix Design T-093100 Tactile Panel Warning Surface T-025424,T-025404,Plan Sheet 16 HMAC T-025404,Plan Sheet 16 Tack Coat T-025412,Plan Sheet 16 Prime Coat 025802 Traffic Control — T-025830 Aluminum Sign T-025220 Flexible Base T-025813 Pavement Striping T-025822 Pedestrian Pole and Push Button T-025823 Traffic Signal Cable T-032020 Reinforcing Steel T-028040,T-029000 Erosion Control by Sodding,Storm Water Pollution Prevention Plan T-025610,T-025612,T-038000 Expansion Joint Material 1-097020,T-025612 Exposed Aggregate Finish for Concrete Sidewalks C C Section A - SP (Revised 12/15/04) Page 25 of 25 AGREEMENT its THE STATE OF TEXAS § COUNTY OF NUECES § I THIS AGREEMENT is entered into this 17TH day of DECEMBER , 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 CAS Companies, LP termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $228,552.06 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) Pti PROJECT NO. E12147 (TOTAL BASE BID: $228,552.06) 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. rtt I r Page 1 of 3 Rev. Jun-2010 a a mor 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 50 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. 1ri City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. (ti Signed in 4 parts at Corpus Christi, Texas on the date shown above. I r I Page 2 of 3 Rev. Jun-2010 S a a ATTEST: CITY OF CORPUS CHRISTI 1-7)21c41-4'.C.-e- 14(-/-e-/L-47-, B : - `� City Secretary Mark Vleck Interim Asst. City Manager Public Works, Utilities, and Transportation APPROVE AS TO GAL FORM: By: By: JL -k Asst. City At orney Daniel Biles, P.E. Director of Engineering Services CONTRACTOR ATTEST: (If Corporation) CAS Companies, LP NO kit diviv.64;1' By: (Seal Below) Bill Bowlin Title: Manager (Note: If Person signing for corporation is not President, 3765 Alameda, Ste, 315 attach copy of authorization (Address) to sign) Corpus Christi, TX 78411 (City) (State) (ZIP) 361/334-0688 * 888-716-3670 (Phone) (Fax) Iff r MUNCH. �.• •`.. 11111•1111■111111111•■•••■•••••• if,r((./7 AGAR Page 3 of 3 Rev. Jun-2010 r P R O P O S A L F O R M F O R ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 - CDBG NO. 7463) tow I I • DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS all ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 - CDBG NO. 7463) PROPOSAL r Ii Place: City Hall 1201 Leopard St. ■ Date: October 9. 2013 Proposal of a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as CAS Companies, LP 3765 S Alameda St., Ste. 315 Corpus Christi, Texas 78411 • TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor r and materials, tools, and necessary equipment, and to perform the work required for: ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 - CDBG NO. 7463) at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: r Proposal Form Page 2 of 9 a PAI a'i ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 — CDBG NO. 7463) II it ADA IMPROVEMENTS IN CDBG AREAS(FY 2012)(PROJECT NO. E12147-CDBG NO. 7463)- BASE BID r I II III IV V BID ITEM EXTENSION UNIT (QTY X UNIT ill BID QTY& PRICE IN PRICE IN ITEM UNIT DESCRIPTION FIGURES FIGURES) !" ADA IMPROVEMENTS-BASE BID iii A-1 450 SF CONCRETE CURB RAMP AND LANDING, $22.23 $10,003.50 COMPLETE IN PLACE PER SQUARE FOOT. !" CONCRETE SIDEWALK,COMPLETE IN 8 79 A-2 4,587 SF PLACE PER SQUARE FOOT. $ $40.319.73 ill A-3 3,393 SF EXPOSED AGGREGATE SIDEWALK, $ 8 98 COMPLETE IN PLACE PER SQUARE FOOT. $30,469.14 ill A-4 1,027 LF CURB AND GUTTER,COMPLETE IN PLACE $ 27.68 $ PER LINEAR FOOT. $28,427.36 PAVEMENT REPAIR,COMPLETE IN PLACE A-5 3,069 SF PER SQUARE FOOT. $ 8.00 $24,552.00 II ADJUST VALVE,METER,OR CLEAN-OUT A-6 2 EA BOX,COMPLETE IN PLACE PER EACH. $602.78 $1,205.56 TYPE"A"HEADER CURB(OUTSIDE OF ill A-7 213 LF CURB RAMP AND LANDING),COMPLETE IN $16.62 $3,540.06 PLACE PER LINEAR FOOT. PI CONCRETE DRIVEWAY/CONCRETE iii A-8 1,181 SF PARKING LOT(NEW OR REPAIR), $ 11.49 $13,569.69 COMPLETE IN PLACE PER SQUARE FOOT. PR A-9 2 EA ADJUST MANHOLE,COMPLETE IN PLACE $1,676.70 $3,353.40 ill PER EACH. TRAFFIC IMPROVEMENTS-BASE BID 12"WHITE CROSSWALK STRIPING, 7.38 1?_ A 10 116 LF COMPLETE IN PLACE PER LINEAR FOOT. $ $856.08 ill 24"WHITE CROSSWALK STRIPING, A-11 192 LF $7.73 $1,484.16 COMPLETE IN PLACE PER LINEAR FOOT. A-12 20 LF 24"WHITE STOP BAR,COMPLETE IN PLACE $8 78 $175.60 PER LINEAR FOOT. A 13 2 EA ADJUST EXISTING PEDESTRIAN PUSH $832.95 $1,665.90 BUTTON,COMPLETE IN PLACE PER EACH. ill A-14 3 EA RELOCATE/REPLACE TRAFFIC SIGN, $2,130.30 $6,390.90 COMPLETE IN PLACE PER EACH. ir RELOCATE/REPLACE TRAFFIC SIGN WITH alli A-15 2 EA FLASHING BEACON ASSEMBLY,COMPLETE $3,015.90 $6,031.80 IN PLACE PER EACH. NEW TRAFFIC SIGN(INCL MOUNT AND A-16 1 EA FOUNDATION),COMPLETE IN PLACE PER $2,340.90 $2,340.90 W EACH. • fit Proposal Form Page 3 of 9 will IIII ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) 4R (PROJECT NO. E12147 — CDBG NO. 7463) ADA IMPROVEMENTS IN CDBG AREAS(FY 2012)(PROJECT NO. E12147-CDBG NO. 7463)- BASE BID I II III IV V r BID ITEM EXTENSION UNIT (QTY X UNIT BID QTY& PRICE IN PRICE IN ITEM UNIT DESCRIPTION FIGURES FIGURES) MISCELLANEOUS ITEMS-BASE BID TRIM HANGING TREE BRANCHES(PER A-17 1 EA EACH TREE),COMPLETE IN PLACE PER $411.08 $411.08 . EACH. A 18 2 EA REMOVE TREE STUMP,COMPLETE IN $411.08 $822.16 PLACE PER EACH. A-19 3 EA REMOVE TREE,COMPLETE IN PLACE PER EACH. $.411.08 $ 1,233.24 A-20 1 EA REPLACE PRIVATE SIGN,COMPLETE IN PLACE PER EACH. $856.90 $956.90 ili A-21 1 LS TEMPORARY TRAFFIC CONTROLS, $13,097.70 $ 13,097.70 COMPLETE IN PLACE PER LUMP SUM. A-22 1 LS UNANTICIPATED OVERRUN ALLOWANCE, $18,000 $18,000 Ili COMPLETE IN PLACE PER LUMP SUM. A 23 1 LS STORMWATER POLLUTION PREVENTION, $1,420.20 $1,420.20 10 COMPLETE IN PLACE PER LUMP SUM. iii A-24 1 LS MOBILIZATION/BONDS/INSURANCE, $18,225.00 $18,225.00 COMPLETE IN PLACE PER LUMP SUM. TOTAL PART A: $228,552.06 hi ii C I E .,,,, , I la Proposal Form iii Page 4 of 9 FR ili iii ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) lif (PROJECT NO. E12147 — CDBG NO. 7463) I r I ADA IMPROVEMENTS IN CDBG AREAS(FY 2012)(PROJECT NO. E12147-CDBG NO. 7463)- ADDITIVE BID NO. 1 I II III IV V BID ITEM r EXTENSION UNIT (QTY X UNIT BID PRICE IN PRICE IN ITEM QTY& UNIT DESCRIPTION FIGURES FIGURES) hil CONCRETE CURB RAMP AND LANDING, B-1 522 SF COMPLETE IN PLACE PER SQUARE FOOT. $22.14 $11,557.08 ow CONCRETE SIDEWALK,COMPLETE IN B iii -2 269 SF PLACE PER SQUARE FOOT. $11.08 $2,980.52 B 3 195 LF CURB AND GUTTER,COMPLETE IN PLACE $30.67 $5,980.65 PER LINEAR FOOT. II B-4 529 SF PAVEMENT REPAIR,COMPLETE IN PLACE $12.15 $6,427.35 PER SQUARE FOOT. Prf ADJUST VALVE,METER,OR CLEAN-OUT iii B-5 1 EA BOX,COMPLETE IN PLACE PER EACH. $603.45 $ 603.45 CONCRETE DRIVEWAY/CONCRETE PIP B-6 320 SF PARKING LOT(NEW OR REPAIR), $13.87 $4,438.40 IN COMPLETE IN PLACE PER SQUARE FOOT. REMOVE AND REPLACE VALLEY GUTTER, B-7 99 SF COMPLETE IN PLACE PER SQUARE FOOT. $22'38 $2,215.62 II B-8 2 EA ADJUST MANHOLE,COMPLETE IN PLACE PER EACH. $1,676.70 $3,353.40 TRAFFIC IMPROVEMENTS-ADDITIVE BID NO. 1 6 B 9 386 LF 12 WHITE CROSSWALK STRIPING,COMPLETE IN PLACE PER LINEAR FOOT. $5.47 $ 2,111.42 B 10 92 LF 24"WHITE STOP BAR,COMPLETE IN $7.81 $ 718.52 E PLACE PER LINEAR FOOT. B 11 1 EA RELOCATE/REPLACE TRAFFIC SIGN, $2,182.95 $2,182.95 COMPLETE IN PLACE PER EACH. RELOCATE/REPLACE TRAFFIC SIGN WITH 6 B-12 1 EA FLASHING BEACON ASSEMBLY, $2,857.95 $2,857.95 COMPLETE IN PLACE PER EACH. NEW TRAFFIC SIGN(INCL MOUNT AND B-13 1 EA FOUNDATION),COMPLETE IN PLACE PER $2,340.90 $2,340.90 EACH. NEW GROUND BOX,COMPLETE IN PLACE 923.40 B-14 1 EA PER EACH. $ $923.40 MISCELLANEOUS-ADDITIVE BID NO. 1 B 15 1 EA REMOVE TREE STUMP,COMPLETE IN $448.20 $ 448.20 L PLACE PER EACH. TOTAL PART B: $49,140.11 Proposal Form Page 5 of 9 r 6 M ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) ow (PROJECT NO. E12147 — CDBG NO. 7463) ill gil ADA IMPROVEMENTS IN CDBG AREAS(FY 2012)(PROJECT NO. E12147- CDBG NO.7463) ADDITIVE BID NO.2 a I II III IV V BID ITEM ill EXTENSION UNIT (QTY X UNIT two BID PRICE IN PRICE IN ITEM QTY& UNIT DESCRIPTION FIGURES FIGURES) in ADA IMPROVEMENTS-ADDITIVE BID NO.2 CONCRETE CURB RAMP AND LANDING, 22 86 c-1 417 SF COMPLETE IN PLACE PER SQUARE FOOT. $ $ 9,532.62 ill CONCRETE SIDEWALK,COMPLETE IN C-2 1,760 SF $8.76 $ 15,417.60 PLACE PER SQUARE FOOT. Pm CURB AND GUTTER,COMPLETE IN PLACE C-3 251 LF $26.31 $ 6,603.81 PER LINEAR FOOT. C-4 815 SF PAVEMENT REPAIR,COMPLETE IN PLACE $8.49 $ 6,919.35 1+ PER SQUARE FOOT. ill C-5 2 EA ADJUST VALVE,METER,OR CLEAN-OUT $602.78 $1,205.56 BOX,COMPLETE IN PLACE PER EACH. FP TYPE"A"HEADER CURB(OUTSIDE OF C-6 4 LF CURB RAMP AND LANDING),COMPLETE $112.73 $ 450.92 ill IN PLACE PER LINEAR FOOT. CONCRETE DRIVEWAY/CONCRETE roe C-7 544 SF PARKING LOT(NEW OR REPAIR), $11.12 $ 6,049.28 a COMPLETE IN PLACE PER SQUARE FOOT. C-8 3 EA ADJUST MANHOLE,COMPLETE IN PLACE $1,618.20 $4,854.60 r PER EACH. iii TRAFFIC IMPROVEMENTS-ADDITIVE BID NO. 2 C-9 1 EA RELOCATE/REPLACE TRAFFIC SIGN, $2,182.95 $2,182.95 F. COMPLETE IN PLACE PER EACH. TOTAL PART C: $53,216.69 6 ii, E r iiii Proposal Form Page 6 of 9 pop ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) rm (PROJECT NO. E12147 — CDBG NO. 7463) BID SUMMARY TOTAL -PART A—BASE BID (Bid Items A-1 through A-24) $ 228,552.06 TOTAL -PART B—ADDITIVE BID NO. 1 (Bid Items B-1 through B-15) $ 49,140.11 TOTAL -PART C—ADDITIVE BID NO. 2 (Bid Items C-1 through C-9) $ 53,216.69 ali 6 Proposal Form Page 7 of 9 ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) (PROJECT NO. E12147 - CDBG NO. 7463) NOTE: The above unit prices must include all labor, materials, removal, overhead, profit, insurance, etc. , to cover the finished work of the several kinds called for, and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate, include an additional contingency in some cases, and may vary from the final quantities. DO NOT ORDER MATERIAL BASED ON THESE APPROXIMATE QUANTITIES. r The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. NI Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful !!' performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials . The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within two days (five days for Contractors outside Nueces County) of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE '' firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets . Time of Completion: The undersigned agrees to complete the work within 50 calendar days from the date designated by a Work Order. No additional time will be added for Base Bid and any combination of Additive Bids . Proposal Form Page 8 of 9 II ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) rl (PROJECT NO. E12147 — CDBG NO. 7463) a The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish M all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining r thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number) : 1 iii Respectfully submitted: l it III Name: Bill Bowlin IN By: ,%v ►� A-1 (SIGNATURE) !!4 (SEAL - If Bidder is a Corporation) ii Address: 3765 S. Alameda St., Ste. 315 (P.O. Box) (Street) pi Corpus Christi, Texas 78411 (City) (State) (Zip) PR iii Telephone: (361)334-0688 PIII NOTE: Do not detach bid from other papers. I Fill in with ink and submit complete with attached papers PR(7/90) PR r- ill 6 E Proposal Form Page 9 of 9 PAYMENT BOND STATE OF TEXAS § BOND No. 5169704 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That CAS Companies, LP of the City of Corpus Christi , County of Nueces , and State of Texas as principal ("Principal"), and SureTec Insurance Company , 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 TWO HUNDRED TWENTY-EIGHT THOUSAND, FIVE HUNDRED FIFTY-TWO AND 06/100 U.S. Dollars ($ 228,552.06 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 DECEMBER, 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: ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) PROJECT NO. E12147 (TOTAL BASE BID: $228,552.06) 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 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) Payment Bond Page 1 of 3 I 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 /I' day of cikh , 201 ./1 PRINCIPAL SURETY CAS Companies, LP SureTec,i surance Compa1y By: By: L _, JVIL�.f Kathryn Carr-Bowfin A 'ir ey-in-fa. Henry D. Childers Title: Partner ATTEST: Secretary Address: 1306 FM 1092. Ste 304 Address: 1330 Post Oak. Ste 1100 Missouri City, TX 77459 Houston, TX 77056 Telephone: 713-683-1475 Fax: 713-812-0406 E-Mail: cmoore @suretec.com Rev. Date May 2011 Payment Bond Page 2 of 3 poe Fyl Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: KO it), Name: Keetch l .. Agency: Keetch &Associates Insurance Address: 1718 Santa Fe Street (Physical Street Address) Corpus Christi TX 78704 (City) (State) (Zip) Telephone: 361-883-3803 E-Mail: kkeetch @keetchins.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. Y 9 9 Y Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 PERFORMANCE BOND I STATE OF TEXAS § BOND No. 5169704 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That CAS Companies, LP of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ("Principal"), and SureTec Insurance Company , 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"), in the penal sum of TWO HUNDRED TWENTY-EIGHT THOUSAND, FIVE HUNDRED FIFTY-TWO AND 06/100 U.S. Dollars ($ 228,552.06 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 is certain written contract with the City of Corpus Christi (OWNER), dated the 17TH of DECEMBER , 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: ADA IMPROVEMENTS IN CDBG AREAS (FY 2012) PROJECT NO. E12147 is (TOTAL BASE BID: $228,552.06) 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 r 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. hi 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 Is PR iiii IN Provided further, that this bond is executed pursuant to Chapter 2253, Texas Is Government Code, as amended. E Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. r The undersigned agent is hereby designated by the Surety as the Resident iii 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 ESections 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 /24 day of Ja /vi ry , 20../1 l PRINCIPAL SURETY a CAS Companies, LP SureTe nsurance Company By: ' (� avz„,:� By: die I ii i/ / �L Kate ry Carr-Bowlin AA orne -in-f:Ct Henry D. Childers Title: Partner ATTEST: Secretary Address: 1306 FM 1092, Ste 304 Address: 133n Pest Oalc Ste 1 inn Missouri City. TX 77459 Houston, TX 77056 E Telephone: 713-683-1475 Fax: 713-812-0406 r It E-Mail: cmoore @suretec.com (Rev. Date May 2011) Performance Bond Page 2 of 3 6 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: -{('em, Keetch Agency: Keetch_&Associates Insurance Address: 1718 Santa Fe Street (Physical Street Address) Corpus Christi TX 78704 (City) (State) (Zip) Telephone: 381-883-3803 fiv E-Mail: kkeetch @keetchins.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. END (Rev. Date May 2011) Performance Bond Page 3 of 3 re pOA p: 4221174 SureTec Insurance Company p Y LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston,Harris County, Texas, does by these presents make,constitute and appoint Henry D.Childers,Gary F.Banks,Michael W.Turner,Ken Kapelka,William Lewis Kottwitz,Jr.,James Byron Kottwitz its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/2015 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be It Resolved that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20*of April, 1999) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 21st day of March,A.D.2013. SURETEC INSURANCE COMPANY ��gv CO i y4,•r X 9 ; By: cuill11 John sox Jr. 'resident Starve of Texas ss: d, Y County of Harris `'•... On this 21st day of March,A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston,Texas,that he is President of SURETEC INSURANCE COMPANY,the company described in and which executed the above instrument;that be knows the seal of said Company,that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company,and that he signed his name thereto by like order. 1 co ycouvwNAoo y Comm.Exp.5118/2017 Jacq elyn Maldonado,Notary Public My commission expires May 18,2017 1,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect Given under my hand and the seal of said Company at Houston,Texas this /3 day of 4 o2U// ,A.D. Ii L.�i Bre t Beaty,Assistant ecretary Any instrument Issued in excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST. • SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi &Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev. 1-1-06 W SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Chnsti City of Corpus Christi Ordinance 17112, as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: CAS Companies,LP P. O.BOX: Corpus Christi, STREET ADDRESS: 3765 S.Alameda CITY/ STATE TX ZIP: 78411- FIRM IS: 1. Corporation 2. Partnership ® 3. Sole Owner ❑ 4. Association 5. Other ■ DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A e 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." N/A Name Title 3. State the names of each "board member"of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." N/A Name Board, Commission or Committee 4. State the names of "consultant"each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant N/A 1 I FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Partner Certifying Person: Kathryn Carr-Bowlin Title: (Type or Print) . 10/16/13 Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an y effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. lit c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. r S Accmo CERTIFICATE OF LIABILITY INSURANCE I DATE(MMIDDIYYYY) 01/07/2014 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). PRODUCER NCAHMNEACT SHAWN WYATT THE WYATT AGENCY L�PN�8� No.Ext):936-291-3074 I i ,No):936-291-1217 1300 11TH STREET `�DdREss:ARGO10..SBCGLOBAL.NET SUITE 305-E INSURER(S)AFFORDING COVERAGE NAIC# HUNTSVILLE,TX 77340 r INSURER A: ARCH SPECIALTY INSURANCE COMPANY INSURED CAS COMPANIES,LP INSURER B: 1306 FM 1092 INSURER C: STE.304 INSURER 0: MISSOURI CITY,TX 77459 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL SUER POLICY EFF ICCY EXP LIMITS I IR TYPE OF INSU E INSR WVD POUCY NUMBER (MMIDDIYYYY) MIDDIYYYY) GENERAL LIABILITY 12EMP43680-08 9/6/13 9/6/14 EACH OCCURRENCE $ 1,000,000 A / RAry�gGE TO RENTED 550,000 ,V/ PREMISES(Ea occurrence) S X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE © OCCUR MED EXP(Any one person) $ 5,000 X ASBESTOS/LEAD/MOLD PERSONAL&ADV INJURY $ 1,000.000 / GENERAL AGGREGATE $ 2,000,000✓ X POLLUTION LIABILITY PRODUCTS-COMP/OP AGG $ 2.000.000 GENT AGGREGATE OMIT APPLIES PER: $ X POLICY[1 2& n LOC COMki1N bItSULT LIMI I $ AUTOMOBILE LIABILITY (Ea accident) _$ _, BODILY INJURY(Per person) $ ANY AUTO BOD — AALLOOWNED SCHEDULED BODILY INJURY(Per accident) $ — NON-OWNED AUTOS PROPERTY DAMAGE(Per accident) $ HIRED AUTOS _ AUTOS $ 9/6/13 9/6/14 EACH OCCURRENCE g 5,000,000 A X UMBRELLA LIAR X OCCUR 12 EMX 72098 01 5,000,000 EXCESS LAB CLAIMS-MADE / AGGREGATE S 111[[[ $ X DED I I RETENTION$ I TORY LIMITS I L_ER WORKERS COMPENSATION AND EMPLOYERS'LIABILITY Y 1 N E.L.EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVEn NIA E.L.DISEASE-EA EMPLOYEE $ RC MEM(BHE)R EXCLUDED? (Mandatory In If yes,describe under EL DISEASE-POLICY LIMIT _$ DESCRIPTION OF OPERATIONS below 12EMP43680-08 9/6/13 9/6/14 $1,000,000 OCCURRENCE A PROFESSIONAL LIABILITY $2,000,000 AGGREGATE CLAIMS-MADE DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) PROJECT: ADA IMPROVEMENTS CDBG AREAS(FY 2012)-PROJECT NO.E12147 BLANKET ADDITIONAL INSURED AND WAIVER OF SUBROGATION ON ALL POLICIES IS PROVIDED PER POLICY LANGUAGE AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF CORPUS CHRISTI ACCORDANCE WITH THE POLICY PROVISIONS. P.O.BOX 9277 CORPUS CHRISTI,TX 78469 AUTHORIZED RESENTATI I ®1988-2010 AC RD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD t 1 ■ Client#:22828 CASCO2 A CORDT. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 01/09/14 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). PRODUCER CONTACT Kristin Insurance Assoc.of the S.W.,LLC PHONE K McCaughey 2 FAX (A/C,No,Ext):281 558-6363 (A/C,No): 2815584765 P.O.Box 441767 ADDE-MAIL SS: kristinm @ins-ias.com Houston,TX 77244 RE 281 558-6363 INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Texas Mutual Insurance Com 22945 INSURED / INSURER B:Republic Underwriters Ins 24538 CAS Companies,LP J INSURER C: 1306 FM 1092,Suite 304 INSURER D: Missouri City,TX 77459 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE NSR L WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DDIYYYY) (MM/DD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY MEWMTS TO RENTED REMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ _ GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS-COMP/OP AGG $ POLICY JEC7 / LOC _ $ B AUTOMOBILE LIABILITY X X BAP5517621 01 08/17/2013 08/17/2 14 COMBINED SINGLE LIMIT 1 r r 000 000 (Ea aL X ANY AUTO BODILY Y INJURY $URY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ _ AUTOS _ AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) _ UMBRELLA LIAB - OCCUR EACH OCCURRENCE EXCESS LIAB CLAIM MADE AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATION X TSF0001227796 08/21/2013 08/21/ 14 X TORYLI U- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Attachments: Certificate holder notice Revised.pdf CAR053-0311 EFF 2013.pdf WC420304A Eff 2012.pdf ILR026-0112 EFF 2013.pdf (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Corpus Christi SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Department of Engineering Services ACCORDANCE WITH THE POLICY PROVISIONS. Attn:Contract Administrator PO Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi,TX 78469-9277 ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S216684/M209271 KRG \ f / DESCRIPTIONS (Continued from Page 1) WC420601 Eff 2012.pdf Project:#E12147 ADA Improvements CDBG Areas(FY 2012) SAGITTA 25.3(2010/05) 2 of 2 #S216684/M209271 NOTICE TO CERTIFICATE HOLDERS In keeping with our client's request, we are providing you with a Certificate of Insurance using the latest ACORD 25 —Certificate of Liability Insurance (2010/05) form. Prior editions have been withdrawn by ACORD and are no longer available. Since these are copyrighted forms we use under licensing agreements, we must follow ACORD's usage instructions. There are major differences in the form now being used: 1. The cancellation box has been changed to provide notice of cancellation to the certificate holder in accordance with policy provisions. The former language is no longer available and the new edition of the certificate cannot be altered because of copyright law. 2. The certificate holder's status as an Additional Insured is now shown by placing an "X" in the box to the right of the column titled "Type of Insurance". 3. If a Waiver of Subrogation is being given, it will also be shown by placing an "X" in the box to the right of the Additional Insured box. 4. The space on the certificate for the Description of Operations/Locations/Vehicle has now been reserved for that use, and we are no longer allowed to insert wording that indicates status as an additional insured, waiver of subrogation, primary and non- contributory, etc. We are allowed to insert the name and number of the policy forms granting those extensions. Copies are attached for your review. We are also permitted to show a project name, lease#, contract #, etc. As the agent for the insured, we are here to try to make this transition as transparent and easy as possible. If you have a question or problem with the certificate you have received, please call Ms. Conny Vadovsky at (281) 531 2062. We will try to resolve your issue if possible. After January 1, 2012, all certificate forms used in Texas have to be approved by the Texas Department of Insurance. For further information, you may contact the Public Information Office, Texas Department of Insurance, P. O. Box 149104, Austin, Texas 78714. For further information as to ACORD requirements, you may contact Acord by visiting their website at www.acord.org. s THIS EN ORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED/ PRIMARY COVERAGE INCLUDING COMPLETED OPERATIONS (COVERAGES A& B) This endorsement modifies insurance provided under the Environmental Multiline Policy In consideration of the premium charged, it is hereby agreed that Section III -WHO IS AN INSURED is amended to include as an Additional Insured the person or organization shown in the schedule below as respects Coverages A and B, but only to the extent of liability arising out of YOUR WORK performed by you or on your behalf for that Additional Insured and not due to any actual or alleged independent liability of said Additional Insured. This Endorsement does not apply to BODILY INJURY or PROPERTY DAMAGE arising out of the sole negligence or willful conduct of,or for defects in design furnished by the Additional Insured. As respects the coverage afforded the Additional Insured, this insurance is primary and non-contributory, and our obligations are not affected by any other insurance carried by such Additional Insured whether primary,excess,contingent or on any other basis. This endorsement does not increase the Company's limits of liability as specified in the Declarations of this policy. Additional Insured: ANY PERSON OR ORGANIZATION FOR WHOM YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE WRITTEN CONTRACT MUST BE EFFECTIVE PRIOR TO THE DATE OF THE LOSS OCCURRENCE. • All other terms and conditions of this Policy remain unchanged. Endorsement Number: 12 Policy Number: 12 - P 43680 07 Named Insured:CAS COMPANIES, LP; CLEAN AIR SOLUTIONS, LP;TECHCLEAN INDUSTRIES This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective D. -:9/6/2012 00 EMP0073 00 08 04 1 of 1 BAP5517621 01 7 COMMERCIAL AUTO CA R053 03 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. REPUBLIC PLUS+ COMMERCIAL AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: ,( BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless mod- ified by the endorsement. A. Changes In SECTION II- LIABILITY COVER- (1) 180 days following acquisition or for- AGE mation of the business entity; 1. The following is added to paragraph A.1. Who (2)You report the new entity to us; Is An Insured Provision: (3) End of the policy period. d. Any person(s) or organization(s) you are This clause,known as the Broad Form required by written agreement or written Named Insured clause,does not apply to contract or permit to include as an addition- any person or organization for which cover- al insured, but only with respect to their le- age is excluded by endorsement. gal liability for acts or omissions of any per- sons) or organization(s) for whom Liability This Broad Form Named Insured clause Coverage is afforded under this policy ex- does not apply to any"accident"which oc- cept: cuffed before you acquired or formed the (1) To "bodily injury", "property damage" new entity. or"covered pollution cost or expense" This policy is excess over any other collect- arising out of the sole negligence of ible insurance which provides coverage for the person(s) or organization(s) in- any newly acquired or formed entity. cluded as an additional insured; f. Any"employee"of yours is an"insured" while using a covered"auto"you don't own, (2) To"bodily injury"or"property dam- hire or borrow in your business or your per- age"not caused, In whole or in part, sonal affairs. This coverage is excess to by you or by those acting on your be- any other collectible insurance coverage. half; 2.The following sections of paragraph A.2.a. (3) To any person(s)or organization(s) Supplementary Payments are revised as fol- who are an additional insured only lows: because of this endorsement or a cer- (2) Up to$3,000 for cost of bail bonds tificate of insurance; (including bonds for related traffic law (4) To any railroad named as an addi- violations)required because of an tional insured whether by agreement, "accident"we cover. We do not have contract or permit. to furnish these bonds. e.Any business entity newly acquired or (4)All reasonable expenses incurred by formed by you during the policy period pro- the"insured"at our request,including vided you own 50%or more of the business actual loss of earnings up to$350 a entity and the business entity is not sepa- day because of time off from work. rately insured for Business Auto Coverage. Coverage under this provision is afforded on- ly until the earliest of the following: CA R053 0311 Includes Copyrighted Material of Insurance Services Offices, Page 1 of 4 Inc.,with its permission. B.Changes In SECTION III- PHYSICAL DAMAGE (d) Costs for extended warranties,Credit COVERAGE Life Insurance, Health,Accident or 1. Paragraph A.2.Towing is replaced by the fol- Disability Insurance purchased with lowing: the loan or lease; and Unless otherwise excluded or not covered (e) Carry-over balances from previous we will pay up to$100 for towing and labor loans or leases. costs incurred each time a covered"auto"of d. Hired Auto Physical Damage Coverage the private passenger type is disabled. (1) If this policy covers Comprehensive, However,the labor must be performed at Specified Causes of Loss or Collision the place of disablement. Coverage for any"auto"you own,cover- 2. Paragraph A.4.a.Coverage Extensions is re- age is extended to include the same placed by the following: Physical Damage Coverages, including a.Transportation Expenses the largest deductible(s),to include any "auto"you hire or borrow. This exten- We will pay up to $50 per day to a maxi- sion does not apply to"autos"you hire or mum of$1,500 for temporary transportation borrow with a driver. expense incurred by you because of the to- tal theft of a covered "auto" of the private (2) The most we will pay for"loss"in any passenger type. We will pay only for those one"accident"is the lesser of: covered "autos" for which you carry either (a) The actual cash value of the dam- Comprehensive or Specified Causes Of aged or stolen property as of the time Loss Coverage. We will pay for temporary of the"loss",or transportation expenses incurred during the period beginning 48 hours after the theft (b) The cost of repairing or replacing the and ending, regardless of the policy's expi- damaged or stolen"auto"with other ration, when the covered "auto" is returned property of like kind and quality. to use or we pay for its"loss". (c) $50,000. 3.The last paragraph In A.4.b.Coverage Exten- (3) An adjustment for depreciation and sions is deleted in its entirety and replaced by: physical condition will be made in de- b.Loss of Use Expenses termining actual cash value in the event However,the most we will pay for any ex- penses a total"loss". penses for loss of use is$65 per day,for a (4) If a repair or replacement results in bet- maximum of$1,950. ter than like kind or quality,we will not 4.The following are added to paragraph A.4. pay for the amount of the betterment. Coverage Extensions: (5) The following are deemed to be covered "autos"you own: c.Auto Loan/Lease Gap Coverage (a)Any covered"auto"you lease, hire, In the event of a total"loss"to a covered rent or borrow; and private passenger"auto"to which physical (b)Any covered"auto"hired or rented by damage coverage applies,we will pay any your"employee"under a contract in unpaid amount due on the lease or loan for that individual"employee's"name a covered"auto",less: with your permission,while perform- (1)The amount paid under the Physical ing duties relating to the conduct of Damage Coverage Section of the policy; your business. and, e.Theft Expenses (2)Any: If a stolen "auto" is insured for liability (a) Overdue lease/loan payments at the only under this policy we will pay up to time of the"loss"; $500 for the expense of returning that covered"auto"to you. (b) Financial penalties imposed under a lease for excessive use, abnormal f. Personal Effects Coverage wear and tear or high mileage; For any owned"auto"that is involved in (c) Security deposits not returned by the a covered"loss",we will pay up to$500 lessor; for"personal effects"that are lost or damaged as a result of the covered "loss",without applying a deductible. Page 2 of 4 Includes Copyrighted Material of Insurance Services Offices, CA R053 03 11 Inc.,with its permission. 5. Paragraph B.3.a. Exclusions is replaced by This coverage applies only to a covered the following: "auto" of the private passenger, light truck a.Wear and tear,freezing,mechanical or or medium truck type (20,000 lbs or less electrical breakdown.This exclusion gross vehicle weight) and does not apply to does not apply to the accidental dis initiation or set up costs associated with charge of airbags. loans or leases. 6. Exclusion B.4.a.,pertaining to Tapes, Records 8.The following are added to D.Deductible: and Discs Coverage, is replaced with the fol- a.Glass Repair-Waiver of Deductible lowing: No deductible applies to "loss" to glass a. If this policy covers Comprehensive, used in the windshield, doors and windows Specified Causes of Loss or Collision if it is repaired instead of replaced. Coverage for any"auto"you own,we will b.Walver of Collision Deductible - Parked pay for"loss"to tapes,records, discs or Car other similar devices used with audio,vis- If a covered "auto"is legally parked and in- ual or data electronic equipment. We will curs a "loss"due to a collision, the Collision pay only if the tapes, records,discs or Deductible shown in the Declarations will be other similar audio,visual or data elec- waived. tropic devices: (1)Are your property or that of a family c.Multiple Deductibles member,and In the event of any occurrence resulting in a (2)Are in a covered"auto"at the time of "loss" covered under more than one of the "loss". coverages provided under paragraph A. Coverage of SECTION III - PHYSICAL The most we will pay for"loss"is$200. DAMAGE COVERAGE including the cove- We will not pay for"loss"or damage rages under B.2., B.3. and B.4. of this en- caused by marring,scratching,wear and dorsement, the deductibles shall be applied tear or mechanical or electrical break- as described in(1)or(2)below: down. (1) If all applicable deductibles are equal in No Physical Damage Coverage deducti- amount,that amount will apply only once ble applies to this coverage. for all losses from each occurrence. 7.The following is added to C. Limit of Insur- We will add the amount of loss from all ance: applicable coverages and subtract the New Vehicle Replacement Cost deductible from the total. In the event of a total loss to your"new ve- (2) If all applicable deductibles are different hide"to which physical damage applies,we amounts,we will use the method de- will pay at our option: scribed in(a)or(b)below which results in higher total payment to you. (1) The verifiable"new vehicle"purchase (a)We will apply each deductible to the price you paid for your damaged vehicle, loss for the coverage to which it ap- not including any insurance or warranties purchased; plies;or (2) The purchase price,as negotiated by us, (b)We will add the amount of loss from of a new vehicle of the same make, all applicable coverages and subtract model and equipment, not including any from the total the largest applicable furnishings, parts or equipment not in- deductible. stalled by the manufacturer or manufac- This Multiple Deductible clause applies turer's dealership. If the same model is separately to each covered"auto". not available pay the purchase price of C. Changes In SECTION IV-BUSINESS AUTO the most similar model available; CONDITIONS (3) The market value of your damaged ve- 1. Paragraph A.2.a.of Duties In The Event Of hide,not including any furnishing,parts Accident,Claim,Suit Or Loss is deleted in its or equipment not installed by the manu entirety and replaced by: facturer or manufacturer's dealership. a. In the event of"accident",claim, "suit"or "loss",you must give us or our authorized CA R053 0311 Includes Copyrighted Material of Insurance Services Offices, Page 3 of 4 Inc.,with its permission. • representative prompt notice of the"acci- has not been previously titled and is less dent"or"loss".Include: than 365 days past the purchase date. (1) How,when and where the"accident"or R."Personal effects" means your tangible "loss"occurred; property that is worn or carried by you,ex- (2) The"insured's"name and address; and cept for tools,jewelry, money or securities. (3) To the extent possible,the names and addresses of any injured persons and witnesses. Your duty to give us or our authorized rep- resentative notice of the "accident", claim, "suit" or"loss", applies only when the "acci- dent",claim,"suit"or"loss", is known to: (1)You,if you are an individual; (2)A partner if you are a partnership; (3)A member if you are a limited liability company;or (4)An executive officer or insurance man- ager, if you are a corporation. 2. The following is added to A.S.Transfer Of Rights Of Recovery Against Others To Us (Waiver of Subrogation): If a written agreement,written contract or permit requires that you waive any right of recovery against any person or organization we also waive any right of recovery we may have against that person or organization because of payments we make for injury or damage arising out of an"accident". 3.The following is added to paragraph A. Loss Conditions: 6. Any agreement, contract, lease or permit requiring: a.You to include any person or organiza- tion as an additional insured;or b.You to waive your rights of recovery against any person or organization; must be signed prior to an"accident". 4. The following is added to B.2. Concealment, Misrepresentation Or Fraud: If you unintentionally fail to disclose any ha- zards existing at the inception date of your policy,we will not deny coverage under this Coverage Form because of such failure. However,this provision does not affect our right to collect additional premium or exer- cise our right of cancellation or non- renewal. D. Changes in SECTION V-DEFINITIONS 1.The following definitions are added: Q."New Vehicle" means any"auto"of which you are the original owner and the"auto" Page 4 of 4 Includes Copyrighted Material of Insurance Services Offices, CA R053 0311 Inc.,with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY NOTICE OF CANCELLATION OR MATERIAL CHANGE This endorsement modifies insurance provided under the Environmental Multiline Policy In consideration of the premium charged, it is hereby agreed that the Policy is amended by the following additions: 1. The following is added to Section V, COMMON CONDITIONS: iKWe shall provi•- 30 'ays written notice (except 10 days for non payment of premium) prior to a MATERIAL CH•NG •F POLICY TERMS or Cancellation of the Policy to CITY OF CORPUS CHRISTI 1201 LEOPARD ST. CORPUS CHRISTI,TX 78401 2. The following is added to Section VII, DEFINITIONS: MATERIAL CHANGE OF POLICY TERMS means a change of the Declarations regarding: a. A change in the POLICY PERIOD, or b. A removal of a Coverage Section, or c. A removal of any Named Insured or Insured specifically identified by name in the policy, or d. A reduction of the amount of Limits of Liability, which reduction is not the result of payment of CLAIMS or CLAIM EXPENSES, or e. A reduction in the amount of the Policy Aggregate, which reduction is not the result of payment of CLAIMS or CLAIM EXPENSES. All other terms and conditions of this Policy remain unchanged. Issued By: Arch Specialty Insurance Company Additional Premium: $100 Endorsement Number: 16 ,/ Policy Number: 12 E •P 43680 07 Named Insured: CAS COMPANIES, LP; CLEAN AIR SOLUTIONS, LP; TECHCLEAN INDUSTRIES This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date. 117!2012 00 EMP0068 00 08 04 Page 1 of 1 POLICY NUMBER: BAP 5517621 01 / INTERLINE IL R026 01 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION PROVISION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE PART CONDOMINIUM DIRECTORS AND OFFICERS LIABILITY CRIME AND FIDELITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless mod- ified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 08/17/2013 Countersigned By: Named Insured:CAS COMPANIES, LP (Authorized Representative) SCHEDULE Number of Days' Notice: (a) Non-payment of premium: io days (b)Any reason othcr than non-payment of premium: 30 days Name Of Person Or Organization:CITY OF CORPUS CHRISTI; DEPARTMENT OF ENGINEERING SERVICES Address:po BOX 9277 Corpus Christi,TX 78469 If this policy is canceled by us, we will mail notice of cancellation to the person or organization named in the Sche- dule. We will give the number of day's notice indicated in the Schedule. IL R026 01 12 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. , ,. . • ® eixasItvtuuu WOR KERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Insurance Company WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only w en this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on August 21 , 2012 at 12:01 A.M.standard time,forms a part of Policy No. TSF-0001227796 20120821 of the Texas Mutual Insurance Company Issued to CAS COMPANIES LP Endorsement No. 1 Premium$ 0.00 /C t* Authorized Representative "' WC420601(ED.1-94) INSURED'S COPY WASENDRS 8-21-2012 . . . • ® e1xIasvIuu. 0 WORKE RS'COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Insurance Company WC 42 03 04 A 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. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 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. 4.Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on at 12:01 A.M.standard time,forms a part of Policy No. TSF-0001227796 20120821 of the Texas Mutual Insurance Company Issued to CAS COMPANIES LP Endorsement No. Premium$ !/l/ Authorized Representative WC420304A(ED.1-01-2000) AGENT'S COPY ()USER 8-20-2012