Loading...
HomeMy WebLinkAboutC2014-304 - 12/16/2014 - Approved 2014-304 SPECIAL PROVISIONS 12/16/14 Ord. 030381 SPECIFICATIONS ACMHUBLLC AND FORMS OF CONTRACTS AND BONDS FOR CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO. E12215 (STREET PREVENTATIVE MAINTENANCE PROGRAM) Prepared by of r f���t r *•. .1,- *V, Govind Development, LLC :' : f/ 9359 11-1 37, Suite Ahiff/ r MARCOS YBARRA 0 Corpus Christi, Texas 78409 Or ' o-. 100196 Phone: 361/241-2777 DEVELOPMENT LLC + •�•� CFNS�� 4�`•+" Fax: 361/241-2200 ENG/N££Rl,"'G DIVISION galvik FOR DEPARTMENT OF CAPITAL PROGRAMS CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 .11X. Fax: 361/826-3501 0 Corpus Chr sti Texas Capital Department Programs of Transportation PROJECT NO: E12215 CSJ NO. 0916-35-180 DRAWING NO: STR 903 Revised 00/00/00 CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO. E12215 (STREET PREVENTATIVE MAINTENANCE PROGRAM) Table of Contents LNOTICE TO BIDDERS (Revised 11/20/13) NOTICE TO CONTRACTORS —A(Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS — B (Revised 7/5/00) Workers' Compensation Coverage for Building or Construction Projects for Government Entities PART A—SPECIAL PROVISIONS-CITY OF CORPUS CHRISTI 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 and 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 I A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A 17 Field Office (NOT USED) A-18 Schedule and Sequence of Construction (NOT USED) A-20 Testing and Certification A 21 Project Signs (NOT USED) A-22 Minority/Minority Business Enterprise Participation Policy(Revised 10/98) - _ _ _ _._ __ _ •_-_ - !! (NOT USED) A-24 Surety Bonds NOT USED) A-26 Supplemental Insurance Requirements - - __• !- ___ - _ ••.(NOT USED) A-28 Considerations for Contract Awards and Execution A-29 Contractor's Field Administration Staff i 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 I I A-34 Precedence of Contract Documents -- -• ` - _ --•• • : - _-•- - - - (NOT USED) A-36 Other Submittals A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities • _. - , • __ „ e . - ••- ' --:e -•-, (NOT USED) A-40 Amendment to Section B-8-6: Partial Estimates A 11 Ozone Advisory(NOT USED) A-42 OSHA Rules & Regulations A-43 Amended Indemnifications & Hold Harmless A-44 Change Orders A-45 As-Built Dimensions and Drawing . . , .• .. - - - • - :e ' - ' - " (NOT USED) . . - _ - - -- • e - - - -- - •-•- - " (NOT USED) A-48 Overhead Electrical Wires(7/5/00) A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress ATTACHMENTS • Attachment 1:Submittal Transmittal form PART A -SPECIAL PROVISIONS TxDOT I SP000-003 Notice to All Bidders SP000-004 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) SP000-006 Standard Federal Equal Opportunity Construction Contract Specifications (Executive Order 11246) SP000-009 Certification of Nondiscrimination in Employment SP000-1483 Notice of Changes to U.S. Department of Labor Required Payroll Information SP000-1966 Disadvantaged Business Enterprise in Federal Aid Contracts SP000-2329 Partnering SP000-2332 Schedule of Liquidated Damages SP000-2607 Nondiscrimination SP000-2638 On-the-Job Training Program SP000-2839 . Important Notice to Contractors SP001-015 Definition of Terms SP004-017 Scope of Work SP005-004 Control of the Work SP006-030 Control of Materials SP007-918 Legal Relations and Responsibilities SP008-119 Prosecution and Progress SP009-009 Measurement and Payment SP009-015 Measurement and Payment SP100-002 Preparing Right of Way SP416-001 Drilled Shaft Foundation111 SP420-002 Concrete Structures SP421-035 Hydraulic Cement Concrete SP440-006 Reinforcing Steel SP441-008 Steel Structures SP442-016 Metal for Structures SP447-002 Structural Bolting t f SP500-011 Mobilization SP502-033 Barricades, Signs, and Traffic Handling SP636-014 Aluminum Signs SP643-001 Sign Identification Decals , PART B- GENERAL PROVISIONS jPART C -FEDERAL WAGE RATES AND REQUIREMENTS tj PART D-FEDERALLY REQUIRED LANGUAGE PART S-STANDARD SPECIFICATIONS All street, drainage, earthwork, erosion control improvements, and associated construction bid items and practices shall comply with the 2004 TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. TxDOT STANDARD SPECIFICATIONSB � Y Reference) iw Item 1-9 General Requirements and Covenants Item 100 Preparing Right-of-Way(104) Item 104 Removing Concrete Item 132 Embankment(100, 204, 216, 400) Item 204 Sprinkling Item 216 Proof Rolling Item 400 Excavation and Backfill for Structures (132, 420, 421) Item 416 Drilled Shafts and Foundations (420, 421, 440) Item 420 Concrete Structures (400, 421, 427, 440) Item 421 Hydraulic Cement Concrete Item 427 Surface Finishes for Concrete(420) Item 432 Rip Rap(420, 421, 427) Item 440 Reinforced Steel ,, Item 441 Steel Structures (420, 442, 445) Item 442 Metal for Structures(441, 445,449) L Item 445 Galvanizing (446) Item 446 Cleaning and Painting Steel Item 447 Structural Bolting(441, 446) Item 449 Anchor Bolts (445) Item 500 Mobilization Item 502 Barricades, Signs, and Traffic Handling I Item 618 Conduit(400, 445) Item 636 Aluminum Signs (643) Item 643 Sign Identification Decals ri Item 644 Small Roadside Sign Supports and Assemblies (421, 440, 441, 442, 445, 636, 643, 656) 101 Item 656 Foundations for Traffic Control Devices (400, 416, 420, 421, 432, 440, 441, 442, 445, 447, 449, 618) PART T-TECHNICAL SPECIFICATIONS L I TxDOT SPECIAL SPECIFICATION Item 1122 Temporary Erosion, Sedimentation, and Environmental Controls. LIST OF DRAWINGS 1. TITLE SHEET 2. SHEET INDEX AND GENERAL NOTES 3. ESTIMATED QUANTITIES, LEGEND, AND DETAILS 4. SUMMARY SHEETS - DELIVERY ORDER#1A-1G (1 OF 5) 5. SUMMARY SHEETS-DELIVERY ORDER#1A-1G (2 OF 5) 6. SUMMARY SHEETS-DELIVERY ORDER#1A-1G (3 OF 5) 7. SUMMARY SHEETS -DELIVERY ORDER#1A-1G (4 OF 5) 8. SUMMARY SHEETS -DELIVERY ORDER#1A-1G (5 OF 5) 9. SUMMARY SHEETS -DELIVERY ORDER#2A-2G (1 OF 3) 10. SUMMARY SHEETS-DELIVERY ORDER#2A-2G (2 OF 3) 11. SUMMARY SHEETS-DELIVERY ORDER#2A-2G (3 OF 3) 12. SUMMARY SHEETS-DELIVERY ORDER#3A-3K(1 OF 5) 13. SUMMARY SHEETS-DELIVERY ORDER#3A-3K(2 OF 5) 14. SUMMARY SHEETS-DELIVERY ORDER#3A-3K (3 OF 5) 15. SUMMARY SHEETS-DELIVERY ORDER#3A-3K(4 OF 5) 16. SUMMARY SHEETS-DELIVERY ORDER#3A-3K (5 OF 5) 17. SUMMARY SHEETS-DELIVERY ORDER#4A-4C (1 OF 3) 18. SUMMARY SHEETS-DELIVERY ORDER#4A-4C(2 OF 3) 19. SUMMARY SHEETS-DELIVERY ORDER#4A-4C(3 OF 3) 20. SUMMARY SHEETS-DELIVERY ORDER#5A-5D (1 OF 3) 21. SUMMARY SHEETS-DELIVERY ORDER#5A-5D (2 OF 3) 22. SUMMARY SHEETS-DELIVERY ORDER#5A-5D (3 OF 3) 23. SUMMARY SHEETS-BOTANICAL GARDENS 24. DELIVERY ORDER#1A- BALDWIN BLVD. -REMOVAL OF EXISTING SIGNAGE(1 OF 2) 25. DELIVERY ORDER#1A- BALDWIN BLVD. - REMOVAL OF EXISTING SIGNAGE(2 OF 2) 26. DELIVERY ORDER#1A- BALDWIN BLVD. -PROPOSED SIGNAGE (1 OF 2) 27. DELIVERY ORDER#1A- BALDWIN BLVD. -PROPOSED SIGNAGE (2 OF 2) 28. DELIVERY ORDER#1 B- 19T" ST. - REMOVAL OF EXISTING SIGNAGE 29. DELIVERY ORDER#1 B- 19T" ST. - PROPOSED SIGNAGE 30. DELIVERY ORDER#1 C-AGNES ST. - REMOVAL OF EXISTING SIGNAGE(1 OF 2) 31. DELIVERY ORDER#1 C -AGNES ST. -REMOVAL OF EXISTING SIGNAGE (2 OF 2) 32. DELIVERY ORDER#1C -AGNES ST. - PROPOSED SIGNAGE(1 OF 2) 33. DELIVERY ORDER#1C -AGNES ST. - PROPOSED SIGNAGE (2 OF 2) 34. DELIVERY ORDER#1D -S. PORT AVE. - REMOVAL OF EXISTING SIGNAGE 35. DELIVERY ORDER#1D -S. PORT AVE. - PROPOSED SIGNAGE 36. DELIVERY ORDER#1 E-ANGELA DR. - REMOVAL OF EXISTING SIGNAGE(1 OF 3) 37. DELIVERY ORDER#1 E-ANGELA DR. - REMOVAL OF EXISTING SIGNAGE(2 OF 3) 38. DELIVERY ORDER#1 E -ANGELA DR. - REMOVAL OF EXISTING SIGNAGE(3 OF 3) 39. DELIVERY ORDER#1E -ANGELA DR. - PROPOSED SIGNAGE(1 OF 3) 40. DELIVERY ORDER#1E-ANGELA DR. -PROPOSED SIGNAGE (2 OF 3) 1 41. DELIVERY ORDER#1 E-ANGELA DR. -PROPOSED SIGNAGE(3 OF 3) 42. DELIVERY ORDER#1 F- 18T"ST. - REMOVAL OF EXISTING SIGNAGE (1 OF 2) t • 43. DELIVERY ORDER#1F- 18TH ST. - REMOVAL OF EXISTING SIGNAGE (2 OF 2) 44. DELIVERY ORDER#1 F- 18TH ST. -PROPOSED SIGNAGE(1 OF 2) 45. DELIVERY ORDER#1F- 18TH ST. -PROPOSED SIGNAGE(2 OF 2) 46. DELIVERY ORDER#1 G -COMANCHE ST.- REMOVAL OF EXISTING SIGNAGE 47. DELIVERY ORDER#1 G-COMANCHE ST. - PROPOSED SIGNAGE 48. DELIVERY ORDER#2A-WALDRON RD. -REMOVAL OF EXISTING SIGNAGE 49. DELIVERY ORDER#2A-WALDRON RD. -PROPOSED SIGNAGE 50. DELIVERY ORDER#2B-GRAHAM RD. - REMOVAL OF EXISTING SIGNAGE 51. DELIVERY ORDER#2B-GRAHAM RD. -POROPOSED SIGNAGE 52. DELIVERY ORDER#2C-COMPTON RD. - REMOVAL OF EXISTING SIGNAGE 53. DELIVERY ORDER#2C -COMPTON RD. - PROPOSED SIGNAGE 54. DELIVERY ORDER#2D -YORKTOWN BLVD. -REMOVAL OF EXISTING SIGNAGE (1 OF 4) L. 55. DELIVERY ORDER#2D -YORKTOWN BLVD. - REMOVAL OF EXISTING SIGNAGE (2 OF 4) 56. DELIVERY ORDER#2D-YORKTOWN BLVD. -REMOVAL OF EXISTING SIGNAGE (3 OF 4) 57. DELIVERY ORDER#2D-YORKTOWN BLVD. -REMOVAL OF EXISTING SIGNAGE (4 OF 4) 58. DELIVERY ORDER#2D-YORKTOWN BLVD. -PROPOSED SIGNAGE (1 OF 4) 59. DELIVERY ORDER#2D -YORKTOWN BLVD. -PROPOSED SIGNAGE (2 OF 4) 60. DELIVERY ORDER#2D -YORKTOWN BLVD. -PROPOSED SIGNAGE (3 OF 4) 61. DELIVERY ORDER#2D -YORKTOWN BLVD. - PROPOSED SIGNAGE (4 OF 4) 62. DELIVERY ORDER#2E- MATLOCK ST. - REMOVAL OF EXISTING SIGNAGE 63. DELIVERY ORDER#2E- MATLOCK ST. - PROPSOED SIGNAGE 64. DELIVERY ORDER#2F-ST. FRANCIS ST. - REMOVAL OF EXISTING SIGNAGE 65. DELIVERY ORDER#2F-ST. FRANCIS ST. - PROPOSED SIGNAGE 66. DELIVERY ORDER#2G -GLENOAK DR. -REMOVAL OF EXISTING SIGNAGE 67. DELIVERY ORDER#2G -GLENOAK DR. -PROPOSED SIGNAGE 68. DELIVERY ORDER#3A-YORKTOWN BLVD. - REMOVAL OF EXISTING SIGNAGE (1 OF 2) 69. DELIVERY ORDER#3A-YORKTOWN BLVD. - REMOVAL OF EXISTING SIGNAGE(2 OF 2) 70. DELIVERY ORDER#3A-YORKTOWN BLVD. - PROPOSED SIGNAGE(1 OF 2) 71. DELIVERY ORDER#3A- YORKTOWN BLVD. -PROPOSED SIGNAGE (2 OF 2) 72. DELIVERY ORDER#3B &3E -CEDAR PASS DR.- REMOVAL OF EXISTING SIGNAGE 73. DELIVERY ORDER#3B &3E-CEDAR PASS DR. - PROPOSED SIGNAGE 74. DELIVERY ORDER#3C -SUNVALLEY DR. -REMOVAL OF EXISTING SIGNAGE 75. DELIVERY ORDER#3C-SUNVALLEY DR. -PROPOSED SIGNAGE rt 76. DELIVERY ORDER#3D -WOODWAY DR. -REMOVAL OF EXISTING SIGNAGE 77. DELIVERY ORDER#30 -WOODWAY DR. - PROPOSED SIGNAGE 78. DELIVERY ORDER#3F - EVERHART RD. - REMOVAL OF EXISTING SIGNAGE 79. DELIVERY ORDER#3F - EVERHART RD.-PROPOSED SIGNAGE 80. DELIVERY ORDER#3G -SANDERS DR. -REMOVAL OF EXISTING SIGNAGE 81. DELIVERY ORDER#3G -SANDERS DR. - PROPOSED SIGNAGE 82. DELIVERY ORDER#3H &31 - DUNBARTON OAK DR. - REMOVAL OF EXISTING SIGNAGE 83. DELIVERY ORDER#3H &31 - DUNBARTON OAK DR. -PROPOSED SIGNAGE 84. DELIVERY ORDER#3J -VICTORIA PARK DR. - REMOVAL OF EXISTING SIGNAGE 85. DELIVERY ORDER#3J -VICTORIA PARK DR. -PROPOSED SIGNAGE 86. DELIVERY ORDER#3K-SPOHN SOUTH DR. - REMOVAL OF EXISTING SIGNAGE 87. DELIVERY ORDER#3K-SPOHN SOUTH DR. - PROPSOED SIGNAGE 88. DELIVERY ORDER#4A- LIPAN ST. -REMOVAL OF EXISTING SIGNAGE 89. DELIVERY ORDER#4A- LIPAN ST. - PROPOSED SIGNAGE 90. DELIVERY ORDER#4B - ELIZABETH ST. - REMOVAL OF EXISTING SIGNAGE 91. DELIVERY ORDER#4B - ELIZABETH ST. - PROPOSED SIGNAGE 1 I 92. DELIVERY ORDER#4C -LEOPARD ST. - REMOVAL OF EXISTING SIGNAGE 93. DELIVERY ORDER#4C-LEOPARD ST. -PROPOSED SIGNAGE 94. DELIVERY ORDER#5A- BEAR LN. - REMOVAL OF EXISTING SIGNAGE 95. DELIVERY ORDER#5A- BEAR LN. - PROPOSED SIGNAGE 96. DELIVERY ORDER#5B- COLUMBIA ST. - REMOVAL OF EXISTING SIGNAGE (1 OF 2) 97. DELIVERY ORDER#5B -COLUMBIA ST. - REMOVAL OF EXISTING SIGNAGE (2 OF 2) 98. DELIVERY ORDER#5B -COLUMBIA ST. - PROPSOED SIGNAGE (1 OF 2) 99. DELIVERY ORDER#5B -COLUMBIA ST. - PROPSOED SIGNAGE (2 OF 2) 100. DELIVERY ORDER#5C-WEBER RD. - REMOVAL OF EXISTING SIGNAGE 101. DELIVERY ORDER#5C-WEBER RD. - PROPOSED SIGNAGE 102. DELIVERY ORDER#5D -GOLLIHAR RD. -REMOVAL OF EXISTING SIGNAGE 103. DELIVERY ORDER#5D -GOLLIHAR RD. - PROPSOED SIGNAGE 104. BOTANICAL GARDENS-REMOVAL OF EXISTING SIGNAGE 105. BOTANICAL GARDENS- PROPOSED SIGNAGE(1 OF 2) 106. BOTANICAL GARDENS -PROPOSED SIGNAGE(2 OF 2) 107. SIGN MOUNTING DETAILS (1 OF 6) 108. SIGN MOUNTING DETAILS (2 OF 6) 109. SIGN MOUNTING DETAILS (3 OF 6) 110. SIGN MOUNTING DETAILS (4 OF 6) 111. SIGN MOUNTING DETAILS (5 OF 6) 112. SIGN MOUNTING DETAILS (6 OF 6) 113. R.R. CROSSING DETIALS (1 OF 2) 111 114. R.R. CROSSING DETIALS (2 OF 2) 115. TYPICAL SIGN REQUIREMENTS 116. TRAFFIC CONTROL PLAN (1 OF 5) 1 117. TRAFFIC CONTROL PLAN (2 OF 5) 118. TRAFFIC CONTROL PLAN (3 OF 5) 119. TRAFFIC CONTROL PLAN (4 OF 5) 120. TRAFFIC CONTROL PLAN (5 OF 5) 121. BIODEGRADABLE EROSION CONTROL LOGS (1 OF 2) 122. BIODEGRADABLE EROSION CONTROL LOGS (2 OF 2) 1 CHILD SUPPORT STATEMENT NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT DISCLOSURE OF LOBBYING ACTIVITIES DEBARMENT CERTIFICATION CERTIFICATION OF NON-COLLUSION PERFORMANCE BOND PAYMENT BOND I I r NOTICE TO BIDDERS L L NOTICE TO BIDDERS ESealed proposals, addressed to the City of Corpus Christi, Texas for: CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO. E12215 (STREET PREVENTATIVE LMAINTENANCE PROGRAM) consists of the removal and installation of new roadway signs for collector and arterial roads as identified in Delivery Orders#1 through#5 for the City of Corpus Christi Preventative Maintenance Program.The upgrades will include sign assemblies, foundations, and aprons to meet TxDOT and City of Corpus Christi Standards and Specifications. Sealed proposals wilt be received at the office of the City Secretary until 2:00 p.m. on Monday, 9/29/2014, and then publicly opened and read.Any bid received after closing time will be returned unopened. A non-mandatory pre-bid meeting is scheduled for Wednesday, 9/17/2014 at 10:30 a.m. and will be conducted by the City. The location of the meeting will be the 6th Floor Conference Room, City Hall, 1201 Leopard Street, Corpus Christi, TX. All questions shall be submitted in writing on the Public Purchase website by noon on the Wednesday, prior to the week of bid opening. Inquiries made after this period will not be addressed. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid i bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over$25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. i Plans, proposal forms, specifications and contract documents may be found at the following website: Lwww.publicpurchase.com l Contract Documents may be downloaded or viewed free of charge at this website. It is the downloader's responsibility to determine that a complete set of documents, as defined in the Agreement are received. 1 The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or II "mechanic"employed on this project. LThe City reserves the right to reject any or all bids, to waive irregularities and to accept the lowest responsible/responsive bid for the total base bid. CITY OF CORPUS CHRISTI, TEXAS /s/Natasha Fudge, P.E. Acting Director of Capital Programs /s/Rebecca Huerta City Secretary L , r, 10 gi L , Revised 11/20/13 L i [ - � NOTICE TO CONTRACTORS - A L NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates PER OCCURRENCE/AGGREGATE Commercial General Liabilityincluding: 1 000 000 PER OCCURRENCE AND $ , 4 1. Commercial Form $2,000,000 AGGREGATE 2. Premises-Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury 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 i EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT I PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden &accidental discharge;to include 0 REQUIRED 1 long-term environmental impact for the disposal of I] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements Li ❑ REQUIRED I I NOT REQUIRED 14 lag INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements ❑ REQUIRED CI NOT REQUIRED Page 1 of 2 1 I 1 I L ❑The Cityof Corpus Christi must be named as an additional insured on all coverages except worker's p 9 p compensation liability coverage. ❑The name of the project must be listed under "description of operations" on each certificate of insurance. ❑For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 826-3500. I I I I I I I I I I Page 2 of 2 I I I NOTICE TO CONTRACTORS - B L NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS t C C C Page l of l l I I 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) Buildingor construction--Has the meaningdefined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A-for- Aper son bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). 111 (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. 3 (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 1 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph(7) of this subsection, using the language required by paragraph(7) of this subsection; (2) as part of the contract,using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection(d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project,prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A)before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B)no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5)retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any hi. person entitled to them by law; and (7)use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific { document in which they are contained or to impose stricter standards of documentation: Attached Graphic Page 3 of 11 L 3 I (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 (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 3 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 3 entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the 3 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 3 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 3 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 3 any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A)provide coverage based on proper reporting of classification codes and payroll amounts 3 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 3 the project; (C) include in all contracts to provide services on the project the language in subsection(e)(3) of this section; 3 Page 4 of 11 (D)provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage,prior to the other person beginning work on the project; and (ii)prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts,to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e)A person providing services on a project, other than a contractor, shall: (1)provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3)have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project,prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; �rr (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 I 1 (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, 3 for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; 3 (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 3 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 be111 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. I Page 6of11 i (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors,partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors,partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 IPage 7 of 11 I T28S 110.110(d)(7) 1 REQUIRED WORKERS'COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers'Compensation Commission at 512-440-3789 to receive information on 3 the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." I I it 3 I I I I I I I Page 8 of 11 T28S110.110(c)(7) Article . Workers'Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement(TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which 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. I Page 9 of 11 I 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 I delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H. The contractor shall post on each project site a notice, in the text,form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide 3 services on a project, to: (1)provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the project,for the duration of the project; 3(2)provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of 3 coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers'compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 I Cl PART A SPECIAL PROVISIONS - CITY OF CORPUS CHRISTI 1 Li Section A-SP (Revised 9/18/00) Page 1 of 23 1 I CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO. E12215 (STREET PREVENTATIVE MAINTENANCE PROGRAM) SECTION A-SPECIAL PROVISIONS 1 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 PM on Monday,9/29/2014. 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— CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO. El 2215 (STREET PREVENTATIVE MAINTENANCE PROGRAM) Any proposals not physically in possession of the City Secretary's Office at the time and date of bid opening will be deemed late and nonresponsive. Late proposals will be returned unopened to the proposer. The proposer is solely responsible for the delivery to the City Secretary's Office. Delivery of any proposal, by the proposer,their agent/representative, U.S.Mail,or other delivery service, to the City address or office other than the City Secretary's Office will be deemed non- responsive if not in possession of the City Secretary's Office prior to the date and time of bid opening. A pre-bid meetingwill be held on Wednesday, 9/17/2014 beginning at 10:30 a.m.The pre-bid meeting will convene at 6tFloor Conference Room, City Hall,1201 Leopard Street,Corpus Christi,Texas , and will include a review of the project scope. All questions shall be submitted in writing on the Public Purchase website by noon on Wednesday prior to the week of the bid opening. Inquiries made after this period will not be addressed. No additional or separate visitations will be conducted by the City. A Bid tabulation will be available to Bidders once it has been compiled by the Consultant and provided to the City Engineering Department. A-2 Definitions and Abbreviations Wherever the words, forms, or phrases reference Engineering Department, City Engineering, or City Engineer in any document or instrument contemplated, the intent and meaning shall be interpreted to Capital Programs or Director of Capital Programs. Section B-1 of the General Provisions will govern. I Section A-SP (Revised 9/18/00) Page 2 of 23 1 A-3 Description of Proiect The BASE BID for the CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO.E12215 (STREET PREVENTATIVE MAINTENANCE PROGRAM) consists of the removal and installation of new roadway signs for collector and arterial roads as identified in Delivery Orders #1 through #5 for the City of Corpus Christi Preventative Maintenance Program. The upgrades will include sign assemblies, foundations, and aprons to meet TxDOT and City of Corpus Christi Standards and Specifications. A-4 Method of Award The bids will be evaluated based on the availability of funds and in the following priority order: 1. Total Base Bid The City reserves the right to reject any or all bids, to waive irregularities and to accept the lowest responsible/responsive bid for the Total Base Bid. A-5 Items to be Submitted with Proposal { The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference Project Name as identified in the Proposal) CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO. El 2215 (STREET PREVENTATIVE MAINTENANCE PROGRAM) (A Cashier's Check,certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Child Support Statement, Disclosure of Interests Statement, Disclosure of Lobbying Activities, Debarment Certification and Certification of Non-Collusion A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 90 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage Section A-SP (Revised 9/18/00) Page 3 of 23 L I If the Contractor's workers'compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore,for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers'compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract,the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to 3 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. 3 A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Heavy (TX130031) and Highway Construction (TX130040). Refer to Part C— Federal Wage Rates and Requirements. Minimum Prevailing Wage Scales I The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract.The Contractor or subcontractor shall forfeit sixty dollars($60.00)per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. Section A-SP (Revised 9/18/00) Page 4 of 23 I El These documents will also be submitted to the City Engineer bi-weekly.(See section for Minority/Minority C i- Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half(12)times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cooperation with Public Agencies (Revised 7/5/00) l The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight(48)hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using TEXAS 811, the Lone Star Notification Company at 1-800-669-8344, and the Verizon DIG ALERT at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. 1 City Engineer 826-3500 Project Engineer Govind Development, LLC 241-2777 Marcos Ybarra, P.E. 241-2777 Traffic Engineer 826-3500 Traffic Engineering/ Traffic Signals 826-1660 Police Department 882-2600 Water Division 826-1881 (826-1888 after hours) Li Wastewater Department 826-1800 (826-1818 after hours) Gas Department 885-6900 (885-6913 after hours) Streets &Solid Waste Services 826-1940 Storm Water Department 826-1875 (826-1888 after hours) Parks & Recreation 826-3461 AEP 299-4833 (693-9444 after hours) AT&T/SBC 881-2511 (1-800-824-4424, after hours) I Fiber Optic Locate 826-3740 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) Century Tel 225/214-1169 (225/229-3202 after hours) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK(Fiber Optic) 512/935-0958 (Mobile) Brooks Fiber Optic (MAN) 972/753-4355 RTA 289-2712 Corpus Christi ISD 886-9005 US Postal Service 886-2216 TxDOT Area Office 808-2384 A-12 Maintenance of Services The Contractor shall take allprecautions in protectingexistingutilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the Section A-SP L (Revised 9/18/00) Page 5 of 23 L 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 I sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own I expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall I make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. II 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. To by-pass the flow, connections to the existing facilities shall be made over the ground surface by means of flexible and/or rigid pipes. The pipes used for bypassing this flow shall be strong enough to resist traffic impact loads, and the size of the pipe shall be capable of handling the incoming discharge but cause minimum impact to traffic flow and safety.The construction of temporary gravity flow lines, forcemains, pumping equipment, plugs, flow diversion structures, etc. required to maintain and control system flows shall be the responsibility of the Contractor. Itis 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. All weather access must be provided to all residents and II businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather.The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties.This may include, but is not limited to,working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the most current Texas Manual on Uniform Traffic Control Devices and TxDOT Traffic Control Standards. 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. Contractor. All costs for traffic control plans, i.e. preparation of plans, approval and permit from City, and 3 implementation of the plan on each site for the duration required will be included in the lump sum unit price listed in the proposal form. If the site needs any adjustments in the traffic control sign location, which may be required for safety of traffic and pedestrians, no additional payment for the implementation Section A-SP (Revised 9/18/00) Page 6 of 23 and enforcement shall be made to the Contractor. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with"clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer.The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. .. • • - - - - - • - "- -- -- - _ ". - _ - - -- -- ..-- • - ••- - - -- - - - 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. (NOT USED) ' :. - - - - - • - -- - - . -_ a - -- - -- - - -- - - -- --. • - - - - -- - __ _' -- - - -- - - - -- -- - - • -- - • • - • • - - --_ . - - _ ---_ _ - _ -. _." :.,, - -. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three(3)working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three(3)days prior to the Pre-Construction Meeting Section A-SP (Revised 9/18/00) Page 7 of 23 I an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. I 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. PROJECT SEQUENCE OF CONSTRUCTION Contractor will begin Signage Project with Delivery Order No. 3B & 3E Cedar Pass Drive and Delivery Order No. 3C Sun Valley Drive. All other Delivery Orders will be completed in sequential 3 order in such manner to be most conducive to the schedule of construction. Delivery Order No. 4A(Lipan Street from Palm Dr. to 19th St.)and Delivery Order No. 5B (Columbia 3 Street from Villarreal St. to Home Rd.) signage will be installed following the completion of the Citywide Street Overlay Project. All other Delivery Orders will be completed in sequential order in such manner to be most conducive to the schedule of construction. (NOT USED) Contractor. - - - -- - - -- - -- - - - - - - - - - --- - -- - -- - - - -- I Engineer to revise thc drawings. thc purpose of a:zicting the m acuring of thc completed work. Section A-SP (Revised 9/18/00) Page 8 of 23 I and prepared by a Third Party independent Rcgistcrcd Profe Tonal Land Survey(R.P.L.S.)licenced in it - . - " _ _ - _ ._�: - -- _ - -" -- - - - . ._ - '-_ ' . .'• �-• . - -= - - - - - - -._ } Streets and Drives: - - - - - • Curb and gutter flow lino both sides of street on a 200' interval; - == - e - - "' •- =• - - • - - - - _ "- •- •Water:. • All top of valves box; ---Valves-vaulle-rim+ • . „ ___ .•e •. .. .. .._ • .e ; A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails,that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A 21 Project Signs (NOT USED) -- -- - - - . - - - - _ - . - •S • -=- e•-_ - - - - •- - _ _ _ - - _ - _ e • e- ••-•- -•- - - - " e- •:: : - - - e •:. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of Section A-SP (Revised 9/18/00) Page 9 of 23 LI I 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. i b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it I must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the I assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled 1 The primary power, direct or indirect,to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions,consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman,a partnership at least 51.0%of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0%of whose assets or interests in the Section A-SP (Revised 9/18/00) Page 10 of 23 t corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the .I stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest,shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45% 15% b. These goals are applicable to all the construction work(regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer.The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing,the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. 5. Disadvantaged Business Enterprise(DBE) Requirements a. This Project is federally funded and requires that the Contractor comply with Special. Provision for Local Government/RMA/Non-Standard Contracts—Disadvantaged Business Enterprise in Federal-Aid Construction. Section A-SP (Revised 9/18/00) Page 11 of 23 I • i b. The goal for Disadvantaged Business Enterprise(DBE)established for this Project is three percent(3%). 1 • - • - -: -. - - : •-:e - ! (NOT USED) A-24 Surety Bonds Paragraph two (2)of Section B-3-4 of the General Provisions is changed to read as follows: 3 "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 3 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 reinsurers capital and surplus. For purposes of this section,the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and 3 admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County,Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of$100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of$100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales emption (NOT USED) • thereof. _ = - •- - •-•- ', - - ' '- • • • - - • -- - - - • - - • -. exemptions of Salcs, Excise,and Use Taxes unlcac the Contractor elects to operate under a separated of Public Accounts of Texas. 3 If the Contractor elects to operate under a separated contract, he shall: 1. Obtain the necessary sales tax permits from the State Comptroller. 111 Section A-SP (Revised 9/18/00) Page 12 of 23 I I 2. Identify in the appropriate space on the "Statement of Materials and Other Charges" in the 3. Provide resale certificates to suppliers. A. Provide the City with copies of material invoices to substantiate the proposal value of materials. i . A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract,the Contractor >I shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Capital Programs ; Attn: Contract Administrator C2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements,or copies thereof certified by t• the insurer,within thirty(30)calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. i Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract,the Contractor shall obtain an endorsement to the applicable insurance policy,signed by the insurer,stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on 1 Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, 1ISection A-SP (Revised 9/18/00) Page 13 of 23 L 1 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 I 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. (NOT USED) an All Rick" form. Contractor must pay all costs necessary to procure such builder's rick 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 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, theamount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released,the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, 1 and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety(90)days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project,as its field administration staff,superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five(5)years of recent experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the Section A-SP (Revised 9/18/00) Page 14 of 23 i LI 1 architectural submittal process,federal and state wage rate requirements,and contract close-out procedures. w The superintendent shall be present, on the site, at all times that work is beingperformed. p job 2. The foreman must have at least five (5)years of recent experience in oversight of projects of a similar size and complexity and management of the work of various subcontractors and crafts. If the scope of the Project is such that a foreman is not required, the Contractor's superintendent shall assume the responsibilities of a foreman. (Foreman cannot act as a superintendent without prior approval of the City). Documentation concerning these matters 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 or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. LFurther,such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract,such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 L Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: i 1. A list of the major components of the work; I 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of p Y anticipated monthlypayments for the Project duration. p i 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, I that a good faith effort has, in fact, been made to meet said requirements but that meeting such Lrequirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his Section A-SP it (Revised 9/18/00) Page 15 of 23 L 1 evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 3 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e.,Texas(or other state)Corporation or Partnership,and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 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 I Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of$25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under"General Provisions and Requirements for Municipal Construction Contracts"B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney,or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work 1 Section A-SP (Revised 9/18/00) Page 16 of 23 I Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents,first precedence will be given to addenda issued during the bidding phase of the Project; second precedence will be given to the Special Provisions (TxDOT); third precedence will be given to the Special Provisions (City); fourth precedence will be given to the construction plans (including notes therein); fifth precedence will be given to the Standard & Special Specifications(TxDOT);sixth precedence will be given to the Standard &Technical Specifications(City); and the General Provisions (City)will be given last precedence. • - _ - ' . - - .-• - - •. = - (NOT USED) A. Visitor/Contractor Orientation Li • _ _ information refer to Attachment 7 • -• •, • . , , • , , •• . . . • •• . . • •• •• • • Section A-SP (Revised 9/18/00) Page 17 of 23 1 . , * . , . . 3 H. Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. facilities. J. All Contractor vehicles muct be parked at designated site, as designated by City Water required work or as directed by City Water Department personnel during emergency evacuation. K. Contractor Qualifications SCADA (SUPERVISORY CONTROL AND DATA _ .. these-specifications, -- _2- - - - - _2_2 _ - : - e e- - - e- • : .. -- — — . ll ` a - - -e 1. He is regularly engaged in the computer based monitoring and control system 2. Hc has performed work on systems of comparable size, type, and complexity as • Section A-SP (Revised 9/18/00) Page 18 of 23 I years. 4. He employs a Registered Professional Engineer, a Control Systems Engineer,or an Electrical Engineer to supervise or perform the work required by this 5. He employs personnel on this Project who have successfully completed a 6. He maintains a permanent, fully staffed and equipped sorvico facility within 100 specified herein. 8. Prior performance at the O. N. Stevens Water Treatment Plant will be used in Proleek the programming as needed and required, to add these two systems to the existingCity SCADA system. Attached is an example of tho required L. Trenching Requirements : _ • t • -t -e--e•-e e" - - _ •- e- e - • •-e . •e.s A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies,the Contractor shall also submit one(1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section as Attachment No. 1; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each I submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or i initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the Section A-SP (Revised 9/18/00) Page 19 of 23 L requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project,and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products,models,options, I 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. 3 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report,thru Contractor,any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three(3)copies of all shop test data,and repair report,and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", B-6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Proiects for Government Entities The requirements of"Notice to Contractors 'B'"are incorporated by reference in this Special Provision. II - - - '- - • - e - • - . ' . - - (NOT USED) Section A-SP (Revised 9/18/00) Page 20 of 23 I - - - - - - - -- - - - -- - - - - improvements under General Provision B 8 0. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents,satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s)to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials,employees,attorneys,and agents harmless and shall indemnify the City, its officials, employees, attorneys,and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor,or any subcontractor,supplier, materialman,or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials,employees,attorneys,and agents harmless and shall indemnify the City, its officials,employees, attorneys,and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials,employees,attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s)be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub- contractor's costs and breakdowns, cost of materials and equipment,wage rates,etc.).This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) Section A-SP (Revised 9/18/00) Page 21 of 23 I (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical)of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work I 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. 3 (5) Any other changes made. • !! (NOT USED) disposal of all water used in the project. The methods of disposal shall be submitted to the City for - - - - • - - - - . - - ! (NOT USED) maximum O.C. centerline and clevations of the top of existing pipelines. Section A-SP (Revised 9/18/00) Page 22 of 23 A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires.There are many overhead wires crossing the construction route and along the construction route.Contractor shall use all due diligence, precautions,etc.,to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP/CP&L and inform AEP/CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce,release,or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Amended Prosecution and Progress 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 late date,the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. C L Section A-SP (Revised 9/18/00) Page 23 of 23 cSH AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 16TH day of DECEMBER,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 ACM HUB, LLC termed in the Contract Documents as"Contractor,"upon these terms, performable in Nueces County, Texas: In consideration of the payment of$236,536.64 dollars by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO. E12215 (STREET PREVENTATIVE MAINTENANCE PROGRAM) (Total Base Bid: $236,536.64) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement,the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings,the Performance and Payment bonds,addenda,and related documents all of which constitute the contract for this project and are made a part hereof. 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 the number of calendar days as shown in the following table: Agreement Page 1 of 2 The working time per completion of the Project will be broken down as follows: Description Project Limits Calendar Days Liquidated Damages/Day Base Bid Citywide 90 $500 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. ATTEST: CITY OF CORP CHRISTI �. By 4. V City Secretary Jgr�i S o-maker, P.E. Acting Director of Capital Programs APPROVED AS TO LEGAL FORM: ity Attorney (b Ass* Gfi,l -Apo%e1 CONTRACTOR ATTEST: (If Corporation) ACM HUB, LLC. By: (Seal Below) (Note: If person signing for Title: ?Ce5idet corporation is not President, attach copy of authorization 8666 Huebner Rd., Ste. 106 to sign.) (Address) San Antonio,TX 78240 (City) (State) (Zip) 2101/248-9631 (Telephone Number) (Revised August 2000) C' 1 t MUKI�� I1/'�Jt�/ I � .N..•.w• ff COUICNL__.,... Agreement Page 2 of 2 r1' /r PROPOSAL FORM FOR CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO. E12215 (STREET PREVENTATIVE MAINTENANCE PROGRAM) CAPITAL PROGRAMS CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of 7 PROPOSAL Place: Office of the City Secretary- City of Corpus Christi Date: 09/26/2014 Proposal of ACM HUB, I I C a Corporation organized and existing under the laws of the State of Texas (Limited Liability Company) 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: CITYWIDE SIGNAGE UPGRADE CITY OF CORPUS CHRISTI PROJECT NO. E12215 (STREET PREVENTATIVE MAINTENANCE PROGRAM) 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 BID I II III IV V VI _ TxDOT QTY& ITEM NO UNIT DESCRIPTION UNIT PRICE TOTAL PART A-STREET IMPROVEMENTS Al 432 1752 SF RIP' €1(CONC.)4 IN. $ 5.3a $ 6I6.€' with/ILK 0 cults _ A2 500 1 LS MOBILIZATION/DEMOBILIZATION/BONDS/ $ QQQ $ 19-o)o0O IN$ur�rL= i�'T�I Tot Us ad Douites ci wit A3 502 1 LS TRAFFIC CONTROL $ 10000 $ /00 000 -reNi iiinu-sA O Dac1 A e cenru SCHOOL ZONE SIGNS/SCHOOL / A4 636 17 EA PEDESTRIANS/PEDESTRIAN SIGNS ON $ dI J $ 1) b 6D EXISTING FLASHERS A5 644 155 EA STOP SIGN POLE AND ASSEMBLY 9"GREEN STREET NAME BLADES AND $ 4sD $ 1Cl 9 ISO j COMPLETE IN PLACE v A6 644 31 EA NO PARKING R7-1/R7-1 DBL ARROW POLE $ 5 $ 17 Q AND ASSEMBLY COMPLETE IN PLACE J A7 644 5 EA LANE DESIGNATION CONTROL SIGN POLE $ •4 S) $ 0/ 5O AND ASSEMBLY COMPLETE IN PLACE A8 644 45 EA SPEED LIMIT/END SCHOOL ZONE SIGN $ 4 $ i POLE AND ASSEMBLY COMPLETE IN PLACE J NO RIGHT/LEFT TURN SYMBOUDO NOT A9 644 20 EA ENTER/NO TRUCKS POLE AND ASSEMBLY $ 45-0 $ IQ Jox COMPLETE IN PLACE A10 644 14 EA W7-1T DBL ARROW/W9-1T POLE AND $ 4 $ 6/ 300 ASSEMBLY COMPLETE IN PLACE SCHOOL SPEED ZONE/DBL ARROW/TIME ��// p All 644 23 EA PLATE/CELL PHONE PROHIBITED POLE $ '? $ 1 0)35 v AND ASSEMBLY COMPLETE IN PLACE WARNING SIGNS/SCHOOL PEDESTRIAN 1 J 50 $ 33 3 00 Al2 644 74 EA SIGNS/SCHOOL BUS AHEAD POLE AND $ . ASSEMBLY COMPLETE IN PLACE REGULATORY AND WARNING ALUMINUM //// A13 644 50 EA SIGNS TYPE A POLE AND ASSEMBLY $ 4C0 $ 1 5co COMPLETE IN PLACE A14 644 4 EA BOTANICAL GARDEN GUIDE SIGNS POLE $ 13 $ a 200 AND ASSEMBLY COMPLETE IN PLACE J J A15 1122 120 LF BIOGRD EROSN CONTROL LOGS (12" DIA) $ / $ 12 please ste adds1,*(yto-Q pole ,6J mil pees cogiff of Noor, Acco rd,(-W-) +0 Q A 2 - 1 u'JD E2 cG&at pito v/'si 6)S F°/Z M0 N 1c_I 19A-C, C_o rJ ST R CGT I o nN GO N T,e�cys Proposal Form Page 3of7 BID SUMMARY l 2 6`} SUBTOTAL PART A-STREET IMPROVEMENTS(Items Al thru A15): $ () 3b. TOTAL BID: $ 936536. L6( ve , w 5'‘)( dmf Two huitaxci - r X 4►moanai tem, s;xea nod Proposal Form Page 4 of 7 BID — I II III IY v VI TiDOT ITEM QTY UNIT DESCRIPTION UNIT BID PRICE ONLY. UNIT PRICE TOTAL NOY_ i. WRITTEN IN WORDS PART Al STREET IMPROVEMENTS Cs S- C./. Al 432 1752 SF RIP RAP(CONC.)4IN. r`/ D0� S 3 $�� $ �'Q cod CLTS 0 • A2 500 1 MOBILIZATION/DEMOBILIZATION/BONDS/ "'i.4 NTy TKLASAtr0 a' $ INSURANCE �� J !, Tc JO/n t $ 2/ A3 502 1 LS TRAFFIC CONTROL TCA zooUSM C) ' " " $ � 0- a $ 10 000 �ol ca-rrrs (� M1- SCHOOL ZONE SIGNS/SCHOOL FOWL/I (�AN mi j $ 4• $ A4 636 17 EA PEDESTRIANS/PEDESTRIAN SIGNS ON V�� EXISTING FLASHERS Q�\d 0 c S 7/ S� 9"GREEN STREET NAME BLADES AND STOP c 1y,,. `l�' �p r{ Oe A5 644 155 EA SIGN POLE AND ASSEMBLY COMPLETE IN Fpw2 " aI"� h' 1 $ Tog) \1rnJ PLACE _-1,0 can's 6`/�-'" A6 644 31 EA NO PARKING R7-1/R7-I DBL ARROW POLE AND ��hw'l V Qa 1 `K `y S Gbu - S O rn ASSEMBLY COMPLETE IN PLACE V 6J J V r��S J LANE DESIGNATION CONTROL SIGN POLE AND rimA' bu a dollara ,- A7 644 5 EA ASSEMBLY COMPLETE IN PLACE oAc1 L�'rlcI�1 J Ac e T S Sict) $ � Al SPEED LIMIT/END SCHOOL ZONE SIGN POLE rt 1 ftt Ct°0134 co ��� O AS 644 45 EA AND ASSEMBLY COMPLETE IN PLACE alla �( Pl S ,U S NO RIGHT/LEFI'TURN SYMBOUDO NOT (((( U� �[ d C I ikrS A9 644 20 EA ENTECOMPLETE IN PLACE O TRUCKS POLE AND ASSEMBLYkr ^Y S $ $ q/coo W7-1T DBL ARROW/W9-1T POLE AND rOtAA te`-^'V t-(,'V` 04 WOA141 S / fl)o A10 644 14 EA S V z o0ASSEMBLY COMPLETE IN PLACE cEtsf S / SCHOOL SPEED ZONE/DBL ARROW/TIME Rlilf •}-it dews • All 644 23 EA PLATE/CELL PHONE PROHIBITED POLE AND �,� ) O S 40 SIO 3 so ASSEMBLY COMPLETE IN PLACE CU 1(.I 11 ( TS / I WARNING SIGNS/SCHOOL PEDESTRIAN FMA. � iL n CAN C dM4vJ 4 'V _ 300 Al2 644 74 EA SIGNS/SCHOOL BUS AHEAD POLE AND T,`^�` 7L" " f4.0 S $ ASSEMBLY COMPLETE IN PLACE `"'Lc dj (j�rS / REGULATORY AND WARNING ALUMINUM iiyk ikurai,Lck �`.Ndal-w 74,3- 1 . _ , 22'A13 644 50 EA SIGNS TYPE A POLE AND ASSEMBLY SS COMPLETE IN PLACE 0-NA 4 [,e-� TO , wLs-'44 b doi1A f BOTANICAL GARDEN GUIDE SIGNS POLE AND t-ivrc A14 644 4 EA ASSEMBLY COMPLETE IN PLACE V�r n C1 ci S $042 S�1 200 Acl ll y 1122 120 EA BIOGRD EROSN CONTROL LOGS(12"DIA) "`0` S C $ ted ; Cf�7S � ' 120 SUBTOTAL PART A-STREET IMPROVEMENTS(Items Al Hun A15): 436 3614 TOTAL BID: ' J3ari i v p ,-.f -`1- �'-^' -a- S 1 ly- T,, 0 ►-tu-ndre_d -t s CA s(� d0ll �� S,` 1AR) a 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: The working time for completion of the Project will be broken down as follows from the date designated by a Work Order: Liquidated Description Project Limits Calendar Days Damages/Day Base Bid Citywide 90 $500 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 the following addenda is acknowledged (addenda number): Addenda No.1 and Addenda No.2 Respectfully submitted: Name: Cathy Song By: � (SEAL- IF BIDDER IS (SIGNATURE) a Corporation) Address: 8666 Huebner Rd., Ste. 106 (P.O. Box) (Street) NOTE: Do not detach bid from other papers. San Antonio. TX 78240 Fill in with ink and submit complete (City) (State) (Zip) with attached papers. Telephone: 21 0-248-9631 c23, City of Corpus Christi Proposal Form Page 5 of 7 a (Revised August 2000) l SUPPLIER NUMBER — = TO BE ASSIGNED BY CITY �^-47 PURCHASING DIVISION of City CITY OF CORPUS CHRISTI Chnsti DISCLOSURE OF INTEREST 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: ACM HUB, LLC P.O. BOX: STREET ADDRESS: $666 Hiiehner Rd Ste 106 CITY: San Antonin ZIP. 7$24(1 FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner Q 4. Association 5. Other x Limited Liability Corporation DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm.' Name Job Title and City Department(if known) N/A N/A 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 N/A N/A 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/A N/A 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 the above named"firm." Name Consultant N/A N/A Proposal Form Page 6 of 7 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: Cathy Song Title. President (Type or Print) f. Signature of Certifying Person: CAS\ Date: 09/96/14 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 or the purpose of professional consultation and recommendation. Proposal Form Page 7 of 7 i I CERTIFICATION OF NON-COLLUSION ' I I u.lcr the penalty of perjury of the laws of the United States, the undersigned affirms that they are duly authorized to execute the proposed contract,that this company,corporation,firm,partnership or individual has not prepared this Bid in collusion with any other Bidder,and that the contents of this ' I t id as to prices,terms or conditions of said Bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this Bid. Ry: CATS 5C.1 116-( \\✓ (Print or Type Name) (Print or Type Title/Position with Business) Address: 6 , N 1ie,l9KQJz, ' <010 ASD &O) AX 1 a`}O e411 (Signature) I 111 1111 I I I BP9OF 10 DEBARMENT CERTIFICATION Contractors are not allowed to participate in federally funded projects if they are suspended or debarred. The prime contractor is required to certify as to their current eligibility status. Certification is also required of all prospective participants in lower tier transactions. This includes subcontractors, material suppliers,vendors,etc. Each participant must certify: "....that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency.....and that they have not been convicted or had civil judgment rendered within 1 the past three years for certain types of offenses." Name: 1 N By: S ( (Signature) Address: 55 616 VU).-6VU).-6c RA �" 10 Telephone: DK) ' a�$ - �in 3 . Fax: - 516 \04b I I I I 111 BP7OF10 CHILD SUPPORT STATEMENT Under Section 231.006,Family Code, the vendor or applicant certifies that the individual or business entity named in this contract,bid,or application is not ineligible to receive the specified grant,loan,or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. � (� Ku-eb\-Q-c S- . V0 DISCLOSURE OF LOBBYING ACTIVITIES ACM puB, LLC r-C-athy Song,have not participated in any lobbying activities. Cathy Song/President 86)(0 Amee) "" Rd , s-ve_• 10G, S fr N i O, '[i- 16a40 • DISCLOSURE OF LOBBYING ACTIVITIES 0/A Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352(See reverse for public burden disclosure.) 1.Type of Federal Action: 2.Status of Federal Action: 3.Report Type: a.contract a.bid/offer/application a.initial filing b.grant b.initial award b.grant c.cooperative agreement c.post-award For material change only: d.loan year quarter e.loan guarantee date of last report f.loan insurance 4.Name and Address of Reporting Entity: 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of Prime: ❑ Prime ❑ Subawardee Tier ,if known: Congressional District,if known: Congressional District,if known: 6.Federal Department/Agency: 7.Federal Program Name/Description: CFDA Number,if applicable: 8.Federal Action Number,if known: 9.Award Amount,if known: $ 10. a.Name and Address of Lobbying Entity b.Individuals Performing Services(including address if different (if individual,last name,first name,MI): from No.l0a)(last name,first name,MI): (attach Continuation Sheet(s)SF-LLL-A,if necessary) 11. Amount of Payment(check all that apply): 13.Type of Payment(check all that apply): a.retainer $ actual planned b.one-time fee c.commission 12.Form of Payment(check all that apply) d.contingent fee a. cash e.deferred b. in-kind;specify: nature f.other;specify: value 14.Brief Description of Services Performed or to be Performed and Date(s)of Service,including officer(s),employee(s),or Member(s)contacted,for Payment Indicated in Item 11: (attach Continuation Sheet(s)SF-LLL-A,if necessary) 15.Continuation Sheet(s)SF-LLL-A attached: ❑ Yes ❑ No 16. Information requested through this form is authorized by title Signature: 31 U.S.C. section 1352.This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by Print Name: the tier above when this transaction was made or entered into.This disclosure is required pursuant to 31 U.S.C. 1352.This information Title: will be reported to the Congress semi-annually and will be available for public inspection.Any person who fails to file the required dis- Telephone No:_ Date: closure shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. FEDERAL USE ONLY Authorized for Local Reproduction Standard Form-LLL �/A INSTRUCTIONS FOR COMPLETION OF SF-LLL.DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.0 section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Use the SF-LLL-A Continuation Sheet for additional information if the space on the form is inadequate. Com- plete all items that apply for both the initial filing and material change report. Refer to the implementing guidance pub- lished by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred.Enter the date of the last previously submitted report by this reporting entity or this covered Federal action. 4. Enter the full name,address,city,state and zip code of the reporting entity.Include Congressional District,if known.Check the appropriate classification of the reporting entity that designates if it is,or expects to be,a prime or subaward recipient.Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1st tier.Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks"Subawardee",then enter the full name,address,city,state and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1).If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal(RFP)number;Invitation for Bid(IFB)number;grant announcement number,the contract,grant,or loan award number;the application/proposal control number assigned by the Federal agency).Include prefixes,e.g.,"RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services,and include full address if different from 10(a). Enter Last Name,First Name,and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity(item 10).Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply.If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es).Check all boxes that apply.If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es).Check all boxes that apply.If other,specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed,or will be expected to perform,and the date(s)of any services rendered. Include all preparatory and related activity,not just time spent in actual contact with Federal officials. Identify the Federal official(s)or employee(s)contacted or the officer(s),employee(s),or Member(s)of Congress that were contacted. 15. Check whether or not a SF-LLL-A Continuation Sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name,title,and telephone number. Public reporting burdon for this collection of infromation is estimated to average 30 minutes per response,including time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments reguarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burdon, to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington,D.C.20503. DISCLOSURE OF LOBBYING ACTIVITIES Approved by OMB tVA 0348-0046 CONTINUATION SHEET Reporting Entity: Page of ACM HUB, LLC and I, Cathy Song,have not participated in any lobbying activities. Cathy Song/Pressent Authorized for Local Reproduction Standard Form-LLL-A 00 61 13 PERFORMANCE BOND BOND NO. 4398551 Contractor as Principal Surety Name: ACM HUB,LLC Name: SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 8666 Huebner Rd.,Ste.106 9737 Great Hills Trail,Suite 320 San Antonio,TX 78240 Austin,TX 78759 Physical address(principal place of business): Owner Same as above Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number):(512)732-0099 #E12215 Citywide Signage Upgrade City of Corpus Christi(Street Preventative Maintenance Program) Telephone(for notice of claim):Same as above Local Agent for Surety Name: Wortham San Antonio, Inc. Award Date of the Contract: 12/16/2014 Address: 131 Interpark Blvd. San Antonio,TX 78216 Contract Price: $236,536.64 Bond Telephone: (210)249-2350 Email Address: tom.whitney@worthaminsurance.com Date of Bond: 12/18/2014 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept.of Insurance by calling the of the Contract) following toll-free number:1-800-252-3439 Performance Bond 00 61 13-1 Corpus Christi Standards-Regular Projects 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs,administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces, County, Texas for any legal action. • --� Contractor as Princi al ACM HUB, LLC Surety SureTec Insurance Compan • Signature: y-6 Signature: Name: CATt•ki 5oN. I Name: Thomas E Whitney Title: ?rec d-e4t Title: Attorney-In-Fact Email Address: GSON ®Rc>Inhtx.b.corn Email Address: tom.whitney@worthaminsurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-2 Corpus Christi Standards-Regular Projects 7-8-2014 00 61 16 PAYMENT BOND BOND NO. 4398551 Contractor as Principal Surety Name: ACM HUB,LIC Name: SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 8666 Huebner Rd.,Ste.106 9737 Great Hills Trail,Suite 320 San Antonio,TX 78240 Austin, TX 78759 Physical address(principal place of business): Owner Same as above Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): (512)732-0099 #E12215 Citywide Signage Upgrade City of Corpus Christi(Street Preventative Maintenance Program: Telephone(for notice of claim): Same as above Local Agent for Surety Name: Wortham San Antonio,Inc. Award Date of the Contract: 12/16/2014 Address: 131 Interpark Blvd. San Antonio,TX 78216 Contract Price: $236,536.64 Bond Telephone: (210)249-2350 Email Address: tom.whitney@worthaminsurance.com Date of Bond: 12/18/2014 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll-free number:1-800-252-3439 Payment Bond Form 00 61 16-1 Corpus Christi Standards-Regular Projects 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied ', at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal ACM HUB, LLC Surety SureTec Insurance Company Signature: Signature: ,� ,2.. ` Name: C_N-ftAN S QN GI Name: Thomas E.Whitney Title: eres ,►1,t, Title: Attorney-In-Fact Email Address: O NO e A((YI -\(4 , Email Address: tom.whitney@worthaminsurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 Corpus Christi Standards-Regular Projects 7-8-2014 POA#: 4221086 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Catherine M. Martinez, Deborah L.Jung, Michael N.Venson,Robert B.Wray,S.West Warren,Thomas E.Whitney its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars($5,000,000.00) --- and and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/2016 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`x'of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 21st day of March,A.D.2013. Y'1��Yi���iVpMi4M SURETEC INSURANCE COMPANY (0, XooB4 y: l \ �;;w i a John Idoz Jr resident 5 ;z= State of Texas ss: 7'••. 1, f Y. County of Harris On this 21st day of March,A.D.2013 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. 4�.a+Pw , JACQUELYN MALDONADO ji V p,Notary Public State of Texas ��orl*' My Comm.Exp.5/18/2017 Jacq'elyn Maldonado,Notary Public My commission expires May 18,2017 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company, which is still in full force and effect;and furthermore the resolutions of the Board of Directo s,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas thisday of Ole t',1+ e—, c ''.1°1 ,A.D. iliTi .Bre r t Beaty,Assistant ecretary Any instrument issued in excess of the penalty stated above;Jktotallvol without any validity. For verification of the authority of this power you may call(713140.24800 any busihess day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim,you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection,or acts of war. ----------------------------- Exclusion of Liability for Mold,Mycotoxins, Fungi&Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines,spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials,environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property,or the performance of the bonded obligations, of the occurrence,existence, or appearance thereof. Rev 1.1.06 A� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 1/28/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Charlene Stifflemire Davis-Dyer-Max, Inc. PHONE (972)864-0400 FAX (AIC No.Fxtl: IANC.No):(972)278-8400 a Member of the Insurors Group ADORess:charlene.stifflemire@davis-dyer-max.com P.O. BOX 495429 INSURER(S)AFFORDING COVERAGE NAIC# Garland TX 75049 INSURER A:Transportation Insurance Co. 20494 INSURED INSURER B Valley Forge Insurance ACM Hub, LLC INSURER C:Continental Casualty 8666 Huebner Rd,#106 INSURERD:Texas Mutual Insurance Co INSURER E: San Antonio TX 78240 INSURERF: COVERAGES CERTIFICATE NUMBER:CL14 62406719 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. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DDIYYYY) (MM/DD/YYYY) LIMITS GENERAL LIABILITY V/ EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ 300,000 A CLAIMS-MADE X OCCUR B4018376610 7/1/2014 7/1/2015 MED EXP(Any one person) $ 10,000 ✓ PERSONAL&ADV INJURY $ / 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO $ 2,000,000 POLICY n PRO- - JECT LOC $ B AUTOMOBILE LIABILITY / 6011825213 12/22/2014 07/01/2015 COMBINED SINGLE LIMIT V (Ea accident) $ V1,000,000 X ANY AUTO / BODILY INJURY(Per person) $ ALL OWNED SCHEDULED y BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) - $ !/ $ C X UMBRELLA LIAB OCCUR v 6016611024 12/23/2014 07/01/20115 EACH OCCURRENCE $ / 1,000,000 EXCESS LIAB CLAIMS-MADE ✓ AGGREGATE $ / DED RETENTIONS 10,000 $ D WORKERS COMPENSATION / SBP0001282086 01/29/2015 01/29/2016 X OR STATU- ER AND EMPLOYERS'LIABILITY J Y/N TORY I IMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1 OFFICER/MEMBER EXCLUDED? N/A ,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ /1,000,000 If yes,tlescribe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: #E12215 Citywide Signage Upgrade City of Corpus Christi (Street Preventative Maintenance Program) The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and certificate holder. 30 Day Notice of Cancellation applies. Umbrella is follow form. CERTIFICATE HOLDER CANCELLATION (361)826-4375 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi 2406 Leopard, Ste 100 Corpus Christi, TX 78408 AUTHORIZED REPRESENTATIVE Larry Hughston/AJM —r-: 1y` a ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 mmnnci m Tho Arnim name anri Inn^aro ronictororl marlrc^f A('(1Rr1 CXR POLICY NUMBER: B4018376610 V SB-146932-E(Ed.06/11) THIS/ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /BLANKET ADDITIONAL INSURED - LIABILITY EXTENSION This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM Coverage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Policy. 1. ADDITIONAL INSURED-BLANKET VENDORS own acts or omission or those of its employees or anyone else acting on its j WHO IS AN INSURED is amended to include as an behalf. However, this exclusion does not additional insured any person or organization(referred apply to: to below as vendor)with whom you agreed, because of a written contract or agreement to provide (1) The exceptions contained in insurance, but only with respect to 'bodily injury' or Subparagraphs d.or f.;or 'property damage'arising out of'your products'which (2) Such inspections, adjustments, tests or are distributed or sold in the regular course of the servicing as the vendor has agreed to vendor's business, subject to the following additional make or normally undertakes to make In exclusions: the usual course of business, in 1. The insurance afforded the vendor does not apply connection with the distribution or sale of to: the products. a. 'Bodily injury' or°propery damage'for which 2. This insurance does not apply to any insured the vendor is obligated to pay damages by person or organization, from whom you have reason of the, assumption of liability in a acquired such products, or any Ingredient,part or contract or agreement. This exclusion does container, entering into, accompanying or not apply to liability for damages that the containing such products. vendor would have in the absence of the 3. This provision 2. does not apply to any vendor contract or agreement; included as an insured by an endorsement issued b. Any express warranty unauthorized by you; by us and made a part of this Policy. c. Any. physical or chemical change in the 4• This provision 2.does not apply if'bodily injury'or product made intentionally by the vendor; 'property damage' included within the 'products- completed operations hazard' is excluded either d. Repackaging, except when unpacked solely by the provisions of the Policy or by endorsement. for the purpose of inspection, demonstration, 2. MISCELLANEOUS ADDITWNAL INSUREDS testing, or the substitution of parts under instructions from the manufacturer, and then WHO IS AN INSURED is amended to include as an repackaged in the original container; insured any person or organization (called additional a. Any failure to make such inspections, insured) described in paragraphs 2.s. through 2.h. adjustments,tests or servicing as the vendor below whom you are required to add as an additional has agreed to make or normally undertakes to insured on this policy under a written contact or make in the usual course of business, in agreement but the written contract or agreement must connection with the distribution or sale of the be: products; 1. Currently in effect or becoming effective during the f. Demonstration,installation,servicing or repair term of this policy;and operations,except such operations performed 2. Executed prior to the 'bodily injury,' 'property at the vendor's premises in connection with damage'or'personal and advertising injury,'but the sale of the product; Only the following persons or organizations are g. Products which, after distribution or sale by additional insureds under this endorsement and you, have been labeled or relabeled or used coverage provided to such additional insureds Is as a container, part or ingredient of any other limited as provided herein: thing or substance by or for the vendor;or a. Additional Insured—Your Work h. 'Bodily injury' or 'property damage' arising out of the sole negligence of the vendor for its That person or organization for whom you do work is an additional Insured solely for liability SB-146932-E Page 1 of 5 (Ed.06/11) CNA SB-146932-E (Ed 06/11) due to your negligence specifically resulting This insurance does not apply to 'bodily from your work for the additional Insured injury,' 'property damage' or 'personal and which is the subject of the written contract or advertising injury' arising out of operations written agreement. No coverage applies to performed for the state or municipality. liability resulting from the sole negligence of the additional insured. C. Controlling Interest The insurance provided to the additional Any Persons or organizations with a insured is limited as follows: controlling interest in you but only with respect to their liability arising out of: (1) The Limits of insurance applicable to the additional insured are those specified in {1) Their financial control of you;or the written contract or written agreement (2) Premises they own, maintain or control or in the Declarations of this policy, while you lease or occupy these whichever is less. These Limits of premises. Insurance are inclusive of, and not in addition to,the Limits of insurance shown This insurance does not apply to structural in the Declarations. alterations, new construction and demolition (2) The coverage provided to the additional operations performed by or for such additional insured. Insured by this endorsement and paragraph F.S.of the definition of'insured d. Managers or Lessors of Premises contract' under Lhbility and Medical A manager or lessor of premises but only with Expenses Definitions do not apply to 'badly injury' or 'property damage' respect to liability arising out of the ownership, maintenance or use of that specific part of the arising out of .the 'products-completed premises leased to you and subject to the operations hazard'unless required by the following additional exclusions: written contract or written agreement, (3) The insurance provided to the additional This insurance does not apply to: insured does not apply to 'bodily injury,' (1) Any'occurrence'which takes place after 20 'property damage,' or 'personal and. you cease to be a tenant in that premises; advertising injury' arising out of the or rendering or failure to render any (2) Structural alterations,new construction or professional services. demolition operations performed by or on b. Stain or Political Subdi rasions behalf of such additional insured. A state or political subdivision subject to the e. Mortgagee,Assignee or Receiver following provisions: A mortgagee, assignee or.receiver but only (1) This insurance applies only with respect with respect to their liability as mortgagee, to the following hazards for which the assignee, or receiver and,arising out of the state or political subdivision has issued a ownership,maintenance,or use of a premises permit in connection with premises you by you. own, rent, or control and to which this This insurance does not apply to structural insurance applies: alterations, new construction or demolition SEN (a) The existence, maintenance, repair, operations performed by or for such additional construction, erection, or removal of insured. lin advertising signs,awnings, canopies, f. OwneralOffierIrdetssts—Land is Lamed cellar entrances, coal holes, in driveways, manholes, marquees, An owner or other interest from whom land hoistaway openings, sidewalk vaults, has been leased by you bort only with respect street banners, or decorations and to liability arising out of the ownership, similar exposures;or maintenance or use of that specific part of the (b) The construction, erection, or land leased to you and subject to the following SEE removal of elevators;or additional exclusions: II= (2) This insurance applies only with respect This insurance does not apply to: ® to operations performed by you or on your (1) Any 'occurrence' which takes place behalf for which the state or political after you cease to lease that land;or subdivision has Issued a permit. SS-146932-E Page 2 of 6 (Ed.06111) CNA SB-146932-E (Ed.06/11) (2) Structural alterations, new Damage To Property, Is replaced by the construction or demolition operations following: performed by or on behalf of such additional insured. k. Damage To Property g. Co-owner of Insured Premises 'Property damage'to: A co-owner of a premises co-owned by you 1. Property you own, rent or occupy, and covered under this insurance but only including any costs or expenses with respect to the co-owners liability as co- incurred by you, or any other person, owner of such premises. organization or entity, for repair. replacement, enhancement, h. Lessor of Equipment restoration or maintenance of such Any person or organization from whom you property for any reason, including lease equipment.Such person or organization damage to nf injuryer' ro a person or are insureds only with respect to their liability damage to another's property; arising out of the maintenance, operation or 2. Premises you sell, give away or use by you of equipment leased to you by abandon, if the 'property damage' such person or organization. A person's or arises out of any part of those organization's status as an insured under this premises; endorsement ends when their written contract 3. Property loaned to you; or agreement with you for such leased equipment ends. 4. Personal property in the care, With respect to the insurance afforded these custody or control of the insured; additional insureds, the• following additional 5. That particular part of any real exclusions apply: property on which you or any This insurance does not apply: contractors or subcontractors working directly or indirectly in your behalf are (1) To any 'occurrence' which takes place performing operations,if the'property after the equipment lease expires;or damage' arises out of those (2) To 'bodily injury,' 'property damage' or operations;or 'personal and advertising injury' arising 6. That particular part of any property out of the sole negligence of such that must be restored, repaired or additional insured. replaced because 'your work' was Any insurance provided to an additional insured incorrectly performed on it designated under paragraphs b.through h. above Paragraph 2 of this exclusion does not does not apply to 'bodily injury' or 'property apply if the premises are'your work'and damage' included within the 'products-completed were never occupied, rented or held for operations hazard.` rental by you. 3. The following is added to Paragraph H. of the Paragraphs 1, 3, and 4, of this exclusion BUSINESSOWNERS COMMON POLICY do not apply to'property damage' (other CONDITIONS: than damage by fire or explosion) to H. OtherInsurance premises: 4. This insurance is excess over any other (1) rented to you: Insurance naming the additional insured (2) temporarily occupied by you with the as an insured whether primary, excess, permission of the owner,or contingent or on any other basis unless a (3) to the contents of premises rented to written contract or written agreement you for a period of 7 or fewer specifically requires that this insurance be consecutive days. either primary or primary and A separate limit of insurance applies to noncontributing. Damage To Premises Rented To You as 4. LEGAL LABILITY—DAMAGE TO PREMISES described in Section D Liability and A. Under B. Exclusions, 1. Medical Expenses Limits of Insurance. Applicable to Business Liability Coverage, Exclusion k. SB-146932-E Page 3 of 5 (Ed.06/11) CNA SB-148932-E (Ed.06/11) Paragraphs 3, 4, 5, and 8 of this (2) Any partner, if you or an additional exclusion do not apply to liability insured is a partnership; assumed under a sidetrack agreement. (3) Any mane if ger, you or an additional Paragraph 6 of this exclusion does not insured is a limited liability company; apply to 'property damage' included in (4) Any 'executive officer' or insurance the 'products-completed operations hazard.' manager, if you or an additional insured is a corporation; B. Under B. Exclusions, 1. Applicable to Business Liability Coverage, the last (5) insuAnre trustee,,oyou or an additional paragraph of 2, Exclusions Is deleted andIs a replaced by the.following: (6) Any elected or appointed official, if you or Exclusions c,d,e,f,g,h,I,k,I,m,n,and 0, an additional insured is a political do not apply to damage by fire to premises subdivision or public entity. while rented to you or temporarily occupied by This paragraph is. applies separately to you you with permission of the owner or to the and any additional insured. contents of premises rented to you for a period of 7 or fewer consecutive days. A 7. Bodily injury separate limit of insurance applies to this Section F. liability and Medical Expanses coverage as described in Section D.Liability Definitions, item 3. 'Bodily Injury' is deleted and And Medical Expenses Limits Of replaced with the following: C. The first Paragraph under Item 6.Damage To 'Bodily thy' means bodily injury, sickness or Premises Rented To You Limit of Section disease sustained by a person, Including death,anguish shock, mental anguish ax mental D. Liability And Medical Expenses Limits injury by that person at any time which results as Of Insurance Is replaced by the following: a consequence of the bodily injury, sickness or The most we will pay under Business Liability disease. for damages because of'property damage' g, Expanded Personal and Advertising Injury to any one premises,while rented to you, or Definition temporarily occupied by you, with the permission of the owner,including contents of a. The following is added to Section F.Liability such premises rented to you for a period of 7 and Medical Expenses Definitions,item 14. or fewer consecutive days, is the Damage to Personal and Advertising injury, in the Premises Rented to You limit shown in the Businessowners General Ley Blanket Coverage Form: 5. Waiver of Subrogation h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural We waive any right of recovery we may haveperson, but only If such discrimination or against: humiliation is: a. Any person or organization with whom yaw 1. Not done intentionally by or at the have a written contract that requires such a direction of: waiver. -=— a. The insured;or a 6. Broad Knowledge of Occurrence rrence Themaw b. Any 'executive officer; director, feirw Oaf following items are added to E. s — Busineasowners General Liability Conditions manager (if,youpare member or -- manager area limited liability in the Busi nessowners Liability Coverage company)of the insured;and MEE Form: 2. Not directly or indirectly related to the e. Paragraphs a. and b. apply to you or to any employment, prospective employment, additional insured only when such 'occurrence,'offense,claim or'stilt'Is known emtl amens of an or termination of � to: payment of any person or person by any Insured. asE (1) You or any additional insured that is an b. The following is added to Exclusions,Section individual; B.: SB-146932-E Page 4 of 5 (Ed.08/11) CA SB-146932-E (Ed.06!11) (15)Discrimination Relating to Room, Personal and Advertising injury Liability is Dwelling or Premises excluded either by the provisions of the Policy Caused by discrimination directly or or by endorsement. Indirectly related to the sale, rental, lease 9. Personal and Advertising Injury Re-defined or sub-lease or prospective sale, rental, Section F. Liability and Medical Expenses lease or sub-lease of any room, dwelling Definitions, item 14, Personal Advertising or premises by or at the direction of any Paragraph c.is re laced the following: Injury, insured. P by ng: (16)Fines Penalties c. The wrongful eviction from, wrongful entry into, or invasion of the right of private Fines or penalties levied or imposed by a occupancy of a room dwelling or premises governmental entity because of that a person or organization occupies discrimination, committed by or on behalf of Ws owner, c. This provision (Expanded Personal and landlord or lessor. Advertising injury) does not apply if SBA 46932-E Page 5 of 5 (Ed.06/11) / SB-147082-D CNA Policy Number: B4018376610 (Ed. 04/10) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESSOWNERS COMMON POLICY CONDITIONS All Coverage Parts included in this policy are subject to the following conditions:iACancellation (b) Pay property taxes that are owing 1. The first Named Insured shown in the and have been outstanding for Declarations may cancel this policy by mailing more than one year following the or delivering to us advance written notice of date due, except that this provision cancellation. will not apply where you are in a bona fide dispute with the taxing 2. We imay can, el tis policy by pmaihng.y or authority regarding payment of deeivenng .o the�i�st Named In"sured`written such taxes. nofice of canceration at feast: b. 10 days before the—effective irtiate =of a. 5 days before the effective date of cancellation if we cancel for�nonpayment of cancellation if any one of the following premium. conditions exists at any building that is c. 30 days before the_ effective 4date sof Covered Property in this policy. cahcellation If;,4ve cancel ;for any ?ger (1) The building has been vacant or reason. unoccupied 60 or more consecutive 3. We will mail or deliver our notice to the first days. This does not apply to: Named Insured's last mailing address known to (a) Seasonal unoccupancy; or us. (b) Buildings in the course of 4. Notice of cancellation will state the effective construction, renovation or addition. date of cancellation. The policy period will end Buildings with 65% or more of the rental on that date. units or floor area vacant or unoccupied 5. If this policy is cancelled, we will send the first are considered unoccupied under this Named Insured any premium refund due. If we provision. cancel, the refund will be pro rata. If the first (2) After damage by a cause of Named Insured cancels, the refund may be less loss, permanent repairs to coveredthe building: than pro rata. The cancellation will be effective even if we have not made or offered a refund. (a) Have not started, and 6. If notice is mailed, proof of mailing will be (b) Have not been contracted for, sufficient proof of notice. within 30 days of initial payment of loss. B. Changes (3) The building has: This policy contains all the agreements between you and us concerning the insurance afforded. The (a) An outstanding order to vacate; first Named Insured shown in the Declarations is (b) An outstanding demolition order; or authorized to make changes in the terms of this policy with our consent. This policy's terms can be (c) Been declared unsafe by amended or waived only by endorsement issued by governmental authority. us and made a part of this policy. (4) Fixed and salvageable items have been C. Concealment, Misrepresentation Or Fraud or are being removed from the building and are not being replaced. This does This policy is void in any case of fraud by you as it not apply to such removal that is relates to this policy at any time. It is also void if you necessary or incidental to any or any other insured, at any time, intentionally renovation or remodeling. conceal or misrepresent a material fact concerning: (5) Failure to: 1. This policy; (a) Furnish necessary heat, water, 2. The Covered Property; sewer service or electricity for 30 3. Your interest in the Covered Property; or consecutive days or more, except during a period of seasonal 4. A claim under this policy. unoccupancy; or D. Examination Of Your Books And Records SB-147082-D Page 1 of 3 (Ed. 04/10) SB-147082-D CNA (Ed. 04/10) We may examine and audit your books and records 3. When this insurance is excess, we will have no as they relate to this policy at any time during the duty under Business Liability Coverage to policy period and up to three years afterward. defend any claim or"suit"that any other insurer E. Inspections And Surveys has a duty to defend. If no other insurer defends, we will undertake to do so; but we will We have the right but are not obligated to: be entitled to the insured's rights against all 1. Make inspections and surveys at any time; those other insurers. 2. Give you reports on the conditions we find; and I. Premiums 1. The first Named Insured shown in the 3. Recommend changes. Declarations: Any inspections, surveys, reports or a. Is responsible for the payment of all recommendations relate only to insurability and the premiums; and premiums to be charged. We do not make safety inspections. We do not undertake to perform the b. Will be the payee for any return premiums duty of any person or organization to provide for the we pay. health or safety of workers or the public. And we do 2. The premium shown in the Declarations was not warrant that conditions: computed based on rates in effect at the time 1. Are safe or healthful; or the policy was issued. On each renewal, 2. Comply with laws, regulations, codes or continuation or anniversary of the effective date standards. of this policy, we will compute the premium in accordance with our rates and rules then in This condition applies not only to us, but also to any effect. rating, advisory, rate service or similar organization 3. With our consent, you may continue this policy which makes insurance inspections, surveys, in force by paying a continuation premium for reports or recommendations. each successive one-year period. The premium F. Insurance Under Two Or More Coverages must be: If two or more of this policy's coverages apply to the a. Paid to us prior to the anniversary date; and same loss or damage, we will not pay more than b. Determined in accordance with Paragraph the actual amount of the loss or damage. 2.above. G. Liberalization Our forms then in effect will apply. If you do not If, during your policy period, we adopt any revision pay the continuation premium, this policy will that would broaden the coverage under this policy expire on the first anniversary date that we without additional premium the broadened coverage have not received the premium. will immediately apply to this policy. The broadened 4. Undeclared exposures or change in your coverage will also apply to the renewal of this policy business operation, acquisition or use of if such renewal was in process or was mailed prior locations may occur during the policy period to the date we adopted such revision. that are not shown in the Declarations. If so, we H. Other Insurance may require an additional premium. That premium will be determined in accordance with 1. If you have other insurance covering the same our rates and rules then in effect. loss or damage, we will pay only for the amount of covered loss or damage in excess of the J. Premium Audit amount due from that other insurance, whether 1. This policy is subject to audit if the Declaration you can collect on it or not. But we will not pay shows subject to audit. We will compute the more than the applicable Limit of Insurance. final premium due when we determine your 2. Business Liability Coverage is excess over: actual exposures. a. Any other insurance that insures for direct 2. Premium shown in this policy as advance physical loss or damage; or premium is a deposit premium only. At the close of each audit period we will compute the b. Any other primary insurance available to earned premium for that period.Audit premiums you covering liability for damages arising are due and payable on notice to the first out of the premises for which you have Named Insured. If the sum of the advance and been added as an additional insured by audit premiums paid for the policy period is attachment of an endorsement. greater than the earned premium, we will return the excess to the first Named Insured. SB-147082-D Page 2 of 3 (Ed. 04/10) SB-147082-D CINA (Ed. 04/10) 3. The first Named Insured must keep records of (3) Your tenant. the information we need for premium You may also accept the usual bills of lading or computation, and send us copies at such times shipping receipts limiting the liability of carriers. as we may request. K. Transfer Of Rights Of Recovery Against Others This will not restrict your insurance. To Us 2. Applicable to Businessowners Liability 1. Applicable to Businessowners Property Coverage: Coverage: If the insured has rights to recover all or part of If any person or organization to or for whom we any payment we have made under this policy, make payment under this policy has rights to those rights are transferred to us. The insured recover damages from another, those rights are must do nothing after loss to impair them. At transferred to us to the extent of our payment. our request, the insured will bring "suit" or That person or organization must do everything transfer those rights to us and help us enforce necessary to secure our rights and must do them. This condition does not apply to Medical nothing after loss to impair them. But you may Expenses Coverage. waive your rights against another party in L. Transfer Of Your Rights And Duties Under This writing: Policy a. Prior to a loss to your Covered Property. Your rights and duties under this policy may not be b. After a loss to your Covered Property only transferred without our written consent except in the if, at time of loss, that party is one of the case of death of an individual Named Insured. following: If you die, your rights and duties will be transferred (1) Someone insured by this insurance; to your legal representative but only while acting within the scope of duties as your legal (2) A business firm: representative. Until your legal representative is (a) Owned or controlled by you; or appointed, anyone having proper temporary custody of your property will have your rights and (b) That owns or controls you; or duties but only with respect to that property. SB-147082-D Page 3 of 3 (Ed. 04/10) POLICY NUMBER INSURED NAME AND ADDRESS B 6011825213 / Acm Hub, LLC V 8666 HUEBNER RD SUITE 106 SAN ANTONIO, TX 78240 FORMS AND ENDORSEMENTS SCHEDULE The following forms have been added to this policy. FORM NUMBER FORM TITLE G56015B 11/1991 ENDORSEMENT EFFECTIVE 1/14/15 CA0444 10/2013 Waiver of Transfer Rights of Recovery CA2048 10/2013 Designated Insured Countersignature . V Secretary Chairman of the Board P-55748-B (Ed. 12/90) INSURED Page 4 of 4 POLICY NUMBER INSURED NAME AND ADDRESS B 6011825213 Acm Hub, LLC ' 8666 HUEBNER RD SUITE 106 SAN ANTONIO, TX 78240 POLICY CHANGES ENDORSEMENT EFFECTIVE 1/14/15 This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. The following form(s) has (have) been added: Form #: CA2048 Title: Designated Insured RE: City of Corpus Christi 2406 Leopard #100 Corpus Christi TX 78408 JIt is agreed that the Waiver of Subrogation has been added in favor of the following name(s) : Form #: CA0444-0310 Title: Waiver of Transfer Rights of Recovery Name: City of Corpus Christi 2406 Leopard #100 Corpus Christi TX 78408 iiiMME C mini EEE Secretary Chairman of the Board G-56015-B (ED. 11/91) POLICY NUMBER: 'o/I$pg 5/0Z19 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Acm Hub, LLC Endorsement Effective Date: 01/14/2015 SCHEDULE Name(s)Of Person(s)Or Organization(s): City of Corpus Christi Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or m organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: (0/740--/3-- COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER 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"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter 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. Named Insured: Acm Hub, LLC Endorsement Effective Date: 01/14/2015 SCHEDULE Name Of Person(s)Or Organization(s): City of Corpus Christi 0 1!"l O O Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an Autos Liability Coverage in the Business Auto and Motor "insured" for Covered Autos Liability Coverage, but only Carrier Coverage Forms and Paragraph D.2.of Section I to the extent that person or organization qualifies as an — Covered Autos Coverages of the Auto Dealers "insured" under the Who Is An Insured provision Coverage Form. contained in Paragraph A.1. of Section II — Covered CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER INSURED NAME AND ADDRESS B 6011825213 Acm Hub, LLC 8666 HUEBNER RD SUITE 106 SAN ANTONIO, TX 78240 FORMS AND ENDORSEMENTS SCHEDULE The following forms have been added to this policy. FORM NUMBER FORM TITLE G56015B 11/1991 ENDORSEMENT EFFECTIVE 1/16/15 CNA72315XX 02/2013 Notice of Cancln or Mtrl Chng Designtd Prsn or Org EMM Countersignature =27 Vt43"•1404 cc. 1/4494(A44AZ Secretary Chairman of the Board P-55748-B (Ed. 12/90) INSURED Page 3 of 3 POLICY NUMBERV/ INSURED NAME AND ADDRESS B 6011825213 Acm Hub, LLC 8666 HUEBNER RD SUITE 106 SAN ANTONIO, TX 78240 POLICY CHANGES ENDORSEMENT EFFECTIVE 1/16/15 This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. The following form(s) has (have) been added: Form #: CNA72315-0213 Title: Notice of Cancellation or Material Change Designated Person or Organization RE: Corpus Christi TX 78408 immn 4e c /1A1J• 77UAM. "` V Secretary Chairman of the Board G-56015-B (ED. 11/91) CNA CNA72315XX (Ed. 02/13) NOTICE OF CANCELLATION OR MATERIAL CHANGE - DESIGNATED PERSON OR ORGANIZATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: In the event of cancellation or material change that reduces or restricts the insurance provided by this Coverage Form,we agree to send prior notice of cancellation or material change to the person or organization scheduled below at the address scheduled below. This endorsement does not amend our obligation to notify the Named Insured of cancellation as described in the Common Policy Conditions or in another endorsement attached to this policy. SCHEDULE 1. Number of days advance notice: 10 Days if we cancel for non-payment of premium. 30 Days if the policy is cancelled for any other reason, or if coverage is restricted or reduced by endorsement. . Person or Organization's Name and Address 2 s Name: City of Corpus Christi Attention: Street Address: 2406 Leopard #100 City, State,ZIP: Corpus Christi TX 78408 e-mail address: All other terms and conditions of the Policy remain unchanged. 0 N O O N O O O N O O M MIMIM IN MIIIIMME P/445[214 ME CNA72315XX(02/13) Policy No: Page 1 of 1 Endorsement No: Effective Date: 01/16/2015 Insured Name:Acm Hub, LLC Copyright CNA All Rights Reserved. xa.svlIutuai ® WORKERSLIABILITY'COMPENSATIONINSURANCE ANDPOLICYEMPLOYERS Insurance WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 / 2.Notice will be mailed to: CITY OF CORPUS CHRISTI 2406 LEOPARD STE 100 CORPUS CHRISTI TX 78408 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be cpmpleted only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 7 at 12:01 A.M.standard time,forms a part of Policy No. SBP0001282086 20150129 of the Texas Mutual Insurance Company Issued to ACM HUB,LLC Endorsement No. Premium$ 0.00 Authorized Representative WC420601(ED.144) AGENT'S COPY SXCHAMBE 1® WORKERSLIABILITY'COMPENSATIONINSURANCE ANPOLICYD EMPLOYERS Insurance Company WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s) arising out of the operations described. 4.Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause" eed be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on at 12:01 A.M.standard time,forms a part of Policy No. SBP-0001282086 20150129 of the Texas Mutual Insurance Company Issued to ACM HUB L LC Endorsement No. Premium$ //4404j2.16'154%4"— NCCI Carrier Code 29939 Authorized Representative WC420304B(ED.6-01-2014) INSURED'S COPY OUSER 1-28-2015