Loading...
HomeMy WebLinkAboutC2015-104 - 7/10/2015 - NA 2015-104 7/10/15 SPECIAL P ROV I S I O Cruz Maintenance & Construction SPECIFICATIONS ' AND FORMS OF CONTRACTS AND BONDS FOR CCIA Terminal Canopy Paint J . O . C . FOR CCIA CITY OF CORPUS CHRISTI, TEXAS PHONE: 3618571909 FAX: 3618263501 • AND • DEPARTMENT OF CAPITAL PROGRAMS CITY OF CORPUS CHRISTI, TEXAS PHONE: 361/826-3550 FAX: 361/880-3501 PROJECT NO: E15131 DRAWING NO: 0 I SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR I CCIA Terminal Canopy Paint J . O . C . I FOR CCIA CITY OF CORPUS CHRISTI, TEXAS. PHONE: 3618571909 FAX: 3618263501 I AND DEPARTMENT OF CAPITAL PROGRAMS CITY OF CORPUS CHRISTI, TEXAS PHONE: 361/826-3550 FAX: 361/880-3501 I I! I PROJECT NO: E15131 d DRAWING NO: 0 I: CCIA Terminal Canopy Paint Rehabilitation (Revised 6/27/99) Table of Contents I: NOTICE TO CONTRACTORS - A (REVISED MARCH 2009) o Insurance Requirements �7OTICE TO CONTRACTORS - B Worker's Compensation Coverage for Building or Construction Projects for Government Entities. LART A — SPECIAL PROVISIONS A 1 Timc and Place of Receiving Proposalo/Prc Bid Meeting 1: A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award/Explanation of Bid Items A-5 Items to be Submitted with Proposal I: A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A 8 Faxed Propooala I: A-4 Acknowledgment of Addenda A-10 Wage Rates A-11 Cooperation with Public Agencies I: A-12 Maintenance of Services A-14Conatruetion Equipment Spillage and Tracking A 15 Excavation and Removalo A 16 Diopooal/Salve e4—Maateor i ala A 17 Field Office NOT USED A-18 Schedule and Sequence of Construction I: A-19 Construction Project Layout and Control A 20 A 21 Project Signo I: A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required A-24 Surety Bonds I: A-26 Supplemental Insurance Requirements A-27 Rcoponoibility for Damage Claims (NOT USED) A 28 Conoiderationo for Contract Award and Execution If: A-29 Contractor's Field Administration Staff. A-31 Amended Policy on Extra Work and Change Orders 1: A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents - - - -- I: A-36 Other Submittals • A 37 Amended "Arrangement and Charge for Water Furniohcd by the City" (NOT USED) A-38 Worker's Compensation Coverage for Building or Construction Projects for 1111 Government Entities A-40 Amendment to Section B-8-6: Partial Estimates l: T A l O one T.-v A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) to A-45 As-Built Dimensions and Drawings A 46 Dispoaal of Highly Chlorinated Water (7/5/00) (NOT USED) A 48-Overhead Electrical Wirer; A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress A-51 Electronic Submittal of Bids (NOT USED) A-52Valuc Engineering A-53 Dust Control A 54 Dewatering and Diapoaal (NOT USED) A-55 Windstorm Certification PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS 11 PART T - TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS Section 011000 Summary of Work 11 Section 012000 Price and Payment Procedures 01 Section 012500 Substitution Procedures 01 Section 013000 Alternates 01 Section 013000 Administrative Requirements 01 Section 015000 Temporary Facilities and Controls 01 Section 016000 Product Requirements 01 Section 017000 Execution and Closeout Requirements 01 DIVISION 09 - FINISHES Section 099600 High Performance Coatings 05 Product Data Sheets: Carboline "Rustobond" Primer & Carboxane 2000 DRAWINGS Sheet Al Terminal Canopy - Plan and Elevation Sheet A2 Terminal Canopy - Sections and Details 11 11 EXHIBITS NOTICE AGREEMENT PROPOSAL / DISCLOSURE STATEMENT PERFORMANCE BOND11 PAYMENT BOND � NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS 1: NOTICE TO CONTRACTORS — A INSURANCE REQUIREMENTS REVISED MARCH, 2009 A Certificate of Insurance indicating proof of coverage in the following I: amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazards 5. Products/ Completed Operations $ 2, 000, 000 COMBINED SINGLE LIMIT 1: Hazards 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury 1: AUTOMOBILE LIABILITY -- OWNED NON-OWNED OR $1,000, 000 COMBINED SINGLE LIMIT RENTED WHICH COMLIES WITH THE TEXAS WORKERS' 1: WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500, 000 1: EXCESS LIABILITY $1,000, 000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT 1: PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE. Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term environmental impact for the disposal 0 NOT REQUIRED of contaminants. See Section b-6-11 and Supplemental Insurance requirements 0 REQUIRED BUILDER'S RISK 1: ❑ NOT REQUIRED I: - See Section b-6-11 and Supplemental Insurance requirements ❑ REQUIRED 1: INSTALLATION RISK 0 NOT REQUIRED C:I PAGE 1 OF 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) 11 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. 11 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. 11 11 I 11 I PAGE2OF2 f L NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS c c C 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: (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate authority to self-insure issued by the commission, or a workers' 1i 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. 1: (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e) (1) . (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. 1: (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44) . 1: (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, 1: as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the 1: 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 1: 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 3 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as 1: food/beverage vendors, office supply deliveries, and delivery of portable toilets. Page 1 of 8 I (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; 11 (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; 11 (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the11 project; f Page 2 o8 (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) Post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy 1: other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language 1: common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; 1: (B) provide a certificate 'of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in 1: subsection (e) (3)of this section; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 Page 3 of 8 I (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 3 certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: 11 (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; 11(6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, 11 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 11 (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 4 of 8 1: (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: 1: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the 1: project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) Contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this 1: 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 1: a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required 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, t: 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. imSource Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TX Reg 5715; amended to be effective November 6, 1995, 20 TX Reg 8609 P" L IV [111 Page 5 of 8 r. T28S110.110(d) (7) 11 "REQUIRED WORKERS' COMPENSATION COVERAGE" il "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 II labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " 11 11 3 ]I II 3 3 3 3 3,, 3 3 Page 6 of 8 11 a 1: 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 1: 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 1: 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 1: 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 1: 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. 1: 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 1: 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. F. The contractor shall retain all required certificates of coverage for the duration of t: the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any hit change that materially affects the provision of coverage of any person providing services on the project. L Page 7 of 8 r 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 services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for' all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: 11 (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; 11 (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, 1 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 a11 self-insured, with the commission 's Division of Self Page 11 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. 3 Page 8 of 8 Crl H " H O H H C Loa bawl 4,, , I: CCIA Terminal Canopy Paint PN: E15131 1: SECTION A - SPECIAL PROVISIONS A 1 Time and rlace of Rocoiving Propoealo/rre Bid Meeting NotUoed I: A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern I: A-3 Description of Project This project consists of the rehabilitation of the existing undulating entrance canopy to remove rust, bird droppings, and other grime. Clean prep, repair and repaint all exposed 1: structural steel members beams, columns, and metal trim. Performing a thorough cleaning of all the corrugated soffit areas, concrete support columns, and matching concrete circular pilasters at the front exterior terminal wall. The concrete columns and pilasters will be ipos painted after cleaning along with the cleaning and painting of 136 light fixtures located under the canopy. rw A-4 Method of Award is The contract is awarded as a Job Order Contract (J.O.C. ) and prices established through the use of RSMeans cost pricing. 1: A-5 Items to be submitted with Proposal The following items are required to be submitted with the proposal: 1: 1. I: 2. Disclosure of Interests Statement . 3. Submittal of Materials I: A-6 Time of Completion/Liquidated Damages The working time -for completion of the Project will be 120 calendar days. :: The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Capital Programs or designee ("City Engineer") to proceed. rr 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, $300 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 1; 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. ral Section A-SP c., r ip (revised 12/15/04) P Page 1 of 14 A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in 11 effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A 8 Faxed Propooalo - Not Uoed11 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 effect11 when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for BUILDING CONSTRUCTION In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales 11 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 or11 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 11 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. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals. ) One and one-half (1 ) 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-i-i, Definition of Terms, and Section B-7-6, Section A-SP 3 Working Hours. ) (revised 12/15/04) Page 2 of 14 1: A-11 Cooperation with. Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the 1: vicinity of any facility by using the Texas One-Call System 1-800-245-4545, the Lone Star Notification Company at 1-800-669-8344, and the Southwestern Bell Locate Group at 1-800-828-5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 361-826-3500 Project Manager 361-826-3550, 826-3550 Traffic Engineering 880-3540 Police Department 882-1911 1: Water Department 857-1881 (880-3140 after hours) Wastewater Department 857-1800 (880-3140 after hours) Gas Department 885-6900 (885-6900 after hours) Storm Water Department 826-1875 (880-3140 after hours) Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1970 1: A E P 1-877-373-4058 (693-9444 after hours) S B C 881-2511 (1-800-824-4424,after hours) City Street Div. for Traffic Signal/Fiber Optic Locate 826-1946 857-1960 1: Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 1: A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and 1: complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs re 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 1: either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or C: ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, r adjustments or relocations of sewer service lines must be provided by the Contractor. Section A-SP (revised 12/15/04) Page 3 of 14 a 11 Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor 11 Al 16 Diopooal/Salvago of Materials NOT USED 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. 11 A 17 Field Office NOT USED A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. 11 Section A-SP - (revised 12/15/04) Page 4 of 14 1: If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant 1: Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. 1: A 20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory 1: 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 L deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. 1: A 21 Project Signe) The Contractor must furnish and install 1 Project signs as indicated on the following drawings. (Attachment IV) The signs must be installed before construction begins and 1: will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. 1: A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In 1: accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a• Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b• Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of 1: the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and 1: 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: C:C Section A-SP (revised 12/15/04) Page 5 of 14 L 1. Owned 3 (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more11 minority person(s) . (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the11 corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. 3 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 corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract11 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. 11 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% 1/ Section A-SPAl (revised 12/15/04) Page 6 of 14 1: 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 1: uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or 1: final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. 1: A-23 Inspection Required (Revised 7/5/00) 101 The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of 1: the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: 1: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City.All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The 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 1: United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Section A-SP Register as holding certificates of authority on the date the bond waErevised 12/15/04) issued. " Page 7of14 A 25 Saleo Tax Exemption (NOT USED) A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Department of Capital Programs Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the11 Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B 6 11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: 11 Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A 27 Rooponoibility for Damage Claims 11 To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and 11 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 Section A-SP (revised 12/15/04) Page 8of14 1: 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 I: amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial 1: 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 1: The Contractor shall employ for this Project, as its field administration staff, I: 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 I: following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this 1: Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures The superintendent shall be present, on the job site, at all times that work is being performed 1: 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. 1: Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. I: Such written approval of field administration staff is a prerequisite to the City 1: Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning rilany 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. I: 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: 1: 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 Capital Programs or his designee. The Contractor also acknowledges that the City Engineer may 1: 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. l: Section A-SP (revised 12/15/04) Page 9 of 14 A-32 Amended "Execution of Contract" Requirements 11 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, 11 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. 11 A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor in rcmindcd to attcnd thc Pre- Sid Hooting roferrod to in Special Provioion A-1. 11 A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced 11 specifications, Standard Specifications, and General Provisions, in that order. A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below11 when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Rcproduciblcs: In addition to thc rcquircd copico, the Contractor shall 11 also submit ono (1) rcproduciblc tranoparcncy for all -shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section) and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify 11 the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance 11 with the requirements of the Project and Contract documents. e' Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. 11 Section A-SP11 (revised 12/15/04) Page 10 of 14 I: f' Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g' Variations: Contractor must identify any proposed variations from the I: 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 1: Contractor and Engineer review stamps on all submittal forms. 1' Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous 1: 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 1: 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 1: 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. 1: . _ _ -_ _ _ _ __- , _ - A-38 W I: orker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this 1: Special Provision. A 39 Cortificato of Occupancy and Final I: A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: 1: 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 1: 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. EA-44---Ozene- T-USED A-42 OSHA Rules & Regulations 1: 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. 1: 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 i: substituted in lieu thereof: (: Section A-SP (revised 12/15/04) Page 11 of 14 11 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, 11 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. 11 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) 11 (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. 11 Contractor shall comply with all OSHA safety requirements with regard to proximity of to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction Some overhead lines arc shown in the construction plans, while others arc not. It shall overhead lines whether shown in the plans or not. Section A-SP (revised 12/15/04) Page 12 of 14 I: 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 1: Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract." lo A 51 Electronic Submittal of Bid° The following paragraph modifies Paragraph B-2-7 - Preparation of Proposal, of the General Provisions: I: The bidder has the option of submitting a computer-generated print-out, in lieu of, the Proposal (SHEETS: 1 THRU 13 OF 13) , INCLUSIVE. The print-out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheets (3 THRU 10 Itto OF 13) . If the Contractor chooses to submit a print-out, the print-out shall be accompanied by properly completed proposal pages 1, 2, 11, 12, and 13. A "sample" print out is shown in Attachment 1. In addition, the print out will contain the following statement and signature, after the last bid item: E (Contractor) herewith certifies that the unit prices shown on this print-out for bid items (including any additive or deductive alternates) contained in this proposal are the unit prices and no other 1: Information from this print-out. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as Its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print-out by the respective estimated quantities shown in the Proposal (Column II) ro and then totaling the extended amounts. (Signature) (Title) (Date)" 1: A-52 Value Engineering MOT USED A-53 Dust Control A 54 Dewatering and D;. I: A-55 Windstorm Certification All affected materials and installation shall comply with Texas Department of Insurance Section A-SP (revised 12/15/04) Page 13 of 14 SUBMITTAL TRANSMITTAL FORM PROJECT: CCIA. Terminal Canopy Paint OWNER: CITY OF CORPUS CHRISTI, TEXAS ENGINEER: KSA Alliance, Inc. CONTRACTOR: CMC Maintenance & Construction. SUBMITTAL DATE: - SUBMITTAL NUMBER: - APPLICABLE SPECIFICATION OF DRAWING SUBMITTAL I I I Section A-SP (revised 12/15/04) Page 14 of 14 PART B � - GENERAL PROVISIONS AND REQUIREMENTS FOR MUNICIPAL L. CONSTRUCTION CONTRACTS I: SECTION B I: GENERAL PROVISIONS AND REQUIREMENTS FOR MUNICIPAL CONSTRUCTION CONTRACTS Table of Contents I: PAGE B-1 Definitions and Abbreviations B-1-i Definition of Terms 1 I: B-1-2 Abbreviations 3 B-2 Proposal Requirements and Conditions B2-1 Proposal Forms 4 1: B-2-2 Quantities in Proposal Forms 4 B-2-3 Examination of Plans, Specifications, and Site of the Work4 B-2-4 Forms, Plans and Specifications 4 I: B-2-5 Addenda 1 4 B-2-6 Pre-Bid Conference 5 B-2-7 Preparation of Proposal 5 B-2-8 Proposal Guaranty 5 1: B-2-9 Filing of Proposal 5 B-2-10 Withdrawing Proposals 5 B-2-11 Cancellation of Bid Opening 6 B-2-12 Opening Proposals 6 B-2-13 Irregular Proposals 6 B-2-14 Rejection of Proposals 6 B-2-15 Disqualification of Bidders 6 B-2-16 Disclosure of Interests 6 1411 B-3 Award and Execution of Contract B-3-I Consideration of Contract 7 B-3-2 Award of Contract 7 I; B-3-3 Equal Opportunity Employer Provisions 7 B-3-4 Surety Bonds 8 ::337-56 -3-5 Execution of Contract 8 I: -$-3-6 Failure to Execute Contract 8 B 4 Scope of Work B-4-1 Intent of Plans and Specifications 9 B-4-2 Subsidiary Work 9 I: B-4-3 Increased or Decreased Quantities of Work 9 B-4-4 Alteration of Plans and Specifications 10 B-4-5 Value Engineering Incentive Procedures 10 I: B-4-6 Extra Work 11 B-5 Control of the Work and Materials B-5-1 Authority of the City Engineer 11 B-5-2 Authority of Duty of Engineers or Inspectors 11 1: B-5-3 Conformity with Plans 11 B-5-4 Existing Structures it B-5-5 Coordination of Plans, Specifications, Proposal E & Special Provision 12 B-5-6 Cooperation of Contractor 12 B-5-7 Construction Staking 12 B-5-8 Source of Supply of Materials 13 I: B-5-9 Samples and Tests of Materials 13 B-5-10 "Or Equal" Clause 13 B-5-11 Storage of Materials 13 i: B-5-12 Removal of Defective and Unauthorized Work 13 B-5-13 Final Inspection 14 B-5-14 Warranty Inspection 14 1: TABLE OF CONTENTS/PAGE 1 OF 2 (rev. Nov/94) 1 B-6 Legal Relations and Public Responsibilityil B-6-1 Laws to be Observed 14 B-6-2 Permits and Licenses 14 B-6-3 Patented Devices, Materials and Processes 15II B-6-4 Sanitary Provisions 15 B-6-5 Public Conveniences and Safety 15 B-6-6 Privileges of contractor in Streets, Alleys and Right-of-Way16 B-6-7 Railway Crossings 16 II B-6-8 Traffic Control Devices 16 B-6-9 Use of Explosives 16 B-6-10 Protection and Restoration of Property 16 II B-6-11 Responsibility for Damage Claims 17 B-6-12 Contractor's Claim for Damages 19 B-6-13 Public Utilities and Other Property to be Changed 19 B-6-14 Temporary Sewer and Drain Connections 19 B-6-15 Arrangement and Charge for Water Furnished by the City 19 11 B-6-16 Use of fire Hydrants 19 B-6-17 Use of a Section or Portion of the Work 19 B-6-18 Separate Contracts 20 B-6-19 Contractor's Responsibility for the Work 20 II B-6-20 No Waiver of Legal Right 20 B-6-21 Indemnification and Hold Harmless 20 B-6-22 Tax Exemption Provisions 20II B-7 Prosecution and Progress B-7-1 Subletting the Work 21 B-7-2 Assignment of Contract 21II B-7-3 Prosecution of the Work 21 B-7-4 Limitation of Operations 22 B-7-5 Character of Workmen and Equipment 22 B-7-6 Working Hours 22 B-7-7 Time of Commencement and Completion 22 B-7-8 Extension of Time of Completion 22 B-7-9 Computation of Contract Time for Completion 23 II B-7-10 Failure to complete on Time 23 B-7-11 Suspension by court Order 23 B-7-12 Temporary Suspension 23 B-7-13 Suspension of Work and Annulment of Contract 24 II B-7-14 Termination of Contract 25 B-7-15 No Intent to Benefit Third Parties B-8 Measurement and Payment B-8-1 Measurement of Quantities 25 B-8-2 Unit Price 25 II B-8-3 Scope of Payment 25 B-8-4 Payment for Extra Work 26 B-8-5 Policy of Extra Work and Change Orders 2611 B-8-6 Partial Estimates 27 B-8-7 Withholding Payment 27 B-8-8 Final Cleanup 27 B-8-9 Final Acceptance 28 il B-8-10 Final Payment 28 B-8-11 Maintenance Guaranty 28 I I TABLE OF CONTENTS/PAGE 2 OF 2 1 II (rev. Nov/94) I SECTION B GENERAL PROVISIONS AND REQUIREMENTS FOR MUNICIPAL CONSTRUCTION CONTRACTS CITY OF CORPUS CHRISTI, TEXAS B-1 DEFINITIONS AND ABBREVIATIONS: B-1-1 Definition of Terms: 1: Wherever the words, forms or phrases defined herein or pronouns used in their place occur in these specifications, in the contract, in the bonds, in the advertisement or any other documents or instrument herein contemplated, or to which these specifications apply or may apply, the intent and meaning shall be ror interpreted as follows: Advertisement: All of the legal publications pertaining to the work contemplated or under contract. 1: Bidder: Any person, persons, partnership, company, firm, association, corporation, or joint venture acting directly or through a duly authorized representative submitting a proposal for work contemplated. City: The City of Corpus Christi, Texas, a municipal corporation, acting by and through (a) its governing body or (b) its City Manager, each of whom is 1: required by Charter to perform specific duties. Responsibility for final enforcement of contracts involving the City of Corpus Christi is, by Charter, vested in the City Manager. 1: City Attorney: The City Attorney of the City of Corpus Christi, Texas, or duly authorized assistants or agents. City Council: The Council of the City of Corpus Christi, Texas. 1: City Engineer: The Head of the Department of Engineering Services of the City of Corpus Christi, Texas. 1: City Manager: The Manager of the City of Corpus Christi, Texas. City Secretary: The City Secretary of the City of Corpus Christi, Texas, or duly authorized assistants or agents. Contract: The written agreement covering the performance of the work. The contract includes the advertisement; proposal; specifications, including special 1: provisions; plans or working drawings; any supplemental changes or agreements pertaining to the work or materials therefor, and bonds. Contract Time: The number. of calendar days or working days allowed for 1: completion of the contract, including any authorized time extensions. (a) Calendar Day: A calendar day is defined as any day shown on the calendar beginning and ending at midnight. (b) Working Day: a working day is defined as a calendar day, not including Sundays or legal holidays, in which the weather or other conditions affecting the site, not under the control of the Contractor, will in the judgement of the Engineer permit the performance of some substantial unit of work for a substantially continuous period of time of not less than six (6) hours between 7 a.m. and 6 p.m., or during such other hours of the day as the Contractor does in fact work with the permission of the Engineer as elsewhere provided. (rev. Nov/94) PAGE 1 OF 29 I Each calendar day, not including Sundays or legal holidays, in which the Contractor carries on work on some unit of the contract for a period of more than six (6) hours shall be charged as one (1) working day, regardless of the number of hours worked in excess of the (6) hour minimum. Saturday will not be charged as a working day unless work of any type requiring the presence of the Engineer is in fact carried on for any period of time during the day. On Sundays and legal holidays on which, by previous written permission of the Engineer as elsewhere provided, the Contractor works as much as four hours on some unit of the contract, two working days shall be charged. If, under such permission, work is commenced but proceeds less than four hours, one working day shall be charged. In the determination of the hours above, no deduction shall be made for lunch time taken. Contractor: The person, persons, partnership, company, firm, association, corporation, or joint venture entering into contract for the execution of the work, acting directly or through a duly authorized representative. Engineer: Assistants, agents, engineers, inspectors, or superintendents duly authorized by the City Engineer and acting within the scope of the particular duties entrusted to them. General Provisions: This Section B of the specifications. Holidays: The terms regular holidays and legal holidays, for the purposes of charging working days, control of working days and hours, and wages of employees, shall include the following: January 1 (New Year's Day) July 4 (Independence Day) Thanksgiving Days Memorial Day Labor Day Christmas Day Maintenance Guaranty: The approved form of security furnished by the Contractor and his surety as a guarantee that he will maintain the work constructed by him in good condition for the period of time required. This shall be in accordance with the provisions of the specifications and may be made a part of the Performance Bond. Payment Bond: The approved form of security furnished by the contractor and his surety for the use and benefit of the City as a guarantee for the protection of all claimants supplying labor and/or material in the prosecution of the work provided for in this contract. 11 Performance Bond: The approved form of security furnished by the contractor and his surety for the use and benefit of the City as a guarantee of good faith on the part of the Contractor to execute the work in strict accordance with the plans, specifications, and terms of the contract, and that the Contractor will 11 maintain the work constructed by him in good condition for the period of one year or such other period of time as may be specially provided. Plan or Plans: All the drawings pertaining to the contract and made a part thereof, including such supplemental drawings or addenda as the City Engineer may issue in order to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized, or for showing details not shown thereon. Proposal: The written statement or statements duly filed with the City Secretary of the person, persons, partnership, company, firm, association, corporation, or joint venture proposing to do the work contemplated, including 11 the approved form on which the formal bids for the work are to be prepared. Proposal Guaranty: The bid security designated in the advertisement and proposal to be furnished by each bidder as a guarantee of good faith to enter 11 into a contract with the City and execute the required bonds for the work contemplated after the work is awarded him. (rev. Nov/94) PAGE 2 OF 29 I: Special Provisions: The special clauses setting forth conditions or I: requirements peculiar to the specific project involved, supplementing the standard specifications, and taking precedence over any conditions or requirements of the standard specifications with which they are in conflict. Specifications: The directions, provisions, and requirements contained herein, together with the special provisions supplemental hereto, pertaining to the method and manner of performing the work or to the qualities or quantities of the I: material to be furnished under the contract. Sureties: The corporate bodies which are bound by such bonds as are required with and for the Contractor. I: The Work: All work, including the furnishing of labor, materials, tools, equipment, and incidentals, to be performed by the Contractor under the terms of the contract. 1: B-1-2 Abbreviations: Wherever the abbreviations defined herein occur on the plans, in the specifications, contract, bonds, advertisement, proposal, or in any other 1: document or instrument herein contemplated or to which the specifications apply or may apply, the intent and meaning shall be as follows: A.A.S.H.T.O American Association of State H.S. Horseshoe Highway and Transportation In. or " Inches Officials Lb. or # Pound Ac. Acre L.F. Linear Foot A.C. Asbestos Cement Lin. Linear A.C.Z. American Concrete Institute L.S. Lump Sum I: A.N.S.I. American National Standards Max. Maximum Asph. Institute M.H. Manhole A.S.T.M. Asphalt Min. Minimum Ave. American Society for Testing Mono. Monolithic I: A.W.P.A. Materials M.U.T.C.D. Manual of Uniform A.W.S. Avenue Traffic Control A.W.W.A. American Wood Preservers Devices Blvd. Association N. North C.F. American Welding Society No. Number C.I. American Water Works % Percent C.L. Association P.L. Property Line C.M.P. Boulevard Prop. Proposed or Property C.O. Cubic Foot P.V.C. Poly Vinyl Chloride Conc. Cast Iron R. Radius Cond. Center Line R.C.P. Reinforced Concrete Corr. Corrugated Metal Pipe Reinf. Pipe C.P.& L. Cleanout Rem. Reinforced Cu. Concrete Rep. Remove Culv. Conduit R.R. Replace C.Y. Corrugated R/W or ROW Railroad D.I. Central Power & Light Company S. Right-of-Way Dia. Cubic San. South Dr. or Dwy Culvert S.F. Sanitary E. Cubic Yard Sq. Square Foot Ea. Ductile Iron St. Square Elev. Diameter Std. Street or Storm Exist. Drive or Driveway S.Y. Standard F. East T.C. Square yard E F.L. Each Tel. Top of Curb Ft. or ' Elevation V.F. Telephone Gal. Existing W. Vertical Foot G.L. Fahrenheit W.U.T. West G.P.M. Flow Line Yd. Western Union H.N.G. Feet Telegraph Gallon Yard Gutter Line Gallons per Minute E Houston Natural Gas Co. Metrics: cm Centimeter m Meter gm Gram mgm Milligram kgm Kilogram mm Millimeter km Kilometer (rev. Nov/94) PAGE 3 OF 29 I Other abbreviations that may appear shall have the meaning customarily intended in such usage, circumstances, and context. B-2 PROPOSAL REQUIREMENTS AND CONDITIONS: B-2-1 Proposal Form: The City will furnish bidders with proposal forms which state the general location and description of the contemplated work, and which will contain an itemized list of items of work to be done or materials to be furnished, and upon which bid prices are asked. The proposal form will provide for the amount of proposal guaranty, the contract time, and the acknowledgement of addenda received. 11 B-2-2 Quantities in Proposal Form: The quantities of the work and materials set forth in the proposal form or on the plans approximately represent the work to be performed and materials to be furnished and are for the purpose of comparing the bids on a uniform basis. Payment will be made by the City to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the plans and11 specifications, and it is understood that the quantities may be increased or decreased as hereinafter provided without in any way invalidating the bid price. B-2-3 Examination of Plans, Specifications, and Site of the Work: Bidders are advised that the plans and specifications and other documents on file with the City Engineer shall constitute all of the information which the City will furnish. Bidders are required, prior to submitting any proposal, to read the specifications, proposal, contract, and bond forms carefully; to visit the site of the work; to examine carefully local conditions, soil and water conditions to be encountered, improvements to be protected, disposal sites for surplus materials not designated to be salvaged materials, methods of providing ingress or egress to private properties, and methods of handling traffic; to inform themselves, by their independent research, tests, and investigation, of the difficulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cost of doing the work or time required for its completion; and obtain all information required to make an intelligent proposal. No information given by the City or any official thereof, other than that shown on the plans and contained in the specifications, 11 proposal, and other documents, shall be binding upon the City. Bidders shall rely exclusively upon their own estimates, investigations, tests, and other data which are necessary for full and complete information upon which the proposal may be based. It is mutually agreed that submission of a proposal is evidence that the bidder has made the examinations, investigations, and tests required herein. B-2-4 Forms, Plans and Specifications: Unless otherwise specified in the Notice to Bidders and Special Provisions, forms of proposal, contract and bonds and plans and specifications may be obtained at the offices of the City Engineer in the City Hall upon making a Plans Deposit as designated, which sum so deposited will be refunded provided the prospective bidder returns all documents, except proposal form if bidding, to the offices of the City Engineer within two (2) weeks from and after the time and date of receiving proposals. If the prospective bidder does not comply with this requirement, the sum of the Plans Deposit shall become the property of the City 1/ of Corpus Christi, Texas. B-2-5 Addenda: Addenda to the plans and specifications, which are formal written notices of additions, deletions, modifications, or explanations of contract documents from the City to prospective bidders in advance of the bid date, may be issued by the (rev. Nov/94) PAGE 4 OF 29 C City Engineer. Such addenda will be mailed immediately to the address designated by prospective bidders taking out plans, specifications, and proposal forms. B-2-6 Pre-Bid Conference: Any prospective bidder may request a pre-bid conference to discuss the plans, specifications, and proposal. If such a conference is requested, it will be held approximately one week prior to the bid opening. Each prospective bidder who has furnished the Plans Deposit required by the Notice to Bidders will be notified of the date, time, and location of the pre-bid conference. Any clarification to the contract documents deemed necessary as a result of the pre-bid conference will be made by written addenda. B-2-7 Preparation of Proposal: The bidder shall submit his proposal on the forms furnished by the City. All blank spaces in the forms shall be correctly filled in, and the bidder shall state the prices, written in ink, for which he proposes to do the work contemplated or furnish the material required; the unit prices shall be written both in words and numerals. Such prices shall be written distinctly legible. In case of discrepancy between the unit price written in words and the unit price written in figures, the unit price written in words shall govern. The unit price shall govern over the amount. If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If the proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association, or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business 1: address must be given and the proposal signed by an official or duly authorized agent. Proposals submitted by a joint venture shall list all participants and their addresses. Powers of attorney, authorizing agents or others to sign proposals, must be properly certified and must be in writing and submitted with the proposal. B-2-8 Proposal Guaranty: No proposal will be considered unless accompanied by an individual bid security (bond) for the project in the amount of five percent (5%) of the highest amount bid. Such bid security shall be issued by a firm licensed for issuance in the State of Texas. A cashier's check, certified check, money order, or bank draft from any state or national bank will also be acceptable. The security shall be deemed a good faith offer on the part of the bidder to accept a contract, if awarded. In the event the successful bidder declines to accept such award or cannot provide the required bonds and insurance certificates within ten (10) 1: calendar days of the award of the contract, then the amount of the bid security will become the property of the City, not as penalty but as liquidated damages. The bid securities of the unsuccessful bidders may be released within forty- eight (48) hours of the time bids are received. The bid security of the successful bidder will be released upon execution of the contract documents and submission of the required bonds and certificates. B-2-9 Filing of Proposal: No proposal will be considered unless it is filed with the City Secretary's office in the City Hall, Corpus Christi, Texas, within the time limit for receiving proposals as stated in the advertisement. Each proposal shall be in a sealed envelope, plainly marked with the word "PROPOSAL" and the name and description of the project as designated in the "ADVERTISEMENT". B-2-10 Withdrawing Proposals: Proposals filed with the City Secretary cannot be withdrawn or modified prior to the time set for opening proposals. Request for non-consideration of (rev. Nov/94) 1: PAGE 5 OF 29 proposals must be made in writing addressed to the City Engineer and filed with the City Secretary prior to the time set opening proposals. After other proposals are opened and publicly read, the proposal for which withdrawal is properly requested may be returned unopened. B-2-11 Cancellation of Bid Opening: The City may, at any time, before any bids are actually opened, cancel the opening of the bids and return all bids unopened. 11 B-2-12 Opening Proposals: The proposals filed with the City Secretary will be opened at the time stated in the advertisement and publicly read aloud and shall thereafter remain on file with the City. No contract will be entered into based upon such proposals until 11 after forty-eight (48) hours shall have elapsed. Proposals not accompanied by the required proposal guaranty will not be read. B-2-13 Irregular Proposals: Proposals will be considered irregular if they show any omissions, failure to 11 properly account for duly issued addenda, alterations of form, additions, conditions not called for, unauthorized alternate bids or irregularities or qualifications of any kind. However, the City reserves the right to waive any irregularities and to make the award in the best interest of the City. 11 B-2-14 Rejection of Proposals: The City reserves the right to reject any or all proposals, and all proposals submitted are subject to this reservation. Proposals containing any irregularities or showing an unbalanced value of any items may be rejected. Proposals will be rejected for any of the following specific reasons: (a) Proposal received after the time limit for receiving proposals as stated in the advertisement. (b) Proposal submitted without the required bid security. (c) Proposal submitted and not sealed and/or identifiable to a particular project. B-2-15 Disqualification of Bidders: Bidders may be disqualified and their proposals not considered for any of the following specific reasons: (a) Reason for believing collusion exists among the bidders. (b) Reasonable grounds for believing that any bidder is interested in more 11 than one proposal for the work contemplated. (c) The bidder being interested in any litigation against the City. (d) The bidder being in arrears on any existing contract, having defaulted on previous contracts, or being delinquent in the payment of City taxes. 11 (e) Uncompleted work which, in the judgment of the City, will prevent or hinder the prompt completion of additional work if awarded. 11 (f) Previous experience investigation reveals poor, incomplete, unacceptable, or inferior work performance and prosecution and lack of fiscal responsibility in paying for services, labor, or products rendered on such previous work. 11 (rev. Nov/94) PAGE 6 OF 29 B-2-16 Disclosure of Interests: All entities desiring to do business with the City of Corpus Christi are required to provide a Disclosure of Interests. The required form is included as a part of the proposal. Prospective bidders may submit the form with their proposal. The successful bidder shall be required to submit the form within 1: seven (7) calendar days of the receipt of bids. The City also reserves the right to require similar statements from all material suppliers and subcontractors of the successful bidder. 1: B-3 AWARD AND EXECUTION OF CONTRACT: B-3-1 Consideration of Contract: After proposals are opened, the proposals will be tabulated for comparison on the basis of the bid prices and quantities shown in the proposal. Until final award of the contract, the City reserves the right to reject any or all proposals 1: or proceed to do the work otherwise in the best interest of the City. B-3-2 Award of Contract: The City reserves the right to withhold the award of the contract for a reasonable period of time from date of opening proposals, and no award will be made until after investigations are made as to the responsibilities of the low bidder. In the City's considering of an award, the bidder may be requested to submit statements regarding previous experience in performing comparable or similar work, his business or technical organization and equipment to help the City evaluate the bidder's abilities. The basis for an award will be determined by the lowest responsible bidder (Article 2368a VATS) deemed most advantageous to the City and not necessarily the lowest bidder. In no case will a contract be awarded until at least forty-eight (48) hours shall have elapsed from the time of opening proposals. B-3-3 Equal Opportunity Employer Provisions: Every Contractor must agree that during the performance of his contract he 1: will: (1) Treat all applicants and employees without discrimination as to race, color, religion, sex, or national origin. 1: (2) Identify himself as an equal opportunity employer in all help wanted advertising or requests. 1: The Contractor is hereby advised that any complaints filed with the City alleging that a Contractor is not an equal opportunity employer during the six months preceding the date of receipt of bids will be referred to the Human Relations Commission through its Human Relations Administrator for the purpose of review and recommendations. The report of the Human Relations Commission will be transmitted to the City Engineer who will include a summary of such report with any future bid award recommendations for which the Contractor is a bidder and bring to the attention of the City Council any such report received prior to the 1: issuance of a work order to any such Contractor. A copy of this report shall be sent to the Contractor. The Human Relations Administrator will follow up any such report and bring to the attention of the Commission any further action by the Contractor which would include that the findings of the Commission should be modified. Any such modified findings of the Commission will be delivered to the City Engineer with a copy to the Contractor and be included in any future bid award recommendations. L (rev. Nov/94) PAGE 7 OF 29 11 The City Council reserves the right to consider such reports in determining the best bid and to terminate, on the basis of such report, any portion of a contract for which a work order has not been issued. However, the Contractor is specifically advised that no equal opportunity employment complaint will be the basis for cancellation of any contract for which a work order has been issued. B-3-4 Surety Bonds: 11 With the execution and delivery of the contract, the Contractor shall furnish and file with the City, in the amounts herein required, the following suretyji bonds: (a) Performance Bond: A good and sufficient bond in an amount equal to one hundred percent (100%) of the approximate total amount of the contract, as11 evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the City and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work, or the use of inferior materials. This bond shall provide for the repair and maintenance of all defects due to faulty materials, faulty combinations of materials, and/or faulty workmanship that appear within a period of one year from the date of 11 completion and acceptance of the improvement by the City, or such lesser or greater period as may be designated in the Special Provisions. A Performance Bond will not be required if the contract amount does not exceed $25,000.00. (b) Payment Bond: A good and sufficient bond in an amount equal to one hundred percent (100%) of the approximate total amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and proper protection of all claimants supplying labor and/or material in the prosecution of the work provided for in said contract and for the use of each such claimant. A Payment Bond will not be required if the contract amount does not exceed $25,000.00. (c) Other Bonds: Other bonds, if required in the Special Provisions. No surety will be accepted by the City who is now in default or delinquent on any bonds or who is interested in any litigation against the City. All bonds11 shall be issued by an approved surety company authorized to do business in the State of Texas and acceptable to the City, and the surety shall designate an agent who is a resident of Nueces County, Texas. Each bond shall be executed by the Contractor and the surety. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given the Contractor to that effect, and the Contractor shall immediately provide a new surety satisfactory to the City. No payment will11 be made under the contract until the new surety, or sureties as required, has qualified and been accepted by the City. The contract shall not be operative nor will any payments be due or paid until approval of the bonds has been made by the City. The City requires that the Power of Attorney submitted with any surety bond (Performance, Payment, etc. ) be signed with an original signature and properly 31 dated and sealed. In the event a facsimile Power of Attorney is used, the City must have on file a sworn statement from an officer of the surety company to the effect that the agent who signs the bond form for the surety is currently in good standing with the surety. It is also required that the facsimile be a true copy of the original Power of Attorney on file among the records of the surety in its home office, not be amended or abridge, still be in full force and effect, and that the City will be notified in the event of cancellation of the particular agent. 11 B-3-5 Execution of Contract: 11 (rev. Nov/94) PAGE 8 OF 29 C The person or persons, partnership, company, firm, association, corporation, or joint venture to whom a contract is awarded shall, within ten (10) calendar days after such award and after the Contractor has been requested to execute the documents, sign the required contract, furnish the required insurance certificates, and execute the required bonds. No contract shall be binding on the City until it has been attested by the City Secretary, approved as to form by the City Attorney, executed for the City by the City Manager, and delivered to the Contractor. B-3-6 Failure to Execute Contract: The failure of the bidder to execute the required bonds, furnish the required insurance certificates, and sign the required contract within ten (10) calendar 1: days after the contract is awarded and the Contractor has been requested to execute the documents shall be considered by the City as an abandonment of his proposal, and the City may annul the award. By reason of the uncertainty of the market prices of materials and labor and its being impracticable and difficult to determine accurately the amount of damages accruing the City by reason of the said bidder's failure to execute said bonds and contract within ten (10) calendar days, the proposal guaranty accompanying the proposal shall be the agreed amount of damages which the City will suffer by reason of such failure on part of the bidder and shall thereupon immediately be forfeited to the City. The filing of a proposal will be considered an acceptance of this provision. B-4 SCOPE OF WORK: B-4-1 Intent of Plans and Specifications: 1: The intent of the plans and specifications is to prescribe a complete work or improvement which the Contractor undertakes to do in full compliance with the plans, specifications, special provisions, proposal, and contract. The 1: Contractor shall do all work as provided in the plans, specifications, special provisions, proposal and contract, and shall do such additional extra work as may be considered necessary to complete the work in a satisfactory and acceptable manner. The Contractor shall furnish all labor, tools, material, machinery, 1: equipment and incidentals necessary for the prosecution of the work. B-4-2 Subsidiary Work: In the course of furnishing or constructing a complete work or improvement, certain work may be necessary which is subsidiary to the items which are established as pay items. Some such subsidiary work may be shown and specified in detail in the plans and specifications, other work may be less completely shown, and other such work which is entirely necessary for the satisfactory completion of the work as a whole may not be noted on the plans or in the specifications. It shall be the duty of the Contractor to carry out all such subsidiary. work as if fully shown, and the cost of such work shall be made 1: subsidiary to the established pay item. B-4-3 Increased or Decreased Quantities of Work: 1: (a) The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found necessary, and the Contractor shall perform the work as altered. No allowance 1: will be made for any change in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the contract or bonds. 1: (b) A Major Item as used in this Section shall be construed to be any individual bit item included in the proposal that has a total cost equal to or greater than five percent (5%) of the total contract cost computed on the basis of the proposal quantities and the contract unit prices. (rev. Nov/94) PAGE 9 OF 29 11 (c) When the quantity of work to be done or of materials to be furnished under any Major Item of the contract is more than one hundred twenty-five (125%) of the quantity of that unit stated in the proposal, then either party to the contract, upon demand, shall be entitled to revised consideration on that portion of the work above one hundred twenty-five percent (125%) of the quantity stated in the proposal. (d) When the quantity of work done or materials to be furnished under any Major Item of the contract is less than seventy-five percent (75%) of the quantity of that item stated in the proposal, then either party to the contract, upon demand, 11 shall be entitled to revised consideration on the work performed. (e) Any revised consideration is to be determined by special agreement or as is hereinafter provided under "Payment for Extra Work". 11 B-4-4 Alteration of Plans and Specifications: The City reserves the right to make such changes in the plans and specifications and in the character of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original plans and specifications or change the general 11 nature of the work as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the contract and bonds. B-4-5 Value Enaineerina Incentive Procedures: 11 After the award of the contract, the Contractor may develop and submit, to the City Engineer, Value Engineering Change Proposals (VECP's) identifying potential reductions in the contract cost by effective changes to the contract plans and specifications. Any VECP submittal shall include the following: (1) The present contract requirement and description of the proposal change including any modifications to the plans and specifications. 11 (2) The comparative advantages and disadvantages of both the present requirement and the proposed change. (3) An analysis of how the proposed change will alter the function, 11 characteristics and/or performance of a component. (4) A separate detailed cost estimate comparing the cost of the existing requirement and the cost of the proposed change including any costs which might be incurred in testing or evaluation of the proposed change. (5) A comparative projection of the operational and maintenance costs of the 11 existing requirement and the proposed change. (6) A projection of the latest date which the VECP can be incorporated into the 11 contract to achieve maximum cost savings. Any effect upon completion time or delivery schedule should also be noted. The City Engineer shall notify the Contractor of the status of the VECP within thirty (30) days of its receipt. Acceptance or rejection of the VECP by the City Engineer shall be final. If the VECP is not accepted, written notification will be provided detailing the reasons for rejection. Any VECP may be accepted in whole or in part. 11 Execution by both parties of a change order to the contract covering the proposed changes shall constitute approval of the VECP and authorization to proceed with the changes. Until such time as the change order is executed, the Contractor shall perform in accordance with the provisions of the existing contract. 1/ (rev. Nov/94) PAGE 10 OF 29 C The Contractor's share of the savings resulting from approval of the VECP shall be fifty percent (50%) of the net cost savings calculated as follows: Contractor's Share = .50 (existing contract requirement cost -proposed change costs - testing and evaluation costs incurred by the City or Contractor) . This savings will be reflected on the change order approving the VECP and authorizing the change. Deletion of contract work or construction items and changes initiated by the City will not be considered as VECP's. In those instances, the City will realize 100% of the contract reduction or cost savings. B-4-6 Extra Work: When additional work not shown in the plans and specifications or reasonably inferred as subsidiary work or as normal adaptation to existing conditions is required, the Contractor shall do such work when ordered in writing by the Engineer. Payment for such extra work will be made as hereinafter provided. B-5 CONTROL or THE WORK AND MATERIALS: B-5-1 Authority of the City Engineer: All work shall beerforme p d under the supervision of the City Engineer in a workmanlike manner and to his satisfaction. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, sequence of the construction, interpretation of the plans and specifications, acceptable 1: fulfillment of the contract, compensation, mutual rights between Contractors under these specifications and suspension of the work. He shall determine the amount and quality of the work performed and materials furnished, and his decisions and estimates shall be final. His estimate in such event shall be a condition precedent to the right of the Contractor to receive money due him under the contract. B-5-2 Authority and Duty of Engineers or Inspectors: The City Engineer may appoint Engineers and/or Inspectors as assistants to inspect all work done and material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication or manufacture of the materials to be used. The Engineer or Inspector will not be authorized to 1: revoke, alter, expand, relax, or waive any requirements of the ' contract documents. The Engineer or Inspector will keep a record of the progress of the work and the manner in which it is being performed and inform the City Engineer of same. He is authorized to call to the attention of the Contractor any deficiency of the work or of materials to conform to the contract documents; however, failure to do so shall not constitute acceptance of said work. The Contractor shall furnish the Engineer with every reasonable facility for 1: ascertaining whether or not the work performed was in accordance with the requirements and intent of the plans and specifications. The Engineer or Inspector shall in no case act as foreman or supervisor or 1: perform other duties for the Contractor nor interfere with the management of the work by the latter. Any advice which the Engineer or Inspector may give the Contractor shall in no way be construed as binding to the City or release the Contractor from fulfilling all the terms of the contract. The Engineer or Inspector shall have the authority to reject materials or suspend the work until any questions at issue can be referred to and decided by the City Engineer. If the Contractor refuses to suspend operations on verbal order, the Engineer or Inspector shall issue a written order giving the reason for suspending the work. After delivering the order to the person in charge, the Engineer or Inspector shall immediately leave the job site. Work done during the 1: absence of the Engineer or Inspector under these circumstances will not be accepted or paid for. (rev. Nov/94) C: PAGE 11 OF 29 B-5-3 Conformity with Plans: i All work shall conform to the lines, grades, cross-sections, and dimensions shown on the plans. Any deviation from the plans which may be required by the exigencies of construction will be determined by the City Engineer and authorized by him in writing. B-5-4 Existing Structures: The plans show the location of all known surface and subsurface structures. However, the location of many gas mains, water mains, conduits, sewers, etc. is unknown, and the City assumes no responsibility for failure to shown any or all11 of these structures on the plans or to show them in their exact location. It is mutually agreed such failure will not be considered sufficient basis for claims for additional compensation for extra work in any manner whatsoever unless the obstruction encountered is such as to necessitate substantial changes in the lines or grades or requires the building of special work for which no provision is made in the plans and which is not essentially subsidiary to some item of work for which provision is made. It is assumed that, as elsewhere provided, the 11 Contractor has thoroughly inspected the site, is informed as to the correct location of surface structures, has included the cost of such incidental work in the prices bid, and has considered and allowed for all foreseeable incidental work due to variable subsurface conditions, whether such conditions and such work are fully and properly described on the plans or not. Minor changes and variations of the work specified and shown on the plans shall be expected by the Contractor and allowed for as incidental to the satisfactory completion of a whole and functioning work or improvement. B-5-5 Coordination of Plans, Specifications, Proposal and Special Provisions: The plans, general provisions, proposal, special provisions, standard specifications and all supplemental documents are intended to describe a complete work and are essential parts of the contract. A requirement occurring in any of them is binding. In case of discrepancies, figured dimensions shall govern over scale dimensions; plans shall govern over specifications; special provisions shall govern over both general and standard specifications; and plans and quantities shown on the plans shall govern over those shown in the proposal. The II Contractor shall not take advantage of any apparent error or omission in the plans and specifications, and the City Engineer shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the plans and specifications. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this to the attention of the Engineer. B-5-6 Cooperation of Contractor: The Contractor will be supplied with three (3) copies of the plans and specifications. The Contractor shall have available on the work at all times one copy of said plans and specifications. The Contractor shall give to the work the consistent attention necessary to facilitate the progress thereof, and he shall cooperate with the City Engineer, his authorized representatives, and with other contractors in every way possible. The Contractor shall provide a competent superintendent on the work at all times who is fully authorized as his agent on the work. Such superintendent shall be capable of reading and understanding the plans and specifications and shall receive and fulfill instructions from the City Engineer or his authorized representatives. The Contractor shall provide all facilities to enable the Engineer or Inspector to inspect the workmanship and materials entering into the work. On marine work, the Contractor shall furnish motorboat transportation as required by the Engineer for the purpose of inspecting the work. The superintendent shall keep the City Engineer or his 11 representative informed of the work he is planning to do and the work schedule. (rev. Nov/94) PAGE 12 OF 29 C B-5-7 Construction Staking: 1: The Engineer will furnish the Contractor with lines, grades, and measurements necessary for the proper prosecution and control of the work contracted for under these specifications. Such stakes or markings as the Engineer may establish either for his own use or the Contractor's guidance shall be preserved by the Contractor until authorized by the Engineer to remove same. Unnecessary destruction of stakes shall not be allowed by the Contractor. The Contractor shall be bound to examine the stakes set and check the lines and grades thus set 1: against the plans and profiles, and shall be accountable particularly that gutters, structures, and pipes which drain in a certain direction on the plans do so drain when constructed. B-5-8 Source of Supply of Materials: The materials shall be the best procurable as required by the plans, specifications, and special provisions. The Contractor shall not start delivery of materials until the Engineer has approved the source of supply. Only material conforming to these specifications shall be used, only after written approval has been given by the Engineer, and only so long as the quality of said materials 1: remains equal to the requirements of the specifications. The Contractor shall furnish approved materials from other sources if for any reason the product from any source at any time before commencement or during the prosecution of the work proves unacceptable. After approval, any material which has become mixed with or 140 coated with dirt or any other foreign substances during its delivery and handling will not be permitted to be used in the work. New material is required unless otherwise specially provided in the plans and specifications. 1: B-5-9 Samples and Tests of Materials: Where, in the opinion of the Engineer or as called for in the specifications, 1: tests of material are necessary, such tests will be made at the expense of the City unless otherwise provided. The failure of the City to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to the specifications. Tests, unless otherwise 1: specified, will be made in accordance with the latest methods of the American Society for Testing Materials. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made. The 1: Contractor shall furnish adequate samples without charge. B-5-10 "Or Equal" Clause: 1: All bids shall be based on the specified products. Where two or more products are specified for an item of work, either one thereof is acceptable and the choice is left to the Contractor. Where only one product is specified, and where the term "or approved equal" or similar wording is used in connection with 1: specified products, the Contractor may, if he so desires, offer for consideration a substitute product which he judges to be equal in every respect to the required product. When a specific process is specified as well as a guarantee of the results, the Contractor shall, if in his judgement the process may not produce the required result, offer for approval an alternative process which he would guarantee. All such offers shall be made in writing to the Engineer after award of contract. The Contractor shall furnish to the Engineer with the first submittal sufficient drawings, specifications, samples, performance data, and other information necessary to assist the Engineer in determining whether the proposed [: substitution is acceptable. The burden of proof shall be upon the Contractor. No consideration will be given to incomplete submittals. Substitutions must be approved in writing before they may be used. B-5-11 Storage of Materials: (rev. Nov/94) [. PAGE 13 OF 29 I Materials shall be stored so as to insure the preservation of their quality and fitness for the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. Particular attention is directed to the storage or structural steel and reinforcing steel, which shall not be stored on the ground. B-5-12 Removal of Defective and Unauthorized Work: All work which has been rejected or condemned shall be repaired, or if it cannot be repaired satisfactorily, it shall be removed and replaced at the Contractor's expense. Defective materials shall be immediately remove from the site of the work. Work done without line and grade having been given, work done beyond the lines or not in conformity with the grades shown on the plans or as given, save as herein provided, work done without proper inspection, or any extra or unclassified work done without written authority and prior agreement in writing as to prices shall be done at the Contractor's risk and will be considered unauthorized and, at the option of the Engineer, may not be measured and paid for and may be ordered removed at the Contractor's expense. Upon failure of the Contractor to repair satisfactorily or to remove and replace rejected, unauthorized, or condemned work or materials immediately after receiving notice from the Engineer, the Engineer will, after giving written notice to the Contractor, have the authority to cause defective work to be remedied or removed and replaced or to cause unauthorized work to be removed, and to deduct the cost thereof from any monies due or to become due the Contractor. B-5-13 Final Inspection: The Engineer will make final inspection of all work included in the contract as soon as practicable after the work is completed and ready for acceptance. If the work is not acceptable to the Engineer at the time of such inspection, he will inform the Contractor as to the particular defects to be remedied before final acceptance will be made. Previous inspection by the Engineer or his representatives during the course of the work shall not be interpreted as approval or acceptance of work or materials which on final inspection are found to be defective or note in accordance with the contract and its duly authorized modifications. B-5-14 Warranty Inspection: Forty-five (45) to sixty (60) days prior to the expiration of the maintenance 11 guaranty period as specified in the contract documents, a warranty inspection will be made. The Contractor may be notified when this examination will be made so that he or his representatives may be present. Within the maintenance guaranty period, the Contractor when ordered by the Engineer, shall repair, replace or rebuild such portions which are found to be faulty because of materials or workmanship. The Contractor shall begin the remedial work within ten (10) calendar days of written order by the Engineer. In case the Contractor does not start remedial work within the above time limit, or in case of an emergency condition caused by faulty work, the City may take remedial action and charge the cost thereof against the Contractor and/or his 11 surety. B-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY: 11 B-6-1 Laws to be Observed: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any manner affect the conduct (rev. Nov/94) PAGE. 14 OF 29 C of the work and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No pleas of misunderstanding or ignorance thereof will be considered. The Contractor and his surety shall indemnify and save harmless the City and all its officials, agents, and employees 1: against any claims or liability arising from or based on the violation of any such law, ordinance, regulation or order, whether by himself or his employees. 1: 1: B-6-2 Permits and Licenses: The Contractor shall procure all legally required building, plumbing, electrical and other permits and licenses, pay all charges and fees (except City fees) , give all notices necessary and incidental to the due and lawful prosecution of the work, and arrange for all building, plumbing, electrical or other inspections as appropriate. 1: B-6-3 Patented Devices, Materials and Processes: If the Contractor is required or desires to use any design, device, material or process covered by letters, patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. It is mutually agreed and understood that, without exception, contract prices shall include all royalties or costs arising from patents, trademarks and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the 1: City from any and all claims for infringement by reason of the use of any such patented design, device, material or process or any trademark or copyright in connection with the work agreed to be performed under this contract and shall indemnify the City for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. 1: B-6-4 Sanitary Provisions: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to 1: prevent the inception and spread of infection or contagious diseases and to prevent effectively the creation of a nuisance about the work or any property either public or private, and such regulations as are required by the Engineer shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as will be approved by the Engineer, and their use shall be strictly enforced by the Contractor. All sanitary laws and regulations 1: of the State of Texas and the City of Corpus Christi shall be strictly complied with. 1: B-6-5 Public Convenience and Safety: Materials stored about the work shall be so placed and the work shall at all times be so conducted as to cause no greater obstruction to the traveling public 1: than is considered necessary by the Engineer. The Contractor shall, upon direction of the Engineer, make provisions by bridges or otherwise at sidewalks and private driveways for the free passage of pedestrians and vehicles provided that, where bridging is impracticable or unnecessary in the opinion of the Engineer, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, provide all material and perform all work necessary for the construction and maintenance of roadways and bridges. Sidewalks must not be obstructed except by special permission of the 1: Engineer. The materials excavated and the construction materials or plant used in the construction of the work shall be placed so as not to endanger the work or (rev. Nov/94) PAGE 15 OF 29 prevent free access to all fire hydrants, water valves, gas valves, manholes for telephone, telegraph, signal or electric conduits, sanitary or storm sewers, and fire alarm or police call boxes in the vicinity. The City reserves the right to remedy any neglect on the part of the Contractor as regards the public convenience and safety which may come to its attention after twenty-four hours' notice in writing to the Contractor except in case of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done by the City shall be deducted from monies due or to become due the Contractor. The Contractor shall notify the Fire and Police Division Headquarters when any street is closed or obstructed. Where the Contractor is required to construct temporary bridges or make other arrangements for crossings over ditches or streams, his responsibility. for accidents shall include the roadway approaches as well as the structures of such crossings. The Contractor shall mark all detours as directed by the Engineer so that the entire route of the detour is designated, such markings to be by neat and workmanlike signs large enough and so painted and so placed as to be clearly visible. 11 B-6-6 Privileges of Contractor in Streets, Alleys and Right-of-Way: For the performance of the contract, the Contractor will be permitted to occupy such portions of streets or alleys, or other public places or other right-of-way, as provided for in the ordinances of the City, as shown on the plans or as permitted by the Engineer. A reasonable, amount of tools, materials and equipment 11 for construction purposes may be stored in such space but not more than is necessary to avoid delay in the construction. Excavation and waste materials shall be piled or stacked in such a way as not to interfere with spaces that may be designated to be left free and unobstructed. Other Contractors of the City may, for all purposes be required by their contracts, enter upon the work and premises used by the Contractor, and the Contractor shall give to other contractors of the City all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. B-6-7 Railway Crossings: Where the work encroaches upon any right-of-way of any railway, the City will 11 secure the necessary easement for the work. Where railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to methods of doing the work or precautions for safety of property and the public. All negotiations with the railway company, except for right-of-way, shall be made by the Contractor. The railway company shall be notified by the Contractor not less than five (5) days previous to time of his intentions to begin the work. The Contractor will not be paid direct compensation for such railway crossing but shall receive only the compensation for such railway crossing as set out in the proposal. B-6-8 Traffic Control Devices: Where the Contractor's operations are carried on in or adjacent to any public right-of-way or public place and which, in the opinion of the City Engineer, 11 interferes with normal vehicular and pedestrian traffic, the Contractor shall take appropriate measures to protect persons, property and the work. Such measures shall include but not be limited to barricades, lights, signs, fences, flagmen, and watchmen. Such measures shall be taken to exclude or route pedestrian and vehicular traffic around the work and area of operations. Barricades, lights, signs and flagmen shall be utilized in accordance with the Uniform Barricading Standards and Practices as adopted by the City. The Contractor shall be responsible for all damages to persons, property and the work occasioned by his operations and said responsibility shall not cease until the project has been accepted by the City. I/ (rev. Nov/94) PAGE 16 OF 29 C B-6-9 Use of Explosives: 1: Should the Contractor elect to use explosives in the prosecution of the work, the utmost care shall be exercised so as not to endanger life or property. The City shall not be held liable for damages done by the Contractor in the use of explosives. The Contractor shall notify the proper representatives of any public service corporation, any company or any individual not less than eight (8) hours in advance of the use of explosives which might damage or endanger their or his property along or adjacent to the work. Wherever explosives are stored or kept, they shall be stored in a safe and secure manner, and all storage places shall be 1: plainly marked "DANGEROUS EXPLOSIVES" and shall be under the care of a competent watchmen at all times. B-6-10 Protection and Restoration of Property: 1: Where the work passes over or through private property, the City will provide such right-of-way. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, bridges, pavements, driveways, sidewalks, etc., to all water, sewer and 1: gas lines; to all conduits, to all overhead pole lines, or appurtenances thereof; and to all other public and private property along or adjacent to the work. The Contractor shall be responsible for all damage or injury to the property of any character resulting from any act, omission, neglect or misconduct in the 1: execution of the work or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition similar to equal to that existing before such damage or injury was done by repairing, rebuilding or otherwise restoring as may be 1: directed, or he shall made good such damage from injury in a manner acceptable to the owner or the Engineer. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Engineer may, after forty-eight (48) hours written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild or otherwise restore such property as may be determined necessary, and the cost thereof will be deducted from any monies due or to become due the 1: Contractor under his contract. B-6-11 Responsibility for Damage Claims: 1: The Contractor shall not commence work under this contract until he has obtained all insurance required herein and such insurance has been approved by the City. until all Tshinracntull owofanythe ubsbrrcommence enwosrok 1: obtained. ha Within ten (10) calendar days after the date the City requests that the 1: Contractor sign the contract documents, the Contractor shall furnish the City with certificates of insurance evidencing that the Contractor has obtained insurance coverage of the types more particularly described below in parts (a) through (e) of this section. (For self-insured workers' compensation coverage, other documents, specified hereafter, may be substituted for the certificate of 1: insurance just described) . The workers' compensation insurance policy need not list the City as an additional insured. Additionally, all certificates of insurance shall state the name of the project in the "Description of Operations" 1: section of such certificate. These certificates and any subsequent insurance certificates in connection with this particular contract shall be delivered to the offices of the City Engineer. The Certificates of Insurance shall state that ten (10) days written notice will be given the City before any policy covered 1: thereby is changed or canceled and shall show the following minimum coverage in an insurance company acceptable to the City. The City reserves the right to modify minimum limits based upon the nature and scope of the work. The Contractor agrees to comply with the Supplemental Insurance Requirements stated in the "Special Provisions" section of this contract. (rev. Nov/94) PAGE 17 OF 29 (a) General Liability, including Commercial General Form; Premises - Operations; Explosion & Collapse Hazard; Underground Hazard; Products/Completed Operations Hazard; Contractual Insurance, with an endorsement on the face of the certificate that it includes the "Hold Harmless" in the last paragraph of this provision; Broad Form Property Damage; Independent Contractors; and Personal Injury: MINIMUM INSURANCE COVERAGE Bodily Injury and Consequent Death $300,000 Per Person Bodily Injury and Consequent Death $500,000 Each Occurrence Property Damage $100,000 Each Occurrence (b) Automobile Liability - Owned, Nonowner or Rented: MINIMUM INSURANCE COVERAGE Bodily Injury and Consequent Death $100,000 Per Person Bodily Injury and Consequent Death $300,000 Each Occurrence Property Damage $100,000 Each Occurrence (c) Workers' Compensation and Occupational Diseases: The Contractor shall obtain worker's compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance 11 with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Contractor sign the contract documents, the Contractor shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage as well as a letter, signed by the Contractor, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the 11 City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Contractor shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P.O. Box 9277, Corpus Christi, Texas 78469 - Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed11 insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all worker' compensation obligations incurred by the Contractor will be promptly met. I/ (d) Employer's Liability: Minimum Insurance Coverage - $100,000 Per Person 11 (e) Builder's Risk Insurance Coverage: Contractor will be responsible for providing builder's risk insurance coverage for the term of the contract up to and including the date the City 11 finally accepts the project or work. Builder's risk coverage shall be an "All Risk" form. The policy shall be a completed value form. The Contractor shall provide such builder's risk coverage as indicated in the Special Provisions, which is estimated to be the value at completion of the real or personal property to be constructed, repaired or otherwise improved under the contract. (rev. Nov/94) PAGE 18 OF 29 C Contractor shall be responsible for paying all costs necessary to procure such builder's risk insurance coverage, including any deductible. The City shall be named an additional insured on any policies providing such insurance coverage. In the event of accidents of any kind, the Contractor shall furnish the City with copies of all reports such accidents at the same time that the reports are forwarded to any other interested parties. It shall be the Contractor's primary responsibility for immediately notifying the carriers of any or all insurance under this contract in the event of a known loss or claim presented to the 1: Contractor by the City or a third party. Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen 1: 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 other person indemnified hereunder. 1: B-6-12 Contractor's Claim for Damages: 1: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the City, he shall, within three (3) days after sustaining such alleged damage, make a written statement to the City Engineer, setting out in detail the nature of the alleged damage; and on or before the 1: twenty-fifth (25th) day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the City Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the City Engineer access to all books of accounts, receipts, 1111 vouchers, bills of lading and other books or papers containing any evidence as to the amount or such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived and he shall not be entitled to payment on account of such damage. B-6-13 Public Utilities and Other Property to be Changed: In case it is necessary to change or move, the property shall not be moved or 1: interfered with until ordered to do so by the Engineer, unless the plans or specifications show that such work is to be done by the Contractor. The right is reserved to the owner of public utilities to enter upon the limits of the contract for the purpose of making such changes or repairs of their property that may be necessary by performance of the contract. The City reserves the right of entering upon the limits of the contract for the purpose of repairing or relaying sewer, gas and water lines and appurtenances, repairing structures, etc., and 1: making other repairs, changes or extensions to any City property. B-6-14 Temporary Sewer and Drain Connections: When existing sewers have to be taken up or removed, the Contractor shall, at his cost and expense, provide and maintain temporary outlets and connections for all private or public drains or sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers; and for this purpose, he shall provide and maintain, at his own expense, adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own expense, shall construct such troughs, pipes or other structures necessary and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such time as the permanent connections are built and in service. The existing sewers and connections shall be kept in service and maintained under the contract except where specified or ordered to be 1: abandoned by the Engineer. All water or sewage shall be disposed of in a (rev. Nov/94) 1: PAGE 19 OF 29 1 satisfactory manner so that no nuisance is created and so that the work under construction will adequately be protected. B-6-15 Arrangement and Charge for Water Furnished by the City: Where the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the City of Corpus Christi, Department of Public Utilities for so doing. However, this in no way obligates the City to provide water. B-6-16 Use of Fire Hydrants: No person shall open, turn off, interfere with, attach any pipe or hose to, or connect anything with any fire hydrant, stop valve or stop cock, or tap and water main belonging to the City unless duly authorized to do so by the City of Corpus Christi, Water Division Superintendent. 11 B-6-17 Use of a Section or Portion of the Work: Wherever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these specifications or the contract pending final completion and acceptance of the work; all necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship or to operations of the Contractor, shall be performed by the Contractor at his own cost and expense. B-6-18 Separate Contracts: The City reserves the right to make essential installation of items not included in the contract prior to acceptance of the project from the Contractor. Within this right, the City may let other contracts or may do such work with its own materials and labor forces. The City, in reserving this right, warrants that it will cooperate with the Contractor's forces and goals. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other contractor or company or by City employees. The Contractor shall cooperate to the end that the City may realize a complete functioning of the project on the date of Final Acceptance. B-6-19 Contractor's Responsibility for the Work: Until written acceptance by the Engineer, as provided for in these specifications, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any other cause1/ whatsoever, whether arising from the execution or non-execution of the work. The Contractor shall rebuild, repair, restore and make good, at his own cost and expense, all injuries or damages to any portion of the work occasioned by any of the hereinabove causes. B-6-20 No Waiver of Legal Right: Inspection by the Engineer, any order, measurement, quantity or certificate by the Engineer; any order by the City for payment of money; any payment for or acceptance of any work; or any extension of time; or any possession taken by the City shall not operate as a waiver of any provisions of the contract or any power 11 therein reserved to the City of any rights or damages therein provided. Any waiver of any breach of contract shall not be held to be waiver of any other or subsequent breach. The City reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the contract and specifications. The City reserves the right I/ (rev. Nov/94) PAGE 20 OF 29 C to claim and recover by process of law sums as may be sufficient to correct any error or make good any deficiency in the work resulting from such error, dishonesty or collusion, upon the conclusive proof of collusion or dishonesty by the Contractor or his agents and the Engineer or his assistants, discovered in the work after the final payment has been made. 1: B-6-21 Indemnification and Hold Harmless: 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 C: done under the contract or in connection therewith by the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or the operations or activities of the Contractor or any subcontractor, supplier, materialman, or their officials, employees, agents, or 1: consultants. 1: B-6-22 Tax Exemption Provision: Contracts awarded by the City of Corpus Christi qualify for exemption pursuant to the provision of Article .20.04 (H) of the Texas Limited Sales, Excise and Use Tax Act. The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of this 1: contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's Ruling #95-0.07. Any such exemption certificate issued by the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's Ruling #95-0.09 as amended to be effective October 2, 1968. B-7 PROSECUTION AND PROGRESS: 1: B-7-1 Subletting the Work: The Contractor shall perform with his own organization and with the assistance of workmen under his immediate superintendence, work of a value not less than fifty percent (50%) of the value of all work embraced in the contract exclusive of items not commonly found in contracts for similar work or which require highly-specialized knowledge, craftsmanship and/or equipment not ordinarily available in the organizations of Contractors performing work of the character embraced in the contract. No portion of the work covered by these specifications and contract, except contracts for purchase and delivery of materials, shall be sublet without written permission of the City. If the 1: Contractor sublets any part of the work to be done under his contract, he will not, under any circumstances, be relieved of his responsibility and obligations. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees and/or workmen and shall be 1: subject to the same requirements as to character, competency, wages and hours. The City will not recognize any subcontractor on the work. The Contractor shall, at all times when the work is in operation, be represented either in person or by a qualified superintendent or other designated representative. C: B-7-2 Assignment of Contract: The Contractor shall not assign, transfer, convey or otherwise dispose of the contract or his right, title or interest in or to the same, or any part thereof, without the previous consent of the City Council and concurred in by the sureties. If the Contractor does without such previous consent assign, transfer, 1: convey or otherwise dispose of the contract or of his rights, title or interest therein, or any part thereof to any persons, partnership, company, firm or (rev. Nov/94) C: PAGE 21 OF 29 1 corporation, or by bankruptcy, voluntary or involuntary, or by assignment under. the insolvency laws of any state, attempt to dispose of the contract or make default in or abandon said contract, then the contract may, at the option of the City, be revoked or annulled, unless the sureties shall successfully complete said contract; and any monies due or to become due under said contract shall be retained by the City as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. B-7-3 Prosecution of the Work: Prior to beginning construction operations, the Contractor shall submit to the Engineer a chart or brief of his work schedule outlining the manner and sequence of prosecution of the work that he intends to follow in order to complete the contract within the allotted time. Whenever, during the course of the work, this planned sequence and/or method must be revised, such revision shall be submitted in writing to the Engineer. The Contractor shall begin the work to be performed under this contract within the time limit stated in the Agreement and shall conduct the work in such a manner and with sufficient equipment, materials and labor as is necessary to insure its completion within the time limit. The sequence of all construction operations shall be at all times as directed be or approver by the Engineer. 11 Such direction or approval by the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the contract. Should the prosecution of the work be discontinued by the Contractor, he shall notify the Engineer at least twenty-four (24) hours in advance of resuming operations. B-7-4 Limitation of Operations: The work shall be so conducted as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closes or is carrying on operations on a greater portion of the street or public way than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the sections on which work is in progress before operations are started on any additional section. B-7-5 Character of Workmen and Equipment: 11 Local labor shall be used by the Contractor if available. The Contractor may bring in from outside the City his key employees and superintendent. All other employees, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ such superintendents, foremen, and workmen as are careful and competent and the Engineer may demand the dismissal of any person or 11 persons employed by the Contractor in, about or on the work who shall misconduct himself or be incompetent or negligent in the proper performance of his or their duties or neglect or refuse to comply with the directions of the Engineer, and such person or persons shall not be employed thereon again without the written consent of the Engineer. All workmen shall have sufficient skill and experience to perform properly the work assigned them. The Contractor shall furnish such equipment as is considered necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools 11 and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory working condition. Equipment on any portion of the work shall be such that no injury to the work or adjacent property will result from its use. B-7-6 Working Hours: Work shall be done only during the regular and commonly accepted and prescribed working hours. No work on any unit of this contract shall be performed before 7 a.m. , or after 6 p.m., or on Sunday, or on a regular holiday as listed in the definitions, unless special permission is given in writing by (rev. Nov/94) PAGE 22 OF 29 the Engineer. Excepted from the preceding shall be the setting of flashers, maintenance of barricades, wetting of concrete curing mats, and such measures as the Contractor must take to protect life and property, as are of an emergency nature and not merely extensions of the regular working day. Attention is directed to the definition for contract time. 1: B-7-7 Time of Commencement and Completion: The Contractor shall commence the work within the time specified, and the 1: rate of progress shall be such that the whole work will be performed and the premises cleaned up in accordance with the contract, plans and specifications within the time limit specified in the contract unless an extension of time be made in the manner hereinafter specified. B-7-8 Extension of Time of Completion: The Contractor shall be entitled to an extension of time as provided herein only when claim for such extension is submitted to the City in writing by the Contractor within seven (7) days from and after the time when any alleged cause of delay shall occur, and then only when such claim is approved by the City. In 1: adjusting the contract time for the completion of the project, unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including but not restricted to inability to obtain supplies and materials, acts of God, or the public enemy, acts of the owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, unusually severe weather conditions (weather which is beyond the normal weather recorded and expected for the season or seasons of the year in the records of the National Oceanic and Atmospheric Administration's Climatic Data Center) , or delays of subcontractors due to such causes; all provided that actual stoppage of work ensues and no fault 1: of the Contractor is involved. If the satisfactory execution and completion of the contract should require 1: work and materials in a greater amount, or quantities, than those set forth in the contract, then the contract time shall automatically be increased the same proportion as the cost of the additional work bears to the cost of the original work contracted for. No allowance will be made for delays or suspension of the 1: prosecution of the work due to the fault of the Contractor. B-7-9 Computation of Contract Time for Completion: 1: For the purpose of computation, the contract time shall begin with the tenth (10th) calendar day after the date of the written authorization by the City Engineer to begin work, or such earlier date as work, other than the delivery of 1: . materials, is actually commenced. The Engineer shall furnish the Contractor a monthly statement showing the days (calendar or working) charged during the month. If no protest as to the 1: correctness of the statement is filed within seven (7) days by the Contractor, the statement will stand. Contract time shall be charged as described under the definition thereof. 1: B-7-10 Failure to Complete on Time: The time of completion is the essence of the contract. For each day 1: (calendar or working) that any work shall remain uncompleted after the time specified in the time specified in the proposal and contract, or the increased time granted by the City, or as automatically increased by additional work or materials ordered after the contract is signed, a sum per day will be deducted from the monies due the Contractor, not as a penalty but as liquidated damages. This sum of liquidated damages per day will be as shown in the special provisions, proposal or elsewhere in the contract documents. L (rev. Nov/94) C: PAGE 23 OF 29 The sum of money thus deducted for such delay, or noncompletion is not to be considered as a penalty but shall be deemed, taken and treated as reasonable liquidated damages since it would be impracticable and extremely difficult to fix the actual damages, with such sums of money to be deducted from Contractor's monies at the time or times such damages begin to occur, thence to the completion of construction. B-7-11 Suspension by Court Order: The Contractor shall suspend such part or parts of the work ordered by the Court, and will not be entitled to additional compensation by virtue of such Court Order. Neither will he be liable to the City in the event and for the time the work is suspended by Court Order. B-7-12 Temporary Suspension: The Engineer shall have the authority to suspend the work wholly or in part for such period or periods as he may deem necessary due to unsuitable weather conditions as are considered unfavorable for the suitable prosecution of the work. If it should become necessary to stop work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily or become damaged in any way, and he shall 11 take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work and erect temporary structures where necessary. The Contractor shall not suspend work without written authority from the Engineer and shall proceed with work promptly when notified by the Engineer to resume operations. B-7-13 Suspension of Work and Annulment of Contract: 11 The work or any portion of the work under contract shall be suspended immediately on written order of the City Engineer or the City Manager, a copy of such notice to be served on the Contractor's sureties, or the contract may be annulled by the City for any good cause or causes, among others of which special reference is made to the following: (a) Failure of the Contractor to start the work within the specified 11 number of calendar days from the date of written notice by the City to. begin the work. (b) Substantial evidence that the progress of the work being made by the Contractor is insufficient to complete the work within the specified time. (c) Failure of the Contractor to provide sufficient and proper equipment for properly executing the work. (d) Substantial evidence that the Contractor has abandoned the work. (e) Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work. (f) Deliberate failure on the part of the Contractor to observe any requirements of these specifications or to comply with any orders given by the Engineer as provided for in these specifications. 11(g) Failure of the Contractor to promptly make good any defects in materials or workmanship, or any defects of any nature, the correction of which has been directed in writing by the Engineer. 11 (h) Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of the work under contract. (rev. Nov/94) PAGE 24 OF 29 L When the work is suspended for any of the causes itemized above or for any 1: other cause or causes, the Contractor shall discontinue the work or such part thereof as the City shall designate, whereupon the sureties may, at their option, assume the contract or that portion thereof which the City has ordered the Contractor to discontinue, and may perform the same, or may, with the written consent of the City, sublet the work or that portion of the work so taken over, provided however that the sureties shall exercise their option, if at all, within two (2) weeks after the written notice to discontinue the work has been served upon the Contractor and upon the sureties or their authorized agents. The sureties in such event shall assume the Contractor's place in all respects, and shall be paid by the City for all work performed by them in accordance with the terms of the contract. All monies remaining due the Contractor at the time of his default shall thereupon become due and payable to the sureties as the work progresses, subject to all the terms of the contract. In case the sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract or that portion thereof which the City has ordered the Contractor to discontinue, then the City shall have the power to complete by 1: contract or otherwise as it may deem necessary; and the Contractor hereto agrees that the City shall have the right to take possession of and use any of the materials, plant, tools, equipment, supplies and property of every kind provided by the Contractor for the purpose of his work and to procure other tools, 1: equipment and materials for the completion of the same, and to charge to the account of the Contractor the expenses of said contract or labor, materials, tools, equipment and expenses incidental thereto. The expense so charged shall be deducted by the City out of such monies as may be due or may at any time thereafter become due the Contractor under and by virtue of the contract or any part thereof. The City shall not be required to obtain the lowest bid for the work of completing the contract, but the expenses to be deducted shall be the actual cost of such work. In case such expense is less than the sum which would have been payable under the contract if the same had been completed by the Contractor, then in such case, the City may pay to the Contractor the difference in cost provided that the Contractor shall not be entitled to any claim for damages or for loss of anticipated profits; in case such expense shall exceed the amount which would have been payable under the contract if the same had been completed by the Contractor, then the Contractor and his sureties shall pay the amount of such excess to the City on notice from the City of the excess due. When any particular part of the work is being carried on by the City by contract 1: or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the contract, and in such manner as not to hinder or interfere with the performance of workmen employed as above provided by the City. B-7-14 Termination of Contract: The contract will be considered fulfilled, saved as provided in any maintenance stipulations, bond or by law, when all the work has been completed, the final inspection made by the Engineer, and final acceptance and final payment made by the City. B-7-15 No Intent to Benefit Third Parties Notwithstanding anything contained in this Agreement to the contrary, nothing in this Agreement, expressed or implied, is intended to confer on any person other than the parties hereto or their respective heirs, successors, executors, administrators and assigns any rights, remedies, obligations or liabilities under or by reason of this Agreement. B-8 MEASUREMENT AND PAYMENT: 1: B-8-1 Measurement of Quantities: The determination of quantities of work acceptably completed under the terms of the contract, or as directed by the Engineer in writing, will be made by the Er Engineer, based on measurements made by the Engineer. These measurements will be (rev. Nov/94) (: PAGE 25 OF 29 I taken according to the U.S. Standard Measurements, used in common practice, and will be the actual length, area, solid contents, numbers and weight. It is pointed out that inclusion in the standard construction specifications of paragraphs describing methods of measurement and payment is not intended to imply that separate payments shall be made under each such standard specification. The units for which payment shall be made are those stated in the proposal. B-8-2 Unit Price: Where in the proposal form a "Unit Price" is set forth, the "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, appliances, plant and equipment appurtenant to and necessary for construction in every detail and the completion in a first class, workmanlike manner of all the work to be done under these specifications. The "Unit Price" shall also include all permanent protection of overhead, surface and underground structures, cleaning up, finish, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements, delay, profit, injuries, damages, claims and all other items not specifically mentioned that may be required to construct fully each item of the work complete in place. B-8-3 Scope of Payment: The Contractor shall receive and accept the compensation, as herein provided, 11 in full payment for furnishing all labor, tools, materials, equipment and incidentals; for performing all work contemplated and embraced under the contract; for all lose or damage arising out of the nature of the work or from the action of the elements; for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work and before its final acceptance by the Engineer; for all risks of whatever description connected with the prosecution of the work; for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the work as herein specified; for any infringement of patents, trademarks or copyrights; and for completing the work in an acceptable manner according to the plans and specifications. The payment of any current or partial estimate prior to final acceptance of the work !I by the City shall in no way constitute an acknowledgement of the acceptance of the work nor in any way prejudice or affect the obligation of the Contractor to repair, correct, renew, or replace, at his expense, any defects or imperfections in the construction or in the strength or quality of the materials used in or about the construction of the work under contract and its appurtenances, nor any damage due or attributed to such defects, imperfections or damage shall have been discovered on or before the final inspection and acceptance of the work. 11 The Engineer shall be the sole judge of such defects, imperfections or damage; and the Contractor shall be liable to the City for failure to correct the same as provided herein. 11 B-8-4 Payment for Extra Work: Extra work authorized and approved by the City Engineer and performed by the 11 Contractor will be paid for in the manner hereinafter described, and the compensation thus provided shall be accepted by the Contractor as payment in full for all labor, material, tools, equipment and incidentals and all superintendents' time and timekeepers' services, all insurance, bond and all other overhead expenses incurred in the prosecution of the extra work. Payment for extra work will be calculated on one of the following basis, subject to all other conditions of the contract: 11 (a) By unit prices agreed on in writing by both parties, payment to be for the quantity actually installed as finally measured. (b) By a lump sum price agreed on in writing by both parties. (rev. Nov/94) PAGE 26 OF 29 C (c) By actual field cost of the work plus fifteen percent (15%) as described herein below, agreed on in writing by both parties. In the event extra work is to be performed and paid for under this method, the actual field cost of the work will include the cost 1: of all workmen, foremen, timekeepers, mechanics and laborers, and materials, supplies, trucks, rental or machinery equipment, only for the time actually employed or used on such extra work, plus all power, fuel, lubricants, water and similar operating expenses, and a rateable proportion of premiums on Performance and Payment Bonds, public liability and Workmen's Compensation and all other insurance required by law or ordinance. The Engineer will direct the form in which the accounts or actual field cost will be 1: kept and will specify in writing the methods of doing the work, and the type and kind of machinery and equipment to be used, and shall have authority to suspend such extra work if in his judgement it is being conducted in a manner wasteful of materials, equipment, or labor, or is not being prosecuted in an efficient manner. The fifteen percent (15%) of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. The Contractor shall give the Engineer access to all accounts, bills, invoices and vouchers relating thereto. In the event agreement cannot be reached on method or prices of payment for extra work, the City reserves the right to enter on the job with its own forces or to hire other contractors to perform such extra work. 1: B-8-5 Policy on Extra Work and Chancre Orders: The City Council of the City of Corpus Christi has adopted the following Construction Change Order Policy which will be applicable to all City construction projects, and the Contractor is hereby advised to be so guided in the proceeding with any item of work which he considers to be extra work: (a) All change orders require written quotations and must be approved in writing by the Contractor and the City Engineer or his representative prior to the work being done. (b) All change orders in involving an expenditure of $10,000.00 or more must be approved by the City Council. (c) The City Manager, or duly authorized Assistant City Manager, has authority to approve change orders between $5,000.00 and $10, 000.00. The City Manager may authorize change orders in excess of this amount only in emergency situations where undue delays could cause damages, either physical or monetary, to the City, Contractor, or general public. However, final approval must be 1: granted by the City Council. (d) The City Engineer has authority to issue change orders up to $5,000.00. (e) The total amount of all change orders to a contract shall not exceed 25% of the original contract price. Contractors are advised that the City is under no obligation to appropriate change order(s) which have not been prepared and executed as stated herein. The addition of items of work covered by unit prices may be performed without written change orders unless the quantity and cost of such work, in the Engineer's opinion, require such written change orders, in which event the Contractor will be so notified. 1: B-8-6 Partial Estimates: (rev. Nov/94) C: PAGE 27 OF 29 After the twenty-fifth (25th) day of the month and at the Contractor's request, the Engineer will make an approximate estimate of the value of the work done during the month under the specifications, which approximate estimate may include the full net invoice value of acceptable non-perishable materials delivered to the work (i.e. materials on hand) . The Contractor shall furnish to the Engineer such detailed in formation as he may request to aid him as a guide in the preparation of partial estimates. It is understood that the partial estimates from month to month will be approximate only and all partial estimates and payments will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not in any respect be taken as an admission of the City of the amount of work done or of its quality or sufficiency nor as an acceptance of the work or the release of the Contractor of any of his responsibility under the contract. In determining the partial payment to be made to the Contractor, the City will retain five percent (5%) of the total approximate estimate, unless otherwise stated, and will deduct payments previously made. No partial payment will be made when the said estimate or the estimates of work done since the last previous estimate is less than One Hundred Dollars ($100.00) in amount. All retainage is due and payable to the Contractor upon successful completion of the project and will be included in the final payment. Payment shall be withheld as elsewhere herein specified. The City reserves the right to increase the retainage. In contracts in which the total amount bid is Four Hundred Thousand Dollars ($400,000) or more and 3 providing for retainage of greater than five percent (5%) of the total estimate, the amount retained shall be deposited in an interest bearing account and the interest earned shall be paid to the contractor upon completion of the contract with the final payment, unless withheld as otherwise specified. B-8-7 Withholding Payment: Payment of estimates may be withheld if the work is not being executed in accordance with the specifications and contract and/or to cover known claims as elsewhere specified. B-8-8 Final Cleanup: 3 Upon completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of the work in a neat, orderly condition, equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. Such final cleanup shall in general be considered as subsidiary to the established pay items as a whole. 3 B-8-9 Final Acceptance: Whenever the improvement provided for by contract shall have been completely performed on the part of the Contractor, the Contractor shall notify the Engineer that the improvement is ready for final inspection. The Engineer will then make such final inspection; and if the work is satisfactory and in accordance with the specifications and contract, he will certify such completion for Final Acceptance. 3 B-8-10 Final Payment: Whenever the improvement provided for by contract shall have been completely performed on the part of the Contractor as evidenced by the Engineer in the Certificate of Final Inspection and Acceptance, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements and computations can be made. All prior estimates upon which payments have been made are subject to necessary corrections or revisions in the final payment. The amount of this final estimate, less any sums that have been deducted or retained under the provisions of the contract, will be paid the Contractor within thirty (30) days after Final Acceptance provided the Contractor has furnished to the City satisfactory evidence in the form of an affidavit(s) that all sums of money due for any labor, materials, apparatus, fixtures, or machinery furnished for and used in the prosecution of the work have been paid; or that the person or persons to whom the sum may respectively be due have consented to such final payment. The improvement (rev. Nov/94) PAGE 28 OF 29 1: will not be recommended for Final Acceptance until this payment affidavit has been submitted. The acceptance by the Contractor of the last payment as aforesaid shall I: operate as and shall be a release to the, City from all claims or liabilities under the contract for anything done or furnished or relating to the work under the contract or for any act of neglect of said City relating to or connected with the contract. C: B-8-11 Maintenance Guaranty: The Contractor shall maintain and keep in good repair the work herein contracted to be done and performed for a period of one (1) year from the date of acceptance, or for such I: lesser or greater period as may be specially provided, shall do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and shall do and perform all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Contractor, in laying or building the same, or on account of any defect arising in any of said parts of said work laid or constructed by said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose of this section is to cover all defective conditions arising by reason of negligence of the Contractor, or by reason of defective materials, work or labor performed by the said Contractor, and in 1: case the said Contractor shall fail to do so, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation. This provision shall further, and in addition, be evidence by the provisions of the Performance Bond or such other bond as may be required. L I • 1 I: . I: I 1 L C C I I (rev. Nov/94) [: PAGE 29 OF 29 e c c C PART C L FEDERAL WAGE RATES AND REQUIREMENTS r Page 1 of 5 1: • E. > General Decision Number: TX150342 04/24/2015 TX342 C. Superseded General Decision Number: TX20140342 State: Texas L / Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. hp BUILDING CONSTRUCTION PROJECTS (does not include single family 1: homes or apartments up to and including 4 stories) . Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject I: to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification L'. listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional C: information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 1: Modification Number Publication Date 0 01/02/2015 1 03/06/2015 ri 2 04/24/2015 BOIL0074-003 01/01/2014 • ' [: Rates Fringes BOILERMAKER $ 23.14 21.55 re * ELECO278-002 08/31/2014 Rates Fringes C. ELECTRICIAN $ 24.30 3%+6.80 ENGI0178-005 06/01/2014 iiii Rates Fringes I: POWER EQUIPMENT OPERATOR (1) Tower Crane $ 29.00 10.60 (2) Cranes with Pile i. Driving or Caisson Attachment and Hydraulic Crane 60 tons and above $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under $ 27.50 10.60 L file:///C:/Users/MarkJG/AppData/Local/Temp/SDPSWPVB.htm 5/19/2015 Page 2 of 5 II IRON0084-011 06/15/2014 II Rates Fringes IRONWORKER, ORNAMENTAL $ 22.02 6.35 II SUTX2014-068 07/21/2014 Rates FringesII BRICKLAYER $ 20.04 0.00 CARPENTER $ 15.21 0.00 II CEMENT MASON/CONCRETE FINISHER $ 15.33 0.00 INSULATOR MECHANICAL 11 (Duct, Pipe & Mechanical System Insulation) $ 19.77 7.13 11 IRONWORKER, REINFORCING $ 12.27 0.00 IRONWORKER, STRUCTURAL $ 22.16 5.26 11 LABORER: Common or General $ 9.68 0.00 LABORER: Mason Tender - Brick $ 11.36 0.00II LABORER: Mason Tender - Cement/Concrete $ 10.58 0.00 II LABORER: Pipelayer $ 12.49 2.13 LABORER: Roof Tearoff $ 11.28 0.00II OPERATOR: Backhoe/Excavator/Trackhoe $ 14.25 0.00 • II OPERATOR: Bobcat/Skid Steer/Skid Loader $ 13.93 0.00 OPERATOR: Bulldozer $ 18.29 1.31 11 OPERATOR: Drill $ 16.22 0.34 OPERATOR: Forklift $ 14.83 0.00 II OPERATOR: Grader/Blade $ 13.37 0.00 II OPERATOR: Loader $ 13.55 0.94 OPERATOR: Mechanic $ 17.52 3.33II OPERATOR: Paver (Asphalt, Aggregate, and Concrete) $ 16.03 0.00 II OPERATOR: Roller $ 12.70 0.00 PAINTER (Brush, Roller, and Spray) $ 14.45 0.00 I/ II file:///C:/Users/MarkJG/AppData/Local/Temp/SDPSWPVB.htm 5/19/2015 Page 3 of 5 1: I: PIPEFITTER $ 25.80 8.55 PLUMBER $ 25.64 8.16 LROOFER $ 13.75 0.00 t: SHEET METAL WORKER (HVAC Duct Installation Only) $ 22.73 7.52 SHEET METAL WORKER, Excludes LHVAC Duct Installation $ 21.13 6.53 TILE FINISHER $11.22 0.00 1: TILE SETTER $ 14.74 0.00 TRUCK DRIVER: Dump Truck $ 12.39 1.18 I: TRUCK DRIVER: Flatbed Truck $ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck $ 12.50 0.00 TRUCK DRIVER: Water Truck $ 12.00 4.11 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. t la Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses I: (29CFR 5.5 (a) (1) (ii) ) . l: The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . 1 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: Lio PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 L file:///C:/Users/MarkJG/AppData/Local/Temp/SDPSWPVB.htm 5/19/2015 Page 4 of 5 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 11 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union 11 average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current 11 negotiated/CBA rate of the union locals from which the rate is based. 11 WAGE DETERMINATION APPEALS PROCESS 11 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on I/ 11 file:///C:/Users/MarkJG/AppData/Local/Temp/SDPSWPVB.htm 5/19/2015 Page 5 of 5 a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. t1�r Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the tel interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: [4:1 Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. [: Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION L r- 6, file:///CiUsers/MarkJG/AppData/Local/TemP/SDPSWPVB.htm 5/19/2015 U) H H CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 1 CORPUS CHRISTI INTERNATIONAL AIRPORT TERMINAL CANOPY REHABILITATION Corpus Christi, Texas KSA ENGINEERS PROJECT NO. CRP.037 AUGUST 2014 KBA ALLIANCE , INC . Shreveport, Louisiana 71107 3 PROJECT MANUAL 3 AIRPORT TERMINAL CANOPY REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT3 August 2014 TABLE OF CONTENTS PROPOSAL REQUIREMENTS,CONTRACT FORMS,AND CONDITIONS OF THE CONTRACT orof (FRONT END DOCUMENTS AS REQUIRED TO BE PROVIDED BY AIRPORT STAFF) SPECIFICATIONS DIVISION 01 -GENERAL REQUIREMENTS Section 011000 Summary of Work 11 Section 012000 Price and Payment Procedures 01 3 Section 012500 Substitution Procedures 01 Section 013000 Alternates 01 Section 013000 Administrative Requirements 01 Section 015000 Temporary Facilities and Controls 01 Section 016000 Product Requirements 01 Section 017000 Execution and Closeout Requirements 01 DIVISION 09— FINISHES Section 099600 High Performance Coatings 05 Product Data Sheets: Carboline"Rustobond" Primer&Carboxane 2000 DRAWINGS I Sheet Al Terminal Canopy—Plan and Elevation Sheet A2 Terminal Canopy-Sections and Details END OF TABLE OF CONTENTS 3 fir.°•'.R�s+ i OS N'y em : i ;u �' i (1141;••••••• /6 S 0)4 1 .•SP 3 CRP.037—Terminal Canopy Rehabilitation Aug 2014 TABLE OF CONTENTS TOC- 1 SECTION 011000—SUMMARY OF WORK PART 1 -GENERAL 1.1 SUMMARY A. Project Identification: Terminal Canopy Rehabilitation, Corpus Christi International Airport, Corpus Christi, Texas. tap B. Project Summary: 1. Base Bid: Rehabilitate the existing undulating entrance canopy to remove rust, bird droppings,and other grime. Clean, prep, repair and repaint all exposed structural steel members beams, columns, and metal trim. Performa thorough cleaning of all corrugated soffit areas, concrete support columns,and matching concrete circular pilasters at the front exterior terminal wall. 2. Additive Alternate No. 1: Contingent on the outcome of the cleaning of corrugated metal soffit areas, Ji' provide a lump sum cost to prep and paint all exposed corrugated formdeck soffit areas. 3. Additive Alternate No. 2: Contingent on the outcome of cleaning of freestanding concrete columns and pilasters performed under the Base Bid; provide a lump sum cost to paint these items. C. Particular Project Requirements: 1. Existing site conditions and restrictions: Contractor shall visit the site prior to submittal of his proposal. By submitting,the Contractor acknowledges he is fully familiar with conditions related to the work area and surfaces to be renovated. 2. Requirements for sequencing, scheduling and completion date: Coordinate with Airport staff to minimize disruption to normal operations and make arrangements to work at prime off-hours if necessary with staff. 3. Occupancy of facilities: Corpus Christi International Airport Terminal is a passenger transit center that is in operations 24 hours a day, 7 days a week. It will remain constantly occupied and in operation throughout this canopy rehabilitation project. The Canopy covers the main passenger loading/ unloading drive leading to public entrances and cannot be totally blocked to this function at any time. Segments of the Canopy can be cordoned off as allowed for paint operations, but entries must be kept accessible to staff and public. tea C. Permits and Fees: Apply for,obtain, and pay for permits, fees, and utility company charges required to perform the work. D. Codes: Comply with applicable codes and regulations of City of Corpus Christi, County and State code authorities having jurisdiction. Submit copies of inspection reports, notices and similar communications to Architect. E. Dimensions: Verify dimensions indicated on drawings with field dimensions before fabrication or ordering of materials. The drawings are provided for general reference,were based on original reference drawings,and should not be scaled. F. Existing Conditions: Notify Architect of existing conditions differing from those indicated on the drawings. Do not remove or alter structural components without prior written approval. G. Coordination: 1. Coordinate the work of all trades to minimize disruption to normal Airport operations. 2. Verify location of utilities and existing conditions. Protect those that are to remain in service and repair if damaged by demolition activities. H. Installation Requirements, General: 1. Do not proceed until unsatisfactory conditions have been corrected. it 2. Take field measurements prior to starting work in order to have sufficient materials on hand to completion progress without shut-down. 3. Apply and install materials in accordance with manufacturer's instructions and approved submittals. 4. Install materials in proper relation with adjacent construction and with proper appearance. CRP.037—Terminal Canopy Rehabilitation Aug 2014 SUMMARY OF WORK 01100-1 irr 5. Restore units/items damaged during installation. Replace units/items which cannot be restored at no additional expense to the Owner. 6. Refer to additional installation requirements and tolerances specified under individual specification sections. I. Limit of Use: Limit use of work as previously coordinated with and authorized by Airport staff. Keep driveways and entrances clear. Provide temporary barriers, screens, fences,etc.as needed to maintain safety of the public throughout the duration of the project that might be caused by overhead cleaning, prepping,and painting activities. ). Existing Construction: Maintain the Airport Terminal in a weather tight condition. Repair damage caused by construction operations. Protect building, occupants and staff moving to and from the facility. K. Intent: Drawings and specifications are intended to indicate the general scope of canopy rehabilitation. Anything not expressly set forth but which is reasonable, implied, or necessary for proper performance of the project shall be included. PART 2- PRODUCTS- Not Applicable To This Section PART 3 -EXECUTION A. Reference Photographs: 1. The following photographs provide examples of typical dirt and rusting of metal components that are to .. be repaired under this project. They are provided for general information and are not intended to define the full scope of work needed. 2. The intent of this project is to restore all exposed metal surfaces to "like new" original appearance by the cleaning and sealing efforts specified. B. Base Bid Work/Existing Conditions: D' L+ ,te aseviol ' � � :, eat. L } 9 PARTIAL FRONT VIEW OF THE ENTRANCE CANOPY CRP.037—Terminal Canopy Rehabilitation Aug 2014 .. SUMMARY OF WORK 01100-2 I I • '• \. : ' ' ' r'''. '''''\ . '-;5,it'.','" '. :,:' N \ ' . • 7 - , -' 1P-...,': I . , • . . . , . , ...• •-•, s . . . , . . . ...... /tin , - IN7 \\ \ .--..::,,--:,--,c-., •A. ii I i . ... . , , . It 144\ I „':-...,., ', . •...,,, , .„,,. ,*, •..,..V\, ,,. ,,-, . . ,-.;. ,. , ,- ,,, • • ' - ' .- „.. . ---..... •. — . , . . . . . , . • . . •• , . . ,••.-.. '-,la - .,. .. . 1 ..,;;-•-•,..,-.Y::•,, i , 1 ------',: •.' -':. ...a•-. • t i t . - ''..C.T0/1.M. I . , ---. .. i: PARTIAL UNDERSIDE VIEW OF THE ENTRANCE CANOPY PICERVIIROMM..000,0000.1 , „,r, ..:._, ..: _:..,.. / • .„.„:„..., ._... . . _ , „.....„.... r ...„... .7,......., . ._... __ k•,--- ,-_ — -'1 - –-- - ---- .....- ..... ... ,.. . _, ... . . (1111 I\ ..,,.... „,. . ... , _. ., . „... .........c, . /. . .. .:1111 51 ',....- , lail l'illOiL ''• . -. -' lk.' •• ' *•' !gm! , ,t,..._ /4„, .•__ • igill° PARTIAL UNDERSIDE VIEW OF THE ENTRANCE CANOPY RUNNING PARALLEL TO FRONT OF THE TERMINAL FACILITY CRP.037—Terminal Canopy Rehabilitation Aug 2014 SUMMARY OF WORK 01100-3 I Ir.40,00017001- ",„,,."'''' _,,,,,,,,"' -:"..... e-- .....00000eoe,•••i...o.000 . moi 1 f y= - L„.„. Ns-N. . , 1001.111111111‘''' ---;:No-pc„k ,_ � Vii'"`` iii - I- -: _ ,, ,., ____________,-,. , .: K i 1 \_„ ,., r ,._ PARTIAL VIEW OF UNDERSIDE OF THE CANOPY WITH SUPPORT BEAM — EXTENDING FROM FRONT OF THE TERMINAL FACILITY f t - -' - t ,,/ '/ /; ' - - . W411rOir 111 i / . / //. / :: ''''' - ” i ' /// WM 111 \ 411 EXAMPLE OF RUSTED SURFACES OF ROLLED TUBULAR BEAMS CRP.037—Terminal Canopy Rehabilitation Aug 2014 —. SUMMARY OF WORK 01100-4 i --^- - u. / \ .t.. ________ . i --- - - 1 ' I� ---. _ EXAMPLE OF RUSTED SURFACES OF ROLLED TUBULAR BEAMS .y ,:-._. w _ r -- - ------ --------,, - : -77-7 ------__-17, _ ..... ,-_- _,,,,,,,,__ :__ . ,._ ,„ _ .. - 1 1 I EXAMPLE OF RUSTED SURFACES ON TUBULAR CROSS BEAMS — CRP.037—Terminal Canopy Rehabilitation Aug 2014 SUMMARY OF WORK 01100-5 I _ w � 4 1 A CLOSE-UP OF RUSTED BEAM SURFACE a 4111.a a :,aFlx;'li' ION i CLOSE-UP OF RUSTED BEAM BOTTOM ADJACENT TO TERMINAL FRONT FACADE CRP.037—Terminal Canopy Rehabilitation Aug 2014 SUMMARY OF WORK 01100-6 i o { ii / (411 (‘ \ IL ___ /— , , % ,...... 1 CLOSE-UP OF RUSTED BEAM, CORRUGATED SOFFIT, & LIGHT FIXTURES BASE BID: CLEAN ALL, REPAINT STRUCTURAL MEMBERS IALTERNATE NO. 1: REPAINT CORRUGATED SOFFIT M.-.� I - -- - WI AMERICAN EAGLE SOUTHWEST __.- -- BASE BID: CLEAN ALL, REPAINT STRUCTURAL MEMBERS ALTERNATE NO. 1: REPAINT CORRUGATED SOFFIT PROTECT ALL EXISTING SIGNAGE (TO REMAIN) CRP.037—Terminal Canopy Rehabilitation Aug 2014 SUMMARY OF WORK 01100-7 f I *ir CLOSE-UPS OF EXTENDED CANOPY SECTION AT MAIN ENTRANCE BASE BID: CLEAN ALL, REPAINT STRUCTURAL MEMBERS ALTERNATE NO. 1: REPAINT CORRUGATED SOFFIT ALTERNATE NO. 2: PAINT CONCRETE COLUMNS (ALL LOCATIONS) I will Ji . Iiirill *-1,t. , * I I I CRP.037—Terminal Canopy Rehabilitation Aug 2014 SUMMARY OF WORK 01100-8 R or ., 3 Y 4 ;:',,,O.:, ': ,• r 1 Y( M)%1 ..„ r ' ` �Wg, --.. , '�t ''' ate- zriSAY � 3 I A I ;•5 *"-,..,-..-e''. d i u;-.1,,,,i;;:=;-• ,4 s,,, v.. 4. a 'L fr.''IJ"S7hY '�'�!jt• t-,,:f.•,;1,,...•- ' 'r 42'4' If • • a • l ,n s ,.•,:'' '''• "'" ,, wet f A7 .$ �yyyfY2 4'o rm-t • 'y It y 5 ,�q b i 41 i^c •`..y.i 1 ' ' ice,, # -' ! ' .4. t a ,1_' fit.: TYPICAL CONDITION AT BASE OF EXISTING CONCRETE CANOPY COLUMNS ALTERNATE NO. 2: PAINT CONCRETE COLUMNS (ALL LOCATIONS) fes' , .411111t v t_; x"` I y .\oil" 0 •, , .•-="`.Y:'+ t 1 E TYPICAL 1/2 ROUND PILASTERS AT TERMINAL FRONT FACADE ALTERNATE NO. 2: PAINT CONCRETE COLUMNS (ALL LOCATIONS) CRP.037-Terminal Canopy Rehabilitation Aug 2014 01100-9 SUMMARY OF WORK -14j, . / i I'/ / / / 4. ll 1 ii /II I // , \-'':;1- , y I d adillirit CLOSE-UPS OF DISCOLORED UNDERSIDE OF CANOPY le BASE BID: CLEAN ALL, REPAINT STRUCTURAL MEMBERS ALTERNATE NO. 1: REPAINT CORRUGATED SOFFIT ALTERNATE NO. 2: PAINT CONCRETE COLUMNS (ALL LOCATIONS) \r111111‘ 4•0 L4e'1` � 1" r Yr is ilk t. 111 CLOSE-UPS OF STRUCTURAL CONFIGURATION BETWEEN ADJACENT SECTIONS BASE BID: CLEAN ALL, REPAINT STRUCTURAL MEMBERS ALTERNATE NO. 1: REPAINT CORRUGATED SOFFIT ALTERNATE NO. 2: PAINT CONCRETE COLUMNS(ALL LOCATIONS) CRP.037-Terminal Canopy Rehabilitation Aug 2014 SUMMARY OF WORK 01100-10 VIEW OF TOP SIDE OF CANOPY WITH MEMBRANE ROOFING — NO WORK REQUIRED END OF SECTON 011000 CRP.037—Terminal Canopy Rehabilitation Aug 2014 SUMMARY OF WORK 01100-11 I SECTION 012000-PRICE AND PAYMENT PROCEDURES PART 1 -GENERAL 1.1 SUMMARY I A. Price and Payment Procedures: Provide individual pricing to include labor, material,tools, etc. for each of the following: 1. Base Bid: Clean all soffit and structural elements of the Terminal Canopy of surface dirt, bird droppings, etc. Prep to remove rust and paint all structural steel components.When the term "prep" is used in the contract documents, prep shall include the removal of rust. 2. Alternate No. 1: Prep and paint corrugated metal soffit surfaces. 3.. Alternate No. 2: Prep and paint concrete columns and pilasters. 1.2 ALTERNATES 3 A. Total Price: Provide total price for each alternate. Include cost of modifications to other work to accommodate alternate. Include related costs such as overhead and profit. B. Acceptance of Alternates: Owner will determine which alternates are selected for inclusion in the Contract. C. Coordination of Alternates: Modify or adjust affected adjacent work as necessary to integrate work of the alternate into Project. Coordinate alternates with related work to ensure that work affected by each selected alternate is properly accomplished. D. List of Alternates: Refer to Section 013000. 1.3 UNIT PRICING A. Unit Prices: No unit prices are being considered on this project. PART 2 -PRODUCTS- Not Applicable To This Section PART 3 -EXECUTION- Not Applicable to This Section ' END OF SECTION 1 i I 1 I I CRP.037—Terminal Canopy Rehabilitation Aug 2014 PRICE & PAYMENT PROCEDURES 012000- 1 I SECTION 012300-ALTERNATES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes defined changes to Contract Sum and Contract Time. B. Provide alternate costs for inclusion in Contract Sum if accepted by Owner. 1.2 PROCEDURES A. Alternates will be exercised at the option of Owner. B. Coordinate related work and modify surrounding work as required to complete the work, including changes under each Alternate,when acceptance is designated in Owner/Contractor Agreement. 1.4 DESCRIPTION OF ALTERNATES A. ADDITIVE ALTERNATE NO. 1 — PAINTING OF CORRUGATED METAL SOFFIT : 1. Provide a lump sum cost to cover additional cleaning, preparation and painting of all soffit areas composed of the ventilated corrugated metal decking. Color shall be as selected by the Airport administration. B. ADDITIVE ALTERNATE NO. 2: 1. Provide a lump sum cost to cover additional prep and painting of freestanding concrete canopy columns and matching 1/2 round pilasters at the front Terminal wall. Color shall be as selected by the Airport administration. PART 2- PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 012300 1,, CRP.037—Terminal Canopy Rehabilitation Aug 2014 ALTERNATES 012300-1 SECTION 012500—SUBSTITUTION PROCEDURES PART 1 -GENERAL 1.1 SUMMARY A. Section includes general administrative procedures for submittal and review of Contractor-proposed product option and substitutions. 1.2 INTERPRETATION OF SPECIFICATIONS A. Wherever a product or construction process is specified with the terms"approved","approved equal","equal to", "or equal","substitute","acceptable","acceptable substitute",or similar words or phrases are used,it is the intent to set a definite standard by which the Architect shall judge all other products or construction processes; it is not the intent to discriminate against any product or construction process of other manufacturers. No specification for any material is intended to be "closed" or restricted and open competition is expected and required. 1.3 SUBSTITUTIONS A. Architect will consider formal request for substitution of products in place of those mentioned by name or as standard in the Contract Documents. Substitution requests must be received at least 10 days prior to bid opening in order to be considered. The substitution request shall contain complete data on the proposed substitute (including cost data), and Contractor shall submit samples for comparison and tests as may be requested by Architect. B. By making request for substitutions,the Contractor: 1. Represents that he has personally investigated the proposed substitute product and determined that it is equal or superior in all respects to that specified; 2. Represents that he will provide the same or greater warranty for the substitution that he would for that specified; 3. Will coordinate the installation of the accepted substitute,making such changes as may be required for the Work to be complete in all respects; 4. Certifies that the cost data presented is complete and includes all related cost under this Contract but excludes costs under separate contracts,and excludes the Architect's redesign cost and waives all claims for additional costs related to the substitution which subsequently become apparent; and 5. Agrees to replace the substituted materials which prove to be defective or otherwise unsatisfactory for the service intended within the warranty period with material or equipment originally specified at no additional cost to the Owner. C. Substitutions will not be considered when acceptance will require substantial revision of Contract Documents. No substitute material shall be installed in the project prior to receiving written acceptance from the Architect. D. The Architect has sole authority to determine acceptability of proposed substitution,and will issue acceptance or rejection by notation on the shop drawing review stamp or in other written form. END OF DOCUMENT 012500 CRP.037—Terminal Canopy Rehabilitation Aug 2014 SUBSTITUTION PROCEDURES 012500-1 L SECTION 013000-ADMINISTRATIVE REQUIREMENTS PART 1 -GENERAL 1.1 SUMMARY A. Administration of Contract: Provide administrative support needed for proper coordination and completion of work including the following: 1. Supervisory personnel. 2. Preconstruction Conference. 3. Project meetings, number and time felt necessary and agreed to by Airport administration and Project Engineer(Architect). B. Work Schedule: Submit a projected schedule at Pre-Construction Conference and update weekly thru duration of the project to accommodate Terminal activities. Notification shall be made to Airport administration immediately prior to any anticipated delay in progress. C. Schedule of Values: Prior to the first Pay Request, submit a detailed schedule of values to the Project Engineer(Architect) for review. Revise,as requested,to show categories of work, materials, etc. D. Existing Conditions: Lay out the work and verify work conditions during construction. Alert Architect to any conditions that vary substantially from that described in the Construction Documents prior to starting work. E. Emergency Contacts: Submit and post a list of emergency telephone numbers and addresses for individuals to be contacted in case of emergency. F. Record Documents: Submit record drawings and specifications;to be maintained and annotated by Contractor as work progresses. 1.2 SUBMITTALS A. Types of Submittals: Provide types of submittals listed in individual sections and number of copies required below. All submittals shall be labeled with project name,date, subcontractor and supplier involved. 1. Shop drawings,after review and annotation by the Contractor— 1 electronic copy. 2. Product data- 1 electronic copy. 3. Samples-2, plus extra samples as required indicating range of color,finish,and texture to be expected. 4. Warranties as defined in the various spec sections and other closeout documents-4 hard copies, 1 electronic copy. B. Submittal Procedures: Comply with procedures established by Architect. Contractor shall review, notate, and apply his shop stamp to submittals prior to transmitting them to the Architect for review. Provide required resubmittals, if original submittals are not approved. Provide distribution of approved copies including modifications after submittals have been approved. C. Samples and Shop Drawings: Samples and shop drawings shall be prepared specifically for this project. Shop drawings shall include dimensions and details, including adjacent construction and related work. Note special coordination required. Note any deviations from requirements of the Contract Documents. D. Warranties: Provide warranties as specified;warranties shall not limit length of time for remedy of damages Owner may have by legal statute. Contractor,supplier or installer responsible for performance of warranty shall sign warranties. PART 2 -PRODUCTS- Not Applicable To This Section PART 3 -EXECUTION- Not Applicable To This Section END OF SECTION L CRP.037—Terminal Canopy Rehabilitation Aug 2014 ADMINISTRATIVE REQUIREMENTS 013000- 1 SECTION 015000-TEMPORARY FACILITIES AND CONTROLS PART 1 -GENERAL 1.1 SUMMARY 3 A. Temporary Services: Where acceptable to the Airport administration, existing services and utilities may be available for use, otherwise provide as necessary to complete the work: 1. Water(potable and non-potable). 2. Lighting and power. 3. Toilet facilities. 4. Materials storage. B. Construction Facilities: Provide construction facilities, including payment of utility costs for the following. 1. Construction equipment. 2. Enclosures. 3. Lighting. 4. Access. 5. Provide and maintain clearly indicated traffic control as required by the Airport for the duration of the project. C. Security and Protection: All work of this Project will occur in front and in public traffic paths into the Corpus Christi International Airport Terminal Building. The facility is continuously occupied and in operation. Workers shall perform in a manner not to disrupt vehicular movement or foot traffic into the main entries into the building. Materials and tools should used in a safe manner to protect the general public and be removed and stored in a safe, secure place at the end of each work day. Prior to blocked off sections of the drive lanes, discuss and get approval from the Airport administration. Schedule disruptive activities for low traffic/ off hours whenever possible. Provide security and protection requirements including, but not limited to,the following. 1. Fire extinguishers. 2. Site enclosure fence, barricades,warning signs, and lights along public traffic paths and over Terminal entrances when working overhead. D. Personnel Support: Provide personnel support facilities including the following. 1. Sanitary facilities. 2. Drinking water. 3. Cleaning. PART 2 -PRODUCTS 2.1 SCAFFOLDING/TEMPORARY PASSAGEWAYS A. Provide scaffolding and/or personnel lifts as required to perform work. Erect and maintain safety barriers,as needed, to protect public using the Terminal from injury caused by overhead cleaning and painting operations. PART 3 -EXECUTION - Not Applicable To This Section END OF SECTION 015000 I CRP.037—Terminal Canopy Rehabilitation Aug 2014 TEMPORARY FACILITIES AND CONTROLS 015000- 1 L SECTION 016000-PRODUCT REQUIREMENTS PART 1 -GENERAL 1.1 SUMMARY A. Manufacturers: Provide products from one manufacturer for each type or kind as applicable. Provide secondary materials as acceptable to manufacturers of primary materials. B. Product Selection: Provide products selected or equal approved by Architect. Products submitted for substitution shall be submitted with complete documentation, and include construction costs of substitution including related work. C. Substitutions: Request for substitution must be in writing. Conditions for substitution include: 1. An 'or equal' phrase in the specifications. 2. Specified material cannot be coordinated with other work. 3. Specified material is not acceptable to authorities having jurisdiction. 4. Substantial advantage is offered to the Owner in terms of cost,time, or other valuable consideration. D. Substitution Requests: Substitutions shall be submitted a minimum of 10 days prior to submission of bid, unless otherwise directed. Approval of shop drawings, product data,or samples containing substitutions is not an approval of a substitution unless an item is clearly presented as a substitution at the time of submittal. PART 2 -PRODUCTS- Not Applicable To This Section PART 3 -EXECUTION- Not Applicable To This Section END OF SECTION 016000 I r fir► L I I CRP.037—Terminal Canopy Rehabilitation Aug 2014 ' PRODUCT REQUIREMENTS 016000- 1 SECTION 017000— EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 -GENERAL 1.1 SUMMARY A. Substantial Completion: The following are prerequisites for"Substantial Completion"to be established: 1. Punch list prepared by Contractor and subcontractors and submitted to the Architect to initiate a Final Inspection. 2. Paint warranties. B. Final Acceptance: Provide the following prerequisites to final acceptance. 3 1. Final payment request with Clear Lien Certificate and other supporting affidavits. 2. Completed punch list. C. Project Closeout: Provide the following during project closeout. 1. Submission of record documents. 2. Final cleaning and touch-up. 3. Removal of temporary facilities. PART 2 - PRODUCTS- Not Applicable To This Section PART 3 -EXECUTION 3.1 CUTTING AND PATCHING A. Cutting and Patching: Provide cutting and patching work to properly complete the work of the project, complying with project requirements for: 1. Structural work. 2. Electrical systems. 3. Visual requirements, including detailing and tolerances. 4. Cleaning. B. Inspection: Inspect conditions prior to work to identify scope and type of work required. Protect adjacent work. Notify Airport administration of work requiring interruption to building services or Airport administration's operations. C. Performance of Operations: Perform work with workmen skilled in the trades involved. Prepare sample area of each type of work for approval. D. Patching: Make patches, seams,and joints durable and inconspicuous. Comply with tolerances for new work. E. Cleaning: Clean work area and areas affected by cutting and patching operations. END OF SECTION 017000 CRP.037—Terminal Canopy Rehabilitation Aug 2014 EXECUTION AND CLOSE-OUT REQUIREMENTS 017000- 1 SECTION 099600-HIGH-PERFORMANCE COATINGS PART 1 —GENERAL 1.1 SUMMARY A. Section includes pressure washing, power tool and vacuum blast cleaning,touch-up priming,and overcoating existing structural steel surfaces with two full coat epoxy based coating system to the following surfaces: 1. Rolled and straight structural tube and wide flange members. 2. Soffits of perforated corrugated metal formdeck. 3. Poured-in-place concrete columns and pilaster. 4. Light fixtures. 5. Miscellaneous metal trim. B. Alternates: Refer to Section 012300 for Alternate pricing items. 1.2 REFERENCES A. ASTM International (ASTM): 1. D4258-Standard Practice for Surface Cleaning Concrete for Coating. B. Society for Protective Coatings(SSPC): Painting and Surface Preparation Standards: 1. SSPC-SP1 —Chemical Cleaning 2. SSPC-SP2- Hand Tool Cleaning 3. SSPC-SP3 -Power Tool Cleaning 4. SSPC-SP7- Brush Off Blast Cleaning 5. SSPC-SP 12: High and Ultra-High Pressure Water Jetting(LPWC& HPWC) 6. SSPC-PA-2-Measurement of Dry Paint Thickness with Non-Destructive Magnetic Gauges. 1.2 SUBMITTALS A. Submittals for Review: 1. Product Data: Manufacturer's data on materials proposed for use. Include product analysis, performance characteristics, and surface preparation materials and procedures. 2. Samples: a. 3 x 3 inch coating samples showing selected colors. b. After color selection, submit 12 x 12 inch coating system samples on representative substrate. 1.3 QUALITY ASSURANCE A. Applicator Qualifications: Minimum 10 years documented experience in work of this Section. B. Manufacturer: Applicator shall arrange to have a technical representative from the coatings manufacturer present to assist and witness surface preparation and application of each coating system for all major jobs or critical items. Said representative shall be available prior to beginning work on-site where painting procedures and scheduling will be discussed and refined by allowing pro-active technical input.The coatings manufacturer's technical representative shall have access to job for routine inspection of work in progress. B. Mockup: 1. Provide mockup of coatings applied to a typical tube beam section. 2. Size: 10' length minimum. 3. Show: Surface preparation, primer, intermediate,and top coats. 4. Locate where directed. 5. Approved mockup may remain as part of the Work and final approval of color selections will be based on the mockup. 6. If preliminary color selections are not approved, apply additional mockups of additional colors selected by the Architect at no added cost to the Owner. CRP.037—Terminal Canopy Rehabilitation Aug 2014 HIGH PERFORMANCE COATINGS 099600-1 3 C. Source Quality Control: 1. Subject to approval by Owner, engage the services of a qualified testing agency to sample coating materials and application. Contractor will be notified in advance and may be present when samples are taken. If coating materials have already been delivered to the Project site,samples may be taken at Project site. Samples will be identified, sealed,and certified by the testing agency. 2. The testing agency will perform tests for compliance with the product requirements and provide written reports directly to Owner and Contractor. 3. Based on test results, Owner may direct Contractor to stop applying coating if test results show materials being used do not comply with the product requirements. Contractor shall remove noncomplying coating materials from Project site, pay for testing, and recoat surfaces coated with the rejected materials. Contractor shall be required to remove rejected material from previously coated surfaces, if on recoating with complying materials,the two coatings are found to be incompatible. 1.1 PROJECT CONDITIONS A. The work area is a constantly occupied and operational airport terminal facility. Schedule and phase painting activities and coordinate with Airport administrations so as to not impede or disrupt normal activities. B. Apply coatings under dry and dust free conditions. C. Ambient Temperature: Between 60 and 90 degrees F or as approved by the coating manufacturer. D. Humidity:As approved by the coating manufacturer. E. Provide a minimum lighting level of 80 foot-candles at substrate surface. 1.2 MAINTENANCE A. Extra Materials: 3 gallon gallons of each coating, unless otherwise requested by the Airport administration. 1.3 WARRANTY A. Furnish manufacturer's 10 year warranty on paint materials covering chalking and fading. B. Furnish applicator's 2 year warranty on prep, application, and peeling of coating materials. During the warranty period,applicator shall redo area found to be non-adhered or failing according to the manufacturer's product system performance requirements. 1 PART 2-PRODUCTS 2.1 MANUFACTURERS A. Basis-of-Design System: Carboline, 2150 Schuetz Road, St. Louis, MO 63146,Toll Free (800) 848-4645, . , < ,it Comparable systems from the following manufacturers may be acceptable subject to review and approval by the Architect: 1 1. Neogard, PO Box 35286, Dallas,TX 75235,Toll Free (800) 321-6588, Fax (214) 357-7532, a. Primer: 33010/99951 UREPRIME HS2, white color b. Finish Coat: 70840 series/7953 acrylic urethane catalyzed coating. c. Sealant: 70991 series polyurethane sealant or approved equal. 2. Tnemec Co., Inc., Dallas Distribution Center, 2805 Industrial Lane,Garland,TX 75041,Toll Free (800) 760-6776, .\ ; ,,n) a. Primer: Series 27WB Typoxy b. Finish Coat: Series 740 Endura-Shield B. Substitutions: As allowed under provisions of Division 01. 2.2 MATERIALS CRP.037—Terminal Canopy Rehabilitation Aug 2014 HIGH PERFORMANCE COATINGS 099600-2 I A. Coatings: 1. Primer: Carboline"Rustbond/Rustbond FC", polymeric epoxy amine. 2. Finish Coat: Carboxane 2000, modified siloxane hybrid 2.3 ACCESSORIES A. Thinners and Cleaners:Types recommended by manufacturer. 2.4 MIXES A. Mix materials in accordance with manufacturer's instructions. PART 3 -EXECUTION 3.1 EXAMINATION A. Measure moisture content of concrete surfaces using electronic moisture meter. Do not apply coatings unless moisture content of surfaces are below following maximums: 1. Concrete: 12 percent. 3.2 CLEANING A. Initial cleaning: Provide general cleaning of all exposed metal surfaces of structural framing and corrugated deck soffits of the Terminal Canopy. Proposed method would be lower pressure water with light detergent. It is anticipated that this initial cleaning will be adequate to restore the corrugated soffit areas to acceptable appearance. If not,further cleaning and painting of soffits would be performed under Alternate No. 1. B. Secondary Cleaning and Preparation: Heavy structural tube section beams,wide flange columns,and associated framing will require further cleaning and prep to remove heavy grime, bird droppings, rust, etc. Methods proposed should be the least abrasive as needed to achieve a proper surface for recoating. Methods utilized are subject to approval by the Airport administration and should be compatible for scheduling and coordination with Airport administration so as to not impair normal passenger activities. The contractor shall irr submit a detailed plan with proposed methods and phasing of cleaning and painting of canopy sections. Adequate public access to Terminal entries must be maintained at all times. As such, Contractor access may be limited to small section of Canopy,and working during off-hours may be required. Actual work hours will be as approved by Airport administration. C. Methods should be utilized that properly prepare the existing coated metal for repainting without excessively abrading the surface. Remove rust scale, loose mill scale, loose rust, leaving tightly bonded mill scale, rust, and previous coatings. Methods available for consideration are as follows: 1. SSPC-SP 1 CHEMICAL CLEANING: Provides removal of dirt, oil, grease, and other foreign materials with organic solvents,detergents, or commercial cleaners using one of several cleaning methods such as wiping,steam cleaning,or vapor degreasing. 2. SSPC-SP 12:WATER JETTING: Utilize either Low-Pressure(LPWQ or High-Pressure Water Cleaning (HPWC)as appropriate. 3. SSPC-SP 2 HAND TOOL CLEANING/SSPC-SP 3 POWER TOOL CLEANING: Chip, scrape,or wire brush rusted surfaces thoroughly to produce a tightly adhered surface that is clean and free of foreign matter to assure good coating adhesion. Care must be taken with power tools to avoid polishing a metal surface or abrading it too deeply. 4. SSPC-SP 7 BRUSH-OFF BLAST CLEANING: D. Concrete: Clean substrate to ASTM D4258. 3.3 PREPARATION A. All coating materials as approved shall be furnished in unopened, clearly identifiable containers. Mixing of different manufacturer's coatings shall not be permitted. Containers shall remain unopened until required for use. No coating shall be used that has exceeded its shelf life. No coating shall be used other than specified, CRP.037—Terminal Canopy Rehabilitation Aug 2014 HIGH PERFORMANCE COATINGS 099600-3 submitted, and approved. 3 B. All components shall be thoroughly stirred before,during and after mixing.The mixed coatings shall be continuously stirred by mechanical spray pot agitators or other approved means.The volume to be mixed shall be accurately measured. All mixing shall be done in clean containers,free from traces of grease,other 3 type coatings or other contaminants.All containers shall be kept covered to prevent contamination by dust, dirt or rain 3 C. Exterior painting shall be performed during daylight hours, or under adequate artificial lighting. D. Coatings shall not be applied when the ambient temperature is below 50°F unless the products used can be applied and will cure at these temperatures. Follow the manufacturer's recommendations for drying and3 curing times at all temperatures. 3.4 APPLICATION 3 A. If not provided from the manufacturer,tint each undercoat a lighter shade to facilitate identification of each coat where multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat, but provide sufficient difference in shade of undercoat to distinguish each separate coat. 3 B. Cleaned and prepared surfaces shall be coated with primer during the same day as prepared,and before any rusting occurs. A minimum of six inches around edges of blasted areas will be left unprimed unless adjoining a coated surface. Abrasive blasting shall continue a minimum of one inch into adjoining coated surface. 3 Surfaces already blasted but still wet by rain or moisture shall be re-blasted. C. The surface shall be clean,dry and free from dust before application of any coat of paint. D. Do not apply coatings over labels of independent testing agencies or equipment name, identification, performance rating,or nomenclature plates. E. All coating applications shall be done according to the paint manufacturer's recommendations. No painting 3 will be permitted when steel is wet from rain or dew. Surface temperature must be above the dew point with no visible moisture on the surface. F. All coatings shall be allowed to dry thoroughly, but not less than manufacturer's specified time prior to application of a succeeding coat. Maximum re-coat windows shall be adhered to at all times. G. If undercoats or other conditions show through final coat,apply additional coats until cured film has a3 uniform coating finish, color, and appearance. H. All coating film thickness shall be as specified by the manufacturer and shall be spot-checked regularly with 3 suitable gauge.Testing lab described in Paragraph 1.3C shall submit test reports to Airport administration. I. Damage to intermediate coats, prior to application of the next coat, shall be repaired by VENDOR to provide the coating sequence and film thickness as specified in Section 10. 3 J. The finished job shall not contain sags, runs, wrinkles, spots, blisters, or other application flaws that cause premature coating failure. Coating applicator shall use state of the art equipment and application techniques K. Holidays in the final coat at edges, corners, welds and inaccessible areas may be repaired by hand brushing or spraying an additional layer of topcoat provided excessive buildup does not occur. Appropriate surface preparation shall be utilized before application of repairs. 3.5 BRUSH APPLICATION A. Unless the Alternate for painting of soffits is accepted, it is anticipated that the structural members will be repainted by"brush application". B. Coatings may be brushed on all areas using brushes of style and best quality that will enable proper CRP.037—Terminal Canopy Rehabilitation Aug 2014 HIGH PERFORMANCE COATINGS 099600-4 r application of materials with no streaking,drips,or running. C. Coating shall be worked into all crevices and corners, and all runs or sags shall be brushed out in order to insure no air pockets, solvent bubbles, voids, or areas of excessive buildup. 3.6 SPRAY APPLICATION A. If allowed by Airport administration,spray application shall be in accordance with manufacturer's recommendations. The contractor shall be required to provide plastic or tarp enclosures properly supported as needed to limit spraying to the surfaces being painted. Any damage caused by overspray or blowing winds to vehicles,drives, sidewalks, building exterior or individuals, is the Contractor's responsibility and must be restored or repaired at no cost to the Airport. B. Provide manufacturer recommended equipment including with moisture traps between the air supply and pressure feed to gun.Trap will continually bleed off any water or oil from air supply. Lines and pot must be cleaned before adding new materials. Suitable and working regulators and gauges will be provided for both air supply to pressure-pot and air supply to pressure gun. C. Atomizing air and paint pot pressure shall each be regulated to the minimum amount required to properly atomize material for application without dry spray, runs or sags. If a particular coating system requires a special pump(s)or equipment,then only that specific equipment will be acceptable for coating application. 3.7 TOUCH UP A. Areas where the coating system is damaged shall be repaired by power wire brushing down to the prime coat (if the prime coat has not been damaged)followed by application of the following coat(s)as previously described. Areas where the coating system is damaged through the prime coat shall be repaired by abrasive blasting the area and reapplying the coating system. V 3.8 FIELD PROTECTION AND CLEAN-UP A. Fully protect adjacent building walls,glazed, sidewalks, drives, and airport and public vehicles from damage by paint drippings, paint mist,and other contaminants. Set barricades and block drive lanes as previously coordinated with Airport administration. B. Clean all surfaces that have been spotted with paint or damaged by painting activities such as glass, aluminum storefront, sidewalks,drives,vehicles, etc., leaving the premises spot clean. The Contractor shall be responsible to replace damaged items which cannot be satisfactorily cleaned. END OF SECTION 099600 L L L CRP.037—Terminal Canopy Rehabilitation Aug 2014 HIGH PERFORMANCE COATINGS 099600-5 `. N I ti ,easio,, Rustboncr & s roduct data C Q ei Rustbonci® FCI immiimmii.....Nrt „.„10,141141. Selection & Specification Data Substrates & Surface PreparationTh p p Generic Type Polymeric epoxy amine. General Surfaces must be clean and dry. Employ adequate methods to remove dirt, dust, oil and all other Description Rustbond and Rustbond FC are cross-linked contaminants that could interfere with adhesion of penetrating primer/sealers with excellent wetting the coating. properties. They are highly flexible with good chemical and solvent resistance, and accept a Steel SSPC-SP2 or SP3 variety of topcoats. Recommended use as primer/sealers for marginally prepared steel and Previously A test patch is recommended to verify compatibility over old coatings. Their excellent wetting properties Painted Surfaces with existing coating. Existing paint must attain a allows them to penetrate rust and discontinuities in minimum 3A rating in accordance with ASTM D3359 existing coatings and provide a firm anchorage for a "X-Scribe"adhesion test. variety of topcoats. Their thixotropic character Application i c a t i o n E n U I men t reduces run off, ensuring that the edges of existing pp q p coatings are encapsulted thus reducing undercutting .. and peeling.They may also be used as a tie coat for Listed below are general equipment guidelines for the application of this product. coatings that exceed their"recoat window." Consult Job site conditions may require modifications to these guidelines to achieve the Carboline Technical Services Department for desired results. specific recommendations. General guidelines: Spray Contact Carboline Technical Service for specific Features • Universal primer and tie-coat Application application instructions. • Cures down to 35°F(2°C).(FC only) (General) • Excellent adhesion to SSPC-SP 2 prepared steel, galvanizing,aluminum,stainless steel and copper Brush&Roller Avoid excessive re-brushing or re-rolling. Apply • Low stress,highly flexible film (General) enough material to uniformly wet the surface. Any • Extremely high solids puddles formed must be brushed out. 0," • Low odor • Contains corrosion inhibitors Brush Use a medium bristle brush and distribute evenly • Compatible with a variety of topcoats using full brush strokes. • User friendly brush and roller application • VOC compliant to current AIM regulations Roller Use a medium to long nap roller,suitable for solvent base materials,to evenly distribute the material. Color Translucent Green(0300) Primers Self-priming.May be applied over most generic Mixing & Thinnin. types of coatings. Finish High Gloss.Chalks rapidly in sunlight. Mixing Power mix components separately to break down any gel. Keep the mixing blade at slow speed and Topcoats Acrylics,Alkyds,Epoxies,Polyurethanes,drying oils submerged in the product to minimize whipping of air into the material. Scrape the sides of the container Dry Film 1.0-2.0 mils(25-50 microns)per coat occasionally to insure uniformity. Continue to mix for Thickness 1-2 minutes. DO NOT MIX PARTIAL KITS, and do Solids Content Rustbond Rustbond FC not intermix unpaired components. By Volume 99%+1% 90%+ 1% Ratio .5 Gallon Kit 2 Gallon Kit Theoretical 1572 mil ft2(38.5 m2/I at 25 microns) Rustbond& FC Part A: 1 Quart 1 Gallon Coverage Rate 786 ft2 at 2 mils(19.3 m2/I at 50 microns) Rustbond& FC Part B. 1 Quart 1 Gallon Rustbond Allow for loss in mixing and application Thinning Thinning not normally required for Rustbond,but may Theoretical 1443 mil ft2(38.5 m2/l at 25 microns) be thinned up to 9% (12 oz/gal) with Thinner #76. Coverage Rate 722 ft2 at 2 mils(19.3 m2/1 at 50 microns) Rustbond FC may be thinned up to 6%(8 oz/gal)with Rustbond FC Allow for loss in mixing and application Thinner#76 or Thinner#2.Use of thinners other than .., those supplied or recommended by Carboline may VOC Values EPA Method 24: 0.7 lbs/gal(85 g/l) adversely affect product performance and void Rustbond 12 oz/gal w/#76: 1.22 lbs/gal(147 g/1) product warranty,whether express or implied. VOC Values EPA Method 24: 0.9 lbs/gal(108 g/l) Pot Life 80 minutes at 70°F(21°C) •• Rustbond FC 7 oz/gal w/#2: 1.22 lbs/gal(147g/1) Rustbond 50 minutes at 80°F(27°C) 8 oz/gal w/#76. 1.24 lbs/gal(149 g/I) (Qty is'V2 40 minutes at 90°F(32°C) gallon) 30 minutes at 100°F(38°C) Dry Temp. Continuous: 175°F(80°C) Pot life ends when material begins to thicken and — Resistance Non-Continuous: 200°F(93°C) exotherm. Discoloration and loss of gloss is observed above Pot Life 45 minutes at 75°F (28°C), 90 minutes at 40°F and 175°F(80°C). Rustbond FC longer at lower temperatures. Do not use above 75°F Limitations • Epoxies lose gloss, discolor and eventually chalk (Qty is'/: (28°C)material temperature. n sunlight exposure gallon) Pot life ends when material begins to thicken and New • Do not use for immersion service exotherm. Any unused quantities will become ex- • Rustbond sealers must be topcoated tremely hot and will generate smoke and fumes. Immediately spread out on an appropriate surface or add sand or other suitable heat sink to the unused material to reduce the severity of exotherm. Take — appropriate precautions against breathing fumes. March 2011 replaces February 2011 0922/0939 To the best of our knowledge the technical data contained herein is true and accurate on the date of publication and is subject to change without prior notice. User must contact Carboline Company to verify correctness before specifying or ordering. No guarantee of accuracy is given or implied. We guarantee our products to conform to Carboline quality control We assume no responsibility for coverage,performance or inunes resulting from use. Liability,if any,is limited to replacement of products. NO OTHER WARRANTY OR GUARANTEE OF ANY KIND IS MADE BY CARBOLINE, EXPRESS OR IMPLIED,STATUTORY BY OPERATION OF LAW,OR OTHERWISE.INCLUDING MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.Carboline®and Rustbond® are registered trademarks of Carboline Company. MD -• Rustbond®& Rustbond® FC Cleanup & Safety Curing Schedule Cleanup Use Thinner #2 or Acetone. In case of spillage, Rustbond absorb and dispose of in accordance with local Surface Temp.& applicable regulations. 50%Relative Dry to Dry to Final Cure Humidity Handle Topcoat Safety Read and follow all caution statements on this 70°F(21°C) 34 Hours 18 Hours 9 Days product data sheet and on the MSDS for this product. Employ normal workmanlike safety 80°F(26°C) 22 Hours 12 Hours 6 Days precautions. Hypersensitive persons should wear 90°F(32°C) 14 Hours 9 Hours 4 Days protective clothing,gloves and use protective cream 100°F(38°C) 11 Hours 4 Hours 3 Days AM on face,hands and all exposed areas. Rustbond FC Ventilation When used in enclosed areas, thorough air Surface Temp.& circulation must be used during and after application 50%Relative Dry to Dry to Final Cure until the coating is cured. The ventilation system Humidity Handle Topcoat should be capable of preventing the solvent vapor 35°F(2°C) 23 Hours 23 Hours 9 Days concentration from reaching the lower explosion 50°F(10°C) 18 Hours 18 Hours 6 Days limit for the solvents used. User should test and 75°F(24°C) 6 Hours 6 Hours 3 Days monitor exposure levels to insure all personnel are 90°F(32°C) 3 Hours 3 Hours 2 Days below guidelines. If not sure or if not able to monitor These times are based on a 1.0-2.0 mils(25-50 microns)dry film thickness. levels,use MSHAlNIOSH approved respirator. Higher film thickness, insufficient ventilation or cooler temperatures will Caution This product exotherms at the end of its pot life.Any require longer cure times and could result in solvent entrapment and unused quantities will become extremely hot. premature failure. Excessive humidity or condensation on the surface Immediately spread out on an appropriate surface or during curing can interfere with the cure, can cause discoloration and may add sand or other suitable heat sink to the unused result in a surface haze. Any haze or blush must be removed by water material to reduce the severity of exotherm. Take washing before recoating. During high humidity conditions, it is appropriate precautions against breathing fumes. recommended that the application be done while temperatures are This product contains flammable solvents. Keep increasing. away from sparks and open flames. All electrical Rustbond equipment and installations should be made and grounded in accordance with the National Electric Surface Temp.& Maximum Recoat Maximum Recoat Code. In areas where explosion hazards exist, 50%Relative Time Time workmen should be required to use non-ferrous Humidity Epoxies&Urethanes Acrylics&Alkyds tools and wear conductive and non-sparking shoes. 50°F(10°C) 30 Days 14 Days 75°F(24°C) 30 Days 14 Days Application Conditions 90°F(32°C) 15 Days 7 Days Rustbond Rustbond FC Condition Material Surface Ambient Humidity Surface Temp.& Maximum Recoat Maximum Recoat 70°-90°F 80°-100°F 80°-100°F 50%Relative Time Time Normal (21-32°C) (27-38°C) (27-38°C) 0-80% Humidity Epoxies&Urethanes Acrylics&Alkyds 60°F 70°F 70°F 35°F(2°C) 21 Days 7 Days Minimum 0% 50°F(10°C) 21 Days 7 Days (16°C) (21°C) (21°C) 75°F(24°C) 21 Days 7 Days Maximum 100°F 130°F 110°F 90% If the maximum recoat time is exceeded, the surface must be abraded by (38°C) (54°C) (43°C) sweep blasting,or by the application of another coat of Rustbond FC before Rustbond FC applying any additional coatings. Material Surface Ambient Humidity Normal 40°-70°F 40°-70°F 40°-70°F 0-80% Packaging, Handling & Storage (5-21°C) (5-21°C) (5-21°C) g Minimum 40°F 35°F 35°F 0% (2°C) Shipping Weight 0.5 Gallon Kit 2 Gallon Kit (5°C) (2°C)90°F 2°C (Approximate)Rustbond 6 lbs.(3 kg) 22 lbs.(10 kg) 75°F90°F Maximum 90% (24°C) (32°C) (32°C) Shipping Weight 0.5 Gallon Kit 2 Gallon Kit These products simply require the substrate temperature to be above the (Approximate)Rustbond 5 lbs.(2.2 kg) 19 lbs.(8.6 kg) dew point. Condensation due to substrate temperatures below the dew FC point can cause flash rusting on prepared steel and interfere with proper adhesion to the substrate. Special application techniques may be required Flash Point(Setaflash) Rustbond Part A: 205°F(96°C) above or below normal application conditions. Rustbond Part B: 176°F(80°C) Rustbond FC Part A 45°F(7.2°C) Rustbond FC Part B: 42°F(6°C) Storage Temperature 40°-110°F(4°-43°C)Store indoors. &Humidity 0-90%Relative Humidity Shelf Life:Rustbond Part A&B:Min.36 months at 75°F(24°C) Rustbond FC Part A&B:Min.36 months at 75°F(24°C) *Shelf Life:(actual stated shelf life)when kept at recommended carboli\ ne storage conditions and r°°__-w+ Lkinga F n fins in original unopened 2150Schoee Rd.,St lows,MO 63146 411.314 644 1000 TO Free:800 848 4645 containers. www.earl>or°e.t°m liall March 2011 replaces February 2011An Company To the best of our knowledge the technical data contained herein is true and accurate on the date of publication and is subject to change without prior notice User must contact Carboline Company to verify correctness before specifying or ordering. No guarantee of accuracy is given or implied. We guarantee our products to conform to Carboline quality control We assume no responsibility for coverage, performance or injuries resulting from use. Liability,if any,is limited to replacement of products NO OTHER WARRANTY OR GUARANTEE OF ANY KIND IS MADE BY CARBOLINE, EXPRESS OR IMPLIED,STATUTORY BY OPERATION OF LAW,OR OTHERWISE,INCLUDING MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.Carboiine®and Rustbond® are registered trademarks of Carboline Company. I • '�, Carboxane° 2000 • roduct • data ( e Am iiiiimillummaimm Selection & Specification Data Substrates & Surface Preparation Generic Type Modified Siloxane Hybrid General Surfaces must be clean and dry.Employ adequate 3 Description Carboxane 2000 is a premium,ultra-durable coating methods to remove dirt,dust,oil and all other that provides outstanding gloss and color retention for contaminants that could interfere with adhesion of the exterior exposures.When used over a suitable primer coating.Refer to specific primers Product Data Sheet (as a two coat system)Carboxane 2000 provides for detailed requirements of the specified primer the barrier properties normally seen using a three- Steel SSPC-SP6 with a 1.5-2.5 mil(37.5-62.5 micron) coat system(primer,epoxy intermediate with an surface profile for maximum protection.SSPC- acrylic-polyurethane finish)for most environments. SP2 or SP3 as minimum requirement.Prime with This tightly cross-linked film utilizes a UV-resistant recommended primer. siloxane binder resulting in a finish with outstanding Galvanized Steel SSPC-SP1 and prime with specific Carboline barrier properties and weathering performance that far primers as recommended by your Carboline sales exceeds polyurethanes. representative. Features • Exceptional weatherability • Long life performance Performance Data • Outstanding gloss/color retention • VOC compliant Test Method System Results • Excellent abrasion resistance Adhesion: 859/2000 1362 psi • Isocyanate free ASTM D4541 • Flexible Film EMMAQUA Weathering 2000 Exposure 12 mos. Color Refer to Carboline Color Guide Gloss Retention 90% Finish Gloss Exposure 24 mos. Gloss Retention 73% Primers Compatible with inorganic and organic zinc rich Exposure 32 mos. primers,epoxies and others as recommended by Gloss Retention 61% Carboline Technical Service Flexibility: 2000 >3/8 inch Dry Film 3.0-7.0 mils(76-178 microns)per coat Conical Mandrel Thickness Pencil Hardness 2000 F As the finish of a two coat system(over a primer)a minimum of 5 mils QUV-A Weathering 2000 Exposure 4000 hours (125 microns)is recommended.As the finish of a three coat system Gloss Retention 99% (primer and intermediate coat),a minimum of 3 mils(75 microns)is Exposure 8000 hours recommended.See Severe Exposures below. 80%gloss retention Solids Content By Volume 75%+/-2% Exposure 12000 hours Surface Burning Flame Spread Index:0 Gloss Retention 53% Characteristics Smoke Developed Index:10 South Florida 2000 Exposure 4 years Weathering Gloss Retention 90% Theoretical 1203 ft2 at 1 mil(30 m2/I at 25 microns) dE:0.45 color change Coverage Rate 401 ft2 at 3 mils(10 m2/I at 75 microns) Wet Adhesion:"X- 859/2000 No failure after 7 days 172 ft2 at 7 mils(4 m2/I at 175 microns) Cut",Knife Adhesion Allow for loss in mixing and application. Mixing & Thinning VOC Values Thinner 10 13 oz/gal:2.29 lbs/gal(275 g/I) Mixing Power mix Part A separately.Part B requires no As Supplied 1.8 lbs/gal(216 g/I)mixed mixing.Then combine power mix.DO NOT MIX These am nominal values and may vary with color PARTIAL KITS. Dry Temp. Continuous: 200°F(93°C) Thinning Not normally required.May be thinned up to 10%(13 Resistance Non-Continuous:250°F(121 °C) oz/gal)with Thinner#10 for spray,and Thinner 214, ` 215,or 238 for brush and roll. Ratio Part A:2.2:1 Part B:by volume. Pot Life 8 hours at 75°F(23°C)and less at higher temperatures.Material is moisture sensitive.If left uncovered for extended periods or under very high humidity conditions,check for and remove any skinning that may occur. .• a February 2013 2000 To the best of our knowledge the technical data contained herein is true and accurate on the date of publication and is subject to change without prior notice.User must contact Carboline Company to verify correctness before specifying or ordering.No guarantee of accuracy is given or implied.We guarantee our products to conform to Carboline quality control.We assume no responsibility for ,� coverage,performance or injuries resulting from use.Liability,if any,is limited to replacement of products.NO OTHER WARRANTY OR GUARANTEE OF ANY KIND IS MADE BY CARBOLINE, EXPRESS OR IMPLIED,STATUTORY,BY OPERATION OF LAW,OR OTHERWISE,INCLUDING MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.Carboline®and Carboguard® are registered trademarks of Carboline Company. Page 1 of 2 I Carboxane® 2000 LApplication Equipment Guidelines Packaging, Handling & Storage Listed below are general equipment guidelines for the application of this product Job site conditions Shelf Life Part A:24 months at 76°F(24°C) L may require modifications to these guidelines to achieve the desired results. Part B:24 months at 76°F(24°C) Spray Application This is a high solids coating and may require 'Shelf Life:(actual stated shelf life)when kept at recommended storage (General) adjustments in spray techniques.Wet film thickness conditions and in original unopened containers. is easily and quickly achieved.The following spray Shipping Weight 1 Gallon Kit-13 lbs(6 kg) equipment has been found suitable and is available (Approximate) 5 Gallon Kit-67 lbs(30 kg) from manufacturers. • L Airless Spray Pump Ratio:30:1 (min.) Storage 40-110°F(4°C-43°C) Temperature& 0-90%Relative Humidity Volume Output:2.5 gpm min.(11.5 I/min min.) Humidity Material Hose:W I.D.min.(12.5mm min.) Tip Size:0.017-0.021°(0.43-0.53mm) Flash Point Part A:96°F(36°C) Output Pressure:1500-2000 psi(105-140kg/cm2) (Setaflash) Part B:75°F(24°C) Thinner 10:83°F(28°C) L Brush&Roller Multiple coats may be required to obtain desired Thinner 214:102°F(38°C) (General) appearance,recommended dry film thickness and Thinner 215:128°F(53°C) adequate hiding.Avoid excessive re-brushing or re- Thinner 238:102°F(38°C) rolling. Thinner 2:23°F(-5°C) Brush Use a medium natural bristle brush. Storage Store Indoors.KEEP DRY. Roller Use a short to medium-nap mohair roller cover with solvent resistant core. Application Conditions L Condition Material Surface Ambient Humidity Minimum 50°F(10°C) 35°F(2°C) 35°F(2°C) 20% Maximum 90°F(32°C) 110°F(43°C)110°F(43°C) 90% Industry standards are for substrate temperatures to be 5°F(3°C)above the dew point.Protect from high humidity,dew and direct moisture contact until fully cured.Application and/or curing in humidities above maximum,or exposure to moisture from rain or dew may result in a loss of gloss and/or staining of the product. Curing Schedule Surface Temp. Dry to Recoat Dry to Touch Hard Cure &50%Relative Humidity 35°F(2°C) 24 Hours 8 Hours 30 Hours 60°F(16°C) 12 Hours 3 Hours 24 Hours 75°F(24°C) ' 6 Hours 2 Hours 18 Hours These times are based on recommended coverage rates.Curing under low humidity conditions will extend times.Maximum moat for this product is 30 days.After this period,it is best to degloss the hi surface by abrasive blasting or sanding prior to repcoating.`Fingernail hard Cleanup & Safety Cleanup Use Thinner#2 or Acetone.In case of spillage,absorb and dispose of in accordance with local applicable regulations. Safety Read and follow all caution statements on this product data sheet and on the MSDS for this product.Employ normal workmanlike safety precautions. Ventilation When used in enclosed areas,thorough air circulation must be used during and after application until the coating is cured.The ventilation system should be capable of preventing the solvent vapor concentrationo111 1��_ from reaching the lower explosion limit for the solvents �rbie used.User should test and monitor exposure levels to insure all personnel are below guidelines.If not coan y;.-Linings-r„Yr„nr„,X ho sure or if not able to monitor levels,use MSHA/NIOSH 2100 Schuetz Rd.,St.Louis,MO 63146 approved supplied air respirator. PH:314-644-1000 Ton-Free:800-845-4645 www.carboline.com lib riem An Company February 2013 2000 To the best of our knowledge the technical data contained herein is true and accurate on the date of publication and is subject to change without prior notice.User must contact Catalina Company to verify correctness before specifying or ordering.No guarantee of accuracy is given or implied.We guarantee our products to conform to Carboline quality control.We assume no responsibility for coverage,performance or injuries resulting from use.Liability,if any,is limited to replacement of products.NO OTHER WARRANTY OR GUARANTEE OF ANY KIND IS MADE BY CARBOUNE, EXPRESS OR IMPLIED,STATUTORY,BY OPERATION OF LAW,OR OTHERWISE,INCLUDING MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.Carboline®and Carboguard® are registered trademarks of Carboline Company. Page 2 of 2 imp 11-.„ 11 1 1 - F r u r ..- r ._ o� �. r I " l . I 1 . l . l I I . L ," I „ 1 „ 1 ," 1 I U P0: EXTENDED SECTION AT ENTRANCE Z 25 24 23 22 0 0 0 12 11 1p 9.2 O O O O 0) v o a gjg I I I I I I I 1 I I b J 36'-0" / 36'-0" / 36'-0" / 36'-0" 36'-0" 36'-0" 36'-0" / 36'-0" / 36'-0" / 39'-6" / 37'-6" / 36'-0" / 36'-0" / 36'-0" / a �y " cow"nxr 0 FRONT ELEVATION .�. a,„= A , 36'-0" 36'-0" 36'-0" 33'-5 1/2" / 39'-6" 36'-0" 36'-0" i '-p 20'-0" . Ar35'-0 1," 20'-0" 2'-0 36'-0" 36'-0" 36'-0" >-_Q J Ce W MMIMIMI O Q�z z I I I I I I I — 1 I I I I I I 0i0 0E — — — IIIA!'I 'n — — — z a< °a �W� z — IF-0— ig v I I I • • I I I I I • • I - .... .,. I I 1 I I I II I 'I I I ( I I I I '0 1=1 MIE 11E111=II=.1=1=irlIENIIII II.=ii MEI I I=I=10 I N me� r N • • • • • • i �■���Magill 11 . 1 MAENTRAN ' NN 0 CANOPY PLAN DIMENTTAKENSIONS&CONDITIONS SHOWN FROM ORIGINAL CONSTRUCTION ;y� �S A�'�y,�!', �GS 5 DRAWINGS. THEY ARE PROVIDED FOR h GENERAL INFORMATION&MAY NOT BE i W� o�'�_A6_1 C1 "� GS FULLY ACCURATE. BIDDERS ARE ! ----- RESPONSIBLE ""' RESPONSIBLE TO VISIT THE SITE& °,* A * -. VISUALLY VERIFY CONDITIONS AS NEEDED ' "-- TO SUBMIT AN ACCURATE BID ,�W�'0 7679 w,.. r CRP.037 �'.N AS NOTED :8%2 /14 Al , I " 1 0 1 I . I . I ," I I „ I „ I ,. I ( f tII f f i 1 I , I I . 1 . I 1 . I I_ 1" I 11 I „ I 13 I ,. I — 4 U Z kl _ O 0 0 U ii i , 6'-11/2"• 37'-6" •6'-11/2" Z EL=SEE PLAN PARALL:L TO BLDG EXNTENSION AT ENTRANCE y4 BENT 3'-2 7/8" HSS T.O.STEEL - I 79'-4" "I J a 5 PLATE RE:DETAILS ON S7.050DT BEAM (CANOPY BEAM) J - 5x5x3/8 I FOR CONNECTIONS(TYP) I (HIGH) 1 • I 14'4" 17'-9" 29'-6" 17'-9" CONT •,...... L5x5x3/8 Q' 1� _ ` CONT` '` " " IR=32'-0" 1111111111111112r411111* 47r ___::_- ______ ..."n�r�•� =+ m"'I 29" R=32'-0" II 75" if i t 1 1 R 1 1 (I -A.F.F. 4".;...%1111111111101110 IPP- ".....1111,,........_ All i- ----U-1 DOT.OF BEAM ��� RE:DETAILS ON 57.050DT ���� " A6 1111 3'-2 7/8" FOR CONNECTIONS(TYP) POSTS(TYP) .0-- -- - PLATE C DECK FLUTE (LOW)HSS BEAM SEE PLAN -,_� IF-- �" _ _ Q '- CURBSIDEEXIST.ROAD(N.I.C.) _ CC - CAP RE:CIVIL X W 0 -I Q O^ CANOPY SEGMENT CLOSEUP OCROSS-SECTION AT TERMINAL ENTRANCE 0-•-¢ w F 02 1l6•=1'-0• OJ 1116",1'-0• 0 1—J 0 Z5.12Q 0 QD_Z 2 — 020 Q J0S v) Z co Z 0 _ _ D'rL 0 11-0_ ico T.0_S.--,,s _ «. " - - 6,I - - - �. Wit_ za O J ,T, U 2 an Z CC U CURBSIDE O a REVEAL •�� `� v : (SPED AAcy.� Gs i 0 s\Op•Sp44, X1;0% BAs A43.20 \ , DIMENSIONS&CONDITIONS SHOWN ARE f 41 .1 _....A..._1 �0�$ Gs REFERENCE J TAKEN FROM ORIGINAL CONSTRUCTION $¢ CD "a i - LINE . DRAWINGS. THEY ARE PROVIDED FOR ', P‘ 9 i — GENERAL INFORMATION&MAY NOT BE .i 11► 1B19� Qy i CRP.031 FULLY ACCURATE. BIDDERS ARE 'r,py) .f;.� RESPONSIBLE TO VISIT THE SITE& �. fE k� AS NOTED TYPICAL CANOPY SEGMENT-FRONT VIEW VISUALLY VERIFY CONDITIONS AS NEEDED , ;,Q'`••. -•" ,)%tc 01 1/6._1.-0. TO SUBMIT AN ACCURATE BID 4E5/22/14 � A2 , I , I , I 4 I 0 I . I , I " I • I ," 1 „ 1 12 I 13 I 14 I IN AGREEMENT ios THE STATE OF TEXAS § COUNTY OF NUECES § SII THIS AGREEMENT is entered into this 26TH day of MAY, 2015, 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 Cruz Maintenance & Construction, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: N In consideration of the payment of $138,046.85 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements " described as follows: N LARGE JOB ORDER CONTRACT (RFP 2014-07) CCIA TERMINAL CANOPY PAINT PROJECT NO. E15131 TOTAL AMOUNT: $138,046.85 N according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents ,., include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. it Page 1 of 3 Rev.Aug-2014 III L I 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 120 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. I I I I r L r Page 2 of 3 Rev.Aug-2014 i.. L : i° 0: ITF CS HRISTI le 15- Val '' Gray, P E. 7/O ' - Exec ive Direc ► of -ublic Works APPROVED AS TO LEGAL FORM By: Asst ity Attorney A--40 RECOMMENDED: APP OV D: Funding Dept. Approval (Dept. Head) Director of Management& Budget 7/ ( M /(5 Date Date 4610-35040-271-520130-E 15131-01-4610EXP Funding Source it CONTRACTOR ATTEST: (If Corporation) Cruz Maintenance and Construction, Inc. af ( ealBelow) 91AjClial/Lj itle: (Note: If Person signing for corporation is not President, 3041 Cabaniss Rd. attach copy of authorization (Address) to sign) Corpus Christi, TX 78405 (City) (State) (ZIP) 361/851-2002 * 361/851-2003 (Phone) (Fax) Jperez c( cruzmc.com (E-Mail) Page 3 of 3 Rev.Aug-2014 r CRUZ YIi11IsI1CI f CI/Sta,Ct111 Date:4-24-2015 Proposal:2015-05 Via Email:GraziellaM@cctexas.com To:City of Corpus Christi Project:Corpus Christi Intl.Airport Gracie Mesa Canopy Rehabilitation SR. Project Manager/JOC Program Manager 1000 International Dr. 1201 Leopard Street Corpus Christi,TX 78406 Corpus Christi,TX. 78469 Cruz Maintenance and Construction,Inc.proposes to furnish labor and materials to perform the following in one hundred and twenty calendar days Scope of Work: Work will consist of rehabilitating the existing undulating entrance canopy to remove rust,bird droppings,and other grime.Clean,prep,repair and repaint all exposed structural steel members beams,columns,and metal trim.Perform a thorough cleaning of all corrugated soffit areas,concrete support columns,and matching concrete circular pilasters at the front exterior terminal wall. Base Bid Total:$98,937.28 niter irate i Painting oSoffit.thSoffit.Dz.kiing Add:$102,834.34-40 (1145144279,1M/d ----- Alternate 2 Painting of the Columns and Pilasters Add:$35,029.43 Alternate 3 Painting of 136 Light Fixtures and Brackets Add:$4,080.14 Respectfully, Joe Perez Estimator CMCI /� Acceptance: Date: 7 T2`/" 16-- If 1If you have any questions, please do not hesitate to call me.Thank you for the opportunity. r 3041 Cabaniss Road Corpus Christi,Texas 78415—Office: 361-851 2002 Fax: 361 851-2003 L L Cruz Maintenance&Construction Inc.Factor Calculation Sheet Date Submitted. 4/24/2015 LCity of Corpus Christi L CCIA Terminal Canopy Rehabiliation-Base Bid Cruz# 2015-05 Item 'Used Amount Extended Total of Line Items Based on Quantities and Units 101,535.05 Prices(Total OH&P) City Cost Index(Already calculated by RS Means software,by choosing location) ESC 1-Corpus Christi 1 X Cost Adjusted by CMCI I - I Coefficient 0.95 X Cost Adjusted for Coefficient 96,458,30 Zone Factor >150 miles 1.00 X Cost Adjusted for Zone I 96,458.30 Job Order Size Factor $0<$25,000 1.00 >$25,000<$150,000 1.00 X >$150,000 and over 1.00 LCost Adjusted for DO Size 96,458.30 Time of Performance Factors Normal M-F(7AM-5PM) 1.00 X Other than Normal,week-ends&holidays 1.00 Cost Adjusted for lime of Performance 96,458.30 I LAnnual Volume Factors(12 month sliding window) >51,000,000 1.00 Cost Adjusted for Volume I 96,458.30 s kw Davis-Bacon(If Applicable) Cost Adjusted for Davis-Bacon I 96,458.30 General Uability 0 Permits$ 0.00 • Bond LCost Adjusted for Permits and Insurance 96,458.30 Allowance Cost Adjusted Allowance 96,458.30 LBond 0.026 X 2,478.98 TOTAL ADJUSTED COST 98,937.28 ball 912{ OMCI Signature Date it ilia C RSM e a ns City of Corpus Christi FROM THE G6IRDIAN GROUP 1000 International Drive Cost Estimate Report Corpus Christi TX RSMeans Date 04/24/2015 CCIA Terminal Steel Rehabilitation Prepared By Year 2015 Quarter 1 Christopher Cruz Unit Detail Report Cruz Maintenance&Construction Inc. LineNumber t T Description Quantity Unit Total Incl. Ext.Total Incl. OSP OSP Division 01 General Requirements 015423700090 Scaffolding,steel tubular regular 30 00 C S F $145 53 54,365 90 labor only to erect&dismantle building exterior,wall face 6'-4"x 5' frames,1 to 5 stories,excludes planks 015433400160 Rent aerial lift to 25'high 2000 lb cap 3 00 Month SI 197 46 53,592 38 scissor type,Incl Hourly Oper Cost 015433405450 Pressure Washer 5 gpm,3000 psi 200 Month SI 298 25 $2,596 51 Incl Hourly Oper Cost 015613600050 Tarpaulins cotton duck cloth 10 oz 25.200 00 S F SO 66 $16,632 00 to 13 13 oz perS Y,30'x30' max Division 01 General Requirements Subtotal $27,186.79 Division 02 Existing Conditions r ,.:281201+'11,A• Hazardous waste 900 Ea $2234 cleanup/pickup/disposal,solid pickup,55 gallon drums 028319230350 Encapsulation of lead-based paint 1500 OD S F $2 35 $3"2i a water based polymer coating miscellaneous.steel trusses brushwork 14 and OFT 028319267000 Lead paint removal hand scraping 785 00 Ea $41 86 $32,860 10 and NEPA vacuum less than 4 S F Division 02 Existing Conditions Subtotal S38.395.70 Division 09 Finishes ,.;%l 1347.,2tP. Paints&coanncs misc exterior 4 572:Li I. I S i•t_ $16,662 24 r wrought iron railings brushwork zinc chromate I finish coat 60 high 1 rail 1 2 sq verticals 6"0 C 099710104600 Paints&coatings metal ferrous rust i4i i•. (,al 5,i17..4 $19,290 32 inhibitor in 5 gallon lots Dis ision 09 Finishes Subtotal 535,952.56 S 2015 1-8D0-334.3509 customersupportarsmeans corn 1 I LineNumber 4:0 T Description Quantity Unit Total lnel. Ext.Total lnel. O&P OSP Subtotal S101,535.05 General Contractor's Markup on Subs 0.00% 50.00 Subtotal S/01435.05 General Conditions 0.00% 50.00 Subtotal 5101,535.05 General Contractor's Overhead and Profit 0.00% 50.00 Grand Total 5101535.05 t I I r O 2015 1-800-334.3509 custornersupport©rsmeans corn 2 I Cruz Maintenance&Construction Inc. Factor Calculation Sheet Date Submitted 4/24/2015 City of Corpus Christi CCIA Terminal Canopy Rehabiliation-AIt.2 Columns Cruz# 2015-05 Item Used 'Amount Extended Total of Line Items Based on Quantities and Units 36,873.08 Prices(Total OH&P) City Cost Index(Already calculated by RS Means software, by choosing location) ESC 1-Corpus Christi 1 X Cost Adjusted by CMCI - Coefficient 0.95 X Cost Adjusted for Coefficient 35,029.43 Zone Factor >150 miles 1.00 X Cost Adjusted for Zone 35,029.43 Job Order Size Factor $0<$25,000 1.00 >$25,000<$150,000 1.00 X >$150,000 and over 1.00 Cost Adjusted for DO Size 35,029.43 Time of Performance Factors Normal M-F(7AM-5PM) 1.00 X Other than Normal,week-ends&holidays 1.00 Cost Adjusted for Time of Performance 35,029.43 f Annual Volume Factors(12 month sliding window) >$1,000,000 1.00 Cost Adjusted for Volume 35,029.43_ Davis•Bacon(If Applicable) Cost Adjusted for Davis-Bacon 35,029.43 General Liability 0 Permits$ 0.00 Bond Cost Adjusted for Permits and Insurance 35,029.43 Allowance Cost Adjusted Allowance 35,029.43 Bond 0.000 X - TOTAL ADJUSTED COST 35,029.43 CMCI Signature Date '" RSMeans City of Corpus Christi fl FROM THE GbbROIAN GROUP 1000 International Drive Cost Estimate Report Corpus Christi TX 78406 Date 04/24/2015 CCIA Terminal Canopy Rehabilitation AIt2 B Prepared By Year 2015 Quarter 1 Christopher Cruz Unit Detail Report Cruz Maintenance 8 Construction Inc LineNumber d T Description Quantity Unit Total Incl Ext.Total Incl. o&P o&P Division 01 General Requirements 015433400150 Rent aerial M to 15'high 1000 lb cap 31 0 Month $990 25 $2 970 76 rum scissor type Incl Hourly Oper Cost 015433405150 Pressure Washer 5 gpm 3000 psi 3.00 Mast: S1 291'2 S3.8'.4 76 Incl Hourly Oper Cost 015436501300 Mobilization or demobilization ; 00 Et $21 .0' S21546 delivery charge for equipment hauled on 3-ton capacity towed trailer Disision01 General Requirements Suhtolal S7,080.98 Division 09 Finishes 099103200510 Paint preparation sanding&puttying 38 195 00 S 1 SL t.-t 51.527 80 interior trim surface protection placement&removal basic drop cloths 099713236940 Paints and protective coatings 38 195 00 S I S,:21 528 264 30 universal primer epoxy hvo pan sprayed `r Ditision09 Finishes Subtotal S29,792.10 Subtotal 536,873.08 General Contractor's Markup on Subs 0.0ii',, 50.00 a Subtotal S36,873.08 General Conditions O't10�' 50.00 Subtotal S36,873.08 General Contractor's Overhead and Profit 0.00". 50.00 Grand Total 536,873.08 20'5 1.800-334.3509 customersupport®rsineans corn Cruz Maintenance&Construction Inc.Factor Calculation Sheet Date Submitted: 4/24/201.5 City of Corpus Christi CCIA Terminal Canopy Rehabiliation:AIt3 Paint Light Fixtures Cruz# 2025-05 Item Used Amount Extended Total of Line Items Based on Quantities and Units 4,294.88 Prices(Total 0H&P) City Cost Index(Already calculated by RS Means software,by choosing location) ESC 1-Corpus Christi 1 X Cost Adjusted by CMCI - Coefficient 0.95 X Cost Adjusted for Coefficient 4,080.14 Zone Factor >150 mites 1.00 X Cost Adjusted for Zone J 4,080.14 Job Order Size Factor $0<$25,000 1.00 >$25,000<$150,000 1.00 X >5150,000 and over 1.00 Cost Adjusted for DO Size 4,080.14 Time of Performance Factors Normal M-F(7AM-SPM) 1.00 X Other than Normal,week-ends&holidays 1.00 Cost Adjusted for Time of Performance f 4,080.14 Annual Volume Factors(12 month sliding window) >$1,000,000 1.00 Cost Adjusted for Volume 4,080.14 Davis-Bacon(If Applicable) Cost Adjusted for Davis-Bacon 4,080.14 General Liability 0 Permits$ 0.00 Bond Cost Adjusted for Permits and Insurance 4,080.14 Allowance Cost Adjusted Allowance 4,080.14 Bond 0.000 X - TOTAL ADJUSTED COST 4,080.14 C CI Signature Date I RS M ea n s City of Corpus Christi 0 FROM THE G.RDIAN GROUP" 1000 International Drive Cost Estimate Report Corpus Christi,TX, 78406 Date 04/24/2015 CCIA Terminal Canopy Rehabilitation Can L Prepared By Year 2015 Quarter 1 Christopher Cruz Unit Detail Report Cruz Maintenance&Construction Inc. LineNumber of T Description Quantity Unit Total Incl. Eat.Total Incl. O&P O&P Division 91 912345678911 (1' Prep and Paint Canister Light 136 00 Ca 531 58 $4 294 88 Fixtures Division 91 Subtotal $4,294.88 Subtotal S4,294.88 General Contractor's Markup on Subs 0.00% slum Subtotal 54,294.88 General Conditions 0.00% 50.00 Subtotal 5.1,294.88 General Contractor's Overhead nod Profit 0.00% S0.00 Grand Total 54,294.88 1 IKSA. 111 1 Hawn Avenue Shreveport,LA 71107 Phone:318.221.7501 Fax:318.221.7635 p ALLIANCE , INC . Email: PROJECT NO. CRP.037— CCIA TERMINAL CANOPY REHABILITATION SUBMITTAL NO. 099600.010 SPEC. SECTION: 099600 High Performance Coatings SUBMITTAL REVIEW X NO EXCEPTIONS TAKEN Checking is only for general conformance with the design concept of the project and general compliance with the MAKE CORRECTIONS NOTED information given in the contract documents. Any action shown is subject to the requirements of the plans and REVISE AND RESUBMIT specifications. Contractor is responsible for: dimensions which shall be confirmed and correlated at the job site; fabrication REJECTED processes and techniques of construction; coordination of his work with that of all other trades; and the satisfactory SUBMIT ITEM SPECIFIED performance of his work. KSA ALLIANCE, INC. BY: _ DATE: 02/20/15 Gerald A. Schirmer, Architect Project Manager Comments: • 1. Judged comparable to products/systems originally spec'd. W 1 VID CaD 0 O I SHERWIN 74, WILLIAMS. SHERWIN-WILLIAMS 725 CANTWELL LN CORPUS CHRISTI,TX 78408 2603 (361) 882-5595 02/13/2015 CMC CRUZ MAINTENANCE & CONSTRUCTION Attn:Joe Perez, Project Manager 3041 Cabiniss Rd. Corpus Christi TX 78415 Re: Submittal for Corpus Christi International Airport-Terminal Canopy Rehab Dear Mr. Perez: Thank you for considering Sherwin-Williams products for the Corpus Christi International Airport- Terminal Canopy Rehab project. Included in this package is the Sherwin-Williams submittal for the above referenced project. Should you require assistance or have any questions or concerns, please contact me at or e-mail me at swrep6938@sherwin.com. Sincerely, RANDY DISHMAN Sherwin-Williams Protective and Marine Representative Gulf Coast Region -South Texas N.A.C.E.Certified#2855 Cell 361-946-3168 I SHERWIN 71., WILLIAMS. Corpus Christi International Airport - Terminal Canopy Rehab Corpus Christi,TX CMC CRUZ MAINTENANCE & CONSTRUCTION 3041 Cabiniss Rd. Corpus Christi, TX 78415 ENGINEERING KSA Alliance, Inc. Shreveport, LA 71107 Prepared By: RANDY DISHMAN Sherwin-Williams Company Protective and Marine Representative Gulf Coast Region - South Texas N.A.C.E. Certified#2855 Cell 361-946-3168 SHERWIN WILLIAMS. r , SCHEDULE Base Bid - Designated items per specification Previously Coated Steel Structural Members, beams,columns,trim Primer: B58T00101 - Macropoxy®920 PrePrime Rust Penetrating Epoxy Pre-Primer Transparent Part A Apply over properly prepared surface at 1.0-2.0 mils DFT Finish: B80W00800- Polysiloxane XLE-80 Epoxy Siloxane Apply over properly primed surface,at 3.0-7.0 mils DFT minimum. Color as designated Base Bid -Alternate No. 1 per specification Previously Coated Corrugated Metal Soffit Primer: B58T00101 - Macropoxy®920 PrePrime Rust Penetrating Epoxy Pre-Primer Apply to properly prepared surface at 1.0-2.0 mils DFT. Finish: B80W00800- Polysiloxane XLE-80 Epoxy Siloxane Apply over properly primed surface,at 3.0-7.0 mils DFT. Color as designated Base Bid -Alternate No.2 per specification Concrete Columns and Pilasters Designated Primer:A24W08300- Loxon®Concrete& Masonry Primer Apply to all properly prepared concrete, as per product data page Finish: B66T00654 - Pro Industrial High Performance Acrylic Apply over properly primed surface, as per product data page, in gloss and color desginated and selected by owner. Upgrade Sys. -All previously coated steel All spot rusted and or failed existing areas. Spot Prime: B58A00604 - Macropoxy®646 FF Flake Filled Epoxy Apply spot prime coat to all properly prepared rusty and or failed spots at 5.0-7.0 mils DFT.Extend spot prime a minimum of 2-4 inches over sanded edge of intact sound coating. Full tie coat for all steel areas to be coated. Full Tie Coat: B58T00101 - Macropoxy®920 PrePrime Rust Penetrating Epoxy Pre-Primer Apply full tie coat to properly prepared surface at 1.0-2.0 mils DFT. Full finish coat for all steel areas to be coated. Finish: B80W00800 - Polysiloxane XLE-80 Epoxy Siloxane Apply full finish coat to all properly primed and prepared surfaces at 3.0-7.0 mils DFT.Color as designated by owner. �w„ SHERWIN c'°" WILLIAMS SURFACE PREPARATION 1) Block(Cinder and Concrete) Remove all loose mortar and foreign material.Surface must be free of laitance, concrete dust, dirt, form release agents, moisture curing membranes, loose cement, and hardeners. Concrete and mortar must be cured at least 30 days at 75°F.The pH of the surface should be between 6 and 9,unless the products to be used are designed to be used in high pH environments such as Loxon.On tilt-up and poured-in-place concrete, commercial detergents and abrasive blasting may be necessary to prepare the surface. Fill bug holes, air pockets, and other voids with a patching compound such as ConSeal. 2) Previously Coated Surfaces Maintenance painting will frequently not permit or require complete removal of all old coatings prior to repainting. However, all surface contamination such as oil, grease, loose paint, mill scale, dirt, foreign matter, rust, mold, mildew, mortar, efflorescence, and sealers must be removed to assure sound bonding to the tightly adhering old paint.Glossy surfaces of old paint films must be clean and dull before repainting.Thorough washing with an abrasive cleanser will clean and dull in one operation, or, wash thoroughly and dull by sanding. Spot prime any bare areas with an appropriate primer. Recognize that any surface preparation short of total removal of the old coating may compromise the service length of the system.Check for compatibility by applying a test patch of the recommended coating system, covering at least 2 to 3 square feet.Allow to dry one week before testing adhesion per ASTM D3359. If the coating system is incompatible, complete removal is required. 3) Hand Tool Cleaning Hand Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process. Mill scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife.Before hand tool cleaning, remove visible oil, grease, soluble residues, and salts by the methods outlined in SSPC- SP1. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.2 (SSPC-SP2) 4) Power Tool Cleaning Power Tool Cleaning removes all loose mill scale, loose rust, and other detrimental foreign matter. It is not intended that adherent mill scale, rust, and paint be removed by this process.Mill scale, rust, and paint are considered adherent if they cannot be removed by lifting with a dull putty knife. Before power tool cleaning, remove visible oil, grease, soluble residues, and salts by the methods outlined in SSPC- SP1. For complete instructions, refer to Steel Structures Paint Council Surface Preparation Specification No.3.(SSP-PC3) 5)Brush-Off Blast Cleaning A Brush-Off Blast Cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dirt, dust, loose mill scale, loose rust, and loose paint.Tightly adherent mill scale, rust, and paint may remain on the surface.Mill scale, rust, and coating are considered adherent if they cannot be removed by lifting with a dull putty knife.Before blast cleaning, visible deposits of oil or grease shall be removed by any of the methods specified in SSPC-SP1 or other agreed upon methods. For complete instructions, refer to Joint Surface Preparation Standard (SSPC-SP7/NACE No.4) 6) High-and Ultra-High Pressure Water Jetting for Steel and Other Hard Materials SSPC-SP12 or NACE 5 I SHERWII' , e , WILLIAMS This standard provides requirements for the use of high-and ultra-high pressure water jetting to achieve various degrees of surface cleanliness.This standard is limited in scope to the use of water only, without the addition of solid particles in the stream. For complete instructions, refer to Joint Surface Preparation Standard (SSPC-SP12/NACE No.5) END OF SPECIFICATION (c- CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST Ckyor anti City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the fouowing information. Every, uestion must be answered. If the question is not apphcabk,answer with"NA". See reverse sfor Filing Requirerrnents, Certifications and definitions. COMPANY NAME: Cruz Maintenance&Construction, Inc. P.O.BOX: STREET ADDRESS: 3041 Cabaniss Rd CITY: Corpus Christi ZIP: 78418 FIRM 1S: 1. Corporation II 2. Partnership 8 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of CorpusChristi having an "ownership interest" constituting 3%or more of the ownership in the above named fum. Name Job Title and City Department(if known) 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 WA 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 NM, 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on asy matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in above named"firm." Name Consultant N/A ATTACHMENT"B" Page 1 of 2 50 c [.. 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 [1: 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)j 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: Christopher Cruz Title: president ypeorPtinil • Signature of Certifying;emir Date: 10 November 2014 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service,including but not limited to,entities operated in the form of sole proprietorship, as self-employed person,partnership,corporation,joint stock company,joint venture, receivership or trust,and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. ATTACHMENT"B" Page 2 of 2 51 r V 00 6113 PERFORMANCE BOND BOND NO. 4394124 Contractor as Principal Surety Name: Cruz Maintenance and Construction.Inc. Name: SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 3041 Cabaniss Rd. 9737 Great Hills Trail Corpus Christi,TX 78415 Suite 320 Austin, TX 78759 Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs(Engineering Services) Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: TX 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): Large Job Order Contract RFP 2014-07 713-812-0800 Pro'.No.E15131 CLIA Terminal Canopy Paint Telephone(for notice of claim): 866-732-0099 Local Agent for Surety Name: Bill Dawley Award Date of the Contract: May 26.2015 Address: 7 0 NE Loop 410 Ste. 850 Contract Price: $138.046.85 San Antonio, TX 78216 Bond Telephone:210-7 9 8-518 0 Email Address: bdawley@ suretec.com Date of Bond: Tune 5,2015 The address of the surety company to which any notice of claim should be sent may be obtained (Dote 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 I I Performance Bond 00 61 13-1 Corpus Christi Standards-Large JOC 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 Prince Surety Signature: /// ry/ Signature: Name: Christopher Cruz Name: Thomas X. Brewka Title: President Title: Attorney-in-Fact Email Address: ccruz@cruzcmc.com Email Address: tbrewka@msbbonds .com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-2 Corpus Christi Standards—Large JOC 7-8-2014 I 00 6116 PAYMENT BOND BOND NO. 4394124 Contractor as Principal Surety Name: Cruz Maintenance and Construction,Inc. Name: SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 3041 Cabaniss Road 9737 Great Hills Trail Corpus Christi.TX 78415 Suite 320 Austin, TX 78759 Physical address(principal place of business): I Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs(Engineering Services) Surety is a corporation organized and existing 1201 Leopard StreetI Corpus Christi,Texas 78401 under the laws of the state of: TX By submitting this Bond,Surety affirms its authority to do business in the State of Texas and IContract its license to execute bonds in the State of Texas. Large Job Order Contract RFP 2014-07 Telephone(main number): Pro].No.E15131 CLIA Terminal Canopy Paint 713-812-0800 Telephone(for notice of claim): 866-732-0099 Local Agent for Surety I Name: Bill Dawley Award Date of the Contract: May 26.2015 Address: 7 0 NE Loop 410 Ste. 850 Contract Price: $138,046.85 San Antonio, TX 78216 I Bond Telephone: 210-798-5180 Email Address:bdawley@ suretec.com Date of Bond: June 5,2015 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 I of Contract) from the Texas Dept.of Insurance by calling the following toll-free number:1-800-252-3439 I I I Payment Bond Form 00 61 16-1 Corpus Christi Standards—Large 10C 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 Irequired 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. - Surety Signature: "/� ���. Signature: Name: ChriStnphPr Cruz Name: Thomas X_ Brewka Title: President Title: Attorney—i n—Fact Email Address: ccruz@cruzcmc.com Email Address: threwka @mshhnncis rnm (Attach Power of Attorney and place surety seal below) } I I I END OF SECTION I I I I I I Payment Bond Form 00 61 16 2 ICorpus Christi Standards—Large JOC 7-8-2014 POA#: 4221699 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 Thomas X.Brewka,Stephen R.Smith,Janis Winkler,Douglas X.Brewka its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/2016 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 Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th 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 26th day of January,A.D. 2015 SURETEC INSURANCE COMPANY `,yr�taAr�oF0 Or — ti iu f •/,‘ 9 ..:015 By: _� i'w`'41P' .° John `ox Ji'resident State of Texas ss: tea\ , y%� County of Harris `'-"'f On this 26th day of January,A.D. 2015 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 kite order. �.m JACQUELYN MALDONADO Notary Pubiic /1 • State of Texas 1 g'ocd' 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 Directors,set out in the Power of Attorney are in full force and effect Given under my hand and the seal of said Company at Houston,Texas this 5th day of June 2015 ,A.D. Bre t Beaty,Assistant ecretary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am anti 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 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us 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. A D'® CERTIFICATE OF LIABILITY INSURANCE DATE(MWOO(YYYY) 6/3/2015 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 NAMECONTACT Monette Davis ,.,. .,.,_.. Grove & Davis Insurance A en PHONE ' gWc.NO (361)851-00 577 No(361)356-42034646 Corona #270 EMAIL mdavis9rovedavisins.comADDRESS INSURER(S)AFFORDING COVERAGE NAIC f Corpus Christi TX 78411 — """ " ' INSURER A:C0.1Ony_"..Insurance Co. - INSURED ... / INSURER B:Bart ford Insurance Co. Cruz Maintenance and Construction Inc. INSURERD Texas Mutual Insurance Company 529.126 3041 Cabaaiss Parkway -- INSURER D: INSURER e:, Corpus Christi TX 78415 _ INSURER F: COVERAGES CERTIFICATE NUMBER:CL156306425 REVISION NUMBER: INDICATED.THIS IS TO NOTIFY TWITHSTANDINGT THE PANYIES OF INSURANCE REQUIREMENT.TERM ORO CONDITION OFHAVE BEEN ISSUED TO THE ANY CONTRACT ORO ER�DOD CUMENT WITH RESPECT TOED ABOVE FOR THE L WHICHTHISCERTIFICATE 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.OMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ItAtfIXZIJBX-----____.__..-----_ LTR TYPE OF INSURANCE I INSD D; POLICY NUMBER JMMIDO YYTI!IMOM1D�DIYYEXPYYI'r U*BTS X COMMERCIAL GENERAL UABILITY / 1 EACH OCCURRENCE !5 1,000,000 A CLAIMS-MADE X OCCUR DAMAGE TO RENTED PRE1,4,§ES(Ea Occurrence) j$ 50,000 103GL0009718-00 5/20/2015 5/20/2016 MED EXP(Anyone person) i S 5,000- —__ _ _ - -- � IPERSONAL&ADVINJURY IE , 1,000,000 / j i,-GEEML AGGREGATE LIMIT APPLIES PER !GENERAL AGGREGATE S / 2,000,000 X POLICY PRO i JECTLOC - PRODUCTS•COMP/OP AGGIS 2,000,000 OTHER I $ AUTOMOBILE LIABILITY / : i COMB (Ea aBINEeDtSINGLE LIMIT S / 1,000,000 B (ANY AUTO - i BODILY INJURY(Per person) j S ALL OWNED 'SCHEDULED ,AUTOS „-XAUTOS 651.7ECKI4953 ; 5/20/2015 5/20/2016 i BODILY INJURY(Per accident)i S ----- x HIRED AUTOS X NON-OWNED IC AUTOS ' I PROPERTY DAMAGE LAer aoc dent) $ ( s -__-. UMBRELLA UAB ; X OCCUR EACH OCCURRENCE :5 1,000,000 A _X EXCESSLUU! ICWMS•MAOE , AGGREGATE ' / S 1,000 0.00 i OED : RETENTIONS X5170755 5/20/2015 5/20/2016 ; ,S WORKERS COMPENSATION / / AND EMPLOYERS'UABIUTY X t PER OTW t YIN - STATUTE -ER ANY PROPRIETOR/PARTNER/EXECUTIVE EL. CH ACCIDENT 1 S 1,000,000 OFFICEMAEUSER EXCLUDED, N I A C !(Mandatory In NH) - _, SBP0001254184 5/20/2015 5/20/2016 [E L DISEASE•EA EMPLOYEE S 1,000,000 MyeE,desuibe unser - DESCRIPTION OF OPERATIONS- / ;EL DISEASE-POLICY LIMIT I S / 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101.Additional Remarks Schedule,may be attached N more space Is required) General Liability & Automobile contain blanket additional insured and waiver of subrogation when required by written contract. Workers Compensation contains blanket waiver of subrogation when required by written contract. Project: JOC Master Agreement #2014-07 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Corpus Christi THE EXPIRATION DATE THEREOF. NOTICE WILL BE DEUVERED IN 1201 Leopard St. ACCORDANCE WITH THE POLICY PROVISIONS. Corpus Christi, TX 78401 AUTHORIZED REPRESENTATIVE Larry Grove/NC -'1.tee_,_,, .. <1;7":„,...- ____,.-.. ®1988-2014 ACORD CORPORATION. Ah rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025'mum, 103 GL 0009718-00 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 iTHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations All persons or organizations as required by written As designated in written contract with the Named contract with the Named Insured Insured Information required to complete this Schedule,if not shown above,will be shown in the Declarations. Section II — Who is An insured is amended to include as an additional insured the person(s) or organizations) shown in the Schedule, but only with respect to liability for"bodily injury"or"property dam- age" caused, in whole or In part, by "your work" at the location designated and described In the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". CG 20 37 07 04 ®ISO Properties,Inc.,2004 Page 1 of 1 103 GL 0009718-00 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to Paragraph 8.Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any rights of recovery we may have against any person or organization because of payments we make for injury or damage resulting from your ongoing operations or'your work"done under a contract with that person or organization and included in the"products-completed operations hazard"if: a. you agreed to such waiver, b. the waiver is included as part of a written contract or lease;and c. such written contract or lease was executed prior to any loss to which this insurance applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. U047-0310 Includes copyrighted material of ISO Properties, Inc., Page 1 of 1 with Its permission. COMMERCIAL AUTOMOBILE 65UECKI4953 Cruz Maintenance and Construction Inc. HA 9916 0312 jTHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form,the provisions of this endorsement apply. 1. BROAD FORM INSURED d. Any "employee" of yours while using a A. Subsidiaries and Newly Acquired or covered "auto" you don't own, hire or Formed Organizations borrow in your business or your The Named Insured shown in the personal affairs. Declarations is amended to include: C. Lessors as Insureds (1) Any legal business entity other than a Paragraph A.1.-WHO IS AN INSURED-of partnership or joint venture,formed as a Section II-Liability Coverage is amended to subsidiary in which you have an add: ownership interest of more than 50%on e. The lessor of a covered"auto"while the the effective date of the Coverage Form. "auto" is leased to you under a written However, the Named Insured does not agreement If: include any subsidiary that is an "insured" under any other automobile (1) The agreement requires you to policy or would be an "insured" under provide direct primary insurance for such a policy but for its termination or the lessor and the exhaustion of its Limit of Insurance. (2) The"auto"is leased without a driver. (2) Any organization that is acquired or Such a leased "auto" will be considered a formed by you and over which you covered "auto" you own and not a covered maintain majority ownership. However, 'auto"you hire. the Named Insured does not include any newly formed or acquired organization: (a) That is a partnership or joint (1) Paragraph A.1.-WHO IS AN INSURED - of Section Ii - Liability Coverage is venture, amended to add: (b) That is an'insured'under any other f. When you have agreed,in a written policy, contract or written agreement,that a (c) That has exhausted its Limit of person or organization be added as Insurance under any other policy,or an additional insured on your (d) 180 days or more after its business auto policy,such person or acquisition or formation by you, organization is an"insured",but only unless you have given us notice of to the extent such person or the acquisition or formation. organization is liable for 'bodily Coverage does not apply to "bodily injury'or`property damage"caused injury'or"property damage"that results by the conduct of an'insured"under from an "accident" that occurred before paragraphs a. or b. of Who Is An you formed or acquired the organization. Insured with regard to the B. Employees as Insureds ownership, maintenance or use of a covered"auto." Paragraph A.1.-WHO IS AN INSURED-of SECTION II - LIABILITY COVERAGE Is amended to add: 0 2011,The Hartford(Includes copyrighted material Form HA 9916 0312 of ISO Properties,Inc.,with its permission.) Page 1 of 5 The insurance afforded to any such E. Primary and Non-Contributory if additional insured applies only if the Required by Contract "bodily injury" or "property damage" Only with respect to Insurance provided to occurs: an additional insured in 1.D. - Additional (1) During the policy period,and Insured If Required by Contract, the (2) Subsequent to the execution of such following provisions apply: written contract,and (3) Primary insurance When Required By (3) Prior to the expiration of the period Contract of time that the written contract This insurance Is primary if you have requires such Insurance be provided agreed in a written contract or written to the additional insured. agreement that this insurance be (2) How Limits Apply primary. If other insurance Is also Ifyou have agreed )n a written contrail primary,we will share with all that other or written agreement that another Oinsllieerr Insurance by the method described in O person or organization be added as an urance 5.d. additional insured on your policy, the (4) Primary And Non-Contributory To Other most we will pay on behalf of such Insurance When Required By Contract additional insured Is the lesser of: If you have agreed in a written contract (a) The limits of insurance specified in or written agreement that this insurance the written contract or written is primary and non-contributory with the agreement or additional insured's own Insurance, this (b) The Limits of Insurance shown in insurance is primary and we will not the Declarations. seek contribution from that other Insurance. Such amount shall be a part of and not Paragraphs(3)and(4)do not apply to other in addition to Limits of Insurance shown insurance to which the additional insured in the Declarations and described in this has been added as an additional Insured. Section. (3) Additional insureds Other Insurance When this insurance Is excess,we will have no duty to defend the Insured against any suit" If If we cover a claim or"suit" under this any other insurer has a duty to defend the Coverage Part that may also be covered insured against that "suit". If no other insurer by other insurance available to an defends, we will undertake to do so, but we will additional insured, such additional be entitled to the insured's rights against all insured must submit such claim or"suit" those other insurers. to the other insurer for defense and When this insurance is excess over other indemnity. insurance, we will pay only our share of the However, this provision does not apply amount of the loss, if any,that exceeds the sum to the extent that you have agreed in a ot written contract or written agreement that this insurance is primary and non- (1) The total amount that all such other contributory with the additional insured's Insurance would pay for the loss in the own insurance. fence of this insurance;and (4) Duties M The Event Of Accident, Claim, (2) The total of all deductible and self-insured Sufi or Loss amounts under all that other insurance. If you have agreed in a written contract We will share the remaining loss, if any, by the or written agreement that another method described in Other insurance 5.d. person or organization be added as an 2. AUTOS RENTED BY EMPLOYEES additional insured on your policy, the Any °auto" hired or rented by your "employee" additional insured shall be required to on your behalf and at your direction will be comply with the provisions in LOSS considered an'auto"you hire. CONDITIONS 2. - DUTIES IN THE The OTHER INSURANCE Condition is amended EVENT OF ACCIDENT, CLAIM . SUIT by adding the following: OR LOSS — OF SECTION IV — BUSINESS AUTO CONDITIONS, in the same manner as the Named Insured. ®2011.The Hartford(Includes copyrighted material Form HA 9916 0312 of ISO Properties,Inc.,with Its permission.) Page 2 of 5 If an 'employee's' personal insurance also 5. PHYSICAL DAMAGE - ADDITIONAL applies on an excess basis to a covered "auto" TEMPORARY TRANSPORTATION EXPENSE hired or rented by your "employee' on your COVERAGE behalf and at your direction, this insurance will Paragraph A.4.a. of SECTION III - PHYSICAL be primary to the "employee's" personal DAMAGE COVERAGE is amended to provide a insurance. limit of $50 per day and a maximum limit of 3. AMENDED FELLOW EMPLOYEE EXCLUSION $1.000. EXCLUSION 5. - FELLOW EMPLOYEE - of 6. LOAN/LEASE GAP COVERAGE SECTION II -LIABILITY COVERAGE does not Under SECTION III - PHYSICAL DAMAGE apply if you have workers' compensation COVERAGE, in the event of a total "loss" to a insurance in-force covering all of your covered"auto",we will pay your additional legal "employees'. obligation for any difference between the actual Coverage Is excess over any other collectible cash value of the'auto'at the time of the"loss" insurance. and the"outstanding balance"of the loan/lease. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE "Outstanding balance' means the amount you If hired "autos' are covered 'autos' for Liability owe on the loan/lease at the time of loss" less Coverage and if Comprehensive, Specified any amounts representing taxes; overdue Causes of Loss, or Collision coverages are payments; penalties, interest or charges provided under this Coverage Form for any resulting from overdue payments; additional 'auto' you own, then the Physical Damage mileage charges;excess wear and tear charges; Coverages provided are extended to"autos"you lease termination fees; security deposits not hire or borrow,subject to the following limit. returned by the lessor; costs for extended we will pay for "loss' to any hired warranties,credit life Insurance,health,accident The The mosto: or disability insurance purchased with the loan or "autlease; and carry-over balances from previous (1) $100,000; loans or leases. (2) The actual cash value of the damaged or 7. AIRBAG COVERAGE stolen property at the time of the loss";or Under Paragraph B. EXCLUSIONS - of (3) The cost of repairing or replacing the SECTION III - PHYSICAL DAMAGE damaged or stolen property. COVERAGE,the following is added: whichever is smallest, minus a deductible. The The exclusion relating to mechanical breakdown deductible will be equal to the largest deductible does not apply to the accidental discharge of an applicable to any owned "auto" for that airbag. coverage.No deductible applies to loss"caused 6, ELECTRONIC EQUIPMENT - BROADENED by tire or lightning. Hired Auto Physical Damage COVERAGE coverage is excess over any other collectible Insurance. Subject to the above limit,deductible a. The exceptions to Paragraphs B.4 - and excess provisions,we will provide coverage EXCLUSIONS-of SECTION Ill-PHYSICAL equal to the broadest coverage applicable to any DAMAGE COVERAGE are replaced by the covered"auto'you own. following: We will also cover loss of use of the hired"auto" Exclusions 4.c. and 4.d. do not apply to if it results from an "accident', you are legally equipment designed to be operated solely liable and the lessor incurs an actual financial by use of the power from the "auto's" loss, subject to a maximum of $1000 per electrical system that,at the time of"loss". "accident". is: This extension of coverage does not apply to (1) Permanently installed in or upon any"auto"you hire or borrow from any of your the covered'moo'; "employees",partners(If you are a partnership), (2) Removable from a housing unit members(If you are a limited liability company), which is permanently installed In or members of their households. or upon the covered"auto"; (3) An integral part of the same unit housing any electronic equipment described in Paragraphs(1)and(2)above;or ®2011,The Hartford(Includes copyrighted material Form HA 9916 0312 of ISO Properties,Inc.,with its permission.) Page 3 of 5 (4) Necessary for the normal If another Hartford Financial Services Group, operation of the covered"auto"or Inc. company policy or coverage form that Is not the monitoring of the covered an automobile policy or coverage form applies to "auto's"operating system. the same"accident",the following applies: b.Section III — Version CA 00 01 03 10 of the (1) If the deductible under this Business Auto Business Auto Coverage Form, Physical Coverage Form is the smaller (or smallest) Damage Coverage, Limit of Insurance, deductible,it will be waived; Paragraph C.2 and Version CA 00 01 10 01 of (2) If the deductible under this Business Auto the Business Auto Coverage Form, Physical Coverage Form is not the smaller (or Damage Coverage, Limit of Insurance, smallest) deductible, it will be reduced by Paragraph C are each amended to add the the amount of the smaller (or smallest) following: deductible. $1,500 is the most we will pay for loss"in 12. AMENDED DUTIES IN THE EVENT OF any one "accident" to all electronic ACCIDENT,CLAIM,SUIT OR LOSS equipment(other than equipment designed solely for the reproduction of sound, and The requirement In LOSS CONDITIONS 2.a. - accessories used with such equipment) DUTIES IN THE EVENT OF ACCIDENT,CLAIM, that reproduces, receives or transmits SUIT OR LOSS - of SECTION IV - BUSINESS audio, visual or data signals which, at the AUTO CONDITIONS that you must notify us of time of"loss",is: an"accident"applies only when the"accident"is known to: (1)Permanently installed in or upon the covered "auto" in a housing, (1) You,if you are an individual; opening or other location that is not (2) A partner,if you are a partnership; normally used by the "auto" (3) A member, if you are a limited liability manufacturer for the installation of company;or such equipment; (4) An executive officer or insurance manager,if (2)Removable from a permanently you are a corporation. installed housing unit as described 13. UNINTENTIONAL FAILURE TO DISCLOSE in Paragraph 2.a. above or Is an HAZARDS integral part of that equipment:or (3)An integral part of such equipment. If you unintentionally fail to disclose any hazards existing at the Inception date of your policy, we c.For each covered"auto",should loss be limited will not deny coverage under this Coverage to electronic equipment only, our obligation to Form because of such failure. pay for, repave, return or replace damaged or 14. HIRED AUTO-COVERAGE TERRITORY stolen electronic equipment will be reduced by the applicable deductible shown in the Paragraph e. of GENERAL CONDITIONS 7. - Declarations, or$250, whichever deductible is POLICY PERIOD, COVERAGE TERRITORY - less. of SECTION IV - BUSINESS AUTO 9. EXTRA EXPENSE - BROADENED CONDITIONS is replaced by the following: COVERAGE e. For short-term hired "autos", the coverage Under Paragraph A.-COVERAGE-of SECTION territory with respect to Liability Coverage is Ill - PHYSICAL DAMAGE COVERAGE, we will anywhere in the world provided that if the pay for the expense of returning a stolen covered "Insured's"responsibility to pay damages for "bodily injury" or "property damage" is "auto"to you. determined in a"suit,"the"suit"is brought in 10. GLASS REPAIR-WAIVER OF DEDUCTIBLE the United States of America, the territories Under Paragraph D.-DEDUCTIBLE-of SECTION and possessions of the United States of III - PHYSICAL DAMAGE COVERAGE, the America, Puerto Rico or Canada or in a following is added: settlement we agree to. No deductible applies to glass damage if the 15. WAIMEMESSAMSRACARSDki glass is repaired rather than replaced. TRANSFER OF RIGHTS OF RECOVERY 11.TWO OR MORE DEDUCTIBLES AGAINST OTHERS TO US - of SECTION IV - Under Paragraph D.-DEDUCTIBLE-of SECTION BUSINESS AUTO CONDITIONS is amended by Ill - PHYSICAL DAMAGE COVERAGE, the adding the following: following is added: 2011,The Hartford(Includes copyrighted material Form HA 9916 0312 of ISO Properties,Inc.,with Its permission.) Page 4 of 5 We waive any right of recovery we may have c.Regardless of the number of autos deemed a against any person or organization with whom total loss, the most we will pay under this you have a written contract that requires such Hybrid, Electric, or Natural Gas Vehide waiver because of payments we make for Payment Coverage provision for any one damages under this Coverage Form. loss"is$10,000. 16. RESULTANT MENTAL ANGUISH COVERAGE For the purposes of the coverage provision, The definition of"bodily Injury" in SECTION V- a.A"non-hybrid"auto Is defined as an auto that DEFINITIONS is replaced by the following: uses only an internal combustion engine to "Bodily injury" means bodily injury, sickness or move the auto but does not include autos disease sustained by any person, including powered solely by electricity or natural gas. mental anguish or death resulting from any of b.A "hybrid" auto Is defined as an auto with an these. Internal combustion engine and one or more 17. EXTENDED CANCELLATION CONDITION electric motors; and that uses the Internal Paragraph 2. of the COMMON POLICY combustion engine and one or more electric motors to move the auto, or the internal CONDITIONS - CANCELLATION - applies ept as follows: electric engine to charge one or more excelectric motors,which move the auto. If we cancel for any reason other than 19. VEHICLE WRAP COVERAGE nonpayment of premium,we will mall or deliver to the first Named Insured written notice of In the event of a total loss to an"auto"for which cancellation at least 60 days before the effective Comprehensive, Specified Causes of Loss, or date of cancellation. Collision coverages are provided under this 18. HYBRID, ELECTRIC, OR NATURAL GAS Coverage Form, then such Physical Damage VEHICLE PAYMENT COVERAGE Coverages are amended to add the following: In the event of a total loss to a"non-hybrid"auto we addition to the actual cash value of the"auto", we will pay up to for which Comprehensive, Specified Causes of for vinyl vehicle wraps Loss,or Collision coverages are provided under which are displayed oon n the he covered'auto'at the this Coverage Form, then such Physical time of total loss. Regardless of the number of Damage Coverages are amended as follows: autos deemed a total loss,the most we will pay under this Vehicle Wrap Coverage provision for a.lf the auto Is replaced with a 'hybrid" auto or any one "loss• is $5,000. For purposes of this an auto powered solely by electricity or natural coverage provision, signs or other graphics gas, we will pay an additional 10%, to a painted or magnetically affixed to the vehicle are maximum of$2,500,of the'non-hybrid"auto's not considered vehicle wraps. actual cash value or replacement cost, whichever is less, b.The auto must be replaced and a copy of a bill of sate or new lease agreement received by us within 60 calendar days of the date of"loss," ®2011,The Hartford(Includes copyrighted material Form HA 9916 0312 of ISO Properties,Inc.,with its permission.) Page 5 of 5 MYaqtu ® w0RKER5LI 'COMPENSATIONABILITYINSURANCE ANOPOLICY EMPLOYERS lastuanceTexas Company WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2.Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which II is attached effective on the inception date of the polcy uNess a different date Is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy) This endorsement,effective on at 12 01 A M.standard time,forms a part of Policy No. SBP-0001254184 20150520 of the Texas Mutual Insurance Company Issued to CRUZ MAINTENANCE AND CONSTRUCTION i NC /�Enddorsement No. Premium 3 �F��4 � 42 a—t NCCI Carrier Code 29939 Authorized Representative WC4Z0801(ED.144) AGENT'S COPY QUSER 5-18-2015 • Texasmutuar WORKERS'CCOMYOYERS Insurance Canpany WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT V This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3A. 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 OPERAT 1 ONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4.Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date Is indicated below (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on at 12 01 A M standard time,looms a part of Policy No. SBP-000 1254184 20150520 of the Texas Mutual Insurance Company Issued to CRUZ MAINTENANCE AND CONSTRUCTION INC Endorsement No. Premium$ 711/14.4°€6&Z544 - NCCI Carrier Code 29939 Authorized Representative WC4203048(E0.11-01-21114) AGENT'S COPY OUSER 5-18-2015 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Number 2 POLICY NUMBER POLICY CHANGES COMPANY EFFECTIVE 103GL0009718-00 06/16/2015 COLONY INSURANCE COMPANY NAMED INSURED AUTHORIZED REPRESENTATIVE CRUZ MAINTENANCE&CONSTRUCTION,INC 07980 Tejas American General Agency CORPUS CHRISTI TX,78415 1620 La Jana Drive.Suite 300 Cedar Park TX 78613 COVERAGE PARTS AFFECTED GENERAL LIABILITY CHANGES IN CONSIDERATION OF THE PREMIUM CHARGED, IT IS HEREBY UNDERSTOOD AND AGREED THE FOLLOWING CHANGES APPLY: -ADD FORM CG0205(12-04) TEXAS CHANGES-AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE FOR THE FOLLOWING ENTITY: • CITY OF CORPUS CHRISTI 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 litaplus Tex AS PER THE ATTACHED Ramping Fee 11:70$ Polley Fee 'mel A orized epresentative Signature IL 12 01 11 85 Copyright,Insurance Services Office,Inc., 1983 Page 1 of 1 0 Copyright,ISO Commercial Risk Services,Inc., 1983 POLICY NUMBER: 103GL0009718-00 COMMERCIAL GENERAL LIABILITY CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part,we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: CITY OF CORPUS CHRISTI 2. Address: 1201 LEOPARD STREET CORPUS CHRISTI,TX 78401 3. Number of days advance notice: 30 Information required to complete this Schedule,if not shown above,will be shown in the Declarations. CG 02 05 12 04 0 ISO Properties, Inc.,2003 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES This endorsement forms a part of the Policy numbered below: POLICY NUMBER: 65 UEC KI4953 SC CHANGE NUMBER: 001 THE Policy Change Effective Date: 06/12/15 ,THE FOR D Named Insured: CRUZ MAINTENANCE AND CONSTRUCTION INC. Producer's Name: GROVE & DAVIS INSURANCE AGENCY Pro Rata Factor: .940 Description of Change(s): ANY CHANGES IN YOUR PREMIUM WILL BE REFLECTED IN YOUR NEXT BILLING STATEMENT. IF YOU ARE ENROLLED IN REPETITIVE EFT DRAWS FROM YOUR BANK ACCOUNT, CHANGES IN PREMIUM WILL CHANGE FUTURE DRAW AMOUNTS. THIS IS NOT A BILL. NO PREMIUM DUE AT POLICY CHANGE EFFECTIVE DATE. FORM NUMBERS OF ENDORSEMENTS ADDED TO THIS POLICY AT ENDORSEMENT ISSUE: SEE ABOVE FOR COMPANY NAME ENTIRE CONTRACT: IH03070611 Countersigned by ' Com •" 06/17/15 (Where required by law) Authorized Representative Date Form HM 12 01 01 07T AK uc6 /*If,iiq siri THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional days of the cancellation effective date to the Conditions: certificate holder(s) with mailing addresses on file A. If this policy is cancelled by the Company, other with the agent of record or the Company. than for nonpayment of premium, notice of such If notice is mailed, proof of mailing to the last known cancellation will be provided at least thirty (30) mailing address of the certificate holder(s) on file with days in advance of the cancellation effective date the agent of record or the Company will be sufficient to the certificate holder(s) with mailing addresses proof of notice. on file with the agent of record or the Company. Any notification rights provided by this endorsement B. If this policy is cancelled by the Company for apply only to active certificate holder(s) who were nonpayment of premium, or by the insured, notice issued a certificate of insurance applicable to this of such cancellation will be provided within (10) policy's term. Form IH 03 07 06 11 Page 1 of 1 © 2011,The Hartford