Loading...
HomeMy WebLinkAboutC2015-105 - 4/6/2015 - NA 9 2015-105 4/06/15 Cruz Maintenance & Construction SPECIAL PROVISIONS SPECIFICATIONS 113 AND FORMS OF CONTRACTS AND BONDS FOR Fleet Maintenance Heavy Equipment Shop Roof J . O . C . l FOR General Services CITY OF CORPUS CHRISTI, TEXAS IN PHONE: 3618571909 FAX: 3618263501 1: AND DEPARTMENT OF CAPITAL PROGRAMS CITY OF CORPUS CHRISTI, TEXAS PHONE: 361/826-3587 1: FAX: 361/880-3501 ill 1E PROJECT NO: E12113 I j ( DRAWING NO: PBG - 783 L i'l Fleet Maintenance Heavy Equipment Shop Roof PN: E12113 (Revised 6/27/99) ill Table of Contents NOTICE TO CONTRACTORS - A (REVISED MARCH 2009) I: Insurance Requirements NOTICE TO CONTRACTORS - B Worker's Compensation Coverage for Building or Construction LIProjects for Government Entities. PART A - SPECIAL PROVISIONS A 1 Timc and Place of Receiving Proposals/Prc Bid Meeting I: A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award/Explanation of Bid Items to A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A 8 Faxed Proposals !: A-9 Acknowledgment of Addenda A-10 Wage Rates A-11 Cooperation with Public Agencies 1: A-12 Maintenance of Services A-13 Area Access and Traffic Control A 11 Construction Equipment Spillage and Tracking A 15 Ex avation and Removals I: A-16 Disposal/Salvage of Materials A 17 Field Office NOT USED A-18 Schedule and Sequence of Construction Iwo A-19 Construction Project Layout and Control A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) li A-23 Inspection Required A-24 Surety Bonds I: A-26 Supplemental Insurance Requirements A 27 Responsibility for Damage Claims (NOT USED) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A 30 Amended "Consideration of Contract" Requirements 10 A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements I: A-33 Conditions of Work A-34 Precedence of Contract Documents A 35 City Water Facilities Special Requirements (NOT USED) A-36 Other Submittals 1: A 37 Amended "Arrangement and Charge for Water Furnished by the City" (NOT USED) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities I: A 39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A 11 Ozone Advisory A-42 OSHA Rules & Regulations li A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings I: I • l's A 46 Disposal of Highly Chlorinatcd Watcr (7/5/00) (NOT USED) A 47 Pro Construction Exploratory Excavations (7/5/00) (NOT USED) LA-48 Overhead Electrical Wires A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress A-51 Electronic Submittal of Bids (NOT USED) l: A 52 Valuc Enginccring A 53 Duot Control A 54 Dcwatcring and Disposal (NOT USED) LA-55 Windstorm Certification PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART D FEDERALLY REQUIRED LANCUACE I: PART T - TECHNICAL SPECIFICATIONS I: Division 1 General Requirements 01 10 00 Summary 01 30 00 Administrative Requirements 1-0 01 33 01 Submittal Register 01 50 00 Temporary Facilities and Controls • 01 60 00 Product Requirements Substitution Request Form I: 01 70 00 Execution Requirements 01 78 00 Closeout Submittals Attachment "A" Affadavit and Waiver of Lien by Contractor Attachment "B" Project Acceptance Procedures Check List Division 2 Existing Conditions 02 41 00 Demolition Division 7 Thermal and Moisture Protection 1: 07 41 13 Metal Roof Panels 07 62 00 Sheet Metal Flashing and Trim 07 90 33 Joint Sealers Division 26 Electrical 26 01 00 Electrical General Provisions 1: 26 06 00 Grounding 26 07 50 Electrical Identification 1: 26 12 30 Wire and Cable 26 13 60 Raceways 26 51 00 Luminaiers LEXHIBITS LIST OF DRAWINGS /: Sheet 1 of 14 - G1.0 - Title Sheet Sheet 2 of 14 - S1.0 - Structural Roof Plan - New Work Sheet 3 of 14 - A1.0 - 1st Floor Plan i: Sheet 4 of 14 - A1.1 - 2nd Floor Plan Sheet 5 of 14 - A3.0 - Exterior Elevations Sheet 6 of 14 - A7.0 - 1st Floor Reflected Ceiling Plan Sheet 7 of 14 - A7.1 - 2nd Floor Reflected Ceiling Plan Sheet 8 of 14 - A8.0 - Roof Plan - Demolition Sheet 9 of 14 A8.1 - Roof Plan - New work Sheet 10 of 14 - M1.1 - 1st Floor Mechanical Plan imSheet 11 of 14 - DE1.1 - Electrical Demolition Plan Sheet 12 of 14 - E1.1 - 1st Floor Electrical Floor Plan Sheet 13 of 14 - E1.2 - 2nd Floor Electrical Floor Plan Sheet 14 of 14 - E2.1 - Electrical Details and Schedules L NOTICE AGREEMENT PROPOSAL / DISCLOSURE STATEMENT LPERFORMANCE BOND PAYMENT BOND L I L I I I I I I I I I I I NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS REVISED MARCH, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: 1; TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE C: 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 AUTOMOBILE LIABILITY -- OWNED NON-OWNED OR 11; RENTED $1, 000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION WHICH COMLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS 1: EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1, 000,000 COMBINED SINGLE LIMIT $2, 000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ 1: ENVIRONMENTAL IMPAIRMENT COVERAGE. Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term enviornmental impact for the disposal Q NOT REQUIRED of contaminants. See Section b-6-11 and Supplemental Insurance requirements BUILDER'S RISK L] REQUIRED ❑ NOT REQUIRED See Section b-6-11 and Supplemental Insurance requirements INSTALLATION RISK ❑ REQUIRED Is 0 NOT REQUIRED I PAGE 1 OF 2 L 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 each11 certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. 111 Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 826-3500. I I I I I I I 3 I/ 11 I PAGE 2 OF 2 11 L Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS ' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110. 110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings,unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84) , showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. t (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e) (1) . (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011 (44) . (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC- 83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. 1: (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act) -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 3 o f 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 to project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. Page 1 of 8 L (8) Project--Includes the provision of all services related to a building or 11 construction contract for a governmental entity. I (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; 11 (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic (d) A contractor shall: 11 (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 11 amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; I Page 2 of 8 I le (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; 1: (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice Ir must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll i amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3)of this section; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: 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 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. 11 (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 11 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: 11 "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in 11 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 I 11 (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage (: showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (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 ) . t: (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097 (c) , and who are explicitly excluded from coverage in accordance with the Act, §406.097 (a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20) . This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 I;I 1. I Page 5 of 8 L 1 T28S110.110 (d) (7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers ' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " I 11 I I I I I I I 1 I I I Page 6 of 8 I 11 L T28S110.110 (c) (7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84) , showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person 's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. Page 7 of 8 I H. The contractor shall post on each project site a notice, in the text, form and manner 1 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 current111 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: 3 (a) a certificate of coverage, prior to the other person beginning work on the project; and 3(b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7) , with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers ' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission 's Division of SelfPage 11 of 11 Insurance Regulation. 3 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. I Page 8 of 8 I ii Fleet Maintenance Heavy Equipment Shop Roof PN: E12113 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting - NotUsed A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern A-3 Description of Project The project consists of the removal and replacement of the existing sheet metal roofing, ridge ventilations and roof insulation system on the 10,000 S.F. pre-engineerd metal building housing the Fleet Maintenance Heavy Equipment Shop located at 5352 Ayers St. , Building 3C, Corpus Christi, Texas. The project scope includes the demolition and replacement of existing interior lighting fixtures, wiring and conduit, the demolition and replacement of existing wall-mounted ventilation fans and louvers including structural and trim modifications. Also, included is the demolition of existing unit heaters throughout the shop area of the facility. Existing structural purlins and eave strut comonents are to be reinforced prior to installation of the new sheet metal roofing panels and trim components. f: A-4 Method of Award The contract is awarded as a Job Order Contract (J.O.C. ) and prices established through the use of RSMeans cost pricing. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: CONTRACT (JOC) �A Caohicr's Chcck, certified chcck, moncy order or bank draft from any State or - 1: 2. Disclosure of Interests Statement 3. Submittal of Materials A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 120 calendar days. 1: 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. 1: For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. I Section A-SP (revised 12/15/04) Page 1 of 14 1 A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals - Not Used11 A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) I/ Labor preference and wage rates for BUILDING CONSTRUCTION In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls 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;,0 times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Section A-SP Working Hours. ) (revised 12/15/04) Page 2 of 14 I I: 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 L (48) hour notice to any applicable agency when work is anticipated to proceed in the 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 C: listed. 11, City Engineer 361-826-3500 Project Manager 361-826-3550, 826-3550 Traffic Engineering 880-3540 Police Department 882-1911 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 I: 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 L 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) I: CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 C: A-12 Maintenance of Services L 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 I: regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed . It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor 1: 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 I: Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc. ) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, i: bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no INincrease in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. Section A-SP (revised 12/15/04) Page 3 of 14 I A-13 Area Access and Traffic Control NOT USED 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. 11 All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor A-14 Construction Equipment Spillage and Tracking NOT USED A-15 Excavation and Removals NOT USED A-16 Disposal/Salvage 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 3 Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office NOT USED 11 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: 11 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 1/ 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. 11 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 I Section A-SP (revised 12/15/04) Page 4 of 14 11 If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. 1: A-2Q Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs The Contractor must furnish and install 1 Project signs as indicated on the following drawings. (Attachment IV) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the 1: performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, 1: 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.1: Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. [10 c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) . Minority persons include 1: 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 1: manage, and share in payments from such an enterprise in the manner hereinafter set forth: I L Section A-SP Im (revised 12/15/04) Page 5 of 14 I 1. Owned 11 (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled 1 The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, 11 procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. 11 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 I/ MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. !I 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% I Section A-SP (revised 12/15/04) Page 6 of 14 11 b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas 1: which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. 1: A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: Cif "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 1: Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100, 000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100, 000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal SectionA-SP ir Register as holding certificates of authority on the date the bond wa4revised12/15/04) issued." Page 7 of 14 I A-25 Sales 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 the 3 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: 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, I/ 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. 11 A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and Section A-SP (revised 12/15/04) Page 8 of 14 1 EN 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, Im 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 C: following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures The superintendent shall be present, on the job site, at all times that work is being performed 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements NOT USED A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 ("O Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: C: 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 authorize change orders which do not exceed $25,000.00. The Contractor 10 acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. Section A-SP (revised 12/15/04) Page 9 of 14 is A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. 11 Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend thc Prc 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 11 specifications, etc. , the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) A-36 Other Submittals 1. Shop Drawing Submittal : The Contractor shall follow the procedure outlined below 1/ when processing Shop Drawing submittals: a• Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. la.. . Rcproduciblco: In addition to thc required copies, thc Contractor shall also submit one (1) reproducible transparency for all chop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal 11 Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, 11 appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. 11 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. Section A-SP (revised 12/15/04) Page 10 of 14 11 1: f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j . Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3• Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended "Arrangement and Charge for Water Furnished by the City" NOT USED A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors •B'" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non- perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory NOT USED A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: I Section A-SP r (revised 12/15/04) Page 11 of 14 L The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (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. 1/ (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-47 Pre-Construction Exploratory Excavations (7/5/00) NOT USED A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc. , to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction 11 schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. I Section A-SP (revised 12/15/04) Page 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 Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract." A-51 Electronic Submittal of Bids The following paragraph modifies Paragraph B-2-7 - Preparation of Proposal, of the General Provisions: 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 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: (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 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) and then totaling the extended amounts. 1: (Signature) (Title) (Date)" 1: A-52 Value Engineering NOT USED A-53 Dust Control NOT USED A-54 Dewatering and Disposal NOT USED 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 L SUBMITTAL TRANSMITTAL FORM PROJECT: Fleet Maintenance Heavy Equipment Shop Roof OWNER: CITY OF CORPUS CHRISTI, TEXAS 1110 ENGINEER: SolkaNavaTorno, LLC C: CONTRACTOR: Cruz Construction and Maintenance SUBMITTAL DATE: - SUBMITTAL NUMBER: - APPLICABLE SPECIFICATION OF DRAWING SUBMITTAL I -- - I I I I I I I I I I Section A-SP (revised 12/15/04) Page 14 of 14 L C j, PART B � GENERAL PROVISIONS AND I REQUIREMENTS FOR MUNICIPAL � CONSTRUCTION CONTRACTS L L SECTION B GENERAL PROVISIONS AND REQUIREMENTS FOR MUNICIPAL CONSTRUCTION CONTRACTS I: Table of Contents PAGE B-1 Definitions and Abbreviations B-1-1 Definition of Terms 1 C: B-1-2 Abbreviations 3 B-2 Proposal Requirements and Conditions l: B-2-1 Proposal Forms 4 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 L B-2-5 Addenda 4 B-2-6 Pre-Bid Conference 5 B-2-7 Preparation of Proposal 5 B-2-8 Proposal Guaranty 5 fir 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 l'i 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 1: B-3 Award and Execution of Contract B-3-1 Consideration of Contract 7 B-3-2 Award of Contract 7 C: B-3-3 Equal Opportunity Employer Provisions 7 B-3-4 Surety Bonds 8 B-3-5 Execution of Contract 8 B-3-6 Failure to Execute Contract 8 I: 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 B-4-6 Extra Work 11 1: 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 11 B-5-5 Coordination of Plans, Specifications, Proposal & Special Provision 12 I: B-5-6 Cooperation of Contractor 12 B-5-7 Construction Staking 12 B-5-8 Source of Supply of Materials 13 B-5-9 Samples and Tests of Materials 13 1: B-5-10 "Or Equal" Clause 13 B-5-11 Storage of Materials 13 B-5-12 Removal of Defective and Unauthorized Work 13 B-5-13 Final Inspection 14 B-5-14 Warranty Inspection 14 TABLE OF CONTENTS/PAGE 1 OF 2 iii (rev. Nov/94) L II B-6 Legal Relations and Public Responsibility II B-6-1 Laws to be Observed 14 B-6-2 Permits and Licenses 14 B-6-3 Patented Devices, Materials and Processes 15 II 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 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 II B-6-15 Arrangement and Charge for Water Furnished by the City 19 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 II B-6-19 Contractor's Responsibility for the Work 20 B-6-20 No Waiver of Legal Right 20 B-6-21 Indemnification and Hold Harmless 20 B-6-22 Tax Exemption Provisions 20 II B-7 Prosecution and Progress B-7-1 Subletting the Work 21 B-7-2 Assignment of Contract 21 B-7-3 Prosecution of the Work 21 II B-7-4 Limitation of Operations 22 B-7-5 Character of Workmen and Equipment 22 B-7-6 Working Hours 2211 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 B-7-10 Failure to complete on Time 23II 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 B-7-14 Termination of Contract 25II 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 25II 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 26 B-8-6 Partial Estimates 27II B-8-7 Withholding Payment 27 B-8-8 Final Cleanup 27 B-8-9 Final Acceptance 28 8-8-10 Final Payment 28II B-8-11 Maintenance Guaranty 28 il II TABLE OF CONTENTS/PAGE 2 OF 2 (rev. Nov/94) 1 II I L I SECTION B GENERAL PROVISIONS AND REQUIREMENTS FOR MUNICIPAL CONSTRUCTION CONTRACTS CITY OF CORPUS CHRISTI, TEXAS C: B-1 DEFINITIONS AND ABBREVIATIONS: B-1-1 Definition of Terms: 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 interpreted as follows: Advertisement: All of the legal publications pertaining to the work contemplated or under contract. 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 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. City Attorney: The City Attorney of the City of Corpus Christi, Texas, or duly C: authorized assistants or agents. City Council: The Council of the City of Corpus Christi, Texas. City Engineer: The Head of the Department of Engineering Services of the City of Corpus Christi, Texas. City Manager: The Manager of the City of Corpus Christi, Texas. 1: City Secretary: The City Secretary of the City of Corpus Christi, Texas, or duly authorized assistants or agents. f: Contract: The written agreement covering the performance of the work. The contract includes the advertisement; proposal; specifications, including special 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 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 L 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 11 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. 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 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 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 1 [a Special Provisions: The special clauses setting forth conditions or Lrequirements 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. LSpecifications: 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 L 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. ri-, 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. C: B-1-2 Abbreviations: Wherever the abbreviations defined herein occur on the plans, in the specifications, contract, bonds, advertisement, proposal, or in any other L 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 C • Highway and Transportation In. or Inches Officials Lb. or # Pound Ac. Acre L.F. Linear Foot A.C. Asbestos Cement Lin. Linear A.C.I. American Concrete Institute L.S. Lump Sum 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 A.W.P.A. Materials M.U.T.C.D. Manual of Uniform L 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 L 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 1: 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 L Elev. Diameter Std. Street or Storm Exist. Drive or Driveway S.Y. Standard F. East T.C. Square yard F.L. Each Tel. Top of Curb Ft. or ' Elevation V.F. Telephone IL 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 LGutter Line Gallons per Minute Houston Natural Gas Co. L Metrics: cm Centimeter m Meter gm Gram mgm Milligram kgm Kilogram mm Millimeter km Kilometer L (rev. Nov/94) PAGE 3 OF 29 I 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. 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 and 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 11 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, 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, 11 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 11 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 I L City Engineer. Such addenda will be mailed immediately to the address designated by prospective bidders taking out plans, specifications, and proposal forms. k 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. INB-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 L: 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 [411 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 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 1: 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) 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. 1: 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) PAGE 5 OF 29 I I 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: I The City may, at any time, before any bids are actually opened, cancel the opening of the bids and return all bids unopened. 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 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 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. 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 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. (e) Uncompleted work which, in the judgment of the City, will prevent or hinder the prompt completion of additional work if awarded. (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. (rev. Nov/94) I PAGE 6 OF 29 i L I 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 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. 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 or proceed to do the work otherwise in the best interest of the City. C: 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 will: (1) Treat all applicants and employees without discrimination as to race, color, religion, sex, or national origin. (2) Identify himself as an equal opportunity employer in all help wanted C: advertising or requests. 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 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. 1:11 (rev. Nov/94) PAGE 7 OF 29 I I 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: With the execution and delivery of the contract, the Contractor shall furnish and file with the City, in the amounts herein required, the following surety 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, as 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 completion and acceptance of the improvement by the City, or such lesser or11 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 one11 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 each11 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 bonds 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 will 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 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. B-3-5 Execution of Contract: 11 (rev. Nov/94) PAGE 8 OF 29 11 L 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. C: 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 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 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, 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 subsidiary to the established pay item. B-4-3 Increased or Decreased Quantities of Work: (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 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 1: contract or bonds. (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. [1. (rev. Nov/94) PAGE 9 OF 29 L I (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. 11 (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, 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". 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 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 Engineering Incentive Procedures: 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. (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, 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 contract to achieve maximum cost savings. Any effect upon completion time or delivery schedule should also be noted. 11 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. 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. (rev. Nov/94) I PAGE 10 OF 29 1 L 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 OF THE WORK AND MATERIALS: B-5-1 Authority of the City Engineer: All work shall be performed 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 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: 1: 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 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 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 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 absence of the Engineer or Inspector under these circumstances will not be accepted or paid for. (rev. Nov/94) PAGE 11 OF 29 I B-5-3 Conformity with Plans: 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 all 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 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. 11 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 31 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 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 11 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 11 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 11 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 representative informed of the work he is planning to do and the work schedule. (rev. Nov/94) PAGE 12 OF 29 I 4 1-110 B-5-7 Construction Staking: 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 1: 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 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. 1: 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 remains equal to the requirements of the specifications. The Contractor shall 1: 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 coated with dirt or any other foreign substances during its delivery and handling 1: will not be permitted to be used in the work. New material is required unless otherwise specially provided in the plans and specifications. B-5-9 Samples and Tests of Materials: Where, in the opinion of the Engineer or as called for in the specifications, 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 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 Contractor shall furnish adequate samples without charge. B-5-10 "Or Equal" Clause: 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 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 1: 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. 1 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 11 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 11 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 his11 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. 11 B-5-14 Warranty Inspection: Forty-five (45) to sixty (60) days prior to the expiration of the maintenance 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 11 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. In11 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 surety. B-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY: 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 11 (rev. Nov/94) PAGE 14 OF 29 I 1 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 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. L Ir 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 1: 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. 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 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. 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 prevent the inception and spread of infection or contagious diseases and to 1: 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 of the State of Texas and the City of Corpus Christi shall be strictly complied 1; with. 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 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 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 I 1 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 11 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. 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 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 11 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 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 I/ 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 11 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, 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 11 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. (rev. Nov/94) PAGE 16 OF 29 I L B-6-9 Use of Explosives: 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 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: 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, 1: culverts, bridges, pavements, driveways, sidewalks, etc., to all water, sewer and 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 IM character resulting from any act, omission, neglect or misconduct in the 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 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 101 Contractor under his contract. B-6-11 Responsibility for Damage Claims: L 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. The Contractor shall not allow any subcontractor(s) to commence work until all similar insurance required of the subcontractor(s) has been so obtained. Within ten (10) calendar days after the date the City requests that the 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 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" 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 thereby is changed or canceled and shall shown 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 t I (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 11 (b) Automobile Liability - Owned, Nonowner or Rented: MINIMUM INSURANCE COVERAGE Bodily Injury and Consequent Death $100, 000 Per Person11 Bodily Injury and Consequent Death $300,000 Each Occurrence Property Damage $100, 000 Each Occurrence (c) Workers' Compensation and Occupational Diseases: I The Contractor shall obtain worker's compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance 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) 11 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 of11 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 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 licensed 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. (d) Employer's Liability: I/ Minimum Insurance Coverage - $100, 000 Per Person (e) Builder's Risk Insurance Coverage: I 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 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) I PAGE 18 OF 29 It L 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 1: 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 Contractor by the City or a third party. Contractor agrees to indemnify, save harmless and defend the City, its 1: 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 1: 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 other person indemnified hereunder. B-6-12 Contractor's Claim for Damages: 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, 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. 1-0 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 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 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 1 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 abandoned by the Engineer. All water or sewage shall be disposed of in a (rev. Nov/94) iii PAGE 19 OF 29 i 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 11 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. I B-6-18 Separate Contracts: The City reserves the right to make essential installation of items not 11 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 I/ 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. 11 B-6-19 Contractor's Responsibility for the Work: Until written acceptance by the Engineer, as provided for in these 111 specifications, the work shall be under the charge and care of the Contractor, Al 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 cause whatsoever, whether arising from the execution or non-execution of the work. The 11 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 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 or11 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 (rev. Nov/94) 11 PAGE 20 OF 29 11 w to claim and recover by process of law sums as may be sufficient to correct any 16 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 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. 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 contract by issuing to his supplier an exemption certificate in lieu of the tax, t: 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. 1; B-7 PROSECUTION AND PROGRESS: 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 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 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. 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, 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 IS (rev. Nov/94) PAGE 21 OF 29 I 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 of11 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 11 operations shall be at all times as directed be or approver by the Engineer. 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 /I 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: I/ 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 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 11 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 p'• acceptable manner and at a satisfactory rate of progress. All equipment, tools 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 11 I 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 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 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 1: due to such causes; all provided that actual stoppage of work ensues and no fault 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 prosecution of the work due to the fault of the Contractor. B-7-9 Computation of Contract Time for Completion: 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 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 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. B-7-10 Failure to Complete on Time: The time of completion is the essence of the contract. For each day (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. 1: This sum of liquidated damages per day will be as shown in the special provisions, proposal or elsewhere in the contract documents. { (rev. Nov/94) it PAGE 23 OF 29 I II The sum of money thus deducted for such delay, or noncompletion is not to be �I 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 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 the11 Engineer to resume operations. B-7-13 Suspension of Work and Annulment of Contract: 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 1/ 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. 11(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 11 requirements of these specifications or to comply with any orders given by the Engineer as provided for in these specifications. (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. (h) Substantial evidence of collusion for the purpose of illegally 11 procuring a contract or perpetrating fraud on the City in the construction-of the work under contract. (rev. Nov/94) I PAGE 24 OF 29 11 When the work is suspended for any of the causes itemized above or for any 1-1 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 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, 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 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: 1: 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 Nothwithstanding 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. 1: B-8 MEASUREMENT AND PAYMENT: 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 Engineer, based on measurements made by the Engineer. These measurements will be 111 (rev. Nov/94) PAGE 25 OF 29 L 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" 11 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. 11 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 r, payment of any current or partial estimate prior to final acceptance of the work by the City shall in no way constitute an acknowledgement of the acceptance of 1/ 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 11 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. 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. B-8-4 Payment for Extra Work: 11 Extra work authorized and approved by the City Engineer and performed by the 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 11 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: (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 1 10 (c) By actual field cost of the work plus fifteen percent (15%) as described hereinbelow, 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 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, (0 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 too accounts or actual field cost will be 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 1; 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 is 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. rB-8-5 Policy on Extra Work and Change 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 1 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 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. B-8-6 Partial Estimates: le (rev. Nov/94) PAGE 27 OF 29 1. 1 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 work11 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 in11 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. 11 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 /I 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. 11 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 providing for retainage of greater than five percent (5%) of the total estimate, 11 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. 11 B-8-8 Final Cleanup: Upon completion of the work and before acceptance and final payment will be made, the /1 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. B-8-9 Final Acceptance: I 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. 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) I/ PAGE 28 OF 29 I i 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 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. 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 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 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. C I L1: 1: 1: C L I I 110 (rev. Nov/94) PAGE 29 OF 29 L http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 LGeneral Decision Number : TX150342 03/06/2015 TX342 Superseded General Decision Number : TX20140342 State : Texas :onstruction Type : Building L:ountjes : Aransas, Nueces and San Patricio Counties in Texas . LUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Tote : Executive Order (EO) 13658 establishes an hourly minimum wage of $10 . 10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015 . If this contract is covered by the EtEO, the contractor must pay all workers in any classification fisted on this wage determination at least $10 . 10 (or the applicable wage rate listed on this wage determination, if it lois higher) for all hours spent performing on the contract . The EO minimum wage rate will be adjusted annually . Additional rolinformation on contractor requirements and worker protections nder the EO is available at www . dol . gov/whd/govcontracts . L Modification Number Publication Date 0 01/02/2015 L1 03/06/2015 IB01L0074-003 01/01/2014 LRates Fringes COILERMAKER $ 23 . 14 21 . 55 ELECO278-002 08/16/2013 LRates Fringes ELECTRICIAN $ 23 . 70 3%+6 . 60 Lhttp://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 (1 of 7) [3/9/2015 11:32:05 AM] http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 1 ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1 ) Tower Crane $ 29 . 00 10 . 60 (2 ) Cranes with Pile 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 IRON0084-011 06/15/201411 Rates Fringes IRONWORKER, ORNAMENTAL $ 22 . 02 6 . 35 * SUTX2014-068 07/21/2014 Rates Fringes 1 BRICKLAYER $ 20 . 04 0 . 00 1 CARPENTER $ 15 . 21 0 . 00 CEMENT MASON/CONCRETE FINISHER $ 15 . 33 0 . 00 III INSULATOR - MECHANICAL (Duct, Pipe & MechanicalI System Insulation) $ 19 . 77 7 . 13 IRONWORKER, REINFORCING $ 12 . 27 0 . 00 IRONWORKER, STRUCTURAL $ 22 . 16 5 . 26 1 LABORER: Common or General $ 9 . 68 0 . 00 1 LABORER: Mason Tender - Brick $ 11 . 36 0 . 00 http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 (2 of 7) [3/9/2015 11:32:05 AM] I rhttp://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 „LABORER: Mason Tender - _,ement/Concrete $ 10 . 58 0 . 00 LABORER: Pipelayer $ 12 . 49 2 . 13 LABORER: Roof Tearoff $ 11 . 28 0 . 00 rOPERATOR: ackhoe/Excavator/Trackhoe $ 14 . 25 0 . 00 OPERATOR: Bobcat/Skid Steer/Skid Loader $ 13 . 93 0 . 00 OPERATOR: Bulldozer $ 18 . 29 1 . 31 LOPERATOR: Drill $ 16 . 22 0 . 34 LOPERATOR: Forklift $ 14 . 83 0 . 00 LOPERATOR: Grader/Blade $ 13 . 37 0 . 00 OPERATOR: Loader $ 13 . 55 0 . 94 'OPERATOR: Mechanic $ 17 . 52 3 . 33 CPERATOR: Paver (Asphalt, ggregate, and Concrete) $ 16 . 03 0 . 00 EpPERATOR: Roller $ 12 . 70 0 . 00 PAINTER (Brush, Roller, and Spray) $ 14 . 45 0 . 00 ,PIPEFITTER $ 25 . 80 8 . 55 PLUMBER $ 25 . 64 8 . 16 ROOFER $ 13 . 75 0 . 00 1. http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 (3 of 7) [3/9/2015 11:32:05 AM] http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 1 SHEET METAL WORKER (HVAC Duct 11 Installation Only) $ 22 . 73 7 . 52 SHEET METAL WORKER, Excludes HVAC Duct Installation $ 21 . 13 6 . 53 I TILE FINISHER $ 11 . 22 0 . 00 TILE SETTER $ 14 . 74 0 . 00 TRUCK DRIVER: Dump Truck $ 12 . 39 1 . 18 11 TRUCK DRIVER: Flatbed Truck $ 19 . 65 8 . 57 TRUCK DRIVER: Semi-Trailer I Truck $ 12 . 50 0 . 00 TRUCK DRIVER: Water Truck $ 12 . 00 4 . 11 I WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . 1 I 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 (29CFR 5 . 5 (a) (1 ) (ii) ) . I 1 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the I 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 http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 (4 of 7) [3/9/2015 11:32:05 AM] http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 rate is a union rate (current union negotiated rate for local) , I: survey rate (weighted average rate) or a union average rate (weighted union average rate) . Jnion Rate Identifiers LA 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 orevailing for that classification in the survey. Example : LUM0198-005 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 indicates the local union number or district council number Lhere applicable, i . e . , Plumbers Local 0198 . The next number, C 05 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 . nion 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 lassification . As this weighted average rate includes all ,rates reported in the survey, it may include both union and Lnon-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 he 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 knew survey is conducted. Lhttp://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 (5 of 7) [3/9/2015 11:32:05 AM] http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 1 Union Average Rate Identifiers Classification (s) listed under the UAVG identifier indicate that no single majority rate prevailed for those I 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 average rate . OH indicates the state . The next number, 0010 in the example, is an internal number used in producing the wage I determination . 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier . I/ A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current I negotiated/CBA rate of the union locals from which the rate is based. I WAGE DETERMINATION APPEALS PROCESS 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 a wage determination matter * a conformance (additional classification and rate) ruling 1 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour I 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. 1 With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 (6 of 7) [3/9/2015 11:32:05 AM] , http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 ranch of Construction Wage Determinations . Write to : IBranch of Construction Wage Determinations Wage and Hour Division L U. S . Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 L 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request Imreview and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 . 8 and 29 CFR Part 7 ) . Write to : E Wage and Hour Administrator L U . S . Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 L The request should be accompanied by a full statement of the interested party' s position and by any information (wage ayment data, project description, area practice material, etc . ) that the requestor considers relevant to the issue . L 3 . ) If the decision of the Administrator is not favorable, an Rinterested party may appeal directly to the Administrative eview Board (formerly the Wage Appeals Board) . Write to : ImAdministrative Review Board U. S . Department of Labor 1: 200 Constitution Avenue, N .W. Washington, DC 20210 La . ) All decisions by the Administrative Review Board are final . END OF GENERAL DECISION E I L Lhttp://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=1 (7 of 7) [3/9/2015 11:32:05 AM] PART T TECHNICAL SPECIFICATIONS 4 L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 01 10 00 rPART 1 GENERAL SUMMARY 1.01 PROJECT A. Project Name: Fleet Maintenance Heavy Equipment Shop Roof(Bond 2012), Project No. E12113. B. Owner's Name: City of Corpus Christi. C. City Inspection Representative(CIR): As designated by Owner. D. The Project consists of the removal and replacement the existing sheet metal roofing, ridge ventilations and roof insulation system on the 10,000 S.F. pre-engineered metal building housing the Fleet Maintenance Heavy Equipment Shop located at 5352 Ayers St., Building 3C, Corpus Christi, Texas. The project scope includes the demolition and replacement of existing interior lighting fixtures,wiring and conduit, the demolition and replacement of existing wall-mounted ventilation fans and louvers including structural and trim modifications. Also, included is the demolition of existing unit heaters throughout the shop area of the facility. Existing structural purlins and eave strut components are to be reinforced prior to installation of the new sheet metal roofing panels and trim components. 1.02 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in Agreement. 1.03 PERMITS AND LICENSES A. The Contractor shall be responsible for the Commercial Building Master Permit and all other permits and licenses that may be required. 1.04 DESCRIPTION OF ALTERATIONS WORK A. Scope of demolition and removal work is shown on Drawings. B. Scope of new work is shown on Drawings. 1.05 OWNER OCCUPANCY A. Owner intends to occupy the Project for conduct of normal business during the entire construction period. B. Refer to Drawings for additional requirements. 1.06 CONTRACTOR USE OF SITE A. Arrange use of site to allow: 1. Occupancy of building by Owner. 2. Use of site by the public as directed. B. Provide access to and from site as required by law and by Owner: 1. Do not obstruct roadways, sidewalks, or other public ways without permit. C. Time Restrictions: 1. Not applicable. D. Utility Outages and Shutdown: 1. Prevent accidental disruption of utility services to adjacent facilities. PART 2 PRODUCTS- NOT USED PART 3 EXECUTION-NOT USED END OF SECTION I 01 10 00 - 1 SNT. Comm. No. 1305.01 City Project#E12113 1/12/2015 L I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Building Permit Review. I B. Preconstruction meeting. C. Construction progress schedule. D. Submittals for review, information, and project closeout. E. Number of copies of submittals. F. Submittal procedures. 1.02 RELATED REQUIREMENTS A. Owner's Special Provisions and General Provisions: Requirements for this Section, in addition to requirements herein. B. Section 01 10 00-Summary. C. Section 01 70 00- Execution Requirements: Additional coordination requirements; pre-installation meetings. D. Section 01 78 00-Closeout Submittals: Project record documents. 1.03 PROJECT COORDINATION A. Cooperate in allocation of mobilization areas of site; for access, traffic, and parking facilities. B. Comply with Owner's procedures for intra-project communications; submittals, reports and records, schedules, coordination drawings, and recommendations; and resolution of ambiguities and conflicts. C. Comply with instructions of the Owner for use of temporary utilities and construction facilities. D. Make the following types of submittals to CIR: 1. Requests for interpretation. 2. Requests for substitution. 3. Shop drawings, product data, and samples. 4. Test and inspection reports. 5. Design data. 6. Manufacturer's instructions and field reports. 7. Applications for payment and change order requests. 8. Progress schedules. 9. Coordination drawings. 10. Closeout submittals. 1.04 CITY'S INSPECTION REPRESENTATIVE AND ENGINEER'S SUBMITTAL REVIEW ACTION A. Submittals, such as Shop Drawings, Product Data and Samples are reviewed and approved for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. Submittals shall not modify the Contract Documents. B. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the Contractor as required by the Contract. C. It is contemplated that the CIR or Engineers(CIR/E) shall make no more than two submittal reviews of each transmitted submittal. If upon completion of the second submittal review by the CIR or Engineers, the submittal is not approved, the cost for performing additional submittal reviews by the design team shall be charged to and borne by the Contractor. 013000- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/9/2015 1 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI D. In accordance with the General Conditions, Shop Drawings, Product Data, Samples and similar submittals are not Contract Documents. E. Upon receipt of submittals requiring review, the CIR/E will review submittals and return them to the Contractor with results of the review indicated as follows: 1. APPROVED: Submittal has been reviewed for the limited purpose of checking for conformance information given and design concept expressed in the Contract Documents and no exceptions are taken; Contractor may proceed with work represented in submittal, provided no deviation to Contract Documents. 2. MAKE CORRECTIONS NOTED: RESUBMITTAL NOT REQUIRED: Submittal has been reviewed as stated above and certain exceptions are noted. Contractor may proceed with work represented in submittal, unless otherwise noted. 3. REJECTED; REVISE AND RESUBMIT: Submittal has been reviewed as stated in paragraph 1 above, Contractor may not proceed with work represented in submittal, and submittal is not acceptable for one of the following reasons: a. Not enough information is provided to make a determination. b. Submittal contains too many errors or omissions to make a determination. c. Information provided does not conform with the information given in the Contract Documents. 4. Revise submittal, incorporating exceptions noted, and resubmit to CIR/E until"Approved" status is given. PART 2 PRODUCTS-NOT USED PART 3 EXECUTION 3.01 BUILDING PERMIT REVIEW A. Contractor shall review with the CR, the Drawings and Specifications and all other documents relating to the Building Permit issued by the authorities having jurisdiction and all notations, comments or exceptions record on any of these documents shall be resolved prior to start of construction. 3.02 PRECONSTRUCTION MEETING A. Owner will schedule a meeting after Notice of Award. B. Attendance Required: 1. Owner. 2. City Inspection Representative(CIR). 3. Architect. 4. Contractor. 5. Superintendent. 6. Major subcontractors. C. Agenda: 1. Distribution of Contract Documents. 2. Submission of list of Subcontractors, schedule of values, and progress schedule. 3. Designation of personnel representing the parties to Contract, and CIR. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 5. Scheduling. D. Contractor to record minutes and distribute copies within two days after meeting to participants, with one copy to CIR, Owner, participants, and those affected by decisions made. 3.03 CONSTRUCTION PROGRESS SCHEDULE A. Within 5 days after date established in Notice to Proceed, submit preliminary schedule defining planned operations for the first 60 days of Work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. 013000-2 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI I C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. 3.04 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. B. Submit to CIR for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 78 00-CLOSEOUT SUBMITTALS. 3.05 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Other types indicated. B. Submit for CIR's knowledge as contract administrator or for Owner. No action will be taken. 3.06 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.07 NUMBER OF COPIES OF SUBMITTALS A. Documents for Review: 1. Small Size Sheets, Not Larger Than 8-1/2 x 11 inches: Submit the number of copies that Contractor requires, plus three copies that will be retained by CIR. 2. Larger Sheets, Not Larger Than 36 x 48 inches: Submit the number of opaque reproductions that Contractor requires, plus three copies that will be retained by CIR. 3. Quantities subject to change by Owner as requested. B. Documents for Information: Submit two copies. C. Documents for Project Closeout: Make one reproduction of submittal originally reviewed. Submit one extra of submittals for information. D. Samples: Submit the number specified in individual specification sections; one of which will be retained by CIR. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.08 SUBMITTAL PROCEDURES 1 A. Transmit each submittal with approved form. 013000-3 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI B. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy. D. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. E. Deliver submittals to CIR at business address. F. Schedule submittals to expedite the Project, and coordinate submission of related items. G. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. H. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. I. Provide space for Contractor and CIR review stamps. J. When revised for resubmission, identify all changes made since previous submission. K. Refer to Paragraph 1.04C for submittal review limitations. L. Distribute reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. M. Submittals not requested will not be recognized or processed. END OF SECTION I I L L I I I 013000-4 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 L 0133 01 Submittal Register Specification Paragraph Types of Submittals Required I Section Specification Description Product Sample or Operations No. Information Mockup Data 0130 00 Administrative Requirements 111 Construction Progress Schedule 3.03 Shop Drawing None None 0170 00 Execution Requirements Project Record Documents 1.03 Record Data None None 01 78 00 Closeout Submittals 1.03 Record Data None O&M Manual Asbestos Certification 3.03 Record Data None None 02 4100 Demolition Project Record Documents 1.04 Record Data None None 07 41 13 Metal Roof Panels 1.06 Warranty 1.10 Shop Drawing Sample O&M Manual Roof Panels 2.04 A Shop Drawing , Sample None Flashing 2.04 B Shop Drawing Sample None Fasteners 2.04 C Shop Drawing None None Sealant 2.04 D Shop Drawing None None Framing Components 2.04 E Shop Drawing None None Accessories 2.04 F Shop Drawing Sample None Ridge Ventilator 2.04 G Shop Drawing None None Insulation 2.04 H Shop Drawing , None None Purlin Paint 2.04 I Shop Drawing None None 07 62 00 Sheet Metal Flashing and Trim 1.05 Sheet Metal 2.01 Shop Drawing Sample None Fasteners and Anchors 2.02.A Shop Drawing , Sample None Sealant 2.02.D Shop Drawing None None 07 90 33 Joint Sealers 1.03 Joint Sealers 2.01.A Shop Drawing Sample None 26 06 00 Grounding 1.03 Shop Drawing None None 26 07 50 Electrical Identification 1.03 Shop Drawing None None 26 12 30 Wire And Cable 1.03 Shop Drawing None None 2613 60 Raceways 1.03 Shop Drawing None None 26 5100 Luminaires 1.04 Shop Drawing Sample None I I 1 I I Submittal Register 0133 01-1 Fleet Maintenance Heavy Equipment Shop Roof(Bond 2012);E12113 07-03-2014 I C FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary telecommunications services. C. Temporary sanitary facilities. D. Temporary Controls: Barriers. E. Security requirements. F. Vehicular access and parking. G. Waste removal facilities and services. 1.02 RELATED REQUIREMENTS A. Owner's Special Provisions and General Provisions: Requirements for this Section, in addition to requirements herein. 1.03 TEMPORARY UTILITIES A. Provide for all temporary electrical power, lighting, and required water for construction activities. Connect to Owner's utility as approved by CIR. Owner will pay for costs of utility usage. 1.04 TELECOMMUNICATIONS SERVICES A. Provide, maintain, and pay for cellular telephone service at time of project mobilization. 1.05 TEMPORARY SANITARY FACILITIES A. Provide and maintain facilities at site. Provide at time of project mobilization. B. Maintain daily in clean and sanitary condition. C. At end of construction, return facilities to same or better condition as originally found. 1.06 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, and to protect facilities and adjacent properties from damage from construction operations. B. Protect non-owned vehicular traffic, stored materials, site, and structures from damage. C. Refer to Drawings for additional requirements. 1.07 SECURITY A. Provide security and facilities to protect Work from unauthorized entry,vandalism, or theft. 1.08 VEHICULAR ACCESS AND PARKING A. Coordinate access and haul routes with CIR. B. Provide and maintain access to fire hydrants, free of obstructions. C. Provide temporary parking areas to accommodate construction personnel. Site space is not adequate, provide additional off-site parking. 1.09 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the project area in clean and orderly condition. B. Provide containers with lids. Remove trash from site periodically. C. If materials to be re-used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the Owner. D. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 015000- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/9/2015 L I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI 1.10 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Final Acceptance inspection. B. Clean and repair damage caused by installation or use of temporary work. PART 2 PRODUCTS- NOT USED PART 3 EXECUTION -NOT USED END OF SECTION 3 I I I I I I I I I 1 I 015000-2 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Re-use of existing products. C. Transportation, handling, storage and protection. D. Product option requirements. E. Substitution limitations and procedures. F. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 RELATED REQUIREMENTS A. Owner's Special Provisions and General Provisions: Requirements for this Section, in addition to requirements herein. B. Section 01 10 00-Summary. 1.03 REFERENCE STANDARDS A. NFPA 70- National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.04 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. B. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product,with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. PART 2 PRODUCTS 2.01 EXISTING PRODUCTS A. Do not use materials removed from existing premises unless specifically required or permitted by the Contract Documents. B. Existing materials indicated to be removed, but not to be re-used, reinstalled,delivered to the Owner, or otherwise indicated as to remain the property of the Owner, become the property of the Contractor; remove from site. C. Reused Products: Reused products include materials and equipment previously used, salvaged and reinstalled as specified. 2.02 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. B. Do not use products having any of the following characteristics: 1. Made using or containing CFC's or HCFC's. 2. Made using or containing asbestos. C. Urea-Formaldehyde Prohibition: 1. Overall Project Requirement: Provide composite wood and agrifiber products having no added urea-formaldehyde resins. 01 60 00- 1 SNT. Comm. No. 1305.01 City Project#E12113 10/1012014 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI 111 2. Require each installer to certify compliance and submit product data showing product content. 3. Specific Product Categories: Comply with limitations specified elsewhere. D. Adhesives and Joint Sealants: 1. Definition: This provision applies to gunnable, trowelable, and liquid-applied adhesives, sealants, and sealant primers used anywhere on the interior of the building inside the weather barrier, including duct sealers. E. Provide interchangeable components of the same manufacture for components being replaced. F. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. G. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for connection to electric wiring system. Cord of longer length is specified in individual specification sections. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section. B. Architect will consider requests for substitutions only within 7 days prior to bid date. C. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. D. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. E. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will reimburse Owner and Architect for review or redesign services associated with re-approval by authorities. F. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. I 016000-2 SNT Comm. No. 1305.01 City Project#E12113 10/10/2014 I i FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI G. Substitution Submittal Procedure: 1. Submit one copy of request for substitution for consideration. Limit each request to one proposed substitution. 2. Use Substitution Request Form attached. 3. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 4. The Architect will notify Contractor in writing of decision to accept or reject request. 3.02 TRANSPORTATION AND HANDLING A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.03 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Provide bonded off-site storage and protection when site does not permit on-site storage or protection. G. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. H. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. I. Prevent contact with material that may cause corrosion, discoloration, or staining. J. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. K. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION I it I 016000-3 SNT Comm. No. 1305.01 City Project#E12113 10/10/2014 I SUBSTITUTION REQUEST FORM 3 PROJECT: Fleet Maintenance HeavyEquipment SNT PROJECT NO.: 1305.01 Shop Roof(Bond 2012) CITY PROJECT NO.: E12113 • City of Corpus Christi Corpus Christi, Texas TO (ARCHITECT): Mr. Glen Ray Torno, AIA FROM (BIDDER): 3 SolkaNavaTorno, LLC 6262 Weber Road, Suite 310 Corpus Christi, Texas 78413 DATE: (361) 854-1471, Fax(361) 854-1470 BIDDER/SUPPLIER HEREBY REQUESTS ACCEPTANCE OF THE FOLLOWING PRODUCT OR SYSTEM AS A SUBSTITUTION IN ACCORDANCE WITH PROVISIONS OF DIVISION ONE OF THE BIDDING DOCUMENTS: 1. SPECIFIED PRODUCT OR SYSTEM: Substitution request for(Generic Description): Specification Section No. Article(s) Para.(s) 2. SUPPORTING DATA: ❑ Product data for proposed substitution is attached(description of product, reference standards, performance and test data). (1 Sample is attached ❑ Sample will be sent if requested 3. QUALITY COMPARISON: SPECIFIED PRODUCT SUBSTITUTION Name, brand: Catalog No.: Manufacturer: Vendor: 3 Significant Variations Maintenance Service Available: Yes No 111 Spare Parts Source: 4. PREVIOUS INSTALLATIONS: Identification of similar projects on which proposed substitution was used: Project: Architect: Address: Owner: Date Installed: 5. REASON FOR NOT GIVING PRIORITY TO SPECIFIED ITEMS: > I I I C 6. EFFECT OF SUBSTITUTION: Proposed substitution affects other parts of Work: n No n Yes (If yes, explain) I Substitution requires dimensional revision or redesign of structure or Mechanical & Electrical work: No n Yes (If yes, attach complete data.) 7. BIDDER'S/SUPPLIER'S STATEMENT OF CONFORMANCE OF PROPOSED SUBSTITUTION TO CONTRACT REQUIREMENTS: I/we have investigated the proposed substitution. I/we: state that it is equal or superior in all respects to specified product, except as indicated above; will provide the same warranty as specified for specified product; have included complete implications of the substitution; will pay redesign and other costs caused by the substitution which subsequently become apparent; will pay costs to modify other parts of the Work as may be needed, to make all parts of the Work complete and functioning resulting from the substitution. Bidder/Supplier: Date: (Signature Required) Answer all questions and complete all blanks - use"NA" if not applicable. REVIEW AND ACTION: ❑ Resubmit substitution request: ❑ Provide more information in following categories: ❑ Sign Bidder's/Supplier's Statement of Conformance. CU Substitution is acceptable for bidding. ❑ Substitution is acceptable for bidding, with the following comments: I ❑ No Action Taken: Substitution Request received less than 7 days prior to date set for receipt of bids. ❑ No Action Taken: Insufficient data presented for evaluation. ❑ Substitution is not acceptable for bidding. Architect: Date: (Reviewer's Signature) L I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 01 70 00 EXECUTION REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition. C. Pre-installation meetings. D. Cutting and patching. E. Cleaning and protection. F. Closeout procedures, except payment procedures. G. General requirements for maintenance service. 1.02 RELATED REQUIREMENTS A. Owner's Special Provisions and General Provisions: Requirements for this Section, in addition to requirements herein. B. Section 01 30 00-Administrative Requirements: Submittals procedures. C. Section 01 78 00-Closeout Submittals: Project record documents, operation and maintenance 3 data,warranties. D. Individual Product Specification Sections: 1. Advance notification to other sections of openings required in work of those sections. 2. Limitations on cutting structural members. 1.03 SUBMITTALS A. See Section 01 30 00-Administrative Requirements, for submittal procedures. B. Project Record Documents: Accurately record actual locations of capped and active utilities. 1.04 QUALIFICATIONS A. For demolition work, employ a firm specializing in the type of work required. 1. Minimum of five years of documented experience. 1.05 PROJECT CONDITIONS A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into atmosphere and over adjacent property. C. Refer to Drawings for additional requirements. 1.06 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements, supports, and installation of mechanical and electrical work 3 that are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. 017000- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/9/2015 1 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI E. Coordinate completion and clean-up of work of separate sections. F. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 60 00. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over-ordering or misfabrication. E. Verify that utility services are available,of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section. B. Submittal review process for that portion of the Work under discussion must have been completed prior to scheduling of the pre-installation meeting. C. Require attendance of parties directly affecting, or affected by, work of the specific section. D. Notify CIR seven days in advance of meeting date. E. Prepare Agenda and Preside at Meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. F. Contractor to record minutes and distribute copies within two days after meeting to participants, with one copy to CIR, Owner, participants, and those affected by decisions made. 3.04 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. 017000-2 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 L i FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.05 ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to CIR before disturbing existing installation. 3. Beginning of alterations work constitutes acceptance of existing conditions. B. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on Drawings. 2. Relocate items indicated on Drawings. 3. Where new surface finishes are to be applied, perform removals, patch, and prepare existing surfaces as required to receive new finish; remove existing finish if necessary for successful application of new finish. I C. Protect existing structures and items to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. D. Adapt existing work to fit new work: Make as neat and smooth transition as possible. 1. When existing finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to CIR. 2. Where a change of plane of 1/4 inch or more occurs in existing work, submit recommendation for providing a smooth transition for CIR review and request instructions. E. Patching: Where the existing surface is not indicated to be refinished, patch to match the surface finish that existed prior to cutting. Where the surface is indicated to be refinished, patch so that the substrate is ready for the new finish. F. Remove demolition debris and abandoned items from alterations areas and dispose of off-site; do not burn or bury. G. Comply with all other applicable requirements of this section. 3.06 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. See Alterations article above for additional requirements. C. Employ skilled and experienced installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. D. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. E. Restore work with new products in accordance with requirements of Contract Documents. F. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. G. Make neat transitions. Patch work to match adjacent work in texture and appearance. Where new work abuts or aligns with existing, perform a smooth and even transition. H. Patch or replace surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. Repair substrate prior to patching finish. Finish patches to produce uniform finish and texture over entire area. When finish cannot be matched, refinish entire surface to nearest intersections. 017000-3 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury. 3.08 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections,jambs, sills, and soffits of openings. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic over landscaped areas. G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.09 FINAL CLEANING A. Execute final cleaning prior to Substantial Completion. 1. Clean areas to be occupied by Owner prior to final completion before Owner occupancy. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. D. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. E. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. F. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.10 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. 1. Provide copies to CIR. B. Accompany CIR on preliminary inspection to determine items to be listed for completion or correction. C. Notify CIR when work is considered ready for preliminary inspection. D. Submit written certification that Contract Documents have been reviewed,work has been inspected, and that work is complete in accordance with Contract Documents and ready for CIR's review. E. Owner will occupy all of the building as specified in Section 01 10 00. F. Contractor's Superintendent shall supervise the correction of work listed from the preliminary inspection and comply with requirements for access to Owner-occupied areas, until final acceptance. 017000-4 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI G. Contractor's Superintendent shall accompany CIR on preliminary final inspection. H. Contractor's Superintendent shall notify CIR when work is considered finally complete. I I. Complete items of work determined by CIR's final inspection. 3.11 MAINTENANCE A. Provide service and maintenance of components indicated in specification sections. 1 B. Maintenance Period: As indicated in specification sections or, if not indicated, not less than one year from the Date of Final Completion or the length of the specified warranty,whichever is longer. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace I parts whenever required. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION 3 a I I I I I a 1 017000-5 SNT Comm. No. 1305.01 City Project#E12113 11912015 C FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 01 78 00 CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Warranties. C. Asbestos Certification. 1.02 RELATED REQUIREMENTS A. Owner's Special Provisions and General Provisions: Requirements for this Section, in addition to requirements herein. B. Section 01 30 00-Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. C. Section 01 70 00-Execution Requirements: Contract closeout procedures. D. Individual Product Sections: Specific requirements for operation and maintenance data. E. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit final documents to CIR with claim for final Application for Payment. B. Follow Section B, General Provisions Article B-8 and Section A Special Provisions, including requirements of this Section. C. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for City Inspection Representative's(CIR) review. D. Provide submittals to CIR required by authorities having jurisdiction. E. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. F. Contractor and sub-contractor payrolls must be up to date and final payrolls submitted, including weeks where work was not performed. G. Submit final affidavit from Contractor indicating all bills for labor, materials, equipment, etc. have been paid in full, signed by an officer of the company and notarized. Any exceptions should be listed where release of retainage are involved. (Attachment"A"at the end of this section) H. City Project Acceptance Procedures Checklist shall be executed. (Attachment"B"at the end of this section). All construction documentation requested must be submitted before final payment and acceptance of project. I. Contractor shall submit letter of compliance with MBE goals. This letter shall be submitted before the final payment and acceptance of project to illustrate that the intended MBE goals were achieved. J. Warranties: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Preliminary Inspection for Final Completion, prior to Final Application for Payment. PART 2 PRODUCTS- NOT USED I 017800- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/9/2015 I 1 FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI I PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS 1 A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract drawings. G. Submit documents with each application for payment, for CIR's review. 3.02 WARRANTIES A. Obtain warranties, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers,within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Final Completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Retain warranties until time specified for submittal. E. Include originals of each in operation and maintenance manuals, indexed separately on Table of Contents. 3.03 ABESTOS CERTIFICATION A. Prior to final acceptance, Contractor and all sub-contractors shall submit a letter certifying that no asbestos-containing materials, lead-based paint or PCB's have been used or incorporated into the Work. END OF SECTION I I 017800-2 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I AFFIDAVIT AND WAIVER OF LIEN BY CONTRACTOR STATE OF TEXAS COUNTY OF Personallyappearedundersigned before me, the undersi ned authority in and for said State and County, (Name/Title) of (Name of Company) which firm is hereinafter called "Contractor", who being duly sworn states on oath that he has personal knowledge of the following: 1. Contractor has paid in full all debts, obligations, and liabilities (including, without limitation, all debts, obligations, and liabilities for labor, materials, equipment or services, and for all local, state or federal taxes) which have been incurred by Contractor, or which are claimed by others to have been incurred by Contractor, or which have arisen in conjunction with work done. or labor, materials, equipment or services furnished by Contractor under contract with the City of Corpus Christi on the (Project Name) 2. This Affidavit and Waiver is made and given upon and in exchange for final payment of all sums due Contractor by the City of Corpus Christi under the terms of said contract. In consideration therefor, Contractor waives and releases any and all claims and any and all liens or rights to liens which Contractor has or may have against the City of Corpus Christi for amounts due and owing to Contractor by virtue of Contractor furnishing the labor, materials, equipment or services referred to above. The above statements are made by (Name) of (Name of Company) individually and on behalf of the Contractor. (Name and Title) (Company name) Sworn to and subscribed before me on (Date). I Notary Public ATTACHMENT "A" State of Texas Commission Expires i I PROJECT ACCEPTANCE PROCEDURES CHECK LIST 1 Project Name/Number: Contractor: Inspector: I Pre-Con Mtg. Date: Final Inspect. Date: I (for City use only) Date Initial 1 (1) Final Inspection (Contractor shall have red lined set ready to submit to City with all corrections/ notes): (Name of Person attending&responsible) Contractor Inspector(city/consultant) NE Consultant Operating Dept. Rep. 1 City Engineering Rep. Mfg. Rep. (If applicable) (2) Inspector prepares final quantities, contractor evaluation form, and project summary. 1 (3) Inspector/Engineer verifies that all submittals, payrolls, Inspection Reports, As-Builts, O&M Manuals(in electronic 1 format as required), SCADA documentation, and other Field Information are complete. (4) Contractor reviewsfinal quantities or differences and agrees to Ina agreed upon by Contractor and Inspector. (5) Final estimate reviewed by City Construction Engineer. • 1 1 4TTACHMENT "B" Page 1 of 3 1 I I (6) City Construction Engineer submits to Engineering Administrative Asst., the final estimate and Contractor ,, evaluation form (attached) and this form (Project Acceptance Procedures Check List). (7) Final payment checklist: (a) Affidavit that all bills have been paid, "Waiver of Lien" (Name of Responsible Part) (b) Submittal of all remaining payrolls (Name of Responsible Party) (c) Submittal of MBE letter on what Contractor has actually subcontracted through end of project (Name of Responsible Party) (d) If CDBG project, all federal (yellow)forms completed and • submitted I •-• (Name of Responsible Party) (8) Final acceptance memo prepared by Administrative Asst. • (9) Administrative Asst. reviews for completeness, funding availability, prepares financial paperwork (transfers, adjustments) (10) Administrative Asst. submits to Director of Engineering Services/Operating Department Head for approval and forwarding to Asst. City Manager (11) Final acceptance memo returned from Asst. City Manager (12) Authorization for Payment (AFP) prepared and submitted to 1 Accounting Department ATTACHMENT "9" Page 2of3 I I (13) Contractor receives final payment after City Council (if required) or Asst. City Manager accepts project I (14) Administrative Asst. sends letter to Contractor informing him when one year warranty date begins. I 1 I I I I I I I I I I ATTACHMENT «13„ Page 3 of 3 ' I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 02 41 00 1 DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. Building demolition excluding removal of hazardous materials and toxic substances. B. Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS A. Section 01 10 00-Summary: Limitations on Contractor's use of site and premises. B. Section 01 50 00-Temporary Facilities and Controls: Security, protective barriers, and waste removal. 1.03 REFERENCE STANDARDS A. 29 CFR 1926-U.S. Occupational Safety and Health Standards. B. NFPA 241 -Standard for Safeguarding Construction, Alteration, and Demolition Operations. 1.04 SUBMITTALS A. See Section 01 30 00-Administrative Requirements, for submittal procedures. B. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction. PART 2 PRODUCTS--NOT USED PART 3 EXECUTION 3.01 SCOPE A. Remove roofing and selective building components as indicated on Drawings. 3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with other requirements specified in Section 01 70 00. B. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Comply with applicable requirements of NFPA 241. 3. Use of explosives is not permitted. 4. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. 5. Provide, erect, and maintain temporary barriers and security devices. 6. Use physical barriers to prevent access to areas that could be hazardous to workers or the public. 7. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 8. Do not close or obstruct roadways or sidewalks without permit. 9. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. C. Do not begin removal until receipt of notification to proceed from CIR. D. Do not begin removal until built elements to be salvaged or relocated have been removed. E. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Stop work immediately if adjacent structures appear to be in danger. F. If hazardous materials are discovered during removal operations, stop work and notify CIR; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. 024100- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/9/2015 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI G. Hazardous Materials: Comply with 29 CFR 1926 and state and local regulations. 3.03 EXISTING UTILITIES I A. Protect existing utilities to remain from damage. B. Do not disrupt public utilities without permit from authority having jurisdiction. C. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Owner. D. Do not close, shut off, or disrupt existing utility branches or take-offs that are in use without[at least 7 days] prior written notification to CIR. E. Locate and mark utilities to remain; mark using highly visible tags or flags,with identification of utility type; protect from damage due to subsequent construction. 3.04 SELECTIVE DEMOLITION FOR ALTERATIONS I A. Drawings showing existing construction and utilities are based on casual field observation only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to CIR before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B. Separate areas in which demolition is being conducted from other areas that are still occupied. 1. Contractor shall schedule demolition procedures with Building Users on a daily basis. C. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on Drawings. D. Services(Including but not limited to Plumbing, Electrical, and Telecommunications): Remove existing systems and equipment as indicated. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components. 111 2. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. 3. Remove abandoned pipe, ducts, conduits, and equipment as indicated on Drawings. E. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work. 3.05 DEBRIS AND WASTE REMOVAL A. Remove debris,junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION I I 1 024100-2 SNT Comm. No. 1305.01 City Project#E12113 1/92015 I L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 07 41 13 METAL ROOF PANELS PART 1 GENERAL 1.01 SECTION INCLUDES A. Exposed fastener metal roof panels, with related metal trim and accessories. B. Ridge ventilators. 1.02 RELATED REQUIREMENTS A. Section 07 62 00-Sheet Metal Flashing and Trim: For formed sheet metal copings, flashings, and gutter/downspouts in addition to items specified in this Section. B. Section 07 90 33-Joint Sealers for field-applied joints sealants. 1.03 REFERENCES A. American Architectural Manufacturer's Association(AAMA):www.aamanet.org: 1. AAMA 621 -Voluntary Specifications for High Performance Organic Coatings on Coil Coated Architectural Hot Dipped Galvanized (HDG) &Zinc-Aluminum Coated Steel Substrates. 2. AAMA 809.2-Voluntary Specification Non-Drying Sealants. B. American Society of Civil Engineers(ASCE):www.asce.org/codes-standards: 1. ASCE 7-Minimum Design Loads for Buildings and Other Structures. C. ASTM International (ASTM):www.astm.org: 1. ASTM A 653-Specification for Steel Sheet, Zinc-Coated(Galvanized)or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 2. ASTM A 755-Specification for Steel Sheet, Metallic Coated by the Hot-Dip Process and Prepainted by the Coil-Coating Process for Exterior Exposed Building Products. 3. ASTM A 792/A 792M -Standard Specification for Steel Sheet, 55 %Aluminum-Zinc Alloy-Coated by the Hot-Dip Process. 4. ASTM C 645-Specification for Nonstructural Steel Framing Members. 5. ASTM C 754-Specification for Installation of Steel Framing Members to Receive Screw-Attached Gypsum Panel Products. 6. ASTM C 920-Specification for Elastomeric Joint Sealants. 7. ASTM D 1003-Standard Test Method for Haze and Luminous Transmittance of Transparent Plastics. 8. ASTM D 2244-Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates. 9. ASTM D 4214-Test Methods for Evaluating Degree of Chalking of Exterior Paint Films. 10. ASTM E 1646-Standard Test Method for Water Penetration of Exterior Metal Roof Panel Systems by Uniform Static Air Pressure Difference. 11. ASTM E 1680-Standard Test Method for Rate of Air Leakage Through Exterior Metal Roof Panel Systems. 12. ASTM E 1980- Practice for Calculating Solar Reflectance Index of Horizontal and Low-Sloped Opaque Surfaces. D. International Accreditation Service(IAS): 1. IAS AC 472 -Accreditation Criteria for Inspection Programs for Manufacturers of Metal Building Systems, Part B. E. Underwriters Laboratories, Inc. (UL): www.ul.com: 1. UL 580-Tests for Uplift Resistance of Roof Assemblies F. Texas Department of Insurance Windstorm Inspection Program, (TDI). I 07 41 13- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/12/2015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI 3 1.04 PRE-INSTALLATION MEETING A. Follow Section 01 70 00. 1 B. Preinstallation Meeting: 1. Coordinate building occupancy requirements during construction. 2. Coordinate building framing in relation to metal panel system. 3. Coordinate openings and penetrations of metal panel system. 4. Coordinate work of other trades. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Approved manufacturer listed in this Section with minimum five years experience in manufacture of similar products in successful use in similar applications. B. Installer Qualifications: Experienced Installer with minimum of five years experience with successfully completed projects of a similar nature and scope. 1. Installer's Field Supervisor: Experienced mechanic, able to communicate with CIR and installers, supervising work on site whenever work is underway. 1.06 SUBMITTALS I A. Follow Section 01 30 00. B. Product Data: Manufacturer's data sheets for specified products. C. Shop Drawings: Show layouts of metal panels. Include details of each condition of installation, 3 panel profiles, and attachment to building. Provide details at a minimum scale 1-1/2-inch per foot of edge conditions,joints, fastener and sealant placement,flashings, openings, penetrations, roof accessories, and special details. Make distinctions between factory and field assembled work. 1. Indicate points of supporting structure that must coordinate with metal panel system installation. 2. Include data indicating compliance with performance requirements. 3. Include structural data indicating compliance with requirements of authorities having jurisdiction. D. Samples for Initial Selection: For each exposed product specified including sealants, provide I representative color charts of manufacturer's full range of colors. E. Qualification Information: For Installer firm and Installer's field supervisor. F. Submit TDI Product Evaluation data and Florida State Building Code approval data as I applicable for product; specifically mark applicable requirements for project. G. Manufacturer's Warranty: Sample copy of manufacturer's standard warranty. 1.07 CLOSEOUT SUBMITTALS I A. Maintenance data. B. Manufacturer's Warranty: Executed copy of manufacturer's standard warranty. 1.08 DELIVERY, STORAGE, AND HANDLING111 A. Protect products of metal panel system during shipping, handling, and storage to prevent staining, denting, deterioration of components or other damage. Protect panels and trim bundles during shipping. 1. Deliver, unload, store, and erect metal panel system and accessory items without misshaping panels or exposing panels to surface damage from weather or construction operations. 2. Store in accordance with Manufacturer's written instructions. Provide wood collars for stacking and handling in the field. 1.09 COORDINATION A. Coordinate sizes, profiles, and locations of roof-mounted accessories and roof penetrations, based upon sizes of actual selected equipment. 0741 13-2 SNT Comm. No. 1305.01 City Project#E12113 1/12/2015 1 L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI 1.10 WARRANTY A. Special Manufacturer's Warranty: On manufacturer's standard form, in which manufacturer agrees to repair or replace metal panel assemblies that fail within one year from date of Substantial Completion. PART 2 PRODUCTS 2.01 MANUFACTURER A. Basis of Design Manufacturer: MBCI Metal Roof and Wall Systems, Division of NCI Group, Inc.; Houston TX.Tel: (877)713-6224; Email: info@mbci.com; Web:www.mbci.com. 2.02 PERFORMANCE REQUIREMENTS A. General: Provide metal roof panel system meeting performance requirements as determined by application of specified tests by a qualified testing facility on manufacturer's standard assemblies. B. Thermal Movements: Allow for thermal movements from variations in both ambient and internal temperatures. Accommodate movement of support structure caused by thermal expansion and contraction. Allow for deflection and design for thermal stresses caused by temperature C. Structural Performance: Provide metal panel assemblies capable of withstanding the effects of indicated loads and stresses within limits and under conditions indicated: 1. Wind Loads: Determine loads based on uniform pressure, importance factor, exposure category, and basic wind speed indicated on Drawings. 2. Deflection Limits: Withstand inward and outward wind-load design pressures in accordance with pressures indicated on Drawings. D. Air Infiltration: ASTM E 1680: Maximum 0.006 cfm/sq. ft. at 6.24 lbf/sq. ft. static-air-pressure difference. E. Water Penetration:ASTM E 1646: No uncontrolled water penetration at a static pressure of 20 lbf/sq. ft. 2.03 METAL ROOF PANELS A. Large Tapered-Rib-Profile, Exposed Fastener Metal Roof Panels: Structural metal roof panel consisting of formed metal sheet with trapezoidal major ribs with intermediate stiffening ribs symmetrically placed between major ribs, installed by lapping edges of adjacent panels. 1. Basis of Design: MBCI, PBR Panel,www.mbci.com/pbr.html; TDI Evaluation RC-358 and as required by Windstorm Engineer. 2. Coverage Width: 36 inches. 3. Major Rib Spacing: 12 inches on center. 4. Rib Height: 1-1/4 inch. 5. Nominal Coated Thickness: 24 gage; ASTM A653, Grade E, 50,000 psi yield point and galvanized. 6. Panel Surface: Smooth. 7. Exterior Surfaces of Roof and Accessories: Fluoropolymer Two-Coat System; 0.2-0.3 mil primer with 0.7-0.8 mil 70 percent fluoropolymer color coat, AAMA 621; Kynar 500. Finish color as selected from manufacturer's standard range. 8. Interior Surfaces of Roof and Accessories: 0.5 mil total dry film thickness consisting of primer coat and wash coat of manufacturer's standard light-colored acrylic or polyester backer finish. Color as selected from manufacturer's standard range. 2.04 METAL ROOF PANEL ACCESSORIES A. General: Provide complete metal roof panel assembly incorporating ridge, eave, and rake trims, gutters and downspouts, and miscellaneous flashings, in manufacturer's standard profiles. Provide required fasteners, closure strips, support plates, and sealants as indicated in manufacturer's written instructions. B. Flashing and Trim: Match material, and finish of metal panel face sheet; 24 gage, minimum. 1. Ridge Cap: Die form profile to match roof panels. [IN0741 13-3 SNT Comm. No. 1305.01 City Project#E12113 1/12/2015 I 1 FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI C. Panel Fasteners: Self-tapping screws and other acceptable fasteners recommended by roof panel manufacturer and as required for windstorm certification. 1. Exposed Fasteners: Long life fasteners with EPDM or neoprene gaskets,with heads matching color of metal panels by means of factory-applied coating. D. Joint Sealers: Manufacturer's standard or recommended liquid and preformed sealers and tapes, and as follows: 1. Tape Sealers: Manufacturer's standard non-curing butyl tape, AAMA 809.2. 2. Concealed Joint Sealant: Non-curing butyl, AAMA 809.2. 3. Exposed Joint Sealants: Urethane, single component,ASTM C 920. E. Steel Sheet Miscellaneous Framing Components:ASTM C 645, with ASTM A 653/A 653M, G90 hot-dip galvanized zinc coating. 1. Supplemental angle in accordance to Drawings. F. Roof Accessories:Approved by metal roof panel manufacturer, preformed flashing sleeves. G. Ridge Ventilators: Windstorm rated continuous sheet steel ventilator, 26 gage with 24 gage base, 50 ksi minimum; 12"throat- 10 foot section with flat skirt; chain-operated damper, bird screen; complete units including closures strips; Long life fasteners in size approved in tested installation; Galvalume sheet metal, factory finish to match roof panels. 1. Product: Metallic Products Corporation; Ridge Ventilator 12"Throat, Florida Building Code Approval#FL 12805.2 R1. H. Metal Building Insulation:ASTM C991; roll glass fiber type, faced with reinforced white vinyl, ASTM E84 flame spread index of 25 or less where exposed; 3 inches thick,4'-0"wide minimum; R-10 Value; 0.60 pounds per cubic foot density. Products: Guardian Building Products; MBCI or equal. 1. Tape: Manufacturer's recommended tape for tear repairs and taped seams. 2. Wire Mesh (Poultry Wire): Galvanized wire; for insulation installation. I. Purlin Rust-Inhibitive Paint: 1. Rust inhibitive; maximum coating thickness. 2. Fast dry. 3. Color: White, for visual inspection. 4. Product: Sherwin Williams, DTM Acrylic Primer/Finish (B66 W1); 10.0 mil wet, 5.0 mil dry. 2.05 FABRICATION A. General: Provide factory fabricated and finished metal panels and accessories meeting performance requirements, indicated profiles, and structural requirements. B. Panel Lengths: Form panels in continuous lengths for full length of detailed runs, except where otherwise indicated on approved shop drawings. C. Sheet Metal Flashing and Trim: Fabricate flashing and trim to comply with manufacturer's written instructions, approved shop drawings, and project drawings. Form from materials matching metal panel substrate and finish. PART 3 EXECUTION 3.01 EXAMINATION A. Examine metal panel system substrate and supports with Installer present. Inspect for erection tolerances and other conditions that would adversely affect installation of metal panel installation. 1. Inspect metal panel support substrate to determine if support components are installed as indicated on approved shop drawings. Confirm presence of acceptable supports at 3 recommended spacing to match installation requirements of metal panels. B. Correct out-of-tolerance work and other deficient conditions prior to proceeding with metal roof panel system installation. 1 074113-4 SNT Comm. No. 1305.01 City Project#E12113 1/12/2015 1 C FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI 3.02 PREPARATION A. Miscellaneous Supports: Install purlin and eave subframing, and other miscellaneous panel support members according to ASTM C 754 and manufacturer's written instructions. B. Refer to Drawings for supplemental components required, and for windstorm inspections requirements. 3.03 METAL PANEL INSTALLATION A. Exposed Fastener Metal Roof Panels: Install weathertight metal panel system in accordance with manufacturer's written instructions, approved shop drawings, and project drawings. Install metal roof panels in orientation, sizes, and locations indicated, free of waves, warps, buckles, fastening stresses, and distortions. Anchor panels and other components securely in place. Provide for thermal and structural movement. B. Panel Sealants: Install manufacturer's recommended tape sealant at panel sidelaps and endlaps. C. Panel Fastening: Attach panels to supports using screws, fasteners, and sealants recommended by manufacturer,windstorm requirements, and indicated on approved shop drawings. 1. Fasten metal panels to supports at each location indicated on approved shop drawings, with spacing and fasteners recommended by manufacturer. 2. Provide weatherproof jacks for pipe and conduit penetrating metal panels of types recommended by manufacturer. 3. Dissimilar Materials: Where elements of metal panel system will come into contact with dissimilar materials, treat faces and edges in contact with dissimilar materials as recommended by manufacturer. D. Follow manufacturer's recommendations for use of screw gun type and screw gun speed range for panel installation. E. Field cutting of panels shall be avoided where possible. If field cutting is required, the panels shall be cut with nibblers, snips or shears to prevent edge rusting. Do not cut panels with saws, abrasive blades, grinders, or torches. 1. All metal shavings shall be removed from panel surfaces immediately. Report any corrosion markings on panel surfaces to CIR. Replace or repair damaged panel(s) as directed by CIR. F. Prior to preliminary and final roof installation inspections by CIR, Contractor shall remove all corrosion markings on factory finish and restore factory finish as required. 3.04 ACCESSORY INSTALLATION A. General: Install metal panel trim, flashing, and accessories using recommended fasteners and joint sealers,with positive anchorage to building, and with weather tight mounting. Coordinate installation with flashings and other components. 1. Install components required for a complete metal panel assembly, including trim, flashings, sealants, closure strips, and similar items. 2. Comply with details of assemblies utilized to establish compliance with performance requirements and manufacturer's written installation instructions. 3. Set units true to line and level as indicated. Install work with laps,joints, and seams that will be permanently weather resistant. B. Joint Sealers: Install joint sealers where indicated and where required for weathertight performance of metal panel assemblies, in accordance with manufacturer's written instructions. 1. Prepare joints and apply sealants per requirements of Section 07 90 33. C. Fiberous Batt Insulation: Install insulation and wire mesh compressed between roof panels and purlins utilizing screws for attachment. D. Gutters and Downspouts: 1. Install maximum lengths possible. 0741 13-5 SNT Comm. No. 1305.01 City Project#E12113 1/1212015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI 2. Rigidly support and secure components. Join lengths with formed seams sealed watertight. Flash and seal gutters to downspouts. 3.05 CLEANING AND PROTECTION A. Remove temporary protective films immediately in accordance with metal roof panel manufacturer's instructions. Clean finished surfaces as recommended by metal roof panel manufacturer. B. Replace damaged panels and accessories that cannot be repaired to the satisfaction of the CIR. END OF SECTION I I 3 I I I I I I I I I 0741 13-6 SNT Comm. No. 1305.01 City Project#E12113 1/12/2015 1 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART GENERAL 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including roof flashings, counterflashings, and other items indicated in Schedule and shown on Drawings. B. Gutters and downspouts. 1.02 RELATED REQUIREMENTS A. Section 07 41 13- Metal Roof Panels. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials(ASTM): 1. A 653/A 653MB-Steel Sheet, Zinc Coated, (Galvanized)or Zinc-Iron Alloy-Coated (Galvannealed)by the Hot-Dip process, Structural (Physical)Quality Property. 2. A 755/A 755MB-Steel Sheet, Metallic Coated by the Hot-Dip Process and Prepainted by the Coil-Coating Process for Exterior Exposed Building Products. 3. A 792/A792MB-Steel Sheet, 55%Aluminum-Zinc Alloy-Coated by the Hot-Dip Process. 4. A 924-Steel Sheet, Zinc Coated, (Galvanized) by the Hot-Dip Process. 5. B 749B- Lead and Lead Alloy Strip, Sheet, and Plate Products. 6. B 370-Standard Specifications for Copper Sheet and Strip for Building Construction. B. National Roofing Contractors Association (NRCA): Roofing and Waterproofing Manual. C. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA): Architectural Sheet Metal Manual. D. National Association of Architectural Metal Manufacturers(NAAMM): Metal Finishes Manual for Architectural and Metal Products. E. Texas Department of Insurance Windstorm Inspection Program. 1.04 PERFORMANCE REQUIREMENTS A. General: Install sheet metal flashing and trim to withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failing, rattling, leaking, and fastener disengagement. B. Edge Design: Fabricate and install roof edge flashing that is identical to systems that have been successfully tested by a qualified testing and inspecting agency. 1. Wind Speed: 120 mph, 3 second gust. 2. Wind Load Uplift Pressures: Refer to structural notes on Drawings. C. Thermal Movements: Provide sheet metal flashing and trim that allow for thermal movements resulting from following maximum change(range) in ambient and surface temperatures by preventing buckling, opening of joints, hole elongation, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. D. Roofing Windstorm Construction: 1. Material and installation shall comply with Texas Department of Insurance Requirements for Windstorm Resistant Construction for design wind speed as required by IBC 2006. 2. Provide notifications and coordination with windstorm engineer to provide required inspections and documentation. 3. Cost of Windstorm Inspections will be paid by Owner. Engineer will be selected by Owner. E. Water Infiltration: Provide sheet metal flashing and trim that do not allow water infiltration to building interior. 1.05 SUBMITTALS A. See Section 01 30 00-Administrative Requirements for submittal procedures. 076200- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/9/2015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI B. Shop Drawings: Indicate material profile,jointing pattern,jointing details, fastening methods, flashings,terminations, and installation details. C. Product Data: Submit data or sheet metal material and manufactured components including metal types, finishes and characteristics. D. Samples: Submit samples in 2"x 2"size illustrating prefinished sheet metal finish color. 1.06 QUALITY ASSURANCE A. Perform work in accordance with SMACNA Architectural Sheet Metal Manual requirements and standard details, except as otherwise indicated. B. Fabricator and Installer Qualifications: Company specializing in sheet metal work with three years of documented experience. 1.07 PRE-INSTALLATION MEETINGS A. See Section 01 70 00-Execution Requirements: Pre-installation meetings. B. Convene one week before starting work of this section. 1.08 DELIVERY, STORAGE, AND HANDLING A. See Section 01 60 00: Product storage and handling requirements. B. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. 3 C. Prevent contact with materials that could cause discoloration or staining. PART 2 PRODUCTS 2.01 SHEET METAL FLASHING AND TRIM A. Pre-Finished Galvanized Steel Sheet: ASTM A755/A755M or ASTM A653; structural steel sheet, G90 zinc coating; 24 gage core steel, shop pre-coated with PVDF(polyvinylidene fluoride)top coat; color as selected to match existing. 1. Approved Product: Berridge Kynar 500. 2. Approved Product: Pac-Clad Kynar 500/Hylar 500. 3. Substitutions: Follow Section 01 60 00- Product Requirements. 2.02 ACCESSORIES A. Fasteners and Anchors: 1. General Requirements: a. All types of"Powder-actuated"fastening systems, "Hammer drive"fastening systems, "Ram-Set" systems and similar type fastening systems are strictly prohibited from use on the project for permanent or temporary fasteners into permanent building components, except as indicated on Drawings. b. All types of permanent or temporary fastening systems or components which are not removable without damage to permanent building components are strictly prohibited from use, except as indicated(example: concrete nails, clinched double nails in ' concrete pilot holes, rawl spikes, zemac nailins, etc.) c. Wedge type expansion anchors are prohibited at all locations where wedging action would cause spalling or damage to permanent building components. d. Plastic or nylon sleeves, nailins, plugs, cores, etc. are not acceptable as fastener components where exposed to weather. e. All fasteners, and other components exposed to weather or in exterior locations must be hot-dip galvanized steel, stainless steel, monel or other approved corrosion - resistant material or finish. Cadium-plated or electro-galvanized finishes are not acceptable. f. All fasteners installed in or in contact with type ACQ treated lumber(Yellawood) must be type 304 or Type 316 stainless steel or be specifically approved for installation in ACQ treated materials. 07 62 00-2 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI g. Regardless of fastening system utilized, the Contractor is responsible for sizing, frequency and spacing of fasteners according to substrate, load conditions and acceptable engineering practices. h. Bolts, Nuts, and Washers: ASTM A325, galvanized to ASTM A153 for galvanized components. i. Hardened Steel Self-Threading Screw Anchor("Tapcon"Anchors): Anchorage to solid or hollow masonry and concrete. j. Epoxy Resin Adhesive Type: Threaded studs in concrete, brick or concrete masonry. k. Buildex TEKS self-drilling screws or type required for anchorage to steel. I. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing. B. Protection Film: Strippable vinyl. C. Protective Backing Paint: Zinc molybdate alkyd. D. Sealant: Polyurethane sealant specified in Section 07 90 33. 2.03 FABRICATION A. Form sections to shape indicated on Drawings, accurate in size, square, and free from distortion or defects. B. Form pieces in longest possible lengths. C. Hem exposed edges on underside 1/2 inch; miter and seam corners. D. Fabricate vertical faces with bottom edge formed outward 1/4 inch and hemmed to form drip. E. Seal metal joints. 2.04 FABRICATION -GUTTERS AND DOWNSPOUTS A. Form gutters and downspouts of profile and size indicated to collect and remove water. Fabricate with connection pieces. B. Form sections in maximum possible lengths. Hem exposed edges. Allow for expansion at joints. C. Fabricate support straps of same material and finish as roof panel metal, color as selected; PBR gutter strips at 3'o.c. typical. PART 3 EXECUTION 3.01 PREPARATION A. Field measure site conditions prior to fabricating work. B. Secure flashings in place using concealed fasteners. 3.02 INSTALLATION A. Conform to Drawing details; SMACNA Architectural Sheet Metal Manual and NRCA Manual. B. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. C. Seal metal joints watertight. D. All metal shavings shall be removed from panel surfaces immediately. Report any corrosion markings on panel surfaces to CIR. Replace or repair damaged panel(s)as directed by CIR. E. Prior to preliminary and final roof installation inspections by CIR, Contractor shall remove all corrosion markings on factory finish and restore factory finish as required F. Remove strippable vinyl protection film immediately after installation. 1 3.03 SCHEDULE A. Trims, Flashings and Gutters/Downspouts: Prefinished galvanized sheet metal, 24 gage. END OF SECTION 076200-3 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 L I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 07 90 33 JOINT SEALERS PART 1 GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing, and accessories. B. Related Sections: 1. Section 07 62 00-Sheet Metal Flashing and Trim: Sealants required in conjunction with sheet metal components. 1.02 REFERENCES A. ASTM International: 1. ASTM C920-Standard Specification for Elastomeric Joint Sealants. 2. ASTM C1193-Standard Guide for Use of Joint Sealants. 1.03 SUBMITTALS A. Follow Section 01 30 00 for submittal procedures. B. Products Data: Submit data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, and color availability. C. Samples: Submit one sample, 1/4 x 1 inch in size illustrating sealant colors for selection. D. Manufacturer's Installation Instructions: Submit special procedures, surface preparation, and perimeter conditions requiring special attention. E. Warranty: Include coverage for installed sealants and accessories failing to achieve airtight seal,watertight seal, exhibit loss of adhesion or cohesion, and sealants which do not cure. 1.04 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. B. Applicator: Company specializing in performing Work of this section with minimum five years experience. 1.05 ENVIRONMENTAL REQUIREMENTS A. Follow Section 01 60 00-Products Requirements. B. Maintain temperature and humidity recommended by sealant manufacturer during and after installation. 1.06 COORDINATION A. Follow Section 01 70 00-Execution Requirements: Coordination and project conditions. B. Coordinate Work with sections referencing this section. 1.07 PRE-INSTALLATION MEETING A. Follow Section 01 70 00- Execution Requirements: Pre-installation meetings. 111 B. Convene minimum one week prior to commencing work of this section. C. Submittal review process for that portion of the Work under discussion must have been completed prior to scheduling of the pre-installation meeting. 3 PART 2 PRODUCTS 2.01 JOINT SEALERS A. Manufacturers: 1. Dow Corning Corp. 2. GE Silicones. 3. Tremco. 4. Pecora Corp. 5. Sika Corp. 079033 - 1 SNT. Comm. No. 1305.01 City Project#E12113 1/9/2015 1 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI 6. Sonneborn. 7. Substitutions: Follow Section 01 60 00-Products Requirements. 8. Products Description: a. Type 1: Polyurethane Sealant; single component, chemical curing, non-staining, non-bleeding, capable of continuous water immersion, non-sagging type, NP-1 by Sonneborn. b. Sealant Colors: Provide sealant color samples for color selection. 2.02 ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application. Copper surfaces must be primed using primer recommended by sealant manufacturer including when using self-primer or non-priming general use sealants. B. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant;ASTM D1056, sponge or expanded rubber D1667, closed cell PVC; oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Follow Section 01 70 00-Execution Requirements: Coordination and project conditions. B. Verify substrate surfaces and joint openings are ready to receive work. C. Verify joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter impairing adhesion of sealant. B. Clean and prime joints. C. Perform preparation in accordance with ASTM C1193. D. Protect elements surrounding Work of this section from damage or disfiguration. 3.03 INSTALLATION A. Perform installation in accordance with ASTM C1193. B. Measure joint dimensions and size joint backers to achieve the following, unless otherwise indicated: 1. Width/depth ratio of 2: 1. 2. Neck dimension no greater than 1/2 of joint width. 3. Surface bond area on each side not less than 75 percent of joint width. C. Install bond breaker where joint backing is not used. D. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. E. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. F. Tool joints concave. 3.04 CLEANING A. Follow Section 01 70 00-Execution Requirements: Final cleaning. B. Clean adjacent soiled surfaces. 3.05 PROTECTION OF INSTALLED CONSTRUCTION A. Follow Section 01 70 00-Execution Requirements: Protecting installed construction. B. Protect sealants until cured. 07 90 33-2 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 L I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI 3.06 SCHEDULE A. Sheet Metal Trim, Roof Polyurethane, single component Type 1 Accessories END OF SECTION I I I I I I 3 3 I I I 3 1 079033-3 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI [fir SECTION 26 01 00 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE A. The Contractor shall execute all work as hereinafter specified, as shown on the drawings or as necessary to provide complete and functioning systems. All items of labor, material or equipment not required in detail by the specifications or drawings, but incidental to or necessary for the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection therewith, shall be furnished as if called for in detail by the specifications or drawings. B. City Inspection Representative(CIR): As designated by Owner. 1.02 LAWS AND ORDINANCES A. All work and materials shall conform to the requirements of the federal, state, and local laws and ordinances having jurisdiction at the jobsite. The installation shall be in strict accordance with the latest edition of the National Electrical Code(NEC). The Contractor at no increase in contract price shall make all modifications to the work,which may be required by an authority having legal jurisdiction over the work. 1.03 LICENSES, FEES AND PERMITS A. The Contractor shall have a Master Electrician license issued by or acceptable to the city in which the work is to be performed. Additionally, and at all times while work is being performed, for every five or less craftsman working on the project site, at least one craftsman shall have a Journeyman Electrician license issued by or acceptable to the city in which the work is to be performed. 1.04 THE DRAWINGS AND SPECIFICATIONS A. The drawings and specifications shall be interpreted together, and any and all work included in either, though not in both, shall be part of the contracted work. The drawings are diagrammatic but shall be followed as closely as actual construction of the project and existing job site conditions will permit. Any changes due to equipment supplied, conflict with the work of other trades or to make this work conform to the National Electrical Code shall be made by the Contractor at no increase in contract price. 1.05 SITE CONDITIONS A. Before submitting his bid, the Contractor shall visit the site and familiarize himself with all existing conditions and his bid shall be based on accepting conditions as they exist. 1.06 MATERIALS AND EQUIPMENT A. All materials and equipment furnished by the Contractor shall be new. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of such materials and equipment. Where two or more units of the same item are required, they shall be products of a single manufacturer. The Contractor shall unload and properly store all electrical materials and equipment delivered to the jobsite. 1.07 SAFETY A. It shall be the responsibility of the electrical Contractor to initiate, maintain, and supervise all safety precautions required by local, state,and federal laws, including OSHA. 1.08 SUBMITTALS A. Submittals for Approval: 1. Submit in accordance with Section 01 30 00 except as otherwise stated herein. 2. Within 30 calendar days after award of contract, the Contractor shall furnish seven (7) sets of drawings and data as described herein for Engineer approval. No item of equipment or material shall be ordered or shipped to the job site until the Engineer has given written approval of the submittal data. 260100- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/8/2015 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI I 3. The submittal data shall be bound in a 3-ring binder with dividers. The binder shall include a cover and a table of contents with the contractors name as well as the name of the project. All data shall be divided by specification section. 4. The submittal data for each item shall include descriptive literature, performance data, shop drawings technical literature and any other necessary data to readily identify that the equipment will meet the requirements of the drawings and specifications. 5. One complete submittal of drawings and data shall be made for all required items. Partial or incomplete submittals will be returned without comment. All copies furnished shall be manufacturer's original copies of good quality, legible photocopies or blue line prints. Copies transmitted by facsimile machine are not acceptable. 6. Submittal documents shall be job specific. Where manufacturer's standard drawings or catalog sheets are provided, they shall be marked to show specifically what is being furnished. Drawings shall be marked to show Owner's name, plant location, project description and equipment designation. 7. Substitutions for specified products shall be in compliance with Paragraph 1.10. 8. The Contractor shall review all manufacturers' submittals for completeness, accuracy and compliance with project specifications before submitting to Engineer. 9. The Engineer will review the complete submittal package and return five(5) sets to the Contractor with individual items marked in one of the following three forms: Reviewed as submitted Reviewed with comments Disapproved Items that are disapproved shall be corrected as required and shall be resubmitted to the Engineer for approval. B. Approval of submittals, etc. shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the work and to aid in the proper selection and installation of the materials and equipment. All materials and equipment shall be subject to final acceptance by the Engineer at completion of the project. C. Submittal of Record Data: 1. Record Data: Follow section 01 78 00 for record data books containing information listed below. The material shall be bound into appropriately sized 3 ring binders, organized with dividers and index sheets. The binders shall be appropriately labeled with the Owner's name, project name and location. The data books shall include: a. Certified as-built shop drawings for all fabricated equipment. b. Approved product data for all items required in Paragraph 1.09A. c. Spare parts lists d. Test records. 2. Record Drawings: Provide one(1)set of project drawings marked neatly and legibly in colored pencil to show any significant deviation between actual conditions and original design layout. 3. Operation and Maintenance Data: Provide manufacturer's operation and maintenance data on equipment and components. The data shall be organized into loose-leaf binders with dividers and master index. 1.09 SUBSTITUTIONS A. Requirements for Substitutions: It is the intention of the drawings and specifications to establish a definite standard when a particular manufacturer's product is mentioned. Written request for substitutions of equivalent products will be considered provided all the following conditions are met. Substitutions for specified products will not be permitted unless all of the following conditions are met: 1. Written request shall be received in the Engineer's office seven(7)days prior to the day of bid opening. Requests after ten days prior to the day of bid.opening will not be considered. 2. Request shall include complete technical data, i.e. product data sheets, curve, ratings, etc. 260100-2 SNT Comm. No. 1305.01 City Project#E12113 1/8/2015 1 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI 3. Request shall include a complete written comparison of differences and similarities between the proposed and specified product. Provide a written comparison for each substitution being requested. 4. Space and clearance requirements are adequate for products mentioned. It is the responsibility of the Contractor to verify space and clearance requirements for products proposed for substitution. 5. If modifications to the drawings and specifications are necessary for the proper installation of a product proposed for substitution, the request shall explain such in detail, accompanied by drawings if necessary. B. Approval: If the above has been complied with, and in the Engineer's opinion the product proposed for substitution is equivalent to that mentioned, the product will be approved for substitution and all prospective bidders will be so notified. 1.10 PROTECTION A. All new work, equipment and materials shall be protected at all times to prevent damage or breakage, either in transit, storage, installation or testing. All openings shall be closed with caps or plugs during installation. All materials and equipment shall be covered and protected against dirt,water, chemical or mechanical injury. This shall include the erection of all required temporary shelters, cribbing of any apparatus above floor construction and covering of apparatus in incomplete buildings with tarpaulins or other protective covering. Temporary electric heaters shall be installed to keep apparatus dry. All rotating equipment and/or machinery shall be properly lubricated and rotated on a regular basis. All electrical materials and equipment damaged during handling, storage, and installation, until the Owner has accepted the project, shall be repaired or replaced by the Contractor with no increase in contract price. 1.11 COORDINATION A. The Contractor shall not hinder and/or delay any work being accomplished by other construction companies at or near the general construction site; nor shall the Contractor impede normal operation of the Owner at any time except as otherwise indicated. 1.12 WORKMANSHIP A. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their particular trades. All installations shall be complete in both effectiveness and appearance whether finally enclosed or left exposed. The Engineer reserves the right to direct the removal or replacement of any item which, in his opinion, does not present a reasonably neat or workmanlike appearance, providing that same can be properly installed in an orderly way by usual methods for such work. All specialties and appurtenances shall be installed to conform to the manufacturer's recommendations unless otherwise specified. 1.13 EQUIPMENT BY OTHERS A. This Contractor shall make electrical connections to equipment installed by other trades. The mechanical contractor shall install all motor driven equipment and motors furnished under this contract. 1. The Contractor shall verify the electrical requirements of equipment and appliances furnished by others with data provided by the successful vendor or vendors. The Contractor shall provide the proper sized circuits, circuit breakers, starters, disconnect switches, receptacles, etc. as required to connect this equipment. If changes are required to electrical systems shown on the drawings, the Contractor shall make these changes at no additional cost to Owner. 1.14 CUTTING AND REPAIRING A. The Contractor shall coordinate the work to eliminate cutting of the construction except as specified. Where it becomes necessary to cut through the construction to permit the installation of work or the repair of defective work, it shall be done by mechanics skilled in the trade of erecting the type of work involved. The Contractor without additional compensation shall pay 260100-3 SNT Comm. No. 1305.01 City Project#E12113 1/8/2015 L I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI the cost of cutting and repairing. No cutting shall be done to any structural members unless the Engineer grants specific permission, in writing. 1.15 SLEEVES, INSERTS, SUPPORTS,ANCHOR BOLTS, FLASHING AND FOUNDATIONS A. Furnish and install all sleeves, inserts, supports, anchor bolts, flashing, counterflashing as required for the proper installation of the proposed work. 1.16 CLEANING A. All debris resulting from the construction shall be removed from the project site daily. Upon completion of the project, unused materials and equipment shall be removed from the project site. All visible labels, dirt overspray, paint, grease, and stains shall be removed from all electrical equipment. Labels indicating testing laboratory approval or giving parts numbers shall be left in place. 1.17 TESTING A. The Contractor shall test the new wiring system for proper voltage level and balance, and for short circuits and grounds in accordance with established methods upon completion of work. The system shall operate satisfactorily in every respect. This Contractor shall make all corrections to accomplish such. 1.18 INSPECTIONS A. The Contractor shall cooperate with and provide assistance to the CIR or the Engineer's Inspector in making periodic and final inspections of the work. This assistance shall include, but not necessarily be limited to, the furnishing of labor, tools, etc. to operate equipment and demonstrate its proper functioning. Also included shall be the removal of outlet,junction box and panel covers, etc. as necessary for the CIR to inspect the work. 1.19 GUARANTEE A. Any defects from imperfect or improper materials or faults arising from improper workmanship that may appear within a period of twelve(12) months from the date of final acceptance of the system shall be amended and made good by the Contractor at his own cost. Any defects or faults shall be attended to within ten (10)days after receiving written notice from the CIR. Failure to promptly attend to said defects or faults shall be sufficient cause for the Owner to correct the problem with the Owner's forces or the forces of others and invoice the Contractor for any and all charges, including management and overhead, related to correcting said problem. END OF SECTION I I I I 260100-4 SNT Comm. No. 1305.01 City Project#E12113 1/8/2015 I L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 26 06 00 GROUNDING PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Solid grounding of electrical systems, equipment, enclosures, appliances and structures. 2. Basic requirements for grounding for protection of life, equipment, circuits, and systems. 3. Grounding requirements specified in this Section may be supplemented in other sections of these Specifications. 1.02 REFERENCES A. American Society for Testing and Materials(ASTM): 1. B3 Standard Specification for Soft or Annealed Copper Wire. 2. B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard or Soft. 3. B33 Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes. B. National Fire Protection Association (NFPA): 1. 70 National Electrical Code 2. 78 Lightning Protection Code C. Underwriters Laboratories Inc. (UL) 1. 467 UL Standard for Safety Grounding and Bonding Equipment. 1.03 SUBMITTALS- FOR APPROVAL A. Procedure: Submit in accordance with Section 01 30 00 and 26 01 00. B. Product Data: Submit for grounding conductors and connectors. 1.04 SUBMITTALS-RECORD DATA A. Submit in accordance with Section 01 78 00. B. Product Data: Approved, as furnished data as listed above. C. Test Reports if applicable. 1.05 QUALITY ASSURANCE A. Items provided under this Section shall be listed or labeled by UL. B. Regulatory Requirements: 1. National Electrical Code(NEC): Provide components and installation as required by National Fire Protection Association (NFPA) 70,Article 250. PART 2 PRODUCTS 2.01 GENERAL A. Provide products in quantities, sizes and ratings to comply with the NEC or the design drawings, whichever requirements are more stringent. B. Conductor Materials: Copper C. Connector Materials: Copper or bronze, tin-plated where required for corrosion resistance. 2.02 CONDUCTORS A. Equipment Grounding Conductor: Soft drawn copper, Class B stranded per ASTM B-8 except that conductor sizes Nos. 12 and 10 AWG used in lighting and receptacle branch circuits may be solid conductor. All conductors shall have 600 volt,TW, THW or THWN insulation. B. Color Code: Insulation color shall be green, except that sizes No. 2 AWG and larger may be black with green colored tape spirally applied over all visible surfaces within enclosures. 260600- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/8/2015 L a FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI I 2.03 WIRE CONNECTORS A. Terminal Lugs: Copper alloy, tin-plated, compression type, Burndy type,YA, NEMA 1 hole for sizes No. 6 through No. 1/0 AWG. Burndy type YGHA, NEMA 2 hole pad for sizes No. 2/0 AWG and larger. B. Split Bolt Connectors: Burndy SERVIT, type KS C. Taps and Splices: 1. Above Grade: Compression type. 2.04 CONDUIT CONNECTORS A. Conduit Clamps: Burndy type GAR or GD. B. Grounding Bushings: 0-Z/GEDNEY 2.05 INSULATING MATERIALS A. Tape: Scotch 33+vinyl plastic. B. Mastic Pads: Scotch EZ-Seal PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Provide grounding of systems in accordance with NEC Article 250,the requirements of the authority having jurisdiction and the design drawings. B. Equipment Grounding: 1. Provide a green insulated equipment grounding conductor in all branch circuits and feeder conduits. Size conductor in accordance with NEC 250 unless otherwise indicated on the Drawings. 2. Connect the equipment grounding conductor to panelboard or switchgear ground bus and to all metallic raceways, outlet boxes, lighting fixtures, equipment enclosures, appliances and motor frames. 3. Where metallic raceways are installed, both the raceway and the internal equipment grounding conductor shall be utilized for equipment grounding. C. Conduit: 1. Provide grounding bushings where metallic conduits connect to non-metallic enclosures or stub-up into open-bottom, floor-mounted enclosures. 2. Provide conduit grounding clamps where metallic conduit stub-ups are connected to non-metallic underground conduits. END OF SECTION I I 1 260600-2 SNT Comm. No. 1305.01 City Project#E12113 1/8/2015 I L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI SECTION 26 07 50 ELECTRICAL IDENTIFICATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Equipment nameplates and labels 2. Warning and caution signs 3. Identification labeling of conduits, cables B. Related Sections: 1, Additional identification requirements are specified in other Sections of Division 16. 1.02 REFERENCES A. Code of Federal Regulations(CFR) 1. 29CFR1910.145 Specification for Accident Prevention Signs B. National Fire Protection Association (NFPA) 1. 70 National Electrical Code 1.03 SUBMITTALS FOR APPROVAL A. Procedure: Submit in accordance with Section 01 30 00 and 26 01 00. B. Product Data: Submit for each type of product used on project. C. Schedules: Nameplate engraving schedule. PART 2 PRODUCTS 2.01 ELECTRICAL IDENTIFICATION PRODUCTS A. Engraved Nameplates and Signs: 1. Material: 3 ply plastic laminate, matte-finish, 0.125 inch thickness, white with black center core except that material used for warning signs shall be red with white center core. Provide punched mounting holes for mechanical fasteners. 2. Size: Minimum size to be 1 inch by 2.5 inches, rectangular shape with square corners. 3. Engraving: Accurately align lettering and engrave into center core. Lettering shall be normal block style. Character size shall be 3/8 inch high for grouped equipment and load designation and 1/4 inch for individual equipment, loads and devices. PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Provide labels and signs in accordance with NEC requirements. 2. Install labels and signs at locations for best convenience of viewing without interference with operation and maintenance of equipment. 3. All nameplates and signs used on the project shall be of similar size, style and appearance. B. Equipment Nameplates: 1. Provide engraved identification nameplates for each of the following: a. Panelboards b. Circuit breakers c. Switches d. Contactors 2. Nameplate legends shall include the equipment identification number as indicated on the design drawings and an appropriate service description. 3. Nameplates for switchgear assemblies, panelboards, and separately enclosed breakers, switches, starters and contactors shall include the operating voltage. 260750- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/9/2015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI 4. Attach engraved nameplates to equipment with self-tapping, stainless steel, round head screws. Use adhesive attachment only where the substrate material is not suitable for screw attachment. C. Warning Signs: 1. Hazardous Operation: a. Where operation of an electric switch or control device may create an unsafe or undesirable operating condition, provide an engraved plastic sign with appropriate warning statement. END OF SECTION I • I I I I I I I I I I I 260750-2 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI SECTION 26 12 30 WIRE AND CABLE PART 1 GENERAL 1.01 SUMMARY A. Section includes copper wire, cable, associated connectors, and termination hardware used on systems operating at 600 volts or less. 1.02 REFERENCES A. American Society for Testing and Materials(ASTM) 1. B8 Concentric-Lay-Stranded Copper Conductor, Hard, Medium Hard, Or Soft. B. National Electrical Contractor Association (NECA) 1. Standard of Installation C. National Fire Protection Association (NFPA) 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL) 1. 44 Rubber-Insulated Wires and Cables 2. 83 Thermoplastic-Insulated Wires and Cables 3. 486A Wire Connectors and Soldering Lugs for Use With Copper Conductors 4. 486C Splicing Wire Connectors 5. 510 Polyvinyl Chloride, Polyethylene and Rubber Insulating Tape 6. 1569 Metal-Clad Cables 1.03 SUBMITTALS-FOR APPROVAL A. Procedures: Submit in accordance with Section 01 30 00 and 26 01 00. B. Product Data: Submit for each type of wire and cable, terminal lugs, connectors, and cable fittings. 1.04 SUBMITTALS-RECORD DATA A. Procedure: Submit in accordance with Section 01 78 00. B. Product Data: Approved, as furnished data as listed above. 1.05 QUALITY ASSURANCE A. Furnish wire, cable, associated connectors, and termination hardware bearing UL label. PART 2 PRODUCTS 2.01 BUILDING WIRE A.. Single conductor, soft drawn, annealed copper conductor, Class B stranded except that sizes No. 10 AWG and smaller used for lighting and power branch circuits may be solid. Insulation shall be 600 volt, type THHN/THWN per UL 83 or type XHHW per UL 44. 2.02 CONNECTORS AND TERMINALS A. Insulated Crimp Type Connectors and Terminals: Nylon insulated, Burndy INSULINK and INSULUG, or Thomas& Betts Sta-Kon. B. Split Bolts: High-conductivity copper alloy, Burndy SERVIT or Thomas& Betts Split-Bolt. C. Two Bolt Connectors: High-conductivity copper alloy, Burndy OKLIP, Type KVS or Blackburn 2BU. D. Compression Terminals: Copper, long barrel, Burndy HYLUG or Thomas& Betts Color-Keyed. E. Bolted Terminals: Cast copper alloy, Burndy QIKLUG or Thomas& Betts Locktite. F. Spring Wire Connectors: Insulated, twist-on type, Ideal Wire Nut or 3M Scotchlok 1 2.03 MISCELLANEOUS COMPONENTS: A. Tape: UL 510 1. Vinyl Plastic: 3M Scotch 33+or Scotch 88. 261230- 1 SNT. Comm. No. 1305.01 City Project#E12113 1 AVM 5 L a FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI 2. Varnished Cambric (VC): 3M Irvington 2920. 3. Friction: Black friction tape. B. Pulling Lubricants: Ideal Yellow 77 or Polywater Type J. C. Wire and Cable Ties: Thomas& Betts Ty-Raps. PART 3 EXECUTION 3.01 APPLICATION A. Wire and Cable: 1. THWN-THHN for power wiring through No. 600 AWG and control wiring in conduit. 2. THHN, TW or THW for equipment grounding conductor. 3. No. 12 AWG minimum for power circuits and No. 14 AWG minimum for control circuits unless noted otherwise on Drawings. B. Splices and Taps: 1. Use insulated spring wire connectors for lighting and receptacle branch circuits No. 10 AWG and smaller. 2. Use solderless pressure connectors for branch circuit conductors No. 8 AWG and larger. 3. Do not make splices or taps in feeder circuits or control circuits. C. Terminals: 1. Use copper compression terminals, NEMA 1 hole for sizes No. 4 AWG and smaller, NEMA 2 hole for sizes No. 2 AWG and larger. 2. Use insulated, ring tongue terminals for signal and control conductors. 3.02 INSTALLATION A. Install wire and cable in accordance with the NECA Standard of Installation. B. Installation in Conduit: 1. Swab conduits completely and thoroughly before pulling in conductors. 2. Pull all conductors into conduit at same time. 3. Use suitable wire pulling lubricant for building wire No. 4 AWG and larger. 4. Do not pull in conductors until conduit system is completed. Do not pull through boxes, fittings or enclosures where a change of conduit alignment or direction occurs. 5. Limit pulling tension to maximum values as recommended by manufacturer. 6. Do not combine circuits into a common conduit other than as indicated on the Drawings. C. Compression Connectors and Terminals: 1. Install on wire and cable with approved tool and die to recommended compression pressure. Do not cut strands from conductors to fit lugs or terminals. D. Bolted Connectors and Terminals: 1. Torque to manufacturer's recommended foot-pounds for size and class of connector. 2. Where manufacturer's published torquing requirements are not indicated, tighten connectors and terminals to comply with UL 486A torque values. 3. Use galvanized steel bolts, nuts, split-lock washers and flat washers on terminal connections. E. Wiring in Enclosures: 1. Form and tie conductors in panelboards, cabinets, control panels, motor controllers, wireways, and wiring troughs in a neat and orderly manner. 2. Use Thomas& Betts wire and cable ties of appropriate size and type. 3. Limit spacing between ties to not more than 6 inches. F. Taping: 1. Above Ground and Dry Locations: Fill voids and irregularities with half-lapped layers of VC (two minimum)or electrical insulation putty. Insulate with three half-lapped layers of vinyl plastic and one half-layer of friction tape. 2. In damp or wet locations, wrap insulated spring wire connectors with 2 layers of vinyl plastic tape. 26 12 30-2 SNT Comm. No. 1305.01 City Project#E12113 1/8/2015 L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI 3.03 COLOR CODING A. Power Wiring: Provide color coding for single and multi-conductor power circuits as follows: Voltage (DB (PC Neutral 240 volts and below Black Red Blue White 250-600 volts Brown Orange Yellow Gray 1. For specified insulation and jackets not manufactured with integral colors, use conductors with black insulation or jacket and color-coding tape. 2. Color code conductors entering boxes, troughs, cabinets, and other enclosures. 3. Color code conductors in wireways,trenches, and other locations where conductors are continuously accessible at intervals not exceeding 5 feet. B. Insulated Equipment Ground: Green. C. Isolated Ground Conductor: Green with Yellow tracer. END OF SECTION L L L I C C I I 261230-3 SNT Comm. No. 1305.01 City Project#E12113 1/8/2015 L 1 FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI 1 SECTION 26 13 60 RACEWAYS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Rigid Galvanized Steel Conduit(RGS) 2. Electrical Metallic Tubing (EMT) 3. PVC Conduit(PVC) 4. Flexible Conduit 5. Associated Fittings 6. Wireways 7. Pull and Junction Boxes 1.02 REFERENCES A. American National Standards Institute(ANSI): 1. C80.1 Rigid Steel Conduit-Zinc Coated 2. C80.3 Electrical Metallic Tubing-Zinc Coated 3. C80.5 Rigid Aluminum Conduit B. National Electrical Manufacturers Association (NEMA): 1. TC 2 Electrical Plastic Tubing (EPT) and Conduit(EPC-40 and EPC-80) 2. TC 3 PVC Fitting for Use with Rigid PVC Conduit and Tubing 3. TC 13 Electrical Nonmetallic Tubing (ENT) 4. TC 14 Filament-Wound Reinforced Thermosetting Resin Conduit and Fittings. C. National Fire Protection Association (NFPA): 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL): 1. 1 Flexible Metal Conduit 2. 5 Surface Metal Raceways and Fittings 3. 5A Nonmetallic Surface Raceways and Fittings 4. 6 Rigid Metal Conduit 5. 360 Liquid-Tight Flexible Steel Conduit 6. 514B Fittings for Conduit and Outlet Boxes 7. 797 Electrical Metallic Tubing 8. 870 Wireways, Auxiliary Gutters, and Associated Fittings 9. 886 Outlet Boxes and Fittings for Use in Hazardous (Classified) Locations 10. 1660 Liquid-Tight Flexible Nonmetallic Conduit 1.03 SUBMITTALS- FOR APPROVAL A. Procedure: Submit in accordance with Section 01 30 00 and 26 01 00. B. Product Data: Submit for each type of conduit, fitting, connector, pull and junction box, and wireway used on the project. 1.04 SUBMITTALS-RECORD DATA A. Procedure: Submit in accordance with Section 01 78 00. B. Product Data: Approved, as furnished data as listed above. PART 2 PRODUCTS 2.01 RIGID GALVANIZED STEEL(RGS) A. Conduit: Conduit including elbows, couplings, and nipples shall be standard weight zinc-coated steel, rigid threaded conduit; shall meet the requirements of ANSI C80.1; and shall be hot-dipped galvanized inside, outside and over threads and lacquered inside. B. Fittings: Conduit fittings and accessories for use with RGS conduit shall be cast malleable iron or ferrous alloy, hot-dipped galvanized or zinc-electro-plated and lacquered. Fittings shall have 261360 - 1 SNT. Comm. No. 1305.01 City Project#E12113 1/8/2015 I L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI threaded hubs and gasketed covers. Fittings shall be the product of Crouse-Hinds, Appleton or Gedney or an equal. C. Boxes: Device and outlet boxes for use with RGS conduit shall be cast malleable iron, hot-dipped galvanized or zinc-electro-plated and lacquered. Boxes shall have threaded hubs and gasketed covers. Boxes shall be the product of Crouse-Hinds, Appleton, Gedney or equal. D. Fasteners and Supports: All clamps, straps, framing and supporting materials shall be hot-dipped galvanized steel or malleable iron. Bolts, nuts, screws, washers, etc. shall be stainless steel. Cadmium-plated or zinc-plated fasteners and hardware will not be acceptable. 2.02 POLYVINYL CHLORIDE(PVC-SCHEDULE 40) A. Conduit: Conduit, elbows and couplings shall be Schedule 40 rigid polyvinyl chloride (PVC) conduit per NEMA TC 2 with a 900 UL rating, and shall be the standard product of Krayloy or Carlon or approved equal. B. Fittings: Fittings and accessories for use with Schedule 40 PVC conduit shall conform to NEMA TC 3 and shall be of the same material and manufacturer as the conduit. 2.03 ELECTRICAL METALLIC TUBING (EMT) A. Conduit: Conduit, including elbows, couplings, and nipples shall be hot dipped galvanized steel inside and out with an organic corrosion resistant coating applied to the inside. B. Fittings and Boxes: Conduit fittings, boxes, and accessories for use with EMT conduit shall be cast malleable iron or ferrous alloy, hot-dipped galvanized or zinc-electro-plated and lacquered. Fittings shall be compression type. Setscrew fittings are not acceptable. Fittings shall be the product of Crouse-Hinds, Appleton, OZ Gedney or an equal. C. Fasteners and Supports: All clamps, straps, framing and supporting materials shall be hot-dipped galvanized steel or malleable iron. 2.04 LIQUID-TIGHT FLEXIBLE METAL CONDUIT A. Flexible Conduit: Flexible conduit shall have a spiraled, flexible, galvanized steel inner core and an outer jacket of neoprene. Sizes 3/8"through 4" shall have a continuous, internal copper ground. Liquid-tight connectors shall be galvanized steel or malleable iron with neoprene sealing gaskets, external ground lugs and insulated throats. Connectors shall be Appleton type STB or Gedney or equal. 2.05 WIREWAYS A. Sheet Metal: 1. Indoor, dry locations: NEMA 1, sheet steel per UL 870 with hinged cover per NEMA ICS 6. Finish being manufacturer's standard gray enamel. 2. Outdoor and damp locations: NEMA 3R, galvanized sheet steel per UL 870 with hinged cover per NEMA ICS 6. B. Fittings and Accessories: Include couplings, hubs, elbows, adapters, end caps and other fittings to match and mate with type of wireway furnished as required for a complete system. PART 3 EXECUTION 3.01 APPLICATION A. General: 1. All field wiring shall be installed in conduit except as otherwise indicated. 2. Minimum conduit size shall be 3/4-inch nominal diameter. B. Exposed: 1. Conduit installed outdoors exposed shall be rigid galvanized steel. 2. Conduit installed indoors exposed and below 7 feet shall be rigid galvanized steel. Exposed conduit above 7 feet installed indoors may be EMT. C. Concealed: 1. Conduit installed concealed above lay-in ceilings and in dry wall construction shall be EMT. 261360-2 SNT Comm. No. 1305.01 City Project#E12113 1/8/2015 L I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI D. Flexible Connections: 1. Indoor-Dry Areas: Flexible metal conduit. 2. Indoor-Wet, Damp Areas: Liquid-tight, flexible metal conduit. 3. Outdoors: Liquid-tight, flexible metal conduit. 3.02 INSTALLATION A. General: 1. Installation Methods: Conduit installed in finished rooms shall be installed concealed in walls or above ceiling or underground as indicated on the drawings. 2. Cleaning: All conduit systems shall be completed and shall be swabbed clean before conductors are pulled in. 3. Field Cuts: Do not cut conduit with pipe cutters. 4. Bends: Field made bends and offsets shall be made with a hickey or conduit bending machine. Crushed or deformed raceways shall not be installed. The maximum number of 90 degree bends, or equivalent between pulling points in any conduit run shall be three. Pull and junction fittings and/or boxes shall be provided as necessary to satisfy this requirement. 5. Protection: The ends of all conduit runs shall be closed immediately after installation to prevent the accumulation of water, dirt and other foreign material. 6. Locknuts: Conduits shall be fastened to all sheet metal boxes and cabinets with two locknuts. Locknuts shall have sharp edges for digging into the wall of metal enclosures. Bushings shall be installed on the ends of all conduits and shall be the insulating type. 7. Conduit couplings shall be threaded type for RGS or RA conduit and compression type for EMT conduit. Set-screw couplings are not acceptable. 8. Spare Conduits: Spare conduits shall have a pull cord installed. The pull cord shall be plastic with a minimum tensile strength of 200 pounds. Not less that 12 inches of slack shall be left at each end of the pull cord. 9. Supports: Supports shall be provided a minimum of every 10' and within 3'of all enclosures. In addition, conduits shall be rigidly supported between couplings, on either side of bends and at terminations and fittings. 10. Boxes: Boxes shall be provided in the raceway system as indicated on the Drawings and also wherever required for pulling of wires or making connections. Unless otherwise shown on the drawings, boxes installed in normally wet locations or on the outside of exterior surfaces shall be NEMA 3R or stainless steel sheet construction. Boxes shall be furnished with hinged and gasketed doors and stainless steel back panels. Each box shall have the volume required by the NEC for the number of conductors enclosed in the box. All boxes shall be securely anchored in place. 11. Flexible Connections: Flexible connections of short length shall be provided for equipment subject to vibration, noise transmission or movement. A separate ground conductor shall be provided across all flexible connections. Flexible conduit connections shall be rigidly and securely supported in an approved manner at intervals not exceeding 24 inches in length and within 12 inches of each conduit termination. Lengths of not more than 36 inches may be installed without such supports where flexibility is required. 12. Identification: Identify conduits in accordance with Section 26 07 50. 13. PVC: PVC conduit joints shall be solvent cement welded and shall be watertight. All PVC conduits shall have a separate grounding conductor installed. Where transition is made to the metallic conduit or enclosures, the grounding conductor shall be bonded to the metal conduit or enclosure. 14. Penetrations through walls: All penetrations shall be sealed with a UL listed fire sealant equal to Dow Corning#3-6548. B. Exposed Conduit: 1. Routing: Exposed conduit shall be run straight and true to structure lines. Changes in direction of runs shall be made with fittings or symmetrical bends. Conduit in damp locations or outdoors shall be exposed to the air on all sides and shall not be installed tight 261360-3 SNT Comm. No. 1305.01 City Project#E12113 118/2015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI against walls, ceilings and structural members, etc. Clamp backs and/or offsets shall be used as necessary to maintain uniform clearances. 2. Supports: Acceptable supporting and clamping materials for exposed conduit include one-hole straps and clampback, "U" bolts, parallel or right angle conduit clamps, hot-dipped galvanized structural steel frames or modular stainless steel channel as manufactured by Unistrut or equal. Perforated steel tape, stamped steel one-and two-hole straps shall not be used. Conduits shall be supported in accordance with NEC 346-12. 3. Obstructions: Conduit shall be routed so as not to create any tripping or head banging hazard and so as not to create any obstruction to Owner's operation and maintenance activities. 4. Hubs: Watertight conduit hubs shall be installed where conduits enter the tops or sides of sheet metal or non-metallic enclosures. END OF SECTION I I I I C C C I 261360-4 SNT Comm. No. 1305.01 City Project#E12113 1/8/2015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI I SECTION 26 51 00 LUMINAIRES PART I GENERAL 1.01 SUMMARY A. Section Includes: 1. Lighting fixtures 2. Lamps 3. Ballasts 4. Emergency lighting units 1.02 REFERENCES A. American National Standards Institute(ANSI): 1. C78 Series Lamps B. Institute of Electrical and Electronics Engineers(IEEE): 1. C62.11-93 IEEE Recommended Practice on Metal Oxide Surge Arresters for Alternating Current Power Circuits C. National Fire Protection Association (NFPA): 1. 70 National Electrical Code D. Underwriters Laboratories Inc. (UL): 1. 844-95 Electric Lighting Fixtures for Use in Hazardous(Classified) Locations 2. 924-95 Emergency Lighting and Power Equipment 1.03 DEFINITIONS A. Emergency Lighting Unit: Fixture with integral emergency battery power supply and means for controlling and charging battery. Emergency units are available with integral lamps only. B. Fixture: Complete lighting unit, exit sign, or emergency lighting unit. Fixtures include lamps and parts required to distribute light, position and protect lamps, and connect lamps to power supply. Internal battery powered exit signs and emergency lighting units also include battery and means for controlling and recharging battery. Emergency lighting units are available with and without integral lamp heads and lamps. C. Luminaire: Fixture. D. Average Life: Time after which 50%will have failed and 50%will have survived under normal conditions. E. Total Harmonic Distortion (THD): The root mean square (RMS)of all the harmonic current components divided by total fundamental (60 hz)current. 1.04 SUBMITTALS A. Procedures: Submit in accordance with Section 01 30 00, 26 01 00, and as stated herein. B. Product Data: 1. Describe fixtures, lamps and emergency lighting units. Arrange product data for fixtures in order of fixture designation. Include data on features and accessories and the following information: a. Outline drawings of fixtures indicating dimensions and principal features. b. Electrical ratings and photometric data with specified lamps and certified results of independent laboratory tests. c. Data on batteries and chargers of emergency lighting units. C. Shop Drawings: 1. Detail nonstandard fixtures indicating dimensions, weights, methods of field assembly, components, features, and accessories. D. Supplies: 1. Submit sample of fixture if different than specified. 265100- 1 SNT. Comm. No. 1305.01 City Project#E12113 1/9/2015 1 C FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI E. Miscellaneous: 1. Warranty for rechargeable battery. 2. Coordination drawings for fixtures that require coordination with other equipment installed in the same space. F. Substitutions to Specified Product: 1. Prior approval requests will include the following : a. Full submittal data, by type, clearly highlighted and arrowed to identify the specific proposed manufacturer's nomenclature b. Full submittal data of lamps of proposed manufacturer c. Full submittal data of ballast/driver(LED)data of proposed manufacturer d. LED lumen data shall include: 1) Lumen output 2) L70 and L90 testing 3) Confirmation of independent test lab data ITL 4) Color temperature and CRI with quantity of McAdam Ellipse steps 5) Data shall include sphere and goniometer results for total lumen, total power, luminaire efficacy, CRI and junction temperature for the specified color temperature 6) Make and brand of LED diode should be clearly identified on submittal data 7) LED dimming shall be equal in range and quality to the specified drivers, Quality of dimming to be defined by dimming range, freedom from perceived flicker or visible stroboscopic flicker, smooth and continuous change in level (no visible steps in transitions), natural square law response to control input, and stable when input voltage conditions fluctuate over what is typically experience in a commercial environment. 8) All substitutions must meet specified fixtures certifications (UL, ETL, CE, CSA, RoHS, DLC, Energy Star) 2. Provide lighting calculations with the prior approval request based on reflectance values and light loss factors provided by the engineer and displayed on lighting calculation drawings. (may be unique by area) Calculations shall be shown on one sheet with dimensions as shown on construction set. Data will be submitted electronically in dxf format on a flash drive and with printed calculations on Architectural E size sheets to scale with construction set sheets. a. Discrepancies between prior approval data calculations and the original design calculations will result in immediate disqualification of review due to time based constraints on the bid process 3. Prior approval request may require a sample of both the proposed and specified fixtures provided by the alternate manufacturer at NO additional cost to the project. Samples of both specified and proposed must be provided within 10 working days of request. 4. Energy calculations(Comcheck) must be provided with specification sheets including lamp and ballast data supporting input wattages highlighted in yellow and clearly identified by type. Input voltages must coincide with panel schedules. This data will be submitted under separate cover with the prior approval request 5. All data will be submitted electronically and in a bound format a. Bound data will be secured in hard binder with 3" rings for ease of review. b. Types will be marked with a tab by type and indexed for ease of reference 6. LED warranty information MUST be included by type and marked in RED to clearly identify the manufacturer's warranty terms. Warranty data MUST meet or exceed the specified manufacturers terms 7. Prior approvals MUST be received and acknowleged to the specifiers office no less than 15 days prior to bid. 8. ALL prior approval data must be submitted in one package with complete information. Information that is incomplete will be rejected without review. 26 51 00-2 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 C I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI 9. The prior approval will be returned marked approved or rejected by type with no explanation. If any specification is deemed not equal the review will be stopped and the type rejected with no explanation. 10. Lumen output for the proposed fixture must be highlighted in yellow for clear identification 11. All inverter systems that supply power to LED fixtures must have pure PWM sine wave function and work with any type of lighting load. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver lighting fixtures in factory-fabricated containers or wrappings,which properly protect fixtures from damage. B. Store lighting fixtures in original packaging. Store inside well-ventilated area protected from weather, moisture, soiling, extreme temperatures, humidity; laid flat and blocked off ground. C. Handle lighting fixtures carefully to prevent damage, breaking, and scarring of finishes. Do not install damaged units or components; replace with new. 1.06 QUALITY ASSURANCE A. Items provided under this section shall be listed and labeled by UL or other Nationally Recognized Testing Laboratory(NRTL). 1. Term"NRTL"shall be as defined in OSHA Regulation 1910.7. 2. Terms"listed and"labeled" shall be as defined in National Electrical Code, Article 100. B. Regulatory Requirements: 1. National Electrical Code: Components and installation shall comply with NFPA 70. C. Coordinate fixtures mounting hardware and trim with ceiling system. PART 2 PRODUCTS 3 2.01 FIXTURES, GENERAL A. Comply with requirements specified in Paragraphs below and lighting fixture schedule. 2.02 FIXTURE COMPONENTS, GENERAL A. Metal Parts: Free from burrs, sharp corners and edges. B. Sheet Metal Components: Steel, except as indicated. Form and support components to prevent warping and sagging. C. Doors, Frames, and Other Internal Access: Smooth operating and free from light leakage under operating conditions. Arrange to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers and other pieces to prevent accidental falling during relamping and when secured in operating position. D. Reflecting Surfaces: Minimum reflectances as follows, except as otherwise indicated: 1. White Surfaces: 85% 2. Specular Surfaces: 83% 3. Diffusing Specular Surfaces: 75% 4. Laminated Silver Metallized Film: 90% E. Lenses, Diffusers, Covers, and Globes: 100%virgin acrylic plastic or water white, annealed crystal glass except as indicated. 1. Plastic: High resistance to yellowing and other changes due to aging, exposure to heat and UV radiation. 2. Lens Thickness: 0.125 inch, minimum. 2.03 SUSPENDED FIXTURE SUPPORT COMPONENTS A. Single-Stem Hangers: 1/2-inch steel tubing with swivel ball fitting and ceiling canopy. Finish same as fixture. B. Twin-Stem Hangers: Two, 1/2-inch steel tubes with single canopy arranged to mount single fixture. Finish same as fixture. C. Rod Hangers: 1/4-inch diameter cadmium plated, threaded steel rod. 265100-3 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I L FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF(BOND 2012) CITY OF CORPUS CHRISTI D. Hook Hanger: Integrated assembly matched to fixture and line voltage and equipped with Ethreaded attachment, cord and locking-type plug. 2.04 LED LIGHTING FIXTURES AND LED LAMPS A. All LED products must be UL, ETL and/or CSA listed B. All LED products must have LM-79 and LM-80 testing noted on specification sheet by an independent test lab 1. See note P this section C. All LED products should be identified as L70 and/or L90 ratings based on independent test lab data D. All outdoor pole mounted products must have surge suppression within each fixture. 1. See note P this section E. All outdoor and wet location listed products must clearly state the IP rating carried on the fixture based on independent test lab data F. All LED products must be serviceable for accessable for field reapair needs G. All outdoor lighting color rendering should be within a 7 step McAdams Ellipse. All outdoor lighting should be 4000 kelvin unless specifically noted 1. See note P this section H. All indoor lighting color rendering should be within a 3 step McAdams ellipse. All indoor lighting should be 4000-4100 kelvin unless specifically noted 1. See note P this section I. All control systems that interface with an LED product will be supported by a project"integrator" until project completion. This includes contact with the installer prior to installation, availability during installation, and final checkout and startup after installation. The quantity of days required for startup will be based on the manufacturer/agents discretion and need. 1. The project integrator must be capable of performing low voltage and dmx terminations. High voltage terminations are performed solely by the electrical subcontractor. 2. Reporting of final startup completion of the controls system back to the engineer is mandantory. J. Invitation to attend the training with the owners representative should be made to the engineer no less than 5 days prior to training K. Signature confirmation of training and startup is required within 5 business days after completion back to the engineers office. 1. A follow up call will be made to the owner 30-45 days after the startup and training of the controls system by the manufacturers representative to ensure all systems are operating to design specification. A 3 hour onsite system fine tuning at no additional cost to the owner is inclusive if requested by the owner at that time for additional training and programming. L. All LED drivers should be capable of 0-10 volt controls and DMX control and shall dim to 1%of total lumen output. Where specifically specified the dimming driver may be required to dim to .1%of lumen output, otherwise known as"dim to dark" M. Driver manufacturers must have a 5 year history producing dimmable electronic LED drivers for the North American market. N. Ambient driver tiemperatures must be within-20 degrees to 50 degrees C (-4 degrees to 122 degrees F). O. Driver Must Limit Inrush Current: 1. Base Specification: Meet or exceed NEMA 410 driver inrush standard of 430 amp per 10 amps load with a maximum of 370 amps/2 seconds 2. Preferred Specification: Meet or exceed 30ma's at 277 VAC for up to 50 watts of load and 75A at 240us att 277 VAC for 100 watts of load 3. Withstand up to a 1,000 volt surge without impairment of performance as defined by ANSI C62.41 Category A 265100-4 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI 3 4. No visible change in light output with a variation of plus/minus 10% line voltage input. 5. Total harmonic distortion less than 20%, and meet ANSI C82.11 maximum allowable THD requirements at full output. THD shall at no point in the dimming curve allow imbalance current to exceed full output THD 6. See note P this section. P. Any exceptions are at the engineers discretion based on project needs and applicability. 2.05 EXIT SIGNS A. Conform to UL 924. 1. Sign Colors: Conform to local code. B. Self-Powered Exit Signs(Battery Backup): Integral automatic high/low trickle charger in self-contained power pack. 1. Battery: Sealed, maintenance-free, nickel cadmium type 1.5 hour minimum emergency 3 run time. 2.06 EMERGENCY LIGHTING UNITS A. Conform to UL 924. Provide self-contained units with features and characteristics as indicated on the drawings. 2.07 LAMPS A. Conform to ANSI C78 series applicable to each type of lamp. 3 2.08 FINISH A. Steel Parts: Manufacturer's standard finish applied over corrosion-resistant primer,free of streaks, runs, holidays, stains, blisters and defects. Remove fixtures showing evidence of corrosion during project warranty period and replace with new fixtures. B. Other Parts: Manufacturer's standard finish. PART 3 EXECUTION 3 3.01 INSTALLATION A. Set units plumb, square and level with ceiling and walls, in alignment with adjacent fixtures, and secure according to manufacturer's printed instructions and approved submittals. 3 B. Mounting heights specified or indicated shall be to the bottom of fixture for ceiling-mounted fixtures and to the center of fixture for wall-mounted fixtures. C. Obtain approval of the exact mounting for lighting fixtures on the job prior to commencing installation and, where applicable, after coordinating with the type, style and pattern of ceiling being installed. D. Where recessed fixtures are supported by ceiling support grid, install additional support wires near each corner of the fixture. 3 E. Make branch circuit wiring connections with conductors having an insulation temperature rating suitable for the fixture. F. Ground and bond fixtures in accordance with Section 26 06 00. 3 G. Install lamp units according to manufacturer's instructions and fixture schedule. 3.02 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace damaged fixtures and components. 3 B. Give 7-days notice of dates and times for field tests. C. Verify normal operation of each fixture after fixtures have been installed and circuits have been energized with normal power source. D. Interrupt electrical energy to demonstrate proper operation of emergency lighting installation. 1. Duration of supply. 2. Low battery voltage shut-down. 3. Normal transfer to battery source and retransfer to normal. 265100-5 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 I FLEET MAINTENANCE HEAVY EQUIPMENT SHOP ROOF (BOND 2012) CITY OF CORPUS CHRISTI 4. Low supply voltage transfer. E. Replace or repair malfunctioning fixtures and components, then retest. Repeat procedure until units operate properly. 3.03 ADJUSTING AND CLEANING A. Clean fixtures upon completion of installation. Use methods and materials recommended by manufacturer. B. Adjust aimable fixtures to provide required light intensities. END OF SECTION L L C C C I 265100-6 SNT Comm. No. 1305.01 City Project#E12113 1/9/2015 Fleet Maintenance Heavy Equipment Shop Roof PN : E12113 LIST OF DRAWINGS 1 Sheet 1 of 14 - G1.0 - Title Sheet 2 Sheet 2 of 14 - S1.0 - Structural Roof Plan - New Work 3 Sheet 3 of 14 - A1.0 - 1st Floor Plan Sheet 4 of 14 - A1.1 - 2nd Floor Plan Sheet 5 of 14 - A3.0 - Exterior Elevations 1: Sheet 6 of 14 - A7.0 - 1st Floor Reflected Ceiliing Plan Sheet 7 of 14 - A7.1 - 2nd Floor Reflected Ceiling Plan Sheet 8 of 14 - A8.0 - Roof Plan - Demolition 1: Sheet 9 of 14 - A8.1 - Roof Plan - New Work Sheet 10 of 14- M1.1 - 1st Floor Mechanical Plan Sheet 11 of 14- DE1.1- Electrical Demolition Plan 1: Sheet 12 of 14- E1.1 - 1st Floor Electrical Floor Plan Sheet 13 of 14- E1.2 - 2nd Floor Electrical Floor Plan Sheet 14 of 14- E2.1 - Electrical Details and Schedules I 1: I I 1: C C I I I I e1 AGREEMENT its THE STATE OF TEXAS § COUNTY OF NUECES § +r* THIS AGREEMENT is entered into this 16th day of March , 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 and Construction Inc., termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $268,560.75 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements two described as follows: LARGE JOB ORDER CONTRACT (RFP 2014-07) Fleet Maintenance Heavy Equipment Shop Roof(Bond 2012) so PROJECT NO. E12113 TOTAL AMOUNT: $268,560.75 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 so which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev.Aug-2014 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 120 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. r 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. L I I I I L Page 2 of 3 Rev.Aug-2014 I L L. CITY • a RPUS - 'ISTI APPROVED AS TO LEGAL FORM By: B Gustavo Go zalez, P.E. As . City Attorney 14114- Assistant Ci Manager o Public orks And Utilities ' (F. • , E .°• OF C • . ... 6/6/4 Valerie Gray, P.E. Fund' Dept. Approval (Dept. Head) �/k Executive Director of Public Works /0,57/s • - 2r /S Date Date A2iR OV D: Iit ctor of Management& Budget Lt(i1/6 C550910-3162-191-E12113-01-3162EXP Funding Source E . CONTRACTOR ATTEST: (If Corporation) Cruz Maintenance and Construction Inc. LBy: - - • - jflv/ , ( al Below) Title: r2ts .o' i--- ) (Note: If Person signing for corporation is not President, 3041 Cabaniss Road attach copy of apxnom , rron (Address) to sign) KAREN JACKSON Corpus Christi,Texas 78415 r 1 Notary Public,State of Texas �'.• - • r My Commission Expires (City) (State) (ZIP) L '•Z°'•',E December 09, 2018 361/851-2002 361/851-2003 (Phone) (Fax) L L Page3of3 Rev.Aug-2014 L CRUZ i YItNIEl1110E i C01S1IItillt Date:3-6-2015 Proposal:2015-04 Via Email:GraziellaM@cctexas.com To:City of Corpus Christi Project:Fleet Maintenance Grade Mesa Heavy Equipment Shop Roof SR.project Manager/1OC Program Manager 5352 Ayers St. 1201 Leopard Street Corpus Christi,Texas 78415 Corpus Christi,TX. 78469 L 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: The project includes the removal and replacement of the existing sheet metal roofing,ridge ventilations and roof insulation system on the 10,000 S.F.pre-engineered metal building.The project also includes the demolition and replacement of existing interior light fixtures,wiring and conduit,the demolition and replacement of existing wall mounted ventilation,fan and louvers including structural and trim modifications.Also,included is the demolition of existing unit heaters throughout the shop area of the facility.Existing structural purlins and eave strut components are to be reinforced prior to installation of the new sheet metal roofing panels and trim components.Project will include all barricading,all necessary equipment,daily cleaning and hauling off of all construction debris. Total:$268,560.75 I Respectfully, oe Perez Estimator CMCI Acceptance: Date: If you have any questions,please do not hesitate to call me.Thank you for the opportunity. I 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: . ''_, 3/6/2015 City of Corpus Christi Fleet Maintenance Heavy Equipment Shop Roof Cruz# 2015.04 It item I Used (Amount Extended Total of Line Items Based on Quantities and Units 272,798.41 Prices(Total OH&P) CCity Cost Index(Already calculated by RS Means software,by choosing location) ESC 1-Corpus Christi 1 X Cost Adjusted by CMCI - 1 Coefficient 0.95 X LCost Adjusted for Coefficient I 259,158.49 I Zone Factor >150 miles 1.00 X ICost Adjusted for Zone 259,158.49 Job Order Size Factor $0<$25,000 1.00 >$25,000<$150,000 1.00 X >$150,000 and over 1.00 Cost Adjusted for DO Size 259,158.49 Time of Performance Factors Normal M-F(7AM-SPM) 1.00 X L Other than Normal,week-ends&holidays 1.00 Cost Adjusted for Time of Performance 1 259,158.49 Annual Volume Factors(12 month sliding window) >51,000,000 1.00 Cost Adjusted for Volume 259,158.49 Davis-Bacon(If Applicable) Cost Adjusted for Davis-Bacon 259,158.49 I General Liability 0 Permits$ 2,852.00 Bond Cost Adjusted for Permits and Insurance I 262,010.49 I Allowance Cost Adjusted Allowance I 262,010.49 I LI Bond 0.025 X 6,550.26 TOTAL ADJUSTED COST 268,560.75 I • _ ' CJ 3C�is CMignature Date L L I rS M ea n s City of Corpus ChristiEl FROM THE 1 eRDIAN GROUP" 5352 Ayers Street Cost Estimate Report Corpus Christi,Tx,78415 R5.141eans Date:06-Mar-15 Fleet Maintenance Heavy Equipment Shop Prepared By: Year 2015 Christopher Cruz Unit Detail Report Cruz Maintenance&Construction Inc. LineNumber e4 d T Description Quantity Unit Total lack Est.Total lock O&P O&P Division 01 General Requirements 015423704100 i,,—,, ScafTolding.steel tubular,regular, 80 00 C S F S 146 69 $11,735.20 labor only to setup&dismantle, buillding ext,6'-l"x 5'frames,2 stories,excludes planks .15423804010 Staging aid/fall protection equipment, 120 00 Day $077 592 40 nylon full body harness,lanyard& rope grab,cost each/day based on 250 days use 015123804110 Staging aid/fall protection equipment, 120 00 Day $0 25 $3000 rope for safety line,nylon,cost eachday based on 250 days use,5/8" x100' 015423805410 1 Staging aid/fall protection equipment, 100 La. $9 78 59 78 installation(setup and removal)of rope for safety line 015423805430 Staging aid/fall protection equipment, 6 00 Ea. 56 10 536 60 installation only of temporwy roof ridge anchor L 015433402040 Rent forklift,straight mast,21'lift, 4.00 Month 55,838 03 $23,352 12 5000 lb.,4 wheel drive,diesel,Incl Hourly Oper.Cost. 015613600020 Tarpaulins,cotton duck cloth,10 oz. 4,800 00 S F $0 92 54,416.00 to 1313 oz per S.Y.,6'x 8' 015616100070 Dust barrier,temporary,accessories, 10.00 C L F. S3 81 $38 10 caution tape 015616100110 Dust barrier.temporary, 200 00 Sq $12 94 52,588 00 polyethylene sheet,6 mil 015623100800 Barricades,traffic cones,PVC,18" 10 00 Ea $13 87 $138 70 high 015623100900 Barricades,barrels,55 gallon,with 12 00 Ea. $104 17 $1,250 04 flasher 0l5623101000 Barricades,guardrail,wooden,3'high, 60 00 L F. $5 31 $318 60 I"x 6"planks on 2"x 4°posts E 017413200052 Cleaning up,cleanup of floor area, 100 00 M S F. 550 63 55,063 00 continuous,per day,during construction Division 01 General Requirements Subtotal 549,068.54 Division 02 Existing Conditions 024113510100 Selective demolition,natural gas,steel 250.00 L F 52 02 5505 00 pipe,pipe,I"-4°,excludes excavation 024119190725 Selective demolition,rubbish 17 00 Week $625 00 510.62500 itn handling,dumpster,20 C Y,S ton capacity,weekly rental„includes one dump per week,cost to be added to demolition cost L •:„.20a°: 1.800-334.3500Csstcg erst,pporlfr,lsmeansc r 1 I I LineNumber , T Description Quantity Unit Total Incl. Ext.Total tncL O&P O&P 024210300350 Deconstruction material handling, 10.00 Ea. 5176 28 $1,762 80 light fixtures for recycling stack and %%tap per pallet Division 02 Existing Conditions Subtotal $12,892.80 Division 05 Metals 050110516170 Metal cleaning,steel surface 2.40000 S F SI 23 52,952,00 treatment,250-500 SF/Day,uire brush,hand(SSPC-SP2)RLII 050523250150 ,x High strength bolt,1/2"dia x 3"L, 2,000 00 Ea S6 47 $12,940 00 A325 Type I,mei washer&nut 051223700001 e Girt/Partin c Shape 4 x 2c 16 ga. 30000 L F $5 82 $1,746.00 material only 051223700012 4 x 2C 16 ga.Girts/Purlins/Eave 15 00 Ea $100 00 51,500 00 Struts Installation only 051223780100 at 4 x 2 5 Z 16ga.GiniPurlinlEave 200 00 L F $4 95 5990 00 Struts Material Only L 051223780101 4 x 2 5 Z 16 ga.Purlins Installation 20 00 Ea $8500 51,700 00 Only 051223780125 Girt/purlin,C!Z-shapes,8"x 2-34"x 500 00 L F $5 14 52,570 00 2-3/4",14 ga..4 1 Ib/LF,shop fabricated,includes primer coat,clips and bolts,materials only 051223780625 Girtslpurhnskave struts,14 ga,8" 25 00 Ea $59 56 51,489 00 E deep,installation only 054000000001 at 3"x 3"x 16 Gage Pre-Galvanized 3,000 00 L F SI 77 55,310 00 Steel Angle x 20'-0"Long Over each Purl in and Eavc Strut Division 05 Metals Subtotal $31,197.00 Division 06 Wood,Plastics,and Composites 060523401000 Sheet metal screw,steel.standard. 1000 C $19 14 $191 40 with washers,galvanized.#14 x 2" Division 06\N"ood,Plastics,and Composites Subtotal 5191.40 L Division 07 Thermal and Moisture Protection L 070505100120 7 Selective demolition,thermal and 200 00 1 F 50 93 $186 00 moisture protection,downspouts, including hangers 070505100620 Selective demolition,thermal and 12,500 00 S F 5009 $1,125 00 L moisture protection,insulation, air vapor barrier 070505102370 Selective demolition,thermal and 400 00 L F Si 36 $544 00 L moisture protection,roof edge,sheet metal coping,up to 12"wide 070505104820 Selective demolition,thermal and 12,500.00 S F. 5A 77 59,625 00 moisture protection,roofing,sheet L metal 074113200400 Steel roofing panels,on steel frame, 12,500.00 S F IS 04 $63,000 00 corrugated or ribbed,galvanized,24 gauge 074113209000 Steel roofing panels,minimum 1 00 lob $201 84 $201 84 labor'equipment charge 076210100500 Sheet metal cladding,aluminum,rake 410.00 S F $3 48 $1,426.80 trim,up to 6 bends,.032"thick L0 2015 1-500-334-3509 customersupport@rsmeans co— 2 I L LineNumber e I Description Quantity Unit Total hid. Est.Total Incl O&P O&P 076210100700 Sheet metal cladding,aluminum, 41000 S F S3 76 $1,541 60 window casing,up to 6 bends, 024" thick 076210100700 Sheet metal cladding,aluminum, 2000 S F. 53 76 575 20 window casing,up to 6 bends, 024" thick 077123302800 Galvanized steel gutters,half round or 250.00 L F 56.85 51,712 50 Lbox,stock,6"wide,26 gauge Division 07 Thermal and Moisture Protection Subtotal 579,137,94 Divisioa 13 Special Construction 130000009101 (f e+."i Poultry Netting 6'x 300'roll 700 Ea 518000 51260.00 130505500760 Gutter,cave type,selective 250 00 1 F SI 74 5435.00 demolition 16 130505500780 0 Skylight,fiberglass,to 30 S F., 40 00 Ea. $65.25 52,610 00 selective demolition L 133419506850 Pre-engineered steel building 12.500 00 S F 50 80 510,000 00 accessory items,insulation,vinyl faced,rated 6 lb density,RIO,3" thick 133419508650 Pre•engineered steel building 500 La $353 3$ 51,766 90 accessory items,roof vents, continuous,10'long x I2 wide,26 gauge L 133419560001 16 Gage Structural Framing including 207 Ea 51,437 50 52,875 00 head,jamb and sill supports Attachment clips and Fasteners for support of Ventilation Fan and L Louver Per Windstorm Requirements Division 13 Special Construction Subtotal SI8,916.90 Division 23 Heating,Ventilating,and Air Conditioning(IIVAC) 230505102300 Furnace,gas or oil,under 120 MBH., 10 00 Ea, 5 188 48 51,884 80 selective demolition L 230953100001 eBranch Gas Detector with Solid State 2 00 Ea 53,055 62 56.111 24 Carbon Monoxide Sensor 120v Model No GSS•NCM•LRl L 230953100610 Control component,carbon monoxide 2 00 tA. $856.67 51,713 34 detector system,sensor 233313136135 , Duct accessories,multi-blade 2 00 La, $269.50 $53900 dampers,opposed blade,32"x Jr L 233313165141 ,,. Duct accessories,firefsmoke 2 00 La 5659 14 51,318 28 combination damper,louver type,36" x 30',U,L.label 233416100001 Hurricane Rated Wind Drive Rain 22 00 Ea $2,101 24 54.202 48 Resistant Louver 32'x 32"Greenheck Model EMI 60Id 233436109560 Fans,wall exhauster.centrifugal,auto 2.00 Ea 52,331 15 $4,682 30 Ldamper,V-belt drive,1:8"S P,.three phase,4400 CFM,3/4 H P 233723102200 Ventilator,stationary,gravity, 110 Ea $112 96 511296 syphon,galvanized. 110 CFM,8" neck diameter,includes base 23723100001 Gip Test and Balance of new Exhaust 1 00 Ea $1,800 00 $1,800.00 R 3»15 1-800334.3509 customer supporLars,reals cow, 3 I I LineNumber ' T Description Quantity Unit Total Ind. Est.Totat Ind. O&P oar Division 23 'leating,Ventilating,and Air Conditioning(HVAC) Subtotal 522,36400 Division 26 Electrical 260505100100 Conduit,rigid galvanized steel, 1/2"to 2,400 CO L F 51.68 14,032 00 I"diameter.electrical demolition, remove conduit to 15'high,including fittings&hangers 260505100200 , Conduit,electric metallic tubing 2,50000 L F $1 03 52,57500 (EMT),1.1"to I'diameter,electrical demolition,remove conduit to 15 high,including fittings&:hangers 260505102380 Fluorescent fixtures,interior,strip 36 00 Fa $20 40 5734 40 fixture,2 lamp,F long,electrical demolition,remove,surface mount.to L 15'high,including supports 8:whips 260505102420 Fluorescent fixtures,interior, 10 00 Ea. $23 10 $231 00 industrial,2 lamp,4'long,electrical L demolition.remove,pendant mount, to 15'high,including removal of chain or rod hanger 260505505850 Fixture whip.electrical demolition, 23 00 Ea- $4.08 593 84 remove 260519900940 Wire,.copper,solid,600 volt,#12, 8000 C L EF $49 06 53.924 80 type TIIWN•THHN,in raceway L 260529200700 Strap,sled,2 holes,EMT,1/2 200 00 Ea $100 5200 00 diameter 260529200800 ,, Strap,steel,2 holes,EMT,34' 12500 Ea St.l I $138 75 diameter L 260533131770 Rigid galvanized steel conduit,3/4' 200 00 L F. $7 87 $1,574 CO diameter,to 15'H.incl 2 terminations,2 elbows,1 I beam clamps,and II couplings per 100 LF L 260533135020 Electric metallic tubing(EMT),34" 20100 L F. 54 09 1818 00 diameter,to 15'high,incl 2 terminations,2 field bend elbows,11 beam clamps.and 11 couplings per 100 LF 260533136520 EMT boxes connectors,set screw, 25.00 Ea. 15 34 $133 50 steel,3/4"diameter,to 1511 L 260533137000 EMT to conduit adapters, 25.00 Ea $9 75 $243 75 (compression). 1/2"diameter,to 15' H L 260533137020 EMT to conduit adapters, 25.+30 Ea. $12.26 S306 50 (compression),314"diameter,to 15' Fl 260533137020 EMT to conduit adapters, 1500 Ea $12.26 $183 90 (compression),314-diameter,to 15' LH 260533137220 EMT to greenfield adapters, (0 00 Fa $9.26 $92 60 (compression),1/2"diameter,to 15' H 260533138700 EMT couplings,compression,steel, 150 00 Ea 58.39 51,258 50 112"diameter.to IS'H 26053313871025 00 Ea $1048 5262 00 E MT couplings.compression,steel, 3}4"'diameter,to 15'I{ 260533160150 Outlet boxes.pressed steel,4"square 3400 Ea $2.2 87 5777 58 t-21)10 I-600.334-3509 Custorner,suppu: rsmenns ccsm 4 L Line umber ff T Description Quantity Unit Total Intl Est.Total Intl O&P O&P L 260533160220 Outlet boxes,pressed steel,4"square, 3 00 Ea $26 29 578.87 2-1r'8"deep,1"KO 260533160500 . Outlet boxes,pressed steel,plaster 2 00 Ea 514 36 $28.72 rings,4-11/16"square L 260533161542 Outlet boxes,cast,weatherproof 30 00 Ea $7 78 5233 40 blank cover,1 gang 262726104100 Low voltage switching,surface 2 00 Ea $18 48 $36 96 Lswitch,standard 262726104800 Low voltage switching,swnchplatcs, 2.00 Ea $10.17 520 34 I gang,1.2 or 3 switch.plastic L 262726105000 Low voltage switching,switchplates, 4 00 Ea 516 67 566 68 I gang,stainless steel 262726105400 Low voltage switching,switchplates, 3 00 Ea 530 88 $92 64 2 gang,3 switch,stainless steel L262726202600 Wall plates,stainless steel,1 gang 4 00 Ea 57 69 $30 76 26335 3 1001 10 i Uninterruptible power supply, 2 00 Ea. 51,244 80 52,48960 charger,inverter,and alarm I phase, 120 V.0 35 kVA,incl 10 minutes L battery 265113553010 e., Interior LLD fixtures,linear, 53 00 Ea. 5437 80 523,203 40 suspended mounted,74 watt,one light bar 8'long,incl lamps,mounting hardware and connections 265313100200 Exit lighting,LED standard,single 2.00 Ea 5129 12 $258 24 L face,ceiling or wall mount 265313100230 Exit lighting,LED vandal resistant, 200 Ea 5272 02 $544 04 single face,single face,ceiling or wall mount L 266113300360 Fixture whips,3/8"greenfield,2 25 00 Ea $23 92 S598 00 connectors,THEIN wire,.three#12,6' lung Division 26 Eketrieal Subtotal 545,261.77 L Division 41 Material Processing and Ilandling Equipment 412223103400 s Lifts,material handling,scissor type. 200 Ea 54,600 00 S9,200 00 portable,electric,4,000 Ib,48'high II Division 41 Material Processing and Ilandling Equipment Subtotal $9,200.00 Subtotal 5268,560.75 General Contractor's Markup on Subs C• % 50,00 Subtotal5268,560.75 CGeneral Conditions 0.00% S0.00 Subtotal 5268,560.75 LGeneral Contractor's Overhead and Profit 0,00•i, 50.00 Gran)Total 5268,560.75 u.2,'. t-80Q 334,,3539 c;rstom dsucour rstne us COW 5 I I CITY OF CORPUS CHRISTI �-�-=- DISCLOSURE OF INTEREST City of Corpus Christi City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Everyquestion must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions.. COMPANY NAME: Cruz Maintenance & Construction, Inc. P.O.BOX: STREET ADDRESS: 3041 Cabaniss Rd CITY: Corpus Christi ZIP: 78415 FIRM IS: 1. Corporation E 2. Partnership E 3. Sole Owner ❑ 4. Association L. 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm," Name Title N/A 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 t. :._ 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant ... .N/A ATTACHMENT"B" Page 1 of 2 50 L I L L 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 ora substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, L unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. (Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Christopher Cruz Title: President (Type or Print) LSignature of Certifying Person Date: 10 November 2014 DEFINITIONS rii: 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. L 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. L d. "Finn." 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, L 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 L 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." L 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" IPage 2of2 iii, 51 I PERFORMANCE BOND BOND# 4394120 Contractor as Principal Surety Cruz Maintenance and Construction Name: Name: SureTec Insurance Company Inc., 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): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 Tex S 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. Large Job Order Contract Project No. E12113 Telephone(main number): Fleet Maintenance Heavy Equipment Shop Roof 713-812-0800 Telephone(for notice of claim): 866-732-0099 Local Agent for Surety Name: Bill Dawley Award Date of the Contract: Address: March 12,2015 70 NE Loop 410 Ste. 850 Contract Price: $268,560.75 San Antonio, TX 78216 Telephone: 210-798-5180 Bond E-Mail: bdawley@suretec.com Date of Bond: March 31, 2015 (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept.of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number:1-800-252-3439 be deemed an original. Performance Bond 00 61 13-1 Corpus Christi Standards—Lrg JOC 3-4-2014 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 Pri� Surety Signature: Name: Christopher Cruz Name: Thomas X. Brewka Title: President Title: Attorney-in-Fact Email Address: ccruz@cruzcmc.corn Email Address: tbrewka@msbbonds .corn (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-2 Corpus Christi Standards—Lrg JOC 3-4-2014 PAYMENT BOND BOND# 4394120 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): Owner Name: City of Corpus Christi,Texas Mailing address : Capital Programs 1201 Leopard Street Surety is a corporation organized and existing Corpus Christi,Texas 78401 under the laws of the state of: w�,s 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. Large Job Order Contract Project No. E12113 Telephone(main number): Fleet Maintenance Heavy Equipment Shop Roof 713-812-0800 Telephone(for notice of claim): 866-732-0099 Local Agent for Surety Name: Bill Dawley Award Date of the Contract: Address: 70 NE Loop 410 Ste. 850 March 12,2015 San Antonio, TX 78216 Contract Price: $268,560.75 Bond Telephone: 210-798-5180 E-Mail: bdawley@suretec.com Date of Bond: March 31, 2015 (Date of Bond cannot be earlier than Award Date of The address of the surety company to which any Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed this from the Texas Dept.of Insurance by calling the instrument in 4 copies, each one of which shall be following toll-free number:1-800-252-3439 deemed an original. Payment Bond Form 00 61 16-1 Corpus Christi Standards—Lrg JOC 3-4-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venu shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Pr' - r; / Surety Signature: i �� „e.; ���� Signature: Name: ristop er Cruz Name: Thomas X. Brewka Title: President Title: Attorney-in-Fact Email Address: ccruz@cruzcmc.corn Email Address: tbrewka@msbbonds .com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 Corpus Christi Standards—Lrg JOC 3-4-2014 POA N: 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, Hams 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 undertaldngs 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 yOPANccc q'......94. By: w f w ` >1 John ox Ji resident ttt /Iy ,z; State of Texas ss: 11\.-I .Y Harris County of Has 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 like order. 1 b.. JACQUELYN MALDONADO NotarypublicTcc<'' 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 31st day of March / 2015 ,A.D. Lilt . .Bre.t Beaty,Assistant ecretary Any Instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:0C 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. I! 1w PERFORMANCE BOND BOND# w Contractor as Principal Surety Cruz Maintenance and Construction F, Name: Inc Name: Mailing address(principal place of business): Mailing address(principal place of business): 3041 Cabaniss Road Corpus Christi,TX 78415 Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: 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. Large Job Order Contract Project No. E12113 Telephone (main number): kw Fleet Maintenance Heavy Equipment Shop Roof Telephone(for notice of claim): 11,9 Local Agent for Surety Name: Award Date of the Address: Contract: March 16, 2015 Contract Price: $268,560.75 Telephone: Bond E-Mail: Date of Bond: fir (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number:1-800-252-3439 be deemed an original. I>r trr Performance Bond 00 61 13-1 Corpus Christi Standards—Lrg IOC 3-4-2014 10* lir I I 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 • ' al Surety Signatu : Signature: Name: 'r'4crJL C4244-- Name: Title: 62eittOdIA4r— Title: Email Address: L'CArc.PLEGrVLC'ivrG' •GtAr+r1 Email Address: (Attach Power of Attorney and place surety seal below) L I I C END OF SECTION I C I C Performance Bond 00 61 13-2 Corpus Christi Standards—Lrg JOC 3-4-2014 I 6* to. PAYMENT BOND BOND# IMO Contractor as Principal Surety Name: Cruz Maintenance and Construction Inc., Name: Mailing address(principal place of business): Mailing address(principal place of business): Imo 3041 Cabaniss Road Corpus Christi,TX 78415 Physical address(principal place of business): tor Owner Name: City of Corpus Christi,Texas Mailing address : Capital Programs 1201 Leopard Street Surety is a corporation organized and existing Corpus Christi,Texas 78401 under the laws of the state of: Ifrr By submitting this Bond,Surety affirms its olo authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Large Job Order Contract Project No. E12113 Telephone (main number): Fleet Maintenance Heavy Equipment Shop Roof Telephone(for notice of claim): Local Agent for Surety Name: Award Date of the Address: Ile Contract: March 16, 2015 tiffe Contract Price: $268,560.75 Bond Telephone: E-Mail: �1r Date of Bond: Pf° (Date of Bond cannot be earlier than Award Date of The address of the surety company to which any me Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed this from the Texas Dept. of Insurance by calling the instrument in 4 copies, each one of which shall be following toll-free number:1-800-252-3439 deemed an original. 1110 Payment Bond Form 00 61 16-1 Corpus Christi Standards—Lrg 1OC 3-4-2014 Pio irM I L Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Co:::ra5r P ' Signature: Name: qtrirtiltiC egolor Name: r Title: fizegtcre-rit- Title: Email Address: tor 02.e crinzow.!-c7Yr% Email Address: (Attach Power of Attorney and place surety seal below) I I I END OF SECTION I I I I I Payment Bond Form 00 61 16-2 Corpus Christi Standards—Lrg JOC 3-4-2014 I - A`R CERTIFICATE OF LIABILITY INSURANCE 310/2015 i 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 poticy(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 Nun: Monette Davis Grove & Davis Insurance Agency PHONE weH.g.n. (361)851-0577 Era Nol:(361)356-4203 4646 Corona #270 Amin ss.mdavis@grovedavisins.com INSURER(S)AFFORDING COVERAGE NAIC■ Corpus Christi TX 78411 INSURER AEssQX Insurance Co. INSURED INSURER a Mercury Insurance Group Cruz Maintenance and Construction Inc. INSURER c:Rocklin Insurance Company 3041 Cabaniss Parkway INSURERo:Texas Mutual Insurance Company 524126 INSURER E; Corpus Christi TX 78413 INSURER Ft COVERAGES CERTIFICATE NUMBER:CL1462005184 REVISION NUMBER: TI-IS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AU.THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IXP LT9RR TYPE OF INSURANCE INSRL POLICYWVO POUCY NUMBER {MIDOIYYYY) (MMl0O0Y'YY) UNITS GENERAL UABILnY EACH OCCURRENCE s 1,000,000 X COMMERCIAL GENERAL LABILITY PREMISES(Ea occ rr 100,000 PREMISES(E4 omxrense! 5 A , CLAIMS-MADE El OCCUR 30T8926 5/20/2014 5/20/2015 MEDEXP(Any one person) S 5,000 PERSONAL 6 ADV INJURY S 1,000,000 GENERAL AGGREGATE _ S 2,000,000 GEN-.AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S 2,000,000 Tel POLICY JPS a IT LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE UNIT IEa ISSIEI a) $ 1,000,000 -- X ANY AUTO BODILY INJURY(Per person) S B _ AU. —SCHEDULED 8A420000003242 6/18/2014 6/16/2015 BOOLYINJURY Mar accident) S HIRED AUTOS — NON-OWNED PROPERTY DAMAGE S AUTOS IPer accident) S X UMBRELLA LAB H OCCUR EACH OCCURRENCE _ S 2,000,000 C EXCESS LAB CLAIMS-LADE AGGREGATE S 2,000,000 DED RETEWX3NS RXSLWGR001390-00 6/18/2014 6/18/2015 S D WORKERS COMPENSATION WC STATU- I ETH. AND EMPLOYERS'LABILITY YIN X TORY!MEM FR ANY PROPRIETORJPARTNERIEXECUTNE E.L.EACH ACCIOENT S 1,000,000, OFFICERIHEMBER EXCLUDED? NIA 55P0001254194 6/19/2014 6/19/2015 (Mandatory In NH) El DISEASE.EA EMPLOYEES 1,000,000 II yes 4ascdbe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY UNIT S 1,000,000 DESCRIPTION Of OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more apace 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 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. 1201 Leopard St. Corpus Christi, TX 78401 AUTHORIZED REPRESENTATIVE Larry Grove/MD "'�^---� # -_-_-- ACORD 25(2010!05) ®1988-2010 ACORD CORPORATION. All rights reserved. INFO'S Oil tom nI The arnwn Hama end Irwin are raniararar(mar4a of Ar:AArl • COMMERCIAL GENERAL LIABILITY CG 20 33 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section U — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury". "property damage" or"personal added as an additional insured on your policy. and advertising injury" arising out of the Such person or organization is an additional rendering of. or the failure to render, any insured only with respect to liability for "badly professional architectural, engineering or injury", "property damage" or "personal and surveying services.including: advertising injury"caused,in whole or in part, by: a. The preparing. approving. or failing to 1. Your acts or omissions;or prepare or approve, maps. shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and behalf, specifications;or in the performance of your ongoing operations for b. Supervisory. inspection, architectural or the additional insured engineering activities. However,the insurance afforded to such additional This exclusion applies even if the claims against insured: any insured allege negligence or other wrongdoing 1. Only applies to the extent permitted by law; in the supervision. hiring. employment, training or and monitoring of others by that insured, if the 2. Will not be broader than that which you are "occurrence" which caused the "bodily injury" or required by the contract or agreement to "property damage", or the offense which caused provide for such additional insured. the "personal and advertising injury". involved the rendering of or the failure to render any A person's or organization's status as an additional professional architectural, engineering or insured under this endorsement ends when your surveying services. operations for that additional insured are completed. CG 20 33 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 • 2. "Bodily injury" or "property damage" occurring C. With respect to the insurance afforded to these after additional insureds, the following is added to a. All work. including materials, parts or Section III—Limits Of Insurance: equipment furnished in connection with The most we will pay on behalf of the additional such work, on the project (other than insured is the amount of insurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed by or on behalf of the additional have entered into with the additional insured;or insured(s) at the location of the covered operations has been completed; or 2. Available under the applicable Limits of b. That portion of"your work"out of which the Insurance shown in the Declarations; injury or damage arises has been put to its whichever is less. intended use by any person or organization This endorsement shall not increase the applicable other than another contractor or Limits of Insurance shown in the Declarations. subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 2 ®Insurance Services Office. Inc..2012 CG 20 33 0413 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: 3DT8926 MAW ESSEX INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Additional Premium: S 250 Name of Person or Organization: Any person(s)or organization(s)to whom the Named Insured agrees to waive rights of recovery in a written contract. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV— COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above as respects written contracts that exist between you and such person or entity. provided you have agreed in writing to furnish this waiver.This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain unchanged. MEGL 0241-01 0411 Includes copyrighted material of Insurance Services Office. Inc.with Page 1 of 1 its permission. . Cruz Maintenance and Construction, Inc. Policy#3DT8926 ./ COMMERCIAL GENERAL LIABILITY V CG 20 33 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. J ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU is endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds. the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury', "property damage" or "personal added as an additional insured on your policy. and advertising injury' arising out of the Such person or organization is an additional rendering of, or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or injury", "property damage" or "personal and surveying services, including: advertising injury"caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps, shop drawings, 2. The acts or omissions of those acting on your opinions, reports, surveys, field orders, change orders or drawings and behalf; specifications; or in the performance of your ongoing operations for b. Supervisory, inspection. architectural or the additional insured. engineering activities. However,the insurance afforded to such additional This exclusion applies even if the claims against insured: any insured allege negligence or other wrongdoing 1. Only applies to the extent permitted by law; in the supervision, hiring, employment, training or and monitoring of others by that insured, if the 2. Will not be broader than that which you are "occurrence" which caused the "bodily injury" or required by the contract or agreement to "property damage", or the offense which caused provide for such additional insured. the "personal and advertising injury", involved the rendering of or the failure to render any A person's or organization's status as an additional professional architectural, engineering or insured under this endorsement ends when your surveying services. operations for that additional insured are completed. CG 20 33 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 2. °Bodily injury' or "property damage" occurring C. With respect to the insurance afforded to these after. additional insureds. the following is added to a. All work, including materials, parts or Section III—Limits Of Insurance: equipment furnished in connection with The most we will pay on behalf of the additional such work, on the project (other than insured is the amount of insurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed by or on behalf of the additional have entered into with the additional insured; or insured(s) at the location of the covered operations has been completed;or 2. Available under the applicable Limits of b. That portion of"your work"out of which the Insurance shown in the Declarations; injury or damage arises has been put to its whichever is less. intended use by any person or organization This endorsement shall not increase the applicable other than another contractor or Limits of Insurance shown in the Declarations. subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 2 0 Insurance Services Office.Inc.,2012 CG 20 33 0413 COMMERCIAL GENERAL LIABILITY ill POLICY NUMBER: 3DT8926 ESSEX INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. il BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Additional Premium: S 250 Name of Person or Organization: Any person(s)or organization(s)to whom the Named Insured agrees to waive rights of recovery in a written contract. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV— COMMERCIAL GENERAL LIABILITY CONDITIONS)is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above as respects written contracts that exist between you and such person or entity, provided you have agreed in writing to furnish this waiver. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain unchanged. MEGL 0241-01 0411 Includes copyrighted material of Insurance Services Office. Inc.with Page 1 of 1 its permission. POLICY NUMBER: 3DTE926 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: J// 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 UE CORPUS CHRISTI 2. Address: 1201 LEOPARD STREET CORPUS CHRISTI, TX 72401 3. Number of days advance notice: s Information required to complete this Schedule, if not shown above,will be shown in the Declarations. CG 02 05 12 04 r ISO Properties, Inc.,2003 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Number 2 POLICY NUMBER POLICY CHANGES COMPANY EFFECTIVE 3DT8926 03/10/2015 ESSEX INSURANCE COMPANY NAMED INSURED AUTHORIZED REPRESENTATIVE CRUZ MAINTENANCE AND CONSTRUCTION INC 07980 Tejas American General Agency CORPUS CHRISTI TX 78413 1620 La Jaita 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 70401 Eimpluelbx AS PER THE ATTACHED tamping Fee Polley Fee est Ws?cola_ A horized Representative Signature IL 12 01 11 85 Copyright,Insurance Services Office, Inc., 1983 Page 1 of 1 ❑ Copyright, ISO Commercial Risk Services,Inc., 1983 Cruz Maintenance and Construction,Inc. BA420000003242 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Mercury Business Auto Broadening Endorsement This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. NEWLY ACQUIRED OR FORMED ENTITY (BROAD FORM NAMED INSURED) II. EMPLOYEES AS INSUREDS III. AUTOMATIC ADDITIONAL INSURED IV. EMPLOYEE HIRED AUTO LIABILITY V. SUPPLEMENTARY PAYMENTS VI. FELLOW EMPLOYEE COVERAGE VII. ADDITIONAL TRANSPORTATION EXPENSE VIII. HIRED AUTO PHYSICAL DAMAGE COVERAGE IX. ACCIDENTAL AIRBAG DEPLOYMENT COVERAGE X. LOAN/LEASE GAP COVERAGE XI. GLASS REPAIR—DEDUCTIBLE WAIVER XII. TWO OR MORE DEDUCTIBLES XIII. AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS XIV. WAIVER OF SUBROGATION / XV. UNINTENTIONAL ERROR, OMISSION, OR FAILURE TO DISCLOSE HAZARDS XVI. EMPLOYEE HIRED AUTO PHYSICAL DAMAGE XVII. PRIMARY AND NONCONTRIBUTORY IF REQUIRED BY CONTRACT XVIII. HIRED AUTO—COVERAGE TERRITORY XIX. BODILY INJURY REDEFINED TO INCLUDE RESULTANT MENTAL ANGUISH Copyright 2013 Mercury Insurance Services,LLC. All rights reserved. MCA85101213 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 1 of 6 BUSINESS AUTO COVERAGE FORM NEWLY ACQUIRED OR FORMED ENTITY(Broad Form Named Insured) SECTION II -LIABILITY COVERAGE,A.Coverage, 1.Who Is An Insured,the following is added: d. Any business entity newly acquired or formed by you during the policy period provided you own 50%or more of the business entity and the business entity is not separately insured for Business Auto Coverage.Coverage is extended up to a maximum of 180 days following acquisition or formation of the business entity. Coverage under this provision is afforded only until the end of the policy period. Coverage does not apply to an"accident"which occurred before you acquired or formed the organization. 11. EMPLOYEES AS INSUREDS SECTION II-LIABILITY COVERAGE,A.Coverage, 1.Who Is An Insured,the following is added: e. Any"employee"of yours is an "insured"while using a covered "auto"you don't J own, hire or borrow in your business or your personal affairs. I go AUTOMATIC ADDITIONAL INSURED SECTION II-LIABILITY COVERAGE,A.Coverage, 1.Who Is An Insured,the following is added: f. Any person or organization that you are required to include as additional insured on the Coverage Form in a written contract or agreement that is signed and executed by you before the"bodily injury"or"property damage"occurs and that is in effect during the policy period is an"insured"for Liability Coverage,but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an"insured" under the Who Is An Insured provision contained in Section II. IV. EMPLOYEE HIRED AUTO LIABILITY SECTION II -LIABILITY COVERAGE,A. Coverage, 1.Who Is An Insured,the following is added: g. An"employee"of yours is an "insured"while operating an"auto"hired or rented under a contract or agreement in that"employee's"name,with your permission, while performing duties related to the conduct of your business. V. SUPPLEMENTARY PAYMENTS SECTION II—LIABILITY COVERAGE,A. Coverage, 2.Coverage Extensions,a.Supplementary Payments,Subparagraphs(2)and(4)are replaced by the following: (2) Up to$3,000 for cost of bail bonds(including bonds for related traffic law violations)required because of an "accident"we cover. We are not obligated to furnish these bonds. (4) All reasonable expenses incurred by the"insured"at our request, including actual loss of earnings up to$500 a day because of time off from work. VI. FELLOW EMPLOYEE COVERAGE: SECTION II—LIABILITY COVERAGE, B. Exclusions,5. Fellow Employee This exclusion does not apply if you have workers'compensation insurance in-force covering all of your"employees". Coverage is excess over any other collectible insurance. Copyright 2013 Mercury Insurance Services,LLC. All rights reserved. MCASS101213 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 2 of 6 • VII. ADDITIONAL TRANSPORTATION EXPENSE SECTION III-PHYSICAL DAMAGE COVERAGE,A.Coverage,4.Coverage Extensions,a.Transportation Expenses,is replaced with the following: We will pay up to$50 per day to a maximum of$1000 for temporary transportation expense incurred by you because of the total theft of a covered "auto"of the private passenger type.We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage.We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending,regardless of the policy's expiration,when the covered"auto" is returned to use or we pay for its"loss". If your business shown in the Declarations is other than an auto dealership,we will also pay up to$1,000 for reasonable and necessary costs incurred by you to return a stolen covered auto from the place where it is recovered to its usual garaging location. VIII. HIRED AUTO PHYSICAL DAMAGE COVERAGE SECTION III—PHYSICAL DAMAGE COVERAGE,A.Coverage,4.Coverage Extensions,the following is added: c. If hired"autos"are covered"autos"for Liability Coverage in this policy and Comprehensive,Specified Causes of Loss,or Collision coverages are provided under this coverage form for any"auto"you own,then the Physical Damage Coverages provided are extended to"autos"you hire,subject to the following limit: (1) The most we will pay for"loss"to any hired"auto"is$50,000 or Actual Cash Value or Cost of Repair,whichever is less (2) $500 deductible will apply to any loss under this coverage extension, except that no deductible shall apply to"loss"caused by fire or lightning Subject to the above limit and deductible we will provide coverage equal to the broadest coverage applicable to any covered"auto"you own of similar size and type. This coverage extension is excess coverage over any other collectible insurance. IX. ACCIDENTAL AIRBAG DEPLOYMENT COVERAGE SECTION III-PHYSICAL DAMAGE COVERAGE,B. Exclusions,3.a.,is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. Copyright 2013 Mercury Insurance Services,LLC. All rights reserved. MCA85101213 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 3 of 6 • • X. LOAN/LEASE GAP COVERAGE SECTION III-PHYSICAL DAMAGE COVERAGE C.Limit of Insurance,the following is added: 4. In the event of a"total loss"to a covered"auto"shown in the schedule or declarations for which Collision and Comprehensive Coverage apply,we will pay any unpaid amount due on the lease or loan for that covered"auto,"less: a. The amount paid under the Physical Damage Coverage Section of the policy;and b. Any: (1) Overdue lease/loan payments at the time of the"loss"; (2) Financial penalties imposed under a lease for excessive use,abnormal wear and tear or high mileage. (3) Security deposits not returned by the lessor; (4) Costs for extended warranties,Credit Life Insurance, Health,Accident or Disability Insurance purchased with the loan or lease;and (5) Carry-over balances from previous loans or leases. Xl. GLASS REPAIR—DEDUCTIBLE WAIVER SECTION III-PHYSICAL DAMAGE COVERAGE, D.Deductible,the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. XII. TWO OR MORE DEDUCTIBLES SECTION III-PHYSICAL DAMAGE COVERAGE, D.Deductible,the following is added: If two or more"company"policies or coverage forms apply to the same accident: 1. If the applicable Business Auto deductible is the smallest, it will be waived;or 2. If the applicable Business Auto deductible is not the smallest,it will be reduced by the amount of the smallest deductible;or 3. If the loss involves two or more Business Auto coverage forms or policies the smallest deductible will be waived. For the purpose of this endorsement"company"means the company providing this insurance and any of the affiliated members of the Mercury Insurance Group of companies. XIII. AMENDED DUTIES IN EVENT OF ACCIDENT,CLAIM,SUIT OR LOSS The requirement in SECTION IV, BUSINESS AUTO CONDITIONS,A.Loss Conditions,2.Duties In The Event Of Accident,Claim,Suit,Or Loss,a., In the event of"accident",you must notify us of an "accident"applies only when the"accident"is known to: (1) You,if you are an individual; (2) A partner,if you are a partnership; (3) A member,if you are a limited liability company;or (4) An executive officer or insurance manager,if you are a corporation. Copyright 2013 Mercury Insurance Services,LLC. All rights reserved. MCA85101213 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 4 of 6 61VWAIVER OF SUBROGATION . SECTION IV-BUSINESS AUTO CONDITIONS,A. Loss Conditions, 5.Transfer of Rights Of Recovery Against Others To Us,section is replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any"accident"or "loss", provided that the "accident"or"loss" arises out of the operations contemplated by such contract.The waiver applies only to the person or organization designated in such contract. XV. UNINTENTIONAL ERROR,OMISSION,OR FAILURE TO DISCLOSE HAZARDS SECTION IV-BUSINESS AUTO CONDITIONS, B.General Conditions,2.Concealment, Misrepresentation,or Fraud,the following is added: Any unintentional omission of or error in information given by you,or unintentional failure to disclose all exposures or hazards existing as of the effective date or at any time during the policy period shall not invalidate or adversely affect the coverage for such exposure or hazard or prejudice your rights under this insurance. However,you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. XVI. EMPLOYEE HIRED AUTO PHYSICAL DAMAGE SECTION IV—BUSINESS AUTO CONDITIONS, B.General Conditions, 5.Other insurance,b. For Hired Auto Physical Damage Coverage,is replaced by the following: b. For Hired Auto Physical Damage Coverage,the following are deemed to be covered "autos"you own: 1. Any covered"auto"you lease, hire, rent or borrow; and 2. Any covered"auto"hired or rented by your"employee" under a contract in that individual "employee's" name,with your permission,while performing duties related to the conduct of your business. However,any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". XVII. PRIMARY AND NONCONTRIBUTORY IF REQUIRED BY CONTRACT SECTION IV—BUSINESS AUTO CONDITIONS, B.General Conditions,S.Other Insurance,the following is added and supersedes any provision to the contrary: e. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance;and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. Copyright 2013 Mercury Insurance Services,LLC. All rights reserved. MCA85101213 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 5 of 6 • XVIII. HIRED AUTO-COVERAGE TERRITORY SECTION IV-BUSINESS AUTO CONDITIONS,B.General Conditions,7.Policy Period,Coverage Territory,e.Anywhere in the world if:is replaced by the following: e. Anywhere in the world if: (1) A covered"auto"is leased,hired, rented or borrowed without a driver for a period of 30 days or less;and (2) The"insured's" responsibility to pay damages is determined in a"suit"on the merits, in the United States of America,the territories and possessions of the United States of America,Puerto Rico,or Canada or in a settlement we agree to. XIX. BODILY INJURY REDEFINED TO INCLUDE RESULTANT MENTAL ANGUISH SECTION V—DEFINITIONS,C. "Bodily Injury"is amended by adding the following: "Bodily injury"also includes mental anguish but only when the mental anguish arises from other bodily injury,sickness,or disease. Copyright 2013 Mercury Insurance Services,LLC. All rights reserved. MCA85101213 Includes copyrighted material of Insurance Services Office,Inc.,with its Permission Page 6 of 6 • • R•VE& DAVIS RANCE AGENCY Monette Davis,ACSR Jason A.Grove,CISR Monday, March 16, 2015 City of Corpus Christi Engineering Services Department Attn: Contract Administrator PO Box 9277 Corpus Christi. TX 78469-9277 To Whom It May Concern: We, Grove and Davis Insurance Agency, will notify the City of Corpus Christi in the event of cancellation or material change for Commercial Auto policy BA420000003242. Notification of cancellation or material change will be given 30 days prior. However notification of cancellation for nonpayment will be given 10 day prior. Sincerely, (itodv46- Jason A Grove, CISR 4646 Corona,Suite 270 Corpus Christi,TX 78411 361-851-0577 (T.rusted Choke' ate vrv.lvu me. . . . . WORKERSLIABILITY'COMPENSATIONINSURANCE ANDPOLICEMPLOYERSY TexasMutuar InsuranceComWC 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 J 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on ✓ Ma r c h 11 , 2015 at 12:01 A.M.standard time,forms a part of Policy No. SBP-0001254184 20140619 of the Texas Mutual Insurance Company Issued to CRUZ MAINTENANCE AND CONSTRUCTION INC Endorsement No. ,q 3 Premium S 0.00 Authorized Representative '" WC420601(ED.1-94) INSURED'S COPY WASENDRS 3-11-2015 . . . . Texasaj® WORKECOMPOYERS WC 42 03 04 A ,‘./ TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4.Advance Premium INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which t s attached effective on the inception date of the policy unless a different date is indicated below. (The Mowing"attaching clause-need be completed only when this endorsement is Issued subsequent to preparation of the policy) This endorsement.effective on f at 12 01 A M standard time,forms a part of Policy No. SHP-0001284184 20140619 of the Texas Mutual Insurance Company Issued to CRUZ MAINTENANCE AND CONSTRUCTION, INC Endorsement No. Premium$ 1 �<` f Authorized Representative WC420304A(ED.1.01.2000) INSURED'S COPY OUSER 6-17-2014