Loading...
HomeMy WebLinkAboutC2014-065 - 3/18/2014 - Approved 2014-065 3/18/14 S P E C I A L P R O V IS IC Ord. 030123 4 Austin Traffic Signal Const. Co. S P E C I F I C A T I O N S _ Y 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 O R DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37 ) PROJECT NO . 6510 PREPARED FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS • Phone: 361-826-3500 Fax: 361-826-3501 OCTOBER 10'x`, 2013 „�°` t3 7�1a iii apt, ,..F PREPARED BY %BEMEDICT P PATRICK i i.. : 96710 r4,11 504 Lavaca Street, #1175 1 S o .. • �� Austin, TX 78701 Phony:: 512-904-3700 Fax: 512-904-3773 PROJECT NO7 6510 RA!ING NO: STR 882 (Revised 7/5/00) DOWNTOWN STREET—CHAPARRAL—BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS — A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS — B (Revised 8/1/08) Worker' s Compensation Insurance Requirements j PART A — SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre -Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A 17 Field Office (NOT USED) A-18 Schedule and Sequence of Construction A 19 Construction Ctaking (NOT USED) A-20 Testing and Certification A 21 Project Signs (NOT USED) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A 23 Inspection acquired (Revised 7/5/00) (NOT USED) A-24 Surety Bonds A-25 Balco Tau Exemption NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff 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 City Water Facilities Special Requirements (NOT USED) A-36 Other Submittals (Revised 9/18/00) A 37 Amended "Arrangement and Charge for Water furnished by the City" (NOT USED) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A 39 Certificate of Occupancy and Final Acceptancc(NOT USED) A-40 Amendment to Section B-8-6: Partial Estimates A 11 Ozone Advisory (NOT USED) A-42 OSHA Rules & Regulations C 1: A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A 46 Diaposal of Highly Chlorinatcd Watcr (7/5/00) (NOT USED) 1: A 47 Prc Conatruct. ee Exploratory Encavationa (7/6/00) (NOT USED) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Re-routing of Traffic During Construction (12/15/04) 1: A-51 Amended Prosecution and Progress PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 1: GENERAL NOTES SS 600 TRAFFIC SIGNAL STANDARDS AND SPECIFICATIONS SS 601 TRAFFIC SIGNAL CONTROLLER UNIT SS 615 TRAFFIC SIGNAL CABINET AND ASSEMBLIES I: SS 618 CONDUIT SS 620 ELECTRICAL CONDUCTORS SS 624 GROUND BOXES SS 635 INTERNALLY ILLUMINATED STREET NAME SIGN 1: SS 655 CONTROLLER FOUNDATION SS 680 INSTALLATION OF HIGHWAY TRAFFIC SIGNALS SS 682 VEHICLE AND PEDESTRIAN SIGNAL HEAD SS 683 LED PEDESTRIAN SIGNAL COUNTDOWN MODULE . I: SS 687 PEDESTAL POLE ASSEMBLIES SS 699 RADAR PRESENCE DETECTION DEVICE SS 927 LED TRAFFIC SIGNAL MODULE SS 1195 BATTERY BACK-UP SYSTEM FOR SIGNAL CABINETS I: PART T - TECHNICAL SPECIFICATIONS * (see note below) TS 416 DRILLED SHAFT FOUNDATIONS TS 500 MOBILIZATION I: TS 502 BARRICADES, SIGNS, AND TRAFFIC HANDLING TS 621 TRAY CABLE TS 628 ELECTRICAL SERVICES TS 684 TRAFFIC SIGNAL CABLES 1: TS 686 TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) TS 6007 REMOVING TRAFFIC SIGNALS TS 8703 ACCESSIBLE PEDESTRIAN SIGNAL UNITS I: * Note - All references to "Texas Department of Transportation" or any derivation thereof will be substituted with "City of Corpus Christi". Additional specifications not contained herein can be found in the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges 2004. These specifications may be viewed and downloaded for no charge via the following internet address: I: http://www.dot.state.tx.us/business/specifications.htm I: I C I: 1: 1: LIST OF DRAWINGS 1, TITLE SHEET 2. SHEET INDEX 1: 3. TRAFFIC SIGNAL GENERAL NOTES 4. TRAFFIC SIGNAL QUANTITIES CHAPARRAL STREET AND COOPERS ALLEY: 5. EXISTING SIGNAL LAYOUT 6. PROPOSED SIGNAL LAYOUT 1: 7. POLE AND CONDUCTOR SCHEDULES 8. WIRING DIAGRAM 9. TRAFFIC SIGNAL POLE FOUNDATION 1: CHAPARRAL STREET AND JOHN SARTAIN STREET: 10. EXISTING SIGNAL LAYOUT 11. PROPOSED SIGNAL LAYOUT 12. POLE AND CONDUCTOR SCHEDULES 13. WIRING DIAGRAM 14. TRAFFIC SIGNAL POLE FOUNDATION 1: CHAPARRAL STREET AND PEOPLES STREET: 15. EXISTING SIGNAL LAYOUT 16. PROPOSED SIGNAL LAYOUT 1: 17. POLE AND CONDUCTOR SCHEDULES 18. WIRING DIAGRAM 19. TRAFFIC SIGNAL POLE FOUNDATION CHAPARRAL STREET AND STARR STREET: 20. EXISTING SIGNAL LAYOUT 21. PROPOSED SIGNAL LAYOUT 22. POLE AND CONDUCTOR SCHEDULES 23. WIRING DIAGRAM 24. TRAFFIC SIGNAL POLE FOUNDATION CHAPARRAL STREET AND TAYLOR STREET: 25. EXISTING SIGNAL LAYOUT 26. PROPOSED SIGNAL LAYOUT 27. POLE AND CONDUCTOR SCHEDULES 28. WIRING DIAGRAM 29. TRAFFIC SIGNAL POLE FOUNDATION CHAPARRAL STREET AND TWIGG STREET: 30. EXISTING SIGNAL LAYOUT 31. PROPOSED SIGNAL LAYOUT 32. POLE AND CONDUCTOR SCHEDULES 33. WIRING DIAGRAM 34. TRAFFIC SIGNAL POLE FOUNDATION CHAPARRAL STREET AND IH 37: 35. EXISTING SIGNAL LAYOUT 36. PROPOSED SIGNAL LAYOUT 37. POLE AND CONDUCTOR SCHEDULES 38. WIRING DIAGRAM 39. TRAFFIC SIGNAL POLE FOUNDATION C C 1: STANDARDS: 40. ED(1)-03 41. ED(2)-03 42. ED(3)-03 43. ED(4)-03 44. ED(5)-03 45. ED(6)-03 46. ED(7)-03 47. ED(8)-03 48. ED(9)-03 49. ED(10)-03 1: 50. SMA-100-(1)-I2 51. SMA-100 (2)-12 52. MA-C-12 53. MA-D-12 1: 54 . TS-CF-04 55. PEDESTRIAN SIGNAL DETAIL, CORPUS CHRISTI DISTRICT STANDARD 56. BC(1)-07 57. BC(2)-07 58. BC(3)-07 59. BC(4) -07 60. BC(5)-07 1: 61. BC(6)-07 62. BC(7)-07 63. BC(8)-07 64. BC(9)-07 65. BC(10)-07 66. BC(11)-07 67. BC(12)-07 68. WZ(BTS-1)-03 69. WZ(BTS-2)-03 70. TYPICAL POLE MOUNTED VEHICLE AND PEDESTRIAN SIGNAL ELEVATION DETAIL 71. TS-CF-04 NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND I I I W m 0 H W C ) 0 z t E C C C C C C E C C C t C C C C C NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: DOWNTOWN STREET-CHAPARRAL-BOND 2008(COOPERS ALLEY TO INTERSTATE 37) PROJECT NO.6510; consists of IConsists of upgrading existing signals at the intersections of: 1. Chaparral Street at Coopers Alley 2. Chaparral Street at John Sartain 3. Chaparral Street at Peoples Street 4. Chaparral Street at Starr Street 5 . Chaparral Street at Taylor Street 6 . Chaparral Street at Twigg Street 7. Chaparral Street at IH 37 in accordance with the plans, specifications and contract documents. Base Bid will include the contractor furnishing and installing the signal at the seven intersections to include new signal controller (where specified) , signal poles, foundations, signal heads, ground boxes, conduits, wiring, electrical service, APS units, radar presence detection device, battery back-up system and other items necessary for a complete signal installation as shown in the plans. In addition to the Base Bid, the City may award an Additive Alternate Bid based on available funding, at their discretion. Additive Alternate include additional Presen eDete ton De ice and Battery Back up system and delivering to the City. will be received at the office of the City Secretary until 2:00 p.m. on November 13, 2013, and then publicly opened and read. Any bid received after closing time will be returned unopened. 10:30 a m Tuesday, November 5 A pre-bid meeting is scheduled for 10: • • � 5, 2013 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. All noon on the questions the submitted in bid opening. Inquiries made Consultant period will not Wednesday before be addressed. A bid bond in the amount of 5% of the highest amount bid must I: accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. IL Failure to provide required will presultaineforfeitureeof the 5% bid contracts over $25, 000. 00 bond to the City as liquidated damages. Plans, proposal forms, specifications and contract documents may be found at the following website: • www.publicpurchase.com Contract Documents may be downloaded or viewed free of charge at this website. It is the downloader's responsibility to determine Revised 7/5/00 I I' that a complete set of documents, as defined in the Agreement are received. y The bidder hereby notified that the owner has ascertained the wage is rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or 1: type of "laborer, " "workman, " or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City' s opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Daniel Biles, F.E. Director of Engineering Services /s/ Armando Chapa City Secretary 1: I I I C I I C C Revised 7/5/00 a Cn i I 0 I 0 Q IEEE I z 0 0 0 W 0 z I NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: 1: _ TYPE or 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 3. Explosion and Collapse Hazard 1: 4. Underground Hazard 5. Products/ Completed Operations Hazard I: 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury I: AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED 1: WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT 1: EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2, 000, 000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental 0 REQUIRED discharge; to include long-term environmental impact for the disposal of X NOT REQUIRED contaminants 1: BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED 1: INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements 1: X REQUIRED 1LI NOT REQUIRED Page 1 of 2 E 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 1r 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 1: 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. 1: 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. C I I C I C I C C Page 2of 2 I I CO Cn 1 0 Ism C) of I z 0 v 0 I-- W H 0 z LA L NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS C i L Page 1 of 1 ci 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 ( ) pe g governmental entity. (4)Coverage--Workers'compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.01 I(44). (5)Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers'Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers'Compensation Act,pursuant to the Texas Labor Code,Chapter 406, Subchapters F and G,as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project—Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections(h)and (i)of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees.This includes but is not limited to independent contractors,subcontractors, leasing companies,motor carriers,owner-operators,employees of any such entity,or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 I "Services" includes but is not limited to providing,hauling,or delivering equipment or materials, or providing labor,transportation, or other service related to a project. "Services"does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries,and delivery of portable toilets. (8) Project—Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers'compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage,or failing to provide or maintain required coverage,or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties,criminal penalties, civil penalties,or other civil actions. (c)A governmental entity that enters into a building or construction contract on a project shall: (1)include in the bid specifications,all the provisions of paragraph (7)of this subsection, using the language required by paragraph(7)of this subsection; E (2)as part of the contract, using the language required by paragraph (7)of this subsection, require the contractor to perform as required in subsection (d)of this section; (3)obtain from the contractor a certificate of coverage for each person providing services on the project,prior to that person beginning work on the project; (4)obtain from the contractor a new certificate of coverage showing extension of coverage: (A)before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project;and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6)provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law;and (7)use the language contained in the following Figure I for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation:Attached Graphic Page 3ofII L L (d)A contractor shall: (1)provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage showing workers'compensation coverage to the governmental entity prior to beginning work on the project; (3)provide the governmental entity, prior to the end of the coverage period,a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4)obtain from each person providing services on a project,and provide to the governmental entity: (A)a certificate of coverage,prior to that person beginning work on the project,so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (B)no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project; (7)post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage.This notice does not satisfy other posting requirements imposed by the Act or other commission rules.This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes:Attached Graphic, (8)contractually require each person with whom it contracts to provide services on a project to: ( ) Y P (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; Page 4 of 11 C (D)provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E)obtain from each other person with whom it contracts,and provide to the contractor: (i) a certificate of coverage,prior to the other person beginning work on the project;and (ii)prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G)notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and (H)contractually require each other person with whom it contracts, to perform as required by subparagraphs(A)-(H)of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e)A person providing services on a project,other than a contractor, shall: (1)provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project,prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage,the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers'compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties,criminal penalties,civil penalties,or other civil actions." (4)provide the person for whom it is providing services on the project,prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it,and provide as required by its contract: (A)a certificate of coverage,prior to the other person beginning work on the project; and (B)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 C C C (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7)notify the governmental entity in writing by certified mail or personal delivery,of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8)contractually require each other person with whom it contracts to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3)of this subsection; (D)provide,prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E)obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i)a certificate of coverage,prior to the other person beginning work on the project;and (ii)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G)notify the governmental entity in writing by certified mail or personal delivery,within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project;and (H)contractually require each person with whom it contracts,to perform as required by this subparagraph and subparagraphs (A)-(G)of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application,and to this end the provisions of this rule are declared to be severable. (g)This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994.This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994,which are not required by law to be advertised for bid. Page 6of11 L C (h)The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes,Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). I (i)The coverage requirement in this rule does not apply to sole proprietors, partners,and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a)(as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery,or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted t o be effective September 1, 1994, 19 TexReg 5715;amended to be effective November 6, 1995,20 TexReg 8609 C C I I t C Page 7 of 11 C T28S110.110(d)(7) C "REQUIRED WORKERS'COMPENSATION Co VERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers'Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." r C I C I C C C Page 8 of 11 C C T28S 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. 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"include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the contractor providing services on the project,for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1)a certificate of coverage,prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (2)no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 I 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. 1 The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (I)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; alt (3)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4)obtain from each other person with whom it contracts, and provide to the contractor: (a)a certificate of coverage,prior to the other person beginning work on the project;and (b)a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6)notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project;and (7)contractually require each person with whom it contracts, to perform as required by paragraphs(1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self- g Fa e10of11 c Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. C C C C C C C C C C C I I Page 11 of 11 C Cn z 0 Q cr 0 < a -� a W a Cn DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, November 13, 2013. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL—DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37)PROJECT NO.6510 Any proposal not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and non-responsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for delivery to the City Secretary's Office. Delivery of any proposal by the proposer, their agent/representative, US Mail, or other delivery service to any City address or office other than the City 1: Secretary's Office will be deemed non-responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meeting will be held on Tuesday, November 5, 2013, beginning at 10:30 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project DOWNTOWN STREET - CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510; consists of upgrading existing signals at the intersections of: 1. Chaparral Street at Coopers Alley 2. Chaparral Street at John Sartain 3. Chaparral Street at Peoples Street 4. Chaparral Street at Starr Street 5. Chaparral Street at Taylor Street 6. Chaparral Street at Twigg Street 7. Chaparral Street at IH 37 1: In accordance with the plans, specifications and contract documents Base Bid will include the contractor furnishing and installing the signal at the seven intersections to include new signal controller (where specified) , signal poles, foundations, signal heads, ground boxes, conduits, wiring, electrical service, APS units, radar presence detection device, battery back- 1: Section A - SP (Revised 12/1S/04) Page 1 of 24 C up system and other items necessary for a complete signal installation as shown in the plans. In addition to the base bid, the city may award an Additive Alternate Bid based on available funding, at their discretion. Additive Alternate Bid will include the contractor procuring additional Radar Presence Detection Device and Battery Back Up system and delivering to the City. A-4 Method of Award The bids will be evaluated based on the following: 1. Total Base Bid, or 2. Total Base Bid + Additive Alternate The City reserves the right to accept the Base Bid with no Additive Alternate or with Additive Alternate to match available funding. 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. This is a unit price bid. The quantities shown are estimates. Payment will only be made for those quantities of work constructed and accepted as meeting the plans and specification requirements. Bidders must bid on the Base Bid and Additive Alternate. The City Reserves the right to accept the Base Bid with no Additive Alternate or with Additive Alternate to match available funding. Bid award is subject to availability of funding. 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 Witurmit $ ' ,g$T-CHAPAR ,Ait-$4,, - ' ' = '• ' �' ALLEY TO INTERSTATE 37) PROJECT NO. 6510 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 A-6 Time of Completion/Liquidated Damages 1: The working time for completion of the Project will be 150 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or 1: 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 1: period as extended pursuant to other provisions of this Contract, $250 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Section A - 8P (Revised 12/15/04) Page 2 of 24 I I A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation IM insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. 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 The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for HEAVY CONSTRUCTION. In case of conflict, Contractor shall use higher wage rate. 1: 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 lahnrers, workmen, and mechanics 1: employed by them in connection with the Project and showing the actual wages paid to each worker. Section A - SP (Revised 12/15/04) Page 3 of 23 C I: The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The I: Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be sub fitted 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.) IOne and one-half (11/2) 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.) I: Aril Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating I: 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 DIGTESS 8 1-800-344-8377, the Lone Star Notification Catpany at 1-800-669- 8344, and Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 I: Project Engineer (512) 904-3745 HDR Engineering Traffic Engineer 826-3540 Police Department 886-2600 I Water Department 826-1881 (826-1888 after hours) Wastewater Department 826-1800 (826-1888 after hours) Gas Department 885-6900 (885-6900 after hours) Storm Water Department 826-1875 (826-1888 after hours) I: Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1940 AEP 1-877-373-4858 SBC ! A T & T 881-2511 (800-824-4424 after hours) Signal/Fiber Optic Locate 857-1946 857-1960 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624 I: CenturyTel 225/214-1169 (225/229-3202 {M} ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972/753-4355 I: 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 1: 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 I: 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. I: In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the L utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Section A - SP (Revised 12/15/04) Page 4 of 23 C 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 relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. The Contractor shall refer to Special Provisions Paragraph A-SO for additional information and requirements regarding Traffic Control during Construction. All costs for traffic control are considered subsidiary to be included in the appropriate bid items. Therefore, no direct payment will be made to 1: Contractor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more 1: 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 1: of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. Section A - SP (Revised 12/15/04) Page 5 of 23 L All existing concrete and asphalt within the limits of the Project must be 1: removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. -. F:e,d Off:pe (NOT USED) The Contractor must furnish the City Engineer or hic repacacntativc with a field office at the construction site. The field office must contain at lest 120 square foct of useable space. The field office must be air conditioned 1: _ _ - - _ - -_ iith an inclined table that meaaurco at least 30" x 60" and two (2) chairs. The Contractor shall move- the field The field office must be furnished with a telephone (with 24 hour per day answering service) and FAX machine paid fer by the Contractor. There is no ocparatc pay item for the field office. A-1S Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 1: 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A - _ - r - _ (NOT USED) The drawings may depict but not necessary include: lines, slopes, grades, acctiens, measurements, bench marks, baselines, etc. that arc normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be la provided by the City or Consultant Project Engineer. Section A - SP (Revised 12/15/04) Page 6 of 23 I I The Contractor nhall furnish all lines, 3lopca 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 Z8 hours notice no that alternate control points can be established by the City or Consultant Project Engineer an necessary, at no coat to the Contractor. Control points or bench na_Ics damaged an a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the enpensc of thc Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the- drawings. 1: e�tioting and proposed, for the purpose of adjusting valves and manholes at- thc completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) 1: personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation opecificatiens. Caid compliance certification shall be provided and prepared by a Third Party independent Registered Pro_fcsoional Land Survey (R.P.L.S.) Party R.t'.L.S. shall be approved by thc City prior to any work. Any discrepancies shall be noted by the Third arty Curvcyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: 1: Streets: • Curb and gutter flow line both sides of street on a 200' interval; • Ctrect crowns on a 200' interval and at all intersections. 1: wastewater: • All rim/invert elevations at manholes; 1: • All intersecting lines in manholco; . . Water: • All top of valves bon; • valves vaults rim; 1: Stormwatcrt • All rim/invert elevations at manholes; • All intersecting linen in manholeat 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 Section A - SP (Revised 12/15/04) Page 7 of 23 I L 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. CO A-24--Projeet-Erigee (NOT USED) The Contracter must furnish and install 1 Project ..,;gns as indicated on the 1: following drawings. (Attachment IV) 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 Is the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1: 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to 1: participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, 1: association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) . Minority persons 1: include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned 1: {a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. 1: (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the Ip partnership property must be owned by one or more minority person(s) . Section A - SP (Revised 12/15/04) Page 8 of 23 I I: (c) For an enterprise doing business as a corporation, at 1: least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . L2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . re3. Share in Payments Minority partners, proprietor or stockholders, of the is 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 1: monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. 1: e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more I: women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more I: persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate I: interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be 1: 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. I: 3. Goals I: 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: 1: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) I: 45 % 5 % b. These goals are applicable to all the construction work (regardless 1: 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 l'i Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1: Section A - SP (Revised 12/1S/04) Page 9 of 23 L L 4. Compliance f: 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 1: 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. {NOT 05F.!)) Building Inspection Division at the varioua intcrvala of work for which a 1: permit is required and to anourc a final inspection after the building is- completed and rcady for occupancy. Contractor muat obtain the Certificate of Geeepancy, when applicable. Section B 6 2 of the General Provisiono is hereby amended in that the Contractor must pay all fees and chaegea levied by the City's Building Inspection Department, and all other City foes, including crater/waotcwater meter fees and tap fees am required by City. A-24 Surety Bends 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 1: State Board of Insurance as of the date of the last annual statutory - financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any 1: liability in excess of $100, 000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Section A - SP (Revised 12/15/04) Page 10 of 23 I (NOT USED) (411 Section 3 6 2.2, Tan Exemption Provision, is deleted in its entirety and the • _ • - Christi do not qualify for exemptions of Calcs, Excise, and Uoc Taxes unless Section 3.291 of Chapter 3, Tax Administration of Title 34, Public Tinanec of 1: promulgated by the Comptroller of Public Accounts of Texas. _€ the-Contracter elects to operate under a eparated- oontraet,— 14: 2. Identify in the appropriate apace on the "Ctatcmcnt of Materials and I: 3. Provide resale ccrtificatea to suppliers. 4. Provide the City with copies of material invoices to substantiate the proposal value of materials. If the Contractor does not elect to epel'atc under a separated contract, he must pay for all &ales, Excise, and Use Testes applicable to this Project. 1: Subcontractors are eligible for sales tax exemptions if the subcontractor 1: issues a resale certificate to his supplier,. A-26 Supplemental Insurance Requirements 1: For each insurance coverage provided in accordance with Section B-6--1l of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: 1: 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 1: 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 Section A - SP (Revised 12/15/04) Page 11 of 23 I L the City Engineer with a certificate of insurance certifying that the C: 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 8-6-11 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 fitadditional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with EN Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims 1: Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide Builder'- R'sk____Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. ' Installation Floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Builder's Ri_,__._Installation Floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. 1: A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to 1i pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If re 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 Section A - SP (Revised 12/15/04) Page 12 of 23 • I and address of the claimant, the amount of the claim, the basis for the 1: 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 L City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. re A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City I: Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1: 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, 1: scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is I: 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. 1: Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. 1: 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 1: 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 I: 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 1: 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; 1: 2. A list of the products to be incorporated into the Project; 1: 3. A schedule of values which specifies estimates of the cost for each major component of the work; i 1: Section A - SP (Revised 12/15/04) Page 13 of 23 I: L 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably 1: 6. possible. 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 1: Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure 1: 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. 1: 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other f* 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 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor Section A - SP (Revised 12/13/04) Page 14 of 23 1 1: acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City 1: 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, 1: 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 1rEach 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 /0 attend the Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents 1: 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 1: 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 1: Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General LI Provisions, in that order. . , - - - --- -- - (NOT USED) II A. Viaito:/Contractor Orientation. Prior to performing work at any City water facility, the 1: Contractor, hia aubeentractora, and each of their employees must have on their person a valid curd certifying their prior attcndafsee of a Visitor/Contractor Safety Orientation Program eendueted by the City Water Department Personnel. 2`_ Visitor/Contractor Cafcty C: Oricntutlen+ Program will be offered by authorized City Water For additional information refer to Attachment 1. 1: t . operated by an operator or other authorized maintenance employee of I: the City Water Department. Section A - SP (Revised 12/15/04) Page 15 of 23 C C. rr_t _t ien _r Water__Qu_s 7 i ty The City muot deliver water of drinking quality to ita cuatomcra at all time-a. The Contractor shall protect the quality of the water in the job cite and shall coordinate its work with thc City Water Dcpartmcnt to protect the quality of the water. t. All matcrialo and equipment uacd in the repair, rcaaacmbly, tranoportation, rcinatallation, and inspcction of pumps, or and+ other itcma, which could come into contact with potable water, must conform to American national Ctandarda Inatitutc/national £anitatios Feundatien (ANSINN£F) Standard 61 as described in the Standard Spccificotiona. The Contractor shall provide the Engineer with copica of written proof of ANSI/NSF Standard 61 appeoval for all mnberlala we h 1: could come into contact with potable water. All traah generated by the Contractor or his employees, agents, or aubcontractora, must be contained at all timca at thc water 1: shall keep work areas clean at all timca and remove all traah 1: daily. C. Contractor shall provide tclephonca for Contractor peraonncl. 1: dl. Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. I: must provide own sanitary facilities. J. All Contractor vehicles muat be par y designated by City Water Dcpartmcnt staff. All Contractor vchicica 1: muat be clearly labeled with company name. No private employee vchicica arc allowed at 0. N. Stcvcna Watcr Treatment Plant. All peroonncl muot be in company vehicles. During working houror contractor employees muat not leave the dcaignatcd construction evacuation. K. Contractor Qualifications CCADA (SUPSnVISORY CONTmOL AND DATA ACQUISITION) 1: SactiOn A - SP (Aavised 12/15/04) Page 16 of 23 1: IL E . . : as do y meeting qualifications b meeti the ualifications 1 thru 9 below. This I: changes, selections, furnishing, installing, connecting) programming, customizing, debugging, calibrating, or placing in thcsc specifications. I: The Contractor or his subcontractor proposing to perform the 6CADA work must be able to demonstrate the follewingr I: 1. He is regularly engaged in the computer based mon-iter ng end control system business, prcfcrabiy as applied to--the municipal water and wastewater industry. 1: 2. He has performed work on systems of comparable 3iEC . type, and complexity as required in this Contract on at least three prior projects. 3. He has bccn activcly cngagcd in the type of work specified 1: herein For at least 5 years. 4. He employs a Ilegiatcred L'rofcssional Engineer, a Control Systems Engineer, or an Electrical Engineer to supervise or perform the work required 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 1: software proposed for the Contract. 6. Ho maintains a permanent, fully staffed and equipped service facility within 100 milco of the Project site to maintain, repair, calibrate, and program the systcma I: specified herein. 1. He shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Whcrc this is not practical, all equipment of a given type will be the i: product of one manufacturer. B. Prior performance at the 0. N. Ctcvena Water Treatment Plant will be used in evaluating which Contractor or subcontractor programs the new work for this-Project. 1: 9. The--Ceetraeter shall producc a-ll filled out prey, blocks required to show the programming as needed and required, to add these two systems to the existing City I: SCADA system. Attachcd is an example of the required 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 sheet is an example and I: is not intended to show all of the required sheets. The Contractor will provide all programming blocks used. L. Trenching Requisemcfts 1: All trenching for this proje - - I; shall be allowed on the project. A-36 Other Submittals i's 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: 1: Section A - SP (Revised 12/15/04) Page 17 of 23 C I La. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal 1: 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. 1: Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. 1: e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. ig f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Z Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Li. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City 1: Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. Section A — SP (Revised 12/15/04) Page 18 of 23 C ii Under "General Proviaiono and Rcquircmcnta for Municipal Construction-Gontractn--B- "The Contractor must comply with the City of Corpus Christi's Water includca implementing water conservation measures catablishcd for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at 1: 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 t: in this Special Provision. - - -- NOT USED The issuance of a certificate of occupancy for improvements dots not constitute final acceptance of the improvements under Ccncral Provision B 8 A-40 Amendment to Section 8-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts 1: 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. (NOT USED) 14; Priming and hot mix paving operations must not be conducted on days for which an ozone advisory has been isoucd, except for repairs. The City Engineer will 1: the day will not be counted as a work day and the Contractor will be rice indicated in the proposal. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless 1: 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: 1: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in Section A - SP (Revised 12/15/04) Page 19 of 23 L connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, I; supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to L show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. 1; (5) Any other changes made. 1: - - • : - _ - : T: (NOT USED) Tho Contractor shall be responsible for the disposal of water used for 1: in the water, particularly high levels of chlorine, will be used far disinfection, and may exceed the permissible limits for discharge into. wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TNRCC, SPA, ctc. It will be the Contractor's responsibility to comply with the requi:cmcnt-s of all regulatory agencies in the disposal of all water used in the project. The methods of disposal shall be submitted to for diagonal of contaminated seater. (NOT USED) Prior to any construction whatever on the project, Contractor nh-all excavate Section A - SP (Revised 12/15/04) Page 20 of 23 L L propoacd pipclinca of the project and Contractor °hall aurveyy the cxact C: pipeline: -_- - _ For exiting pipclinca which parallel and arc within ten feet (10') of 1: _ __: - -: : -- : _ _ : _ =vatc and expose acid the accurate horizontal and vertical locations of aaid parallel pipclinca at 300 feet maximum O.C. I: approximate °Cation thereof, distance to the pavement centerline and elcvationn of the top of existing pipclinca. 1: . . . .. _ . . , , _ __ . . _. , __ I: repair a33ooiated with exploratory excavation° shall be paid for according to the -eotablia•hcd until price of pavement patch , Contractor ril all his own aurvcy work effort (no separate pay) for ea 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, I: 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. LContractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. 1; 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. 1: A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: 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 I: 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 Re-routing of Traffic During Construction For each location, traffic control plans have been provided in the drawings. Minor modifications may be required to conform to specific site conditions. Should the Contractor desire to deviate from the provided traffic control details, it shall be the Contractor's responsibility to provide revised 1: Section A - SP (Revised 12/15/04) Page 21 of 23 IR L traffic control details to the City Traffic Engineer for approval. The plans 1: shall be prepared by a registered engineer in the state of Texas. The plans should be submitted for approval two weeks in advance prior to its implementation. The Traffic Control Plan submittals should be on the standard 22" x 34" plan sheets and should be readable, legible, clean, proportionate and if possible to scale; and shall meet the City of Corpus Christi's "Uniform Barricading Standards and Practices". Any additional cost incurred due to preparation of a revised Traffic Control Plan shall be the Contractor's responsibility. No additional payment will be made. The Contractor shall secure the necessary permit from the City's Traffic Department. Any cost associated with the implementation of the traffic control plan shall be subsidiary to other items in the contract. A-51 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. 1: C 1: L I C C C I Section A - SP (Revised 12/15/04) Page 22 of 23 C AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 18th day of March , 2014, 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 Austin Traffic Signal Construction Co. Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $918,235.50 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: DOWNTOWN STREET — CHAPARRAL BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) - PROJECT NO. 6510 (TOTAL BASE BID + ADD.ALT. #1: $918,235.50) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev. Feb-2014 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 150 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. Page 2 of 3 Rev. Feb-2014 ATTEST: CITY OF CORPUS CHRISTI r._ — — •,S By: c• ..�1,� 4 8•tA. City Secretary Natasha Fudge, P. . Acting Director of Capital Programs APPROV D S TO LEGAL FORM: By: Asst. C y Attorney CONTRACTOR ATTEST: (If Co 'oration) Austin Traffic Signal Const. Co. Inc. By: Al eal :elow) Title: r e d (Note: If Person signing for corporation is not President, P.O. Box 130 attach copy of authorization (Address) to sign) Round Rock, TX 78680 (City) (State) (ZIP) 512/255-9951 (Phone) srutledgeCa�atscc.com (Email) 0Kcil°34372‘751huK� try M.A..A� I sY COUnC.tt...... .... '� SECKTA Page 3 of 3 Rev. Feb-2014 DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510 P R O P O S A L f Place: �,tik-lt v`e't`N L4'-c ` J - Date: 12-1 \ ZQ11 Proposal of f k 1 i /1/4- -L S-41n Cc a Corporation organized and existing under the laws of the State of ( 4.kS OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: Proposal Form Page 2 of 7 P R O P O S A L F O R M F O R DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of 7 ADDENDUM NO.3 ATTACHMENT A 1 OF 9 DOWNTOWN STREET-CHAPARRAL-BOND 2008 . (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510 BASE BID UNIT ITEM QTY/UNIT DESCRIPTION PRICE TOTAL DRILL SHAFT (TRAFFIC SIGNAL POLE) B1 276 LF (24IN) , COMPLETE IN PLACE, PER 00 o'' LINEAR FOOT $/' 5 $ sl,n(pp DRILL SHAFT (TRAFFIC SIGNAL POLE) B2 39 LF (36IN) , COMPLETE IN PLACE, PER 00 00 LINEAR FOOT $ -N2_ $ !L.'QJ c a B3 7 LS MOBILIZATION, COMPLETE IN Ja o, PLACE,PER LUMP SUM $_11,5t29 $ 0 BARRICADES, SIGNS AND TRAFFIC B4 7 MO HANDLING, COMPLETE IN PLACE, PER 03 oo MONTH $Z,COO $ Z-445-430 B5 6 EA TRAFFIC SIGNAL CONTROLLER UNIT, ao Q^ COMPLETE IN PLACE, PER EACH $ 'Z'509 $J O O�% TRAFFIC SIGNAL CABINET AND B6 6 EA ASSEMBLIES, COMPLETE IN PLACE, PER JP EACH $ 9, 570 $ S7 Ooa �G B7 730 LF CONDUIT (PVC) (SCHEDULE 40) (2") , 0-0 t,� Jo COMPLETE IN PLACE, PER LINEAR FOOT $ 79- $ N, L2,-0° B8 845 LF CONDUIT (PVC) (SCHEDULE 40) (4") , op ao COMPLETE IN PLACE, PER LINEAR FOOT $ Ti '- $10 no CONDUIT (PVC) (SCHEDULE 40) (2") B9 465 LF (BORE) , COMPLETE IN PLACE, PER °° On LINEAR FOOT $ Zfg $ t , CONDUIT (PVC) (SCHEDULE 40) B10 2700 LF (4") (BORE) , COMPLETE IN PLACE, PER ., 4o LINEAR FOOT $ 2' $O e fLi " ELECTRICAL CONDUCTOR(NO. B11 320 LF 6)BARE, COMPLETE IN PLACE, PER I D 00 LINEAR FOOT $ ! ° $ `512" ELECTRICAL CONDUCTOR (NO. 6) B12 640 LF INSULATED, COMPLETE IN PLACE, PER k -ZS oP LINEAR FOOT $ 1. ' $ 11 110 ELECTRICAL CONDUCTOR (NO. 8) B13 4560 LF BARE, COMPLETE IN PLACE, PER '- d u L9 00 LINEAR FOOT $ [- $mo ! B14 6705 LF TRAY CABLE (3 CONDUCTOR) (12 AWG) , Z� I COMPLETE IN PLACE, PER LINEAR FOOT $ l° $ 1I _ B15 17 EA GROUND BOX TY B (122322) WITH ,Q ,a1 0'' APRON, COMPLETE IN PLACE, PER EACH $ C,�tl $ `ti ;70s B16 21 EA GROUND BOX TY D (162922) WITH vA 0D APRON, COMPLETE IN PLACE, PER EACH $5b5 $ 15 i k,z--5 ELECTRIC SERVICE TYPE T 120/240 B17 7 EA 000 (NS)AL (N)PS (U) , COMPLETE IN 0.9 1` PLACE, PER EACH $_J��� $______T ` _ � Proposal Form ADDENDUM NO.3 Page 3 of ATTACHMENT A 3 OF 9 DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510 UNIT ITEM QTY/UNIT DESCRIPTION PRICE TOTAL B18 2 EA ILSN LED (6S) , COMPLETE IN PLACE, vo vp PER EACH $Zg z0 $ 577`f0 B19 6 EA NEMA TYPE CONTROLLER FOUNDATION, ;,J ao COMPLETE IN PLACE, PER EACH $ 3; $ 241000 INSTALL HIGHWAY TRAFFIC SIGNAL B20 7 EA (ISOLATED) , COMPLETE IN PLACE, PER J° c EACH $ 5,59° $ 38, 5)o * 3 EA ONE WAY SIGN R6-1L (36"X12") , - - COMPLETE IN PLACE, PER EACH * 1 EA ONE WAY SIGN R6-1R (36"X12") , - COMPLETE IN PLACE, PER EACH * 8 EA ONE WAY SIGN R6-2L (18"X24") , _ COMPLETE IN PLACE, PER EACH * 8 EA ONE WAY SIGN R6-2R (18"X24") , COMPLETE IN PLACE, PER EACH * 2 EA DO NOT ENTER SIGN R5-1 (30"X30") , _ COMPLETE IN PLACE, PER EACH * 21 EA STREET NAME SIGNS (ALUMINUM) , - COMPLETE IN PLACE, PER EACH * 1 EA RELOCATE CCTV CAMERA, COMPLETE IN _ PLACE, PER EACH INSTALL 12" VEHICLE SIGNAL SECTION B21 55 EA WITH BACKPLATE (3 SECTION) , ,oc, COMPLETE IN PLACE, PER EACH $ US $ (2, 17‘ op INSTALL PEDESTRIAN SIGNAL SECTION B22 56 EA (16 INCH)WITH LED COUNTDOWN, 22 op o, COMPLETE IN PLACE, PER EACH $J5D $ it oc LED COUNTDOWN PEDESTRIAN SIGNAL B23 56 EA MODULE, COMPLETE IN PLACE, PER 00 00 EACH $ /5-S $ i 428° TRAFFIC SIGNAL CABLE (TY A) (14 B24 972 LF AWG) (4 CONDUCTOR) , COMPLETE IN � LO Sp PLACE, PER LINEAR FOOT $ b $ /.1 c3 TRAFFIC SIGNAL CABLE (TY A) (14 B25 1205 LF AWG) (5 CONDUCTOR) , COMPLETE IN 5-° PLACE, PER LINEAR FOOT $ I' 70 $ ZO�t$ TRAFFIC SIGNAL CABLE (TY A) (14 f.J�OiLD,d° B26 2450 LF AWG) (16 CONDUCTOR) , COMPLETE IN .� I' PLACE, PER LINEAR FOOT $ g- $ INSTALL TRAFFIC SIGNAL POLE B27 1 EA ASSEMBLY (S) 1 ARM (28 ' ) ILSN, a cr COMPLETE IN PLACE, PER EACH $liZSQ00 $ 14 1'51) Proposal Form ADDENDUM NO.3 Page 4 of ATTACHMENT A 4 OF 9 DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510 UNIT ITEM QTY/UNIT DESCRIPTION PRICE TOTAL INSTALL TRAFFIC SIGNAL POLE B28 1 EA ASSEMBLY (S) 1 ARM (32 ' ) , COMPLETE jN �p AP $ IN PLACE, PER EACH /.6763 $ Ili gl° INSTALL TRAFFIC SIGNAL POLE B29 1 EA ASSEMBLY (S) 1 ARM (32 ' ) ILSN (PROVIDE 30 FEET TALL POLE) , 0.2 o0 COMPLETE IN PLACE, PER EACH $ 5;55 r $ 5:-s- 0 PEDESTAL POLE ASSEMBLY (15 FEET B30 46 EA TALL POLES) , COMPLETE IN PLACE, o0 ao PER EACH $ 700 $3s-,- 380 B31 7 EA RADAR PRESENCE DETECTION DEVICE dg ao (RPDD) , COMPLETE IN PLACE, PER EACH $ 5, /O1" $ ��' 700 B32 2 EA /,RADAR DETECTION PROCESSOR SYSTEM, oo D'"COMPLETE IN PLACE, PER EACH $ `1 ZO0 $ 4,Lj00 RADAR DETECTOR COMMUNICATION & B33 1125 LF POWER CABLE (CAT 5E, 4C TWISTED PAIR 24 AWG) COMPLETE IN PLACE, PER 5V EACH $ 3• $ B34 2 EA RADAR DETECTOR SETUP SYSTEM, �a 00 COMPLETE IN PLACE, PER EACH $ ?S.° $ D° LED TRAFFIC SIGNAL MODULE-VEH SIG B35 54 EA SEC (12 IN) LED (GRN) , COMPLETE IN oa 0,2 PLACE, PER EACH $IN , $ 2- 1130 LED TRAFFIC SIGNAL MODULE-VEH SIG B36 54 EA SEC (12 IN) LED (YEL) , COMPLETE IN L. °" p' PLACE, PER EACH $ `to $2 9 S LED TRAFFIC SIGNAL MODULE-VEH SIG B37 54 EA SEC (12 IN) LED (RED) , COMPLETE IN , Oo 00 PLACE, PER EACH $ 12 $ Zf- be LED TRAFFIC SIGNAL MODULE-VEH SIG B38 1 EA SEC (12 IN) LED (GRN ARROW) , 09 �, COMPLETE IN PLACE, PER EACH $ 51 $ S Z LED TRAFFIC SIGNAL MODULE-VEH SIG B39 1 EA SEC (12 IN) LED (YEL ARROW) , Cj 0' 00 COMPLETE IN PLACE, PER EACH $ [ $ `(L LED TRAFFIC SIGNAL MODULE-VEH SIG s oP B40 1 EA SEC (12 IN) LED (RED ARROW) , ° $ -12- COMPLETE IN PLACE, PER EACH $ L Z _ B41 2 EA BATTERY BACK-UP SYSTEM, COMPLETE as) op IN PLACE, PER EACH $ 7,77 $ /5ao0 B42 7 EA REMOVING TRAFFIC SIGNALS, PER EACH uo p° $ Z1 SU $ /�osr9 ** 33 EA REMOVING EXISTING GROUND BOXES, _ PER EACH Proposal Form ADDENDUM NO.3 Page 5 of 7 ATTACHMENT A 5 OF 9 DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) • PROJECT NO. 6510 UNIT ITEM QTY/UNIT DESCRIPTION PRICE TOTAL ACCESSIBLE PEDESTRIAN SIGNAL UNITS B43 56 EA (WITH SIGN) , COMPLETE IN PLACE, ...),..) )GJ PER EACH $ 6 0(eS $ - CV° CCTV CAMERA #18 2C CABLE POWER, vR .e .) B44 130 LF // COMPLETE IN PLACE, PER LINEAR FOOT $ 1(°• $ /360 B45 130 LF CCTV CAMERA COAXIAL CABLE COMM, a-, J ?(°' CCTV COMPLETE IN PLACE, PER LINEAR FOOT $ l0` $ G * Subsidiary to Item B20 ** Subsidiary to Item B42 1H/ I yi S° TOTAL BASE BID (Items B1-B45) : $ ADDITIVE ALTERNATE BID UNIT ITEM QTY/UNIT DESCRIPTION PRICE TOTAL AA1 17 EA RADAR PRESENCE DETECTION DEVICE, /� ,�1o0 00 PER EACH $ -ii'1'�`-'„ $ rig)' )GC' AA2 5 EA RADAR DETECTION PROCESSOR SYSTEM, 0'7 o;, PER EACH $ 2,7/43°�2,7/43° $ i3, AA3 5000 LF RADAR DETECTION COMMUNICATION AND ! POWER CABLE, PER LINEAR FOOT $ 2 ' °° $ fQ,000 f....4 AA4 5 EA oo v? BATTERY BACK-UP SYSTEM, PER EACH $ 4' / � $ 3o� 79) TOTAL ADDITIVE ALTERNATE BID (Items AA1-AA4) : $ /Z ) BID SUMMARY 7f ', /cc Co -X77-10- rCS” TOTAL BASE BID (ITEMS B1-B45) : $ TOTAL ADDITIVE ALTERNATE BID (ITEMS AA1-AA4) L$ � i loho TOTAL BASE BID + TOTAL ADDITIVE ALTERNATE BID: °C3t-49611:5c9 Proposal Form ADDENDUM NO.3 Page 6 of 7 ATTACHMENT A 6 OF 9 DOWNTOWN STREET-CHAPARRAL-BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) PROJECT NO. 6510 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. 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 five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose . Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets . Time of Completion: The undersigned agrees to complete the work within 150 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of Athe following addenda is acknowledged (addenda number) : 1 g 3 Respectfaully smited• .� Name: 'ft;�� Jf .c c 4 t Cpns,CO ,�,nc By: e- 2 (SEAL - IF BIDDER IS (SI NATURE) a Corporation) Address : /3 0 �P.O. Box) (Street) ckx-.,9 (Lac- °7Q 6` ° (City) (State) (Zip) Telephone: 312_ - Z5S I S 1 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) ADDENDUM NO.3 Proposal Form ATTACHMENT A Page 7 of 7 7 OF 9 PERFORMANCE BOND STATE OF TEXAS § BOND No. 82327774 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Austin Traffic Signal Constr. Co. Inc. of the City of Round Rock , County of Travis, and State of Texas , as principal ("Principal"), and Federal 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 NINE HUNDRED EIGHTEEN THOUSAND, TWO HUNDRED THIRTY-FIVE AND 50/100 U.S. Dollars ($ 918,235.50 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 18TH of MARCH , 2014, 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: DOWNTOWN STREET—CHAPARRAL BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) - PROJECT NO. 6510 (TOTAL BASE BID +ADD.ALT. #1: $918,235.50) Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, and if the Principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Performance Bond Page 1 of 3 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-Neeses-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 31st day of March , 2014. PRINCIPAL SURETY Austin Traffic Signal Construction Company, Inc. Federal Insurance Company By: By: � ► !1k%. •% 111' ` • 1�‘1 Attorney-in-fact • DeLene M rshal Title: AU ST: Secretary Address: 4615 Priem Lane Address: 15 Mountain View Road Pflugerville, TX 78660 Warren, NJ 07059 Telephone: (908) 903-3493 Fax: (908) 903-3656 E-Mail: Surety @Chubb.com (Rev. Date May 2011) Performance Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueses-Getinty;Texas, for delivery of notice and service of process: Name: Ricardo J. Reyna Agency: Aon Risk Services Southwest, Inc. Address: 2711 North Haskell Avenue, Suite 800 (Physical Street Address) Dallas, TX 75204 (City) (State) (Zip) Telephone: (214) 989-0000 E-Mail: Ricardo.Reyna®Aon.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 • PAYMENT BOND STATE OF TEXAS § BOND No.82327774 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Austin Traffic Signal Constr. Co. Inc. of the City of Round Rock , County of Travis, and State of Texas , as principal ("Principal"), and Federal 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 NINE HUNDRE EIGHTEEN THOUSAND. TWO HUNDRED THIRTY-FIVE AND 50/100 U.S. Dollars ($ 918,235.50 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 18TH day of MARCH, 2014 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: DOWNTOWN STREET—CHAPARRAL BOND 2008 (COOPERS ALLEY TO INTERSTATE 37) - PROJECT NO. 6510 (TOTAL BASE BID +ADD.ALT. #1: $918,235.50) 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 • 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 inews-Coup 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 31st day of March , 2014. PRINCIPAL SURETY Austin Traffic Signal Construction Company, Inc. Federal Insurance Company 1 \ %(% I By: 4k By: f �Z% ,, ,�_ ttorney-in-fact V. DeLene Marshall Title: ta(G ATT ST: �u Secretary Address:4615 Priem Lane Address: 15 Mountain View Road Pflugerville, TX 78660 Warren, NJ 07059 Telephone: (908) 903-3493 Fax: (908) 903-3656 E-Mail: Surety@Chubb.com Rev. Date May 2011 Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueses-CeuRty;Texas, for delivery of notice and service of process: Name: Ricardo J. Reyna Agency: Aon Risk Services Southwest, Inc. Address: 2711 North Haskell Avenue, Suite 800 (Physical Street Address) Dallas, TX 75204 (City) (State) (Zip) Telephone: (214) 989-0000 E-Mail: Ricardo.Reyna@Aon.com Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 • Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 tcmuna Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Lisa M. Bonnot, Don E. Cornell,V. DeLene Marshall, Robbi Morales and Ricardo J. Reyna of Dallas,Texas each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than ball bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMP4tIY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 14 day of January,2014. PC awn M.Chloros,Assistant Secretary avid B.Norris,Jr.,Vice P en STATE OF NEW JERSEY ss. County of Somerset On this 14th day of January, 2014 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal �; /A, 1 KATHERINE J.ADElAAR NOTARY PUBUC OF NEW JERSEY ell/74_1 �L� �� t TARY �. No 2316685 :c,/(,C�� ("` v.� Corn btptfw July 16 Commission .20i4 '': r :1.1t Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the'Companies') do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department,further, Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of�said Companies at Warren,NJ this 31st day of March, 2014.(60,rkeo,.. ___ _ s ,.\ . , ,, ,. .___.,. e'r •AVOUN►• k, JCWir) •\ifY\. " • Dawn M.Chloros,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety@chubb.com • Form 15-10-0225B-U (Ed.5-13)CONSENT CHUBB GROUP OF INSURANCE COMPANIES 2001 Bryan Street. Suite 3400, Dallas, TX 75201-3068 Phone: (214) 754-8160 : Fax: (214) 754-8295 Policyholder Information Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion 0 para someter una queja. You may call Chuhb's toll-free telephone number I. sted puede Hamar al numero de telekmo gratis for information or to make a complaint at de Chubb's para intOrmacion 0 para someter una queja al 1-800-36-CHUBB 1-800-36-CHUBB You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies. Segues de Texas para obtener informacian acerca eoverages. rights or complaints at de companias,coberturas,derechos o quejas al 1-800-252-3439 1-800-252-3439 You mar write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin. TX 78714-9104 Austin, TX 75714-911)4 1.AX # (512) 475-1771 FAX # (512) 475-1771 Web: http://w ww,tdt.state.tx.us Web: http://www.tdi.state.tx.us F ConsumerProtectionOldi.state,tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium Si dew una disputa concerniente a su prima o a un or about a claim you should contact the agent first. redamo.debe comunicarse con el agente primer°. If the dispute is not resolved. you may contact the Si no se resueve la disputa. puede entonces Texas Depanment of Insurance comunicarse con el departamentotTDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for lamination only and does not Este:Avis°es solo para propOsito de infomtacion y become a part or condiii■ill of the attached no Sc convierte en parte 0 condiciOn del document° tl(tctiment. .tdjonto. SUPPLIER NUMBER _ �E�DIVISION •reeve. City of CITY OF CORPUS CHRISTI C INTEREST OF TERE ST 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: 4V% r b LL` ,1 -c, c �s� P.O.Box: P. 0. IS 0,I I STREET ADDRESS: _ CITY: Potti (Zak. ZIP: tQ 4.94o FIRM IS: I. 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\4- N\4- 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title M4- 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee N t•I1 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest" constituting 3%or more of the ownership in tie above named"fum." Name Consultant ADDENDUM NO.3 ATTACHMENT A 8 OF 9 • 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. Certifying Person: T4 h L �� t Q Tide: i (r�M . `► Signature of Certifying Date: /0101 Lot. 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 effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service,including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a 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. ADDENDUM NO.3 ATTACHMENT A 9 OF 9 • • Client#:148784 AUSTITRAI ACORDTM CERTIFICATE OF LIABILITY INSURANCE 1 DATE INDONY Y) 4/11/2014 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 wCT USI Southwest Austin 512 451-7555 FAX 512 467-0113 7600-B N.Capital of TX Hwy#200 ) '"O)` Austin,TX 78731 SS. 512 451-7555 INSURER(S)AFFORDING COVERAGE NAE I INSURER A:Zurich American insurance Co. 16535 POURED EauRER a;American Guarantee&Liability 26247 Austin Traffic Signal Construction POURER C:Federal Insurance Company 20281 Co.,Inc.&ATS Drilling,Inc. P.O.Box 130 INSURER D: Round Rock,TX 78680 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. p}�R TYPE OF INSURANCE `/ e� WVD POLICY NUMBER atUrl E'1 (tNiO/YYYY) UNITS BAR GENERAL�� V GLO483972302 03/01/2014 03/01/2015_EAACCHA�OECCCpURRRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY / PREMISES tEs occurrence) $100,000 _ CLAIMS-MADE X OCCUR ✓ MED EXP(My one person) S 10,000 PERSONAL ADV INJURY 1,000,000 GENERAL AGGREGATE /�S$2,000,000 GERI AGGREGATE LIMIT APPLES PER: PRODUCTS-COMP/OP P/OP AGO $2,000,000 v ^I BC f LOC _ A AUTOMOSLE LIABILITY f BAP483972402 / 03/01/2014 03/01/2015 IE, fiNCLE UHT 41,000,000 X ANY AUTO / BODILY INJURY(Per person) $ ALL OWNED SCHEDULED V BODILY INJURY(Per accident) S AUTOS AUTOS X HIRED AUTOS X AUTOS ED (Per ac DAMAGE S cident) / B X LL REA LwB X OCCUR V AUC549084902 / 03/01/2014 03/01/2015 EACH OCCURRENCE $20,000,000 EXCESS LIAB / AGGREGATE / $20,000,000 CLAM7ADE BED RETENTION S ✓ $ A /may COMPENSATION� WC483972202 03/01/2014 03/01/2015 X T visjj5 I ER OFFICE�ER EXCCLUDED? E YN N/A / / E.L.EACH ACCIDENT $1,000,000 Ws'Mandatory In NH) ✓ E.L.DISEASE-EA EMPLOYEE $1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S1,000,000 C Installation 06639633 / D3/01/2014 03/01/2015 $350,000 limit Floater ✓ $1,000 deductible DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Re: Capital Projects-#6510 Downtown Street-Chaparral Bond 2008(Coopers Alley to IH-37),Corpus Christi,TX The City of Corpus Christi Is provided additional insured status on the General Liability and Auto Liability policies and is provided a waiver of subrogation on the General Liability,Auto and Workers Compensation policies,as required by written contract or agreement. Coverage is Primary and Non (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Corpus Christi SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE by THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Dept.of Capital Programs ACCORDANCE WITH THE POLICY PROVISIONS. Attn:Contract Administrator P.O.Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi,TX 78469-9277 Z.41, lip!O.i vv i 619882010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD `I #512000768/M11695712 ¢LEHB DESCRIPTIONS (Continued from Page 1) Contributory,when required by written contract. 30 days notice of cancellation applies,when required by written contract,with the exception of 10 days notice of cancellation due to nonpayment of premium,per policy form.Installation Floater Includes a Loss Payee endorsement in favor of the City of Corpus Christi, as their Interest may appear. 6AGITTA 25.3(2010105) 2 of 2 #312000768/M11695712 Inland Marine Insurance Endorsement Policy Plod MARCH 1,2014 TO MARCH 1,2015 Effective Date MARCH 1,2014 / Policy Number 0663-96-33 HOU ✓ Insured AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO INC Name of Company FEDERAL INSURANCE COMPANY Date Issued APRIL 11,2014 This Endorsement applies to the following forms: OPEN INSTALLATION FLOATER , / It is agreed that the following Loss Payee is hereby added. City of Corpus Christi Department of Capital Programs Attn: Contract Administrator P.O.Box 9277 Corpus Christi,TX 78469-9277 It is further agreed that 30 days notice of cancellation,except 10 days for non payment shall be given with respect to the above Loss Payee only. All other terms and conditions remain unchanged. Authorized Representative Inland Marine Insurance LOSS PAYEE/30 NOC last page Form 04-02-0859(Ed.6-99) Endorsement Page 1 N/ 9 Additional Insured — Owners, Lessees Or Contractors — ZURICH Ongoing Operations — Scheduled Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GL0483972302 03/01/2014 03/01/2015 03/01/2014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: Location and Description of Additional Ongoing Operations: Premium: Any person or organization to whom or to Any Location or project where you are Included which you are required to provide required to provide additional insured additional insured status in a written status in a written contract or written contract or written agreement executed agreement executed prior to loss,except prior to the loss except where such where such contract or agreement is contract or agreement is prohibited by law. prohibited by law, and where that contract requires ISO CG2010/CG2037 10/2001 edition forms or the equivalent of same. A. Section II — Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of your ongoing operations performed for that insured at or from the corresponding location designated and described in the Schedule. However, if you have entered into a construction contract with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. B. With respect to the insurance afforded to any additional insured shown in the Schedule of this endorsement, the following additional exclusion applies: This insurance does not apply to"bodily injury"or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms and conditions of this policy remain unchanged. U-GL-1465-D CW(12-13) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. V 0 Additional Insured — Owners, Lessees Or Contractors — ZURICH. Completed Operations — Scheduled Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GL0483972302 03/01/2014 03/01/2015 03/01/2014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: Location and Description of Additional Completed Operations: Premium: Any person or organization to whom or to Any Location or project where you are Included which you are required to provide required to provide additional insured additional insured status in a written status in a written contract or written contract or written agreement executed agreement executed prior to loss,except prior to the loss except where such where such contract or agreement is contract or agreement is prohibited by law. prohibited by law, and where that contract requires ISO CG2010/CG2037 10/2001 edition forms or the equivalent of same. Section II—Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of "your work" at or from the corresponding location designated and described in the Schedule performed for that insured and included in the "products-completed operations hazard". However, if you have entered into a construction contract with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. All other terms and conditions of this policy remain unchanged. U-GL-1466-D CW(12-13) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I 9 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy Ho. Eft: Date of P . Exp. Date of Pol. Eft:Due eat Producer Addl.Prem Return Prem. GL0483972302 3/1/2014 3/1/2015 3/1/2014 S S THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from oth- ers,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-Gt---925-B Cw(12/O1) Page 1ofI • • POLICY NUMBER: BAP483972402 COMMERCIAL AUTO CA20480299 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: IIBUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s)or organization(s)who are"insureds"under the Who is An Insured Provision of the Coverage Form. This endorsement does not after coverage provided in the Coverage Form. This endorsement changes the policy effective on the Inception date of the policy unless another date is indicated below. Endorsement Effective: 3/1/2014 Countersigned By: Named Insured: (Authorized Representative) SCHEDULE Name of Person(s)or Organization(s): Only those where required by written contract executed prior to loss. (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an"insured'for Liability Coverage,but only to the extent that person or organization qualifies as an"insured"under the Who Is An Insured Provision contained In Section It of the Coverage Form. CA 983(2-99) CA 20 48 02 99 Copyright,insurance Services Office, Inc.. 1998 Page 1 of 1 • • • /Waiver Of Transfer Of Rights Of Recovery A g y gainer Others To Us ZURICH Policy Number Eff.Date of Exp.Date of Eff.Date of Producer Add,.Prem Return Prem. J Policy Policy Endorsement Number BAP483972402 3/1/2014 3/1/2015 3/1/2014 $ s This endorsement is issued by the Company named in the Declarations. It changes the policy on the effective date listed above at the hour stated in the Declarations. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: BUSINESS AUTO COVERAGE FORM TRUCKERS COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE sine of Person or Organization: Only those persons or organizations for whom you are required to waive your rights of recovery under the terms of a written contract. We waive any right of recovery we may have against the designated person or organisation shown in the schedule because of payments we make for injury or damage caused by an"accident"or"loss"resulting from the ownership,maintenance,or use of a covered"auto"for which a Waiver of Subrogation is required in conjunction with work performed by you for the designated person or organization. The waiver applies only to the designated person or organization shown in the schedule. Countersigned: Date: Authorized Representative U-CA-320-B CW (4194) Page I of 1 • 0 Notification to Others of Cancellation ZURICH kr, Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GL0483972302 3/1/2014 3/1/2015 3/1/2014 J THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium,we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below;and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s)/ Number of Days Notice: Organization(s): City of Corpus Christi Dept. of Capital Programs Attn: Contract Administrator 30 P.O. Box 9277 Corpus Christi,TX 78469-9277 All other terms and conditions of this policy remain unchanged. U-GL-1446-A CW(05/10) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Notification to Others of Cancellation ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. BAP483972402 03/01/2014 03/01/2015 03/01/2014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium,we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below;and 2. At least 10 days prior to the effective date of the cancellation,as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium,we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days City of Corpus Christi, gotiCe: ,Dept.of Capital Programs Attn: bontract Administrator P.O.Box 9277 Corpus Christi,TX 78469-9277 All other terms and conditions of this policy remain unchanged. U-CA-812-A CW(05/10) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Insured Copy • WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 35 NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement is used to add the following to Part Six of the policy. PART SIX CONDITIONS A. If we cancel or non-renew this policy by written notice to you for any reason other than nonpayment of premium,we will mail or deliver a copy of such written notice of cancellation or non-renewal to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the cancellation or non- renewal, as advised in our notice to you, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this policy by written notice to you for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A.or B.of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s)/ Number of Days Notice: Organization(s): City of Corpus Christi 30 Department of Capital Programs Attn: Contract Administrator P.O. Box 9277 Corpus Christi,TX 78469-9277 All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 3/1/2014 Policy No. WC4839722-02 / Endorsement No. Insured: Austin Traffic Signal Construction Co., Inc. Premium$ N/C Insurance Company: Zurich American Insurance Co. WC 99 06 35 (Ed. 05-10) Includes copyrighted material of National Council on Compensation Insurance,Inc.with its permission. Page 1 of 1