Loading...
HomeMy WebLinkAboutC2008-271 - 7/22/2008 - Approved `-~ :~ :~ n ., ,~ i. {= i. r+ i 1` i.r t~ L 1? t; ~T ,~ '1 1, iR 1~ ~~ ii ,L ~' L. ~, e i i ~a 2008-271 ~ , 07/22/08 • M2008-181 S P E C I A L P R O V I S I Parsons Commercial Roofing S P E C I F I CAT I O N S A N D F O R .M S .__Q _F G O N T RA C T S A N D S O N D S F O R CITY HALL REROOFING PROJECT 2008 PROJECT ARCHITECT: CHUCK ANASTOS ASSOCIATES, LLC PO SOX 3883, 78463-3883 901 SOUTH STAPLES STREET, 78404 CORPUS CHRISTI, TEXAS TEL: 361.884.4422 FAX: 361.884.441.9 EMAIL: casincareh@aol.com FOR DEPARTMENT OF ENGINEERING 3ERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT NO: 4361 DRAWING NO: PBG-79Z '~~ Q.ODB Fax Transmission Department of Engineering Services Major Projects Division City of Corpus Christi P.O. SOX 9277 Corpus Chxisti, Texas 78469-9277 Phone: $26-3527 Fax: 826-35fl I To: ALL PLAN HOLDERS Date: June 27, 2068 Prom: Kevin Stowers ~ Q ~'~~!' ` Pages: 2 (including fax sheet) Interim Diurcto:' of Engineenng Services Subject: CI'I'X AAT )(. REROOFING PROJECT - 2008 PROJECT N0.4361 Addendum No.1 Comments: This fax transmission includes the signed Addendum No. ]from Chuck Aaastos 8c Associates 1 or the above referenced project. There are no attachments. The addend Ln: Is a general clarification of one item in the General Provisiaais, To access ~ his Addendum online, go to: www.cceaanroiects.cora TIME AND PLACE OF B<D OPENING SHALL REMAIN UNCHANGED. Prospective bidders axe hereby notlCed of the following modilFcations to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not apec~cally affected by the Addenda shall remaua unchanged. •• City of CorJaus .... -~-~ -- Chr.istx i ~ ,~nta~mu~ xa. t _ ~ ,~,~ as, ands ~: A[J.• ?R(?Si'EGTJY£ i3lDD~RS t`Rl~ BCT: CITY 13AI.,L ItEItOaFING PROJECT - 7A08 PROJECT NO: 43b1 Pmspective bidders ire h notified of t}~ fottAwutg, mod4ficatiaes to ~e ca»bact docwa4~ts. These modfScations~ s}iall became s ~ of the contFeet docuttmats. The provESiorts ot" the contract docum~ i.iot sp~-~iY affected bg the aadetxll~m ratao~ ~chattge~ X. ~~ ~c~..nRtl+~c~TlOt~s ,a. Nortea $nloatitutio~ of'saate~rids nmd aystema utttl! egwt spired FVC Mat~1s asd ", 5rsl ar. proposed stsbsfitotiors~ rrirll eansp}-r +ri~ snbmHtai apyroval ptaeras tet forth by sjrod~tio,s. --..~ ..,~,:a.. i~1>f ~~~ Attachment: t+PpM Ghuck Altaetoa Assockatas„ ino. ,.., S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S O F C O N T R A C T S A N D B O N D S F O R CITY HALL REROOFING PROJECT 2008 PROJECT ARCHITECT: CHUCK ANASTOS ASSOCIATES, LLC PO BOX 3883, 78463-3883 901 SOUTH STAPLES STREET, 78404 CORPUS CHRISTI, TEXAS TEL: 361.884.4422 FAX: 361.884.4419 EMAIL: caaincarch@aol.com FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 PROJECT NO: 43F>1. DRAWING NO: PBG-~I3Z '~`~ ~.~8 (Revised 6/27/99) CITY HALL REROOFING PROJECT - 2008 PROJECT NO. 4361 TABLE OF CONTENTS NOTICE TO BIDDERS (Revised 7/5/2000) NOTICE TO CONTRACTORS - A Insurance Requirements (Revised May 2006) NOTICE TO CONTRACTORS - B Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal ..~ A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates A-11 Cooperation with Public Agencies A-12 Maintenance of Services __~ ~.. _rF: _ __ __-~ NOT USED A-14 Construction Equipment Spillage and Tracking --- - - - ---' ^- ----' - NOT USED A-16 Disposal/Salvage of Materials '_" ^°f'°° NOT USED A-18 Schedule and Sequence of Construction ^ --- - - ^`-'-=-- NOT USED A-20 Testing and Certification ~~ ~ ---- - - NOT USED A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required A-24 Surety Bonds ^~ ^-~--- -- NO LONGER APPLICABLE 6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements Page 1 of 2 A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents -, ~ - - - - - - . , . -- -- -' - --- _,. ,. NOT USED `l ~ + A-36 Other Submittals A-37 i..~.e~~e~-O-At~ge~ner~-art ~€~ NOT USED A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates NOT USED A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings _____, _~ _w,.. ~.~ ' ' ` NOT USED --- - - - -- _,..-..-~.. - ~., ~~ i..,.~ NOT USED A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Amended "Prosecution and Progress" Submittal Transmittal Form PART 8 - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIRffiKENT3 PART T - TECHNICAL SPECIFICATIONS DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section 07540 - Thermoplastic Membrane Roofing Re-cover LIST OF DRAWINGS Sheet #1 Title Sheet Sheet #2 First Floor Roof Plan & General Notes Sheet #3 Second Floor Roof Plan Sheet #4 Fifth Floor Roof Plan & Details Sheet #5 Sixth Floor Roof Plan & Details Sheet #6 Roofing Details NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Page 2 of 2 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CITY HALL REROOFING PROJECT - 2008: The reroofing of approximately 22,636 SF of existing roof, consisting of all Work including: installation of new reinforced pvc roof system over new recovery board over existing roofing to remain in place: including parapet flashing, plumbing vent and curb flashing and existing scupper flashing; and site cleanup with proper disposal of all materials; all in accordance with the drawings, specifications, and other construction documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, 2 July 2008, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for Wednesday, 25 Juae 2008, beginning at 10 AM, at the Corpus Christi City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conducted by City staff and Project Architect Chuck Anastos, A.I.A. will be available for questions and answers. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5~ bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty an8 ao/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Interim Director of Engineering Services /s/ Armando Chaps City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the Following amounts is required: TYPE OF INSURANCB MINIMIIM INSDRANCB COV8RAG8 30-Day Notice of Cancellation required on Hodily Injury and Property Damage all certificates P8R OCCIIRRSNCB / AGGR8GAT8 Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH ZI OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ^ REQUIRED Not limited to sudden & accidental ® NOT REQUIRED discharge; to include long-term environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ~ NOT REQUIRED ~ '2r( INSTALLATION FLOATER $100,000 COmbiried Single Limit See Section s-6-11 and Supplemental Insurance Requirements REQUIRED ® NOT REQUIRED rays i vi ~ OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. ^For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - B (Revised 1/13/98) Page 1 of 7 Title sS. LvSL.-R-~\ CE Part II. TEAS ~~'ORIL'ERS' COIYSPENSATION COMMISSION Chapter 110. REQliIRED NOTICES OF C04'ERAGE atiC 1 ,:i C Subchapter B. EMPLOYER NOTICES ~ 110.110 Reaorcing Reauiremenss for Bui]ding 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 cleazly indicates otherv/tse. Terms not defined in this ruie shall have the meaning defined in S the Texas Labor Code, if so defined. !i (1) Certificate of cove:zge (cerrificxtei-:? coot of a ce.^•incate ec ~^~~~nce. ' c~'T~Cate of authority to self-ituure issued by the commission, er a workers' cemnensxtion wverage agreement (TWCC-S 1, TWCC-82, TWCC-83, or TWCC-S4), showing statutory workers' compensation ina,ra^ce coverage for the person's or endt}~s ernnloyees (mciuding those subject to a coverage agreement) providing services on a project, for the duration of the project. ()() (2) Building or construction-iias the meaning defined in the Texas Labor Code, § 406.096 e I . (3) Contractor-?. person bidding for or awazded a building or construction project by a governmental entity. (4) Coverage-Workers' compensation insurance meeting Lhe statutory requirements of the Texas Labor Code, § 401.011(44}. i (5) Coverage aseement-A wfitten afire°..r:eat on formTWCC-S 1, form TWCC-32, farm i"VVCC-S', } or form T~,rCC-S4, 51ed vnth the Texas Workers' Compensation Commission which estab~ant to relationship between the parries for purposes of the Texas Workers' Compensation Act, p the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/emfiofYe~od~ establishes who will be responsible for providing workers' compensation coverag P providing services on the project- ' (6) Duration of the project-Includes the time from the betiitning of work on the project until the work on the project has been complered aad accepted by the govetnniental entity. (~ Persons providing senlces on the proje~ ("subcontractor" ir. g 406.096 of the Act)-« ~~ ~e exception of persons excluded under subsecrions (h) and (i) of this section, includes a![ persons or entities perfortnine all or part of the services the contractor has-undertaken to perform on the project, regardless of whether that person contracted directly with the contactor and regardls ~b~ntr~actors. that person has employes. This inciuds but is not limited to independent contractoors employees of 1 (easing comeanies, motor carriers, ovmer-operators, employees of any such entnY, any entity furnishing persons to perform se.^/ices on the project. "Services" includes but is not Itmited aoxtcc To cocirAACTOAS - '' 8/7/95 1 AevlaeA 1/13/901 httoJhvw~v.ses.stare.tx..us/tad23/II/1108/7IO.110.htm1 cave 2 oc ~ ~BT=.C::~.;:~ Page 2 cf 5 :o prc•.::irs ' dine, or decvering eeuipmeat or r..a:eriais. cr urovding labor, traaspor:zticn, or other service r ei~:ec to a proje~ . "S :'vices" does not irci•.:de aai~:des un: elated to the prole ~. such as fooa~beeerzge vendors, oryce supply de'iveries, and deiiverv of portable toiless. (8) Prcie :-_:eludes the erc•.ision of all services reiz*.ed to a buiidine or construction co =tract for a ~ govern .......-. earity. (b) Pre~id•.r.^< or causing to be provided a certificz:e o: coverage pursuant to this rule is a represe: *~tio by the insured :hat all employees of dte insured ~vho are providing services en the project a: a ccvered by workers' compensation coverage, that the coverage is based on proper reporting of ciassia"cadon codes and payroll amounts, and that aL coverage agreements have been 51ed with d:e aocroeriate insurance carrier or, in the czse of aself-insured, with the commission`s Division of SeL-Llsura::ce Reguiatior Providing false or nusieading certificates of coverage, or :ailing to provide or caintain required coverage, or failing to report any c:.ange that tttaterially auecs the provision of coverage may srbject the contractor or other person providing services on the project to adttrinist,~~ve eenaldes, criminal penalties, civil pe :aides, or other civil actions. '.. ~ (c) A eoverr mental entity t<:at enters into a buildi.2 or cottsiruran contract on a project shall: (1) include ir. the bid specifications, all the provisions of paragraph ('n of this subseaioq using the v. languaee required by paragraph (7) of this subsecdcn; (Z) as Dart of the contract, using the langttage required by para~aph (~ of this subsecaoq require the contnror to perform as required in subsection (d) of this section; (3) obtain ~cm the contncor a certificate of wverzge for each person providing services on the project, prior to that pe:-son beginnutg work on the project; T (4) obtain iiem the wntractor a new certificate of coverage showing extension of coverage: • ~ (A) before the end of the cur. ent coverage period, i_FLtte contracot's current certificate of coverage shows drat the coveraee perod ends during the dtuadon of the oroiect; and (B) no Later tP.an seven days arter the expiration of the coverage for each other person providing services on the project whose currenrcertificate shows that the coverage period endsduring the dtrretion of ~e project (5) retain cetificates of coverage on 51e for the dtuation of the project and for three years r.9ereafter, J ~ (6) provide z copy of the certificates of coverage to the commission upon request and to any person endded to thetrt by law; and ' (7) use the lar:guage contained in the following Figure 1 for bid specificatioru and contrtcs, without any addidonai words or chances, except those required to accommoaate the specific document in which they z_~e contained or to impose stricter standuds of documentation: Tzasllo.llo(c)(~) - ~ tbl NOSICE 20 CONSRRCTCRS - ~ Revised 1/13/981 http://www.sosstate.tx.us/tad23/II/I LOB/110.110.htnd eaves a oe ~ g/7/eg T.aC 110.110 _) A contractor shill: Page 3 of 6 (i) provide coverzge for its emoicyees providing services on a project, f :the duration of the project cued on proper reporing of class•~.ca::on codes and pa}Tell amounts and `::: < of any coverage ar3eements; ~?1 provide a certificate of coverage showing workers' compensation coverage to the govemmenta! entity prior to beginttiag work on i^e project; (3) provide the governmental emir:, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coveraee period shown on the contractoris current cenificate of coverage ends during t:^.a duration of the project; (4) obtain from each person providing services on a project, and provide to rite eovermnental entity: (.A) a certificate of coverage, prior ro that person beeinn?ttg work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on ::.e project; gad iii) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverzge period shown on the current certificate of coverage ends during the titration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the conrzctor knew or should have known, of any change that materially aiiects the provision of wverage of any person providing services on the project; (7) Post a notice oa each project rte informing all persons providing services on the project thaz they are required to be covered, and stating how a person may verify current coverage and repott falure [o provide coverage. This notice does not satisfy other Posting requireme°ts imposed by the Act or other commission rules: This notice must be printed with a title in az least 30 pointo~« languaS common least 19 point normal type, and shall be is both English and Spanish gad airy to the worker population. Tile text for the aoticcs shall be the following text provided by the commission on the sample notice, without arty additional words or changes: REQUIRED WORI~RS' COMPE*1SATION COVERAGE .. "The law requires that each person woridng on this site or providing services re?area to this consuttaion project must be covered by workers' compecisatioa insurance. T:.is inciuo~fion or- pater providing, hauling, or delivering equipment ar materials,.or providing-labor or transp to ee.' service related to the project, regardless of the identity of their employer or status as an crap Y "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive mfotmanon on the legal requirement for coverage, to verify whether yotu employer has provided the required coVemge' or to repott an employes failure to provide coverage." xoxr geseairniAiisai a S/7/98 hnpJ/www.sos.state.tx.us/tac/28/II/Il0/B/110.IIO.htm1 cage ~ os ~ ~, ~, -.~_ rage a of 6 i 2S T::C 1:0.110 P' (8) ccatrzcxaily requ~se °.= ch person with tvher.: contrzss := -:oxide sertdces e = z project to: ( ) provide coverage bzsed on proper repots!=.3 of classmcano° codes end pavroii amounts and filing ~; A ... [s empieyees providing services cn the proiea, for the duration of any coverzge agreemens for aii of -' of the aroies; ~~ (B) provide a cerdficzte of coverzge to *.he conszsor prior to titzt person beeiruting.::ock onthe proje~ ; 4 ()( ) (C) include in a!I contracs to provide services en the project the IwguaQe in subse....en e 3 oft s section; (D) provide the eontrzscr, prior :o the end of the coverage period, a new certificate of coverage showing attension of cover age, if the coverage period shown on the current certinczte of coverage ends dutirtg the duration ofthe project; F, ~ • (E) obtainsom each other person with whom r, contracts, and provide to the con:rzc:or: • () a certificate of coverzge, prior to the outer per son begirmin? work on [he proje^; `.^•d t' (d) prior to the end of the coverzge period, a .rew certificzte of coverage showing erension of the coverzge period, if the coverage period shown on the current cetificate of coverage ends during the duration of the project; (F~ retain all required certificates of coverage en file for the duration of the project z^.d for one yeaz thereafter, (G) notify the govetamertal entity m wnttng by cetttned mzil or personal delivery, within ten days after the person knew or should have known, of any change that materially afrects the provision of coverage of any person proviaine services on the project gad (fi) centrasually require -,.acfi other person with whom it contracs, to perform xs required by subparagraphs (A)-(Ii) of this paraa3aoh,'with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, ocher than a contractor, shall: (I) provide coverage for its employees providing services oa a project, for the duorzatinotnc vuaegpeolect based on proper reporting of classification codes and payroll amotmu and filing agreements; (2) provide a certificzte of coverage as required by its conaact to provide services ea the project, prior to beginning work on the project; (3) have the following language in its contras to provide services oa the project: "gy signing this contrzct or providing or causine to be provided a certificate of coverage, the person signing this convzc is representing to the govemmenta! entity that all employees of the person signing this contras. who will provide services on the project will be covered by workers' comaensation coverage httpJh~:vw•sos.state.tx_usltad28/II/IlOB/I10.110.hun1 NOSICE TO CONTRACZORS - 6 ReviseQ-1/13/981 8/7!98 Paqe 5 ct 7 rage ~ of o f°r t;.e duration of t e proiea, that the coverage will be based on proper reoordng of ciassineation codes acid payroll zc:ounu, and that all coverage a~ee:ne^ts w•rd be filed with the aoorooriate insura:.ce carrier or, is the case of a self-irsse0. wirh.~e C°maussion's Division of Self-1nInsurance Reguiatioa. Proviamg false or misi~nez o lei ~~ y~o~~„ the contra«or to a live penalties, c:irnirtal pe:alties, civil p (4) provide the person for whom it is providing services on the project, prior to the end of the coverzge period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate ei covemge ends during the duration of the projec.; (5) obtain from each person providing services on a proie« under wntract to it, and provide as required by its contrz«: (A) a certificate of coverage, prior to the ogler person beginning work on the prof a«; and (B) prior to the end of the coverage period, a new certificaze of coverage showing extension of the wveraee peried, if the coverage period shown on the current certificate of coverage ends darting rho duration of the projr'.; (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 certrfied mail or personal delivery, of any change that materially affects the provision of coverage of a~ person providing services on the proje« and send the notice within ten days after the person Mew or should have known of the chanee; and (8) contractually require each other person with whom it eomracu to: (A) Provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreeettents f°r all of its e:aployees providing services on the project, for the duration ofthe project; (H) provide a certificate of coverage to it prior to that other person beginning work on the project; (G~ include in alI contrails to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the wverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends durin¢ the duration ei the proje«; (E) obtain from each other person under contra« to it to provide services on the project, and provide as required by iu contra«: () a certificate of coverage, prior to the other person beginning work on the project; and (u) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown oa the current certificate of coverage enas during the r ~' NOTICE TO CONTRRCTOAS ~ 6 HI"J19H httpJ/wwwsosatate.oc.us/tad28/IT/110/B/110.110.htm1 Revised 1/13/981 page 6 of 7 Page 6 of 6 s lAl. ltu.uu duration ci :9e contras.: ~~ (17 retain zit required ce.^.~:cz:es of coverage on iile for the duration cf u.e project and for one yeaz thereafrer, (G) notify tite governatertai er:iry in writing by cecnnec rrtail or personzi delivery, within ten days after the person lmew or should have latown, of any change that tnateraiiy affects the provision of f ~ coverage of any person providing services on the projea; and ~ contractually require etch person with whom it contracts, to perform as requited by this - ' subpazaeraph 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 declazed to be severable. ',, (g) This rule is applicable for buiiding or construction conu-acts adve.sed for bid by a govemmemal entity on or after September 1, 1994. This rule is also applicable for those building or consrruction 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 Wile does not apply to motor carriers who aze required p„m,ant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide acddental insurance coverage pursuant to Texas Civil Starutes, Article 6675c, § 4(~j . ~i) The coverage requirement in'this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who aze exp(icrtly excluded from coverage in accordance with the Act, § 406.097(x) (as added by House Bt71 1089, 74th Legislature, 1995, § 1.20). This subsection zpplies only to sole proprietors, partners, and corporate executive officers who are exchtded from coverage in an inn+~*,ce policy or certificate of authority to self-insure that is deliverea, issued far delivery, or renewed on or after 7anuary 1, 1996. . Source: The provisions of this § 1 I0.110 adopted to be effective September I; I994; i9 TexRcg' 5715; amended to be effective Plovember 6, 1995, 20 Texlteg 8609. Return to Section Index !11 NOTICC TO CONTRACTORS _ 0 Revises 1/13/981 g/7/98 http://wwwsosstate-tx.usltad28/II/11oB/110.110-html paves ~ ~E ~ PART A SPECIAL PROVISIONS CITY HALL REROOFING PROJECT - 2008 PROJECT NO. 4361 3SCTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Hid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2.00 p m Wednesday 2 July 2008. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN:BID PROPOSAL- CITY BALL REROOFING PROJECT - 2008 PROJECT NO. 4361 A pre-bid meeting is scheduled for Wednesday, 25 Juae 2008, beginning at 10 AM, at the Corpus Christi City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conducted by City staff and Project Architect Chuck Anastos, A.I.A. will be available for questions and answers. No additional or separate visitations will be conducted by the City. A-2 Definitions sad Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project The re-roofing of approximately 22, 636 SF of existing roof, consisting of all Work including: installation of new reinforced PVC roof system over new recovery board over existing roofing to remain in place; including parapet flashing, plumbing vent & curb flashing and existing scupper flashing and site cleanup with proper disposal of all materials; all in accordance with the drawings, specifications, and other construction documents. A-4 Method of Award The bids will be evaluated based on the Total Base Hid, subject to the availability of funding. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5$ Bid Soad (Must reference CITY HALL REROOFING PROJECT - 2008 PROJECT NO. 4361 as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement 3ectioa A - SP (Revised 12/15/04) Page 1 of 22 A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 90 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $100 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, 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 Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. Section A - SP (Revised 12/15/04) Page 2 of 22 A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for BUILDING CONSTRUCTION. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales 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 then 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 then in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll sulznittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These docimients will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (1'~) times the specified hourly wage must be paid for all hours worked in excess of 90 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cocparati~ with Public Pgenaies (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 (98) 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 1-800-245-9595, the Lone Star Notification Conpany at 1-800-669-8349, and the Southwestern Bell Locate Group at 1-800-828-5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 880-3500 Project Architect Chuck Anastos Associates, LIC Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services Municipal Information Systems (M.I.S.) A E P S B C City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (M9N) 889-4922 (996-0069 mobile) 880-3540 882-1911 857-1880 (880-3140 after hours) 857-1618 (880-3190 after hours) 885-6900 (885-6900 after hours) 857-1881 (880-3190 after hours) 880-3461 857-1970 626-3790 299-9833 (693-9499 after hours) 881-2511 (1-800-829-9429, after hours) 857-1996 857-1960 -- 857-5000 (857-5060 after hours) 887-9200 (Pager 800-729-3624) 813-1129 (Pager 888-209-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972-753-9355 Section A - SP (Revised 12/15/09) Page 3 of 22 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs 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, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control (Not Used) L... .-.._1 .. F.. ...J; 4 ; h i l J 4 .. ~ , I .. F ~~ ~. Eent~aete sha eem1s~~ra'th the E=t~ti'r Fy, r sha seerx~e the neeessa~~Pe~m't °~^^ ~~^ -^FF; ,. A-14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Section A - SP (Revised 12/15/09) Page 4 of 22 Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals (Not Used) ,_ s~ z a~ +~ ..a A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office (NOT USED) '~ `:^,'' ^"; ue € 3 ' e -en s - r1et e-e ~st~ "' ", 8 d mist be d~ e E~3 eha'rs '-- ~~--«_.,,.,-,._ Est 3 "'~ r" e€ r 7 e ~ ~~_,._.._ ,,.... ~z--z~-o= ==we mt~s€ be €~x A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. Section A - SP (Revised 12/15/04) Page 5 of 22 Re-Submission: Revise and resubmit as required by the City Engineer. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Proj ect Lav out and Control (Not used) - - -~ 7 ~ r - ~ ~ -°~ '-sae s "nea - ~#r-` ~~ ~ _ ~ Section A - SP (Revised 12/15/04) Page 6 of 22 - ;~~_ - - - - - - --~ - - ---.=,T-~~ A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project Signs (NOT USED) m -rte--ins-ta3~l P~e7eet~ ^'' "' ~ '~ Sin „a mss. _,...y eea€' en e€ the "' `'^ ''^ A-22 Minority/Minority Business Enterprise Participation Policy (revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, 'women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively Section A - SP (Revised 12/15/04) Page 7 of 22 own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.08 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 51.08 of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.08 or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.08 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.08 of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.08 of the contract work itself and in which a minority joint venture partner has a 50.08 interest, shall be deemed equivalent to having minority participation in 25.08 of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Section A - SP (Revised 12/15/09) Page 8 of 22 Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 ~ 5 ~ 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. 9. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) 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. A-24 Surety Bonds Paragraph two (2) of Section B-3-9 of the General Provisions is changed to read as follows: "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 reinsurers) 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 Section A - SP (Revised 12/15/09) Page 9 of 22 reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NOT USED) ..L...f ...J l ; 4L. ...._....F ,l of .. L / , ~...l .. .f ~.1-...! ..1 .. F: .....~1 h.. ,y ~~ nest at'ae Eede er .," .,'`;" `'"' ..,r,._ -.,- _,~ ..~ ,....., , . „ 9ther Eha geS' _, c,.,...,, ter. ,.c _, .. ~ .......: ..... ... ~ : r: ,. .., ; ,~~ ~ ,.F ., _a~_ ,.,, .. ,. ~esa3r-ee~t' €' eate ..`"""'` "'' "' :,. ..,; 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: Section A - SP (Revised 12/15/09) Page 10 of 22 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78969-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility £or Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide 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-on-~-"o~o °°'^no~-- coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Builder's Risk- °' "`-- insurance coverage, including any deductible. The City must benamed additional insured on any policies providing such insurance coverage. Section A - SP (Revised 12/15/09) Page 11 of 22 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 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, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years 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 prp*~+ll site 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. Section A - SP (Revised 12/15/09) Page 12 of 22 A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. Section A - SP (Revised 12/15/04) Page 13 of 22 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to. do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 Citv Water Facilities: Special Requirements (NOT USED) ; b € -l ' `"'"' "'^ any r e a nQ we P~e~ te-new€e~m E tee, sebee~nt~'aete~s --a -,-~. ~` "'^; v ^..p, "y""" "' , n.. _ ...a . ,.a ,.... F,.. ,, Section A - SP (Revised 12/15/09) Page 14 of 22 ..L.. 1 I / I ;l; I 4i.n~ / Tll .. L. L, anC~ e gazpmen~ F3ee~ : ~ ~''••• •-,~N.•• ^.,,~' l •• ..+-.~ ^ ^^ ..Ll,. ' SEand P7 P ' a~~s T^^«; ~...,. /n, ~-: - -.-1 can eaa~-a-raF-~ ~ne~ ena a : SaL. ~~~= -~-aim-se~s - en~s e~eane~s '•~t =ea ~~ -y°° "'L L^`-°- tk~ea~es~geands eea ~~nQa e 3~gd~a••~}e egs}g~en~ _o__ ~L wucr /uec_ --- c~__>__> ~ + __> ..> L... iL... M1.. •.4.-~. l.f l.v- ~ ~s, net~s~ ~e eenP;a'ned a s~ ~ a" M=mes a~ `L~ '- k. ..l ^l ^v^!1 F...-... ..l 1 .. ~.L..... khan e~ange, ~ ae,^e- irPt`~e „_,.,. -g.'-s-- -=°-- - --- .> ~ ill L.. ~.nn r nn c.nn n nn_ -.,+-... ~~.-.. :,.~~.. Section A - SP (Revised 12/15/04) Page 15 oP 22 d 14 6enl:~aeEe~ veh'e es mt~s>: ~e -'~^a '` ''^n'9^""'' ~Emen1= s~ *, , n^..+.-_...-__ ..,.,.:.., B 6` € W € ~ h ° 's ..,. e~ ePa ~ a s~-g-a-a~e -- ~ d ens Wa€e~ Tea€rt~enE E~an1= " P7~ e ' " v ,-k~e ~fe ,,.. n: +J rn..+,..,. n..... ~...F.., ..+ ..., a . ^""cv-ac-aaav~f ^ L.j l +L... ,l F; -.+i , +L. ..~ r, l~..l .. ml.: S. ~ € ~ t m~ €e~ €e met: F: ea€#en s ~'''': a r e s, r~ = s ne , , , , ' = d ~ n €he --'~,~ ^'' Eke ~egt~ a~ > ~enQa Qe E ' > - " " "'' ""' :~e sy and een 3ns He s =em ss ~ rr , , ..l ...J +L... ..F vl~ .. F .. : ...J }~ F.. ~ l .. C ~ " rl~ _ ^~ ,Jr^F^n ~ l ~l 9 ~ ' ' ' ~€~ R'F ~= ^^' Rcg emen€ and .. F+..-...... ~ ^^ n§ €he s~ ...J F...- +_1... e eo ee _ • y ~~s s t ' ' .. €~l, 1 t -. FF...d ...i .; ^.~1 n :a ns 6 Eke Ana a-pe~taanen : N ~ ' ' " b ' and- € rzam a €~ n, ~ePa ,aa n1=a ~ Ile sha --- -€r~~n' ~ ea r sh ega=~me a e n€ ..'~: ^'~ ~ g +.... Y.- ^a... ..- ..F h ' ~aet:' ea' e3e€en€ "`^~ ^ «'~: e mare Ear~ fn-P , : € +,... h ~ - F. ee a' , d .r + ~ F: , ,,.,r_,... + ~ , _.. ,- r The ben€~ae e~ a P e s a y y r h d ' 11€t ~^~a^ ',• -F .-~... ,. . .,-..a S67lB~S sps€em ;ae e ~ - .~ y Section A - SP (Revised 12/15/04) Page 16 of 22 A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Eorm attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, 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. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, 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. I 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 Section A - SP (Revised 12/15/09) Page 17 of 22 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) ...J F...- M..1i c_ic ,.A r,... _F _~_ ____ __-. ~~~6ent aeter eempl~ea`th the eend't'ens A-36 Worker's Com for for The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancv and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8- 9. 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) ...J 4L. .. ~J: .. ...] 4L... ..l Section A - SP (Revised 12/15/06) Page 18 of 22 A-42 OSHA Rules 6 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 S Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, 'or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (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. (9) Deletions, additions, and changes to scope of work. (5) Any other changes made. Section A - SP (Revised 12/15/04) Page 19 of 22 A-46 Disposal of Highly Chlorinated water (7/5/00) (NOT USED) m,~._ Ee~~t~aete~ sha be res~ens`b'e Fed- «~~ ,,, ,. .., ..F .,. ,._ ~„~a~,~,- , ' he water; Pa~E' eu' a~i~h: gh , ~~.^, ^ ,.F -'-, ~_: ~_ .: , , ,,.. .._a F__ ei~s' -~€eet' e~n; a-rte-~a~~eje ee& the-Pe~tn` ss~b~e ' =--= `s €er d~seha~ge ~e~r~~aR+-~=~sens't=ae areas m'~^-- ..,"`^'' ''y _ , ..F -.l l .. l_ ~ ~ ml... • L..~.J .. .. F .1: .- A-47 Pre-Construction Exploratory Excavations (7/5/00) (NOT USED) ~~ , • ,. F ,i -. l 1 ..1 .. l p Y n ~. `1 .. L.mi f 41... F.~..~ -+l F 4 L. .. .+ F .. l : 6ea raete~ - --- -...~: .... L.. .~ L -....ice : s. _} ..F ~~ 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 CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A - SP (Revised 12/15/04) Page 20 of 22 A-49 Amended "Maintenance Guaranty" (a/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. Section A - SP (Revised 12/15/04) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT: CITY HALL REROOFING PROJECT - 2008; PROJECT No. 4361 OWNER: CITY OF CORPUS CHRISTI ENGINEER: CHUCK ANASTOS ASSOCIATES, LLC CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 12/15/04) Page 22 of 22 PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 3 General Decision Number: TX080061 05/09/2008 TX61 Superseded General Decision Number: TX20070063 State: Texas Construction Type: Building Counties: Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 02/08/2008 1 05/09/2008 * BRTX0001-005 05/01/2008 Rates Fringes BRICKLAYER .......................$ 21.00 6.60 ---------------------------------------------------------------- ELEC0278-001 08/27/2006 Rates Fringes ELECTRICIAN ......................$ 18.45 4.75+7t ---------------------------------------------------------------- IRON0066-002 06/01/2007 Rates Fringes IRONWORKER .......................$ 17.40 5.00 ---------------------------------------------------------------- PAIN0130-001 07/01/2005 Rates Fringes PAINTER ..........................$ 15.15 4.42 ---------------------------------------------------------------- * SUTX1987-002 03/01/1987 Rates Fringes CARPENTER ........................$ 9.96 Cement Mason/Finiaher............$ 12.50 LABORER: Mason Tender...........$ 7.14 LABORER ..........................$ 5.85 Plumbers and Pipefitters (Including HVAC) .................$ 10.05 Power equipment operators: Backhoe .....................$ 7.84 http://www.wdol.gov/wdoUscafiles/davisbacon/TX61.dvb 6/10/2008 ~e~ ROOFER, Including Built Up, Composition and Single Ply Roofs ............................$ 9.20 TRUCK DRIVER .....................$ 7.50 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 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)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. 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 a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: http://www.wdol.gov/wdol/scafiles/davisbacon/TX61.dvb 6/10/2008 Page 3 of 3 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable., an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdoUscafiles/davisbacon/TX61.dvb 6/10/2008 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 22ND day of JULY, 2008, 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 Parsons Commercial Roofing termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $174,363.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CITY BALL RE-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL BASE BID: $174,363.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 CITY HALL REROOFING PROJECT 2008 SID QTY 4 ~- UNIT PRICE TOTAL PRICE ITEM i1NIT D83CRIPTION (ia Figures) (in figures) 1 1 INSTALLATION OF NEW REINFORCED ,~ ~ 3~3 S L ; $ . . pVC ROOF SYSTEM OVER NEW RECOVERY BOARD OVER EXISTING ROOPING, PER PLANS AND SPECIFICATIONS COMPLETE IN PLACE PER LUMP SUM 2 100 SF OVAL OF WET/DAMAGED ROOF DECK ~ , , .,~,~ Oi) ~~ INSULATION AS NEEDED AND ~ ~ $ I L~ INFILLING WITH PERLITE RIGID , BOARD INSIILATZON AT AN AVERAGE THICKNE3S OF 6", COMPLETE ZN PLACE PER SF. TOTAL BASE BID ~~ ~I - 3(~3°a *•QUANTITY FOR REPLACING DAMAGED ROOFING IS FOR BIDDING PURPOSES ONLY. PAYMENT WILL BE AT THE UNIT PRICE QUOTED AND FOR THE ACTUAL QUANTITY OF ROOF DECK INSULATION THAT IS REPLACED. PROPOSAL FORM PAGE 3 OF 6 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 90 CALENDAR DAY3 after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTES . City Secretary APPROVED AS TO LB~. By: ~~ Asst. City Attorney CITY OF CORPUS CARI//STI By: - ~iR-.~ Ange Escobar, Interim A st. Cit Mgr. of Public Works and Utilities Services ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorisation to sign) By: ~ --~" 2~ ay Kevin Stowe s, Interim Director of Engineering Parsons Commercial Roofin BY'- !' L Title: ~~~~(UP(n-I P.O. Box 21835/ 605 E.CEN7'RAL (Address) >iPaoo, T$ 76702/ LORENA, T% 76655 (City) (State)(ZIP) 254/881-1733 * 254/881-1995 (Phone) (Fax) 6Y COt1NCIL., Q~j,a,~;,~,/~n Agreement "~•-•••-••/ •••••••iYt~~,^, ,- Page 2 of 2 SECitE7ARV~1. ~, ~~~; ~. P R O P O S A L F O R M F O R CITY HALL REROOFING PROJECT - 2008 PROJECT NO. 4361 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPQS CHRISTI, TEXAS PROPOSAL FORM PAGE 1 OF 6 P R O P O S A L Place: ,7~i~O~ Date: Proposal of ~~ I w~ I / I"~~~`~~` ~ ~ '~"'~ ~ ~ ' a Corporation or/g~a<<nized and existing under the laws of the State of ~~J OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: CITY HALL REROOFING PROJECT - 2008 PROJECT N0. 4361 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: PROPOSAL FOAM PAGE 2 OF 6 CITY HALL REROOFING PROJECT 2008 8ID ITSM QTY & DNZT DESCRIPTION IINIT PRICB TOTAL PRICB (ia figures) (in figures) D - ~ ~ 3(~3 1 1 INSTALLATION OF NEW REINFORCE $ ; L.S. pVC ROOF SYSTEM OVER NEW RECOVERY BOARD OVER EXISTING ROOFING, PER PLANS AND SPECIFICATIONS COMPLETE IN PLACE PER LUMP SUM 2 100 SF REMOVAL OF WET/DAMAGED ROOF DECK ~ ~* INSULATION AS NEEDED AND i~ $~ INFILLING WITH PERLITE RIGID HOARD INSULATION AT AN AVERAGE THICKNESS OF 6", COMPLETE IN PLACE PER SF. TOTAL BASE BID **QUANTITY FOR REPLACING DAMAGED ROOFING IS FOR BIDDING PURPOSES ONLY. PAYMENT WILL BE AT THE UNIT PRICE QUOTED AND FOR THE ACTUAL QUANTITY OF ROOF DECK INSULATION THAT IS REPLACED. PROPOSAL FORM PAGE 3 OF 6 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten .(10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5~ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Buainesa Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 90 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in .strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. number): Receipt of the following addenda is acknowledged (addenda (SEAL - IF BIDDER IS a Corporation) NOTB: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Respectfully submitted: Name : ,S ~'~ S By: (S GNATURE) Address : P ~ ~1C a ~ $35 (P.O. Box) (Street) way ~ ~~~~a (c~~Y- B~It 133 (zip) Telephone: ~ (Revised Avgust 2000) CITY OF CORPUS CHRISTI PROPOSAL FORM PAGE 9 OF 6 P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUSCES § Bond #5023970 IO'iOW ALL BY THESE PRESENTS: THAT Pareone Cammeraial Roo£iac of 1dCLENHADi County, Texas, hereinafter called "Principal", and SureTec Insurance Company ~ a corporation organized under the laws of the State of Texas , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ONE HUNDRED ....,+.vv~4 irti,ooa.v~~ uu1,.Lruc~, lawrUl money Or the United States, t0 be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our ~ieirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OSLSGATION IB SQCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND of JULY , 20 OB a copy of which is hereto attached and made a part hereof, for the construction of: CITY HALL RS-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL BASE HID: $174,363.00) NON, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN FITNESS WHEREOF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 7th day of August , 2008 PRINCIPAL Parsons Commercial Roofing, Inc. Hy: Stuart Parsons, Jr., President {print Name & Titley ATTEST~ pp n (Pri t Nam s Title) SIIRETY SureTec Insurance Company /G' ': Attorney-in-Fact ~ ~~. Eva O. Limmer (Print Name) '~ rj js The Resident Agent of the Snretp in Nneces County, Texas, for delivery of notiea and service of process is: ~eII~,: Keetch & Associates Contact Person: Mike Rh~;ne Address: 1718 Santa Fe Corpus Christi, TX 78404 Phoae Ntaober: 361-883-3803 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revtsed 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D Bond #5023970 STATE OF TERAS $ COVNTY OF NUECES ~ IQiORQ ALL 8Y THSSB PRESENTS TEAT Parsons Commercial Roofing of MCISNriAN County, Texas, hereinafter called "Principal", and SureTec Insurance Company a corporation .organized under the laws of the State of Texas , and duly authorized to do business in the State of Texas, hereinafter called "Surety",~ are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE NO/lOV($174,363.UU) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: TSE COQ~IDITION OF THIS OSLIGATIO)iT IS SIICH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22tID day JDLY, 2008, a copy of which is hereto attached and made a part hereof, for the construction of: CITY BALL RE-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL SASE SZD: $174,363.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification. to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FORTHBR, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article .5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant^, "Labor" and ^Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueees County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 7th day of August , Zp 08 . PRINCIPAL Parsons Commercial Roofing, Inc. By: Stuart Parsons, Jr., President (Print Name & T tle) ATTEST SQRETY SureTec Insurance Company ~~, t ~ ~.: By: 1 Attorney-in-fact ' . Eva 0. Limmer ..^ (Print Name) .~~..' ~~ `~ C{ ~''~ ~ r 'I ~~~ The Resident Agent of the 3nrety fa Nneaes Coaatp, T~~`f,ewfa~' deSiv®ry of notice and service of prooesa 3s: Ag~aey: Keetch & Associates Contact Persoa:Mike Rhyne Address: 1718 Santa Fe COYDllS Christi. TX 78404 Phone Nraaiaer: 361-883-3803 (NOTE: Date o£ Payment Bond must not be prior to date o£ contract) (Revised 3/08) Payment Sond Page 2 of 2 CITY OF CORPUS CHRISTI DEPARTMNNT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 76469-9277 Bond#5023970 RS: Certification of Power of Attorney for Performance and Payment Honda Project Name/NO.: City Hall Re-Roofing Project 2008, Project # 4361 , ,. , Surety Company: SureTec Insurance Company Geintlemen = Robert D. Cave (name of Of ca oX sur®ty) , hereby certify that the facsimile power of attorney submitted by Eva Limmer (Attorney-In-Fact) for Parsons Commercial Roofin ,Inc. (Contractor), a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its, home office, has not been amended or abridged, is ati11 in fu11 force and effect, and said designated agent is currently in good standing with the surety. Tn the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven (T) days thereof at the following address: ' City of Corpus Christi Department of Engineering Services Attn: Contraot Administrator P.O. Box 9277 Corpus Christi, Texas 784b9-9277 signed this 2nd day of ~ July 70 OB . 1 , Name : Robert D. Cave Title: Sr Vice President yy`` Sworn and eubscribed to be~fore:me on.thie ~-- day of ~~ , 20,~1~,• ~ `~w iA ~ 7,~A~ G`lA~ Notary Public State of ~~~ My Commission Expires• (Revised 9/03) tsp,-•j •.•`b•., \~'0v~''+~~ Dianne Barrow Notary Public State of Texas My Commission Expires IECEMBER 01, 2008 AT"TAtCIiML''NT 1 1 OF 1 PoA a: 4221112 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 John R. Ward, Eva O. Limmer of Galesville, Texas its true and lawful Attorney(s)-in-fact, with fitll power and authority hereby conferred m its name, place and stead, to execute, acknowledge and deliver any and all bonds, recogrtizances, undertakings or other instruments or contracts of swetyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/100 Dollars ($5,000,000.00) and to bind the Company [hereby as fully and to the same extent as if such bonds 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(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/09 and is made under and by authority of the following resolutions of the Board of Directors of the SweTec Inswance 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 [he Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling orterminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon [he 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 attomey or any certificate relating thereto by facsimile, and any power of attomey 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 2d^ ojApril, l999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal ~o be hereto affixed this 20th day of Tune, A.D. 2005. 5~tinN° RETEC INS CE CO)iIPANY ~~..~•' ' Pc i F~l x a i°~ By: w~w~,nj Bill King, re nt State ofTezas ss: ~~`" 1 V ;lrY County of Harris ~..., On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of S[JRETEC 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 instmment is such corporate seal; [hat it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny ,,j,,^, OO 771' ~n, ^y~ ~~~,~-. • Alab d Texa ~~ ItylyY~ k'~'"""/I + MV COniltll~fOfl E>9Nr~ Michelle Denny, Notary Pub tc AugUSt 27, 2008 My commission expires August 27, 2008 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 Attomey, 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 Attomey are in full force and effect. Given under my hand and the seal of said Company a[ Houston, Texas this 7th day of August , 20 08 , A.D. M. Brent Beaty, Assistant Se re ry Any instrument Issued In excess of the penalty stated above is totallyvoid and without any validity. For verification of the authority of this power you may call (7131812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev. 9-17-06 P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUECES § ~iOW ALL BY THESE PRESENTS: THAT Parsons Commercial Roofing of MCLENNAN County, Texas, hereinafter called "Principal", and a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ONE HUNDRED SEVENTY-FOUR THOIISAND, THREE HUNDRED SIRTY-THREE AND NO/100($ 174,363.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND of JULY 20 OB a copy of which is hereto attached and made a part hereof, for the construction of: CITY BALL RE-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL BASE BID: $174,363.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WBEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of 20 PRINCIPAL By: (Print Name & Title) ATTEST Name & Title SURETY By: Attorney-in-fact (Print Name) The Reaideat Agent of the Surety in Nueces County, Tasas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Performance Bond must not be prior to date of con tract)(Revised 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D STATE OF TEXAS ~ COUNTY OF NUECES ~ KNOW ALL SY THESE PRESENTS: THAT Parsons Commercial Roofing of MCLENNAN County, Texas, hereinafter called "Principal", and , a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE HUNDRED 3EVENTY-FOUR THOUSAND, THREE HUNDRED SIXTY-THREE AND NO/100($174,363.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND day JULY, 2008, a copy of which is hereto attached and made a part hereof, for the construction of: CITY HALL RE-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL BASE BID: $174,363.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article .5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas.. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney-in-fact (Print Name) The Rasidsat Agent of the Surety in Naecaa Conntp, Taxers, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the~llowin~informati9g. Every question must be ~swe~d.~lflhe question is not applicable, answerwith "NA". FIRM STREET: CITY: /.L~/+~'iQ ZIP: R9~~-S FIRM is: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Nam/et Job Title and City Department (if known) ~I(~ 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3°k or more of the ownership in the above named "firm". Name Title N -~ 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 `arm". _ Name Board, Commission or Committee NR~ 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 Nfl CERTIFICATE I certify that all information provided is true arid 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. rpp q~_ Title: I1,4C1 Fly t~~~......... Certifying Person: ( r. nn np Signature of Certifying Person: i ~ Date: ~~~ !JD PROPOSAL FORM PAGE 5 OP 6 DEFINITIONS a. "Board Member'. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "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. c. "Firm°. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce ordeal 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 taxabon, are treated as non-profit arganizabons. d Department end Div'sion Heads and Mu in c pal Court J dges of the C ry of Corpus Christi Texast City Managers, e. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "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.. PROPOSAL FORM PAGB 6 OF 6 ACORD„ CERTIFICATE OF LIABILITY INSURANCE oYisi%zoosl ooucER (25q)7c3~~S317 FAX (234)733-1132 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ailey Insurance & Ri sk Management, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR .201 Washington Ave. '.0. Box 298 taco, TX 76701 WRED Parsons Commercial Roo ina In. INSURERS AFFORDING COVERAGE INSUREaA: American Casualty Company INSUREae: Continental Casualty Ins. INSURER C: The Texas Mutual Ins. Co. NAIC # P. 0. Box 21833 Waco, TX 76702-1835 INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 4NY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR W>Y PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 'OLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. R DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE POLICY EXPIRATK)N LIMITS OENEMLLIABILFIY C2D77575792 OS/DS/2DD8 DS/DS/ZDD9 EACH OCCURRENCE S 1,DDg,gO X COMMERCIAL GENERAL LIABILI7V ~ DAMAGE TO RENTED E 100 OD CLAIMS MODE ~ OCCUR / v ~ MED EXP (Any one paroon) E S r QQ X $1000 Pd Ded PERSONALBADVINJURY S 1,Ogg g0 GENERAL AGGREGATE E 1 2,ggg DD GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG E 2,000,00 POLICY X JEC LOC AUT OMOBILE LUIBILITY C1D73632877 DS/DS/2DD8 OS/D5/2DD9 COMBINED SINGLE LIMIT X ANV AUTO \/ IEe aeatlenp E v 1 OQQ, QO ALL OWNED AUTOS ~ BODILY INJURY E SCHEDULED AUTOS (Per peroon) X HIRED AVTOS BODILY INJURY E X NON-OWNED AUTOS (Per eccitlenl) PROPERTY DAMAGE (Per acdtlenU E GARAGE LUIBIDTY AUTO ONLY-EA ACCIDENT E ANYAUTO OTHER THAN Ep pCC E AUTO ONLY: pGG E EXCESS/UMBRELU DABILRY C20775~75968 05/05/2008 05/05/2009 EACH OCCURRENCE s ,/ 2,000,00 X OCCUR ~ CLAIMS MADE V , / AGGREGATE E 2 , OOO, OO E DEDUCTIBLE E X RETENTION E 1DrDD E WORKERS COMPENSATION AND ' TSF0001156952 05/05/2008 0$/05/2009 X WC STATU- orH- EMPLOYERS LIABILRY ANV PROPRIETOR/PARTNERIEXECUTIVE ~ E. L. EACH ACCIDENT E 1,000 OO OFFICER/MEMBER EXCLUDED9 ~ E. L. DISEASE-EA EMPLOYEE E 1 OOO, DD 11 yee, tleacAba antler SPECVIL PROVISIONS below E. L. DISEASE-POLICY LIMIT E 1 DDD DD oT Ea ~ nand Marine Contr's C1073632863 05/0$/2008 05/05/2009 Max. 510,000 per item ented/Leased Equip Maz Total Lmt $150,000 Ded $2500 Min/$25,000 Max SC RIpT10N OF OPEMTIONS I LOCATgN I VEHICLES I EXCLUSN)NS ADDED BY ENDORSEMENT / 8pECULL PROVNipNS l e ject - #4361 City Ha l Reroof The certiricate holder is an additional insured on the Teral liability and auto policy, if required by contract. \,: . day notice of cancellation for non-payment SXOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TXE EXPIRATION DATE THEREOF, TXE ISSUING INSURER HALL ENDEAVOR TO MAIL Clty of Corpus Christi ~~ 30" DAYS WRITTEN NOTICE TO TXE CERTIFICATE HOLDER NAMED TO THE LEFT, Engineering Services ATTN: Contract Administrator BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P. O. BOx 9277 / OF ANY KIND UPON TXE INSURER, ITB AOENTS OR REPRESENTATIVES. Corpus Christi, TX 78469 AUTNORD!ED REPRESENTATIVE % Wes Bailev/KAREN / ~~~ ~"~-~~ :ORD 2512001108) ®ACORD CORPORATION 7986 FROM : PARSONS ROOF 1 NG' FA?( N0. : 2548611995 Au 3. 31 2009 06: 57f+11 , P G -~~0 33~-fit COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES TFSE POLICY - PLEASE READ Ix CARE1"'ULI,Y ADDITIONAL INSURED - O'1~VNERS, LBSSEPS OR CONTRACTORS (FORM 8) This endorsement modifies irigurauce provided under the following: COMMERCIAI+ GENERAL LIABILITY COVERAGE PART SCHEAULE Name oP Person or Or4ani:atioa+ City o! Corpus Chxieti Department oE' BngineeYing 6ervices ATTD7: Centrnot Administrator P.O. Hox 9297 corpus Christi, Texas 78469-9279 (iE no entry appears above, infazma[ion required to complete trila endorsement will ba shown in the Declaration a9 applicable [o Chia endorsement.) WHO IS AN INSURED (6eeeien III i0 baCeod d +tulthhreedeet co liability arioing out of organizaCien shown in the Schedule, y p "your WOYK" foY thaC insured by or fOr you. ~~~~ ~ - j~0J31-~ Named Insured: Policy Number: Effective Aate of Thia 6ndor0omerit Authorized Repreeencatlve: Name (prineed) 21t1e IPriritad) C6 20 10 11 BS ATTACHMENT 2 1 OF 2 9SiZ7'd ££:0T 800Z-iz-9fltl C 2077575792 Pti..~ONS CODIDSBRCTAL ROOFING, INC. PO BOR 21835 YORIIB AIID laDOA6nltiNTB BCEtDULB Yore Mwebax G56015H 11/1991 000001 12!2004 CG0067 03/2005 06/2006 CC0205 11/1985 01/1996 CG2134 01/1987 CG2153 01/1996 CG2170 11/2002 CG2279 07/1998 CG2404 11/1985 CG2639 04/1999 1~ f'Peo3' G13~22~6 8 11/2004 6132303899 07/2005 G136080A 02/2000 61361060 02/2005 G136107A 03/2000 G1 c 02/2005 140331A 01/2001 14 5 42 11/2003 G144291A 03/2003 6145658A 11/2003 G146874A 03/2005 G146881A 05/2005 G147137A42 02/2004 G18652H42 08/2006 G300219A42 11/2005 G30D250A 02/2006 G300280A42 04/2006 6433168 05/1989 6551578 02/1988 IL0003 08/2002 IL0017 11/1998 IL0021 03/1998 IL0168 05/2002 IL0275 07/2002 7orII 41C1a DELETION OF FORD! 6129991E Commercial General Liability Coverage Form Excl-Violation E-mail,Fax, Phone Ca11,ETC 8tatuteB Texan Changes TX Changes-Amend Cancellation Brow or cov Change 30~ `-~ Deductible Liability Inausance Exclusion - Daaignated Work-~"~Mc41W4~L ~ti.9tC9~Wa~~ Exclusion - Designated Ongoins Operdtione cap on Losses fox Certified Acta of Terrorism Exclusion - Contraatore - Professional L'~ability Waiver-Trans Rights Recovery Against Othara To Oa Tx Changes-Employment Related Pracnt~ioe~ clusi.on Amendatory Ladozaement - Pollution Exclusion Roofing Contractors Limited Pollution Cov-WorkSite Arndt of Ina Agree-xnovm or Continuing In7 ox Damg ~Asaidential Construction Defect PCO Exclusion Exclusion - Construction Wrap-Op Program ~cclueion-subsidence contractors Blanket Additional Insured Endorsement FungiYMold/milder/Xea'at/Microbe Exclusion - Texas Economic And Trade Sanctions Condition Exclusion - Silica Important Notice 1M80ATANT INFORMATION-TORCA APFLIBD BEST pRACTicE5 policy Limitation Disclosure Notice Excl-Silica contractors General Liability Extension Endt-T& TE poliayholdex Notice Excl-Subsidence Exterior Finish System Prod/Comp ope Exclusion PHN EXtezior Finish System Prod/Comp Ope Exclusion Exclusion - Asbestos Premium Bases Calculation of Premium Common Policy conditions Nuclear Enesgy Liab Exclusion Endt (Broad Form) Texas Changes - Duties Texaa Changed - Cancellation and Nonreneaal •ww YL11a8B RHSD 'P8R BYICL088D DIPOATAII'P 110TICff CONC>01M71A0 YOUR FOLIC! wrr Posy ptu~bar G132259A42 07/1998 61442338 08/2006 G145041A 05/2003 6441288 11/2004 G53752D42H Yosm Tibia General Liability Policyholders notice -'17[ Notice - Offer of Terrorism Disclosure of Premium IMP INF Economic And Trade Sanctions Condition Imp Info For Insureds rho Hire Subaontxactore Important Information for Taxae Policyholders ,,,,...,,.~ Pane 5 of 6 9SiiS "d Z£:0i 8002-TZ-~Jflki CNA 0-140331-A (Ed. 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL C.1S. OF THIS EN~RS MENT FORTH SE DUTIES ~E~ C~~ OR SUIT. SEE PARAGRAPH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modlgas Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCH~ULE Narns of Pereen or Orgatllsatlon: Dselprratad Prged: (Coverage under tltls endorsement b net elfeatsd by an er-trY or look of entry fn ttre SotrsduN shave.) A. WHO IS AN INSURED (8eetlon IQ Is amended to 3. The txwerege Provided to the additional Insured aragraph f. of the ment and d include as ah Insured any person or organfzatiron, erson or organizatlon shown in the p orse by this en definllion of "Mreured contract" under " including arty p schedule above, (called additlonal iraured) whom you bodiy DEFINITIONS (Section Yl do not apply to out of the e" arisin a d " " are roquired to add as en eddltlonel insured on tltis nt g g am propery or inJury roducta•campieted operetlons hazard" unless ; policy under a written contract or writen agreeme t of written agreement must be: t i p by the written contract or written ui~n q rac tten con but the wr t B ~ 1. Currenty in effect or becoming eifeotlve during the The insurance provided to the additonal insured 4 tens of this potluy; and . doss not appy to "bodily inJury; "property 2. Executed prior to the "bodiy Injury," "property damage," or "personal and adverdsing inJury" ' damage," or "personal and advertising Injury". s, or arising out of an architect's, engineer surence provided to the additlonal Insured is i Th surveyor's rendering of a taiwro to render airy rr e B. proteseionel services Including: limited as follows: 1. That person or organization is an additlonal a. The prepadng, approving, or felling to prepare opinions, shop drawings s ve ma insured solsy for IlabNlty due to your negli~nce " " , p , or appro surveys, field orders, change orders reports for the your work speoNlcalb resulting irom• f th , or drawings and ~ecl0atlone; and e additlonel Insured which w the subJect o written contract or written agreement. No b. Supervisory, or inspection activhlea performed coverage applies to liability resuhing from the sole ~ part of arty related architectural or negligence of the additonal Insured. engineering actlvitles. 2. The Umha of Insurence applicable to the additional insured are thoso spealfled, in the C. ~ r~p~g ~ ~py~age provided under this endoreement, SECTION N - COtAMERCUIL written contract or written agreement or in the Gti:NERAL LIABILITY CONDRIONS are amended as Oeclaretions of ttds policy, whichever is less. follows: These Limits of Insurance are inclusive of, and not ent 1 l d is In addition to, the Limos of Insurance shown in the Condltion . ~ O~urreea e Clelm or SuIt Ol~ns peclaretlons. Page 1 of 2 G-140331-A 9T/£I ' d ££ :0I 800i;-S2-anti G-740331-A (Ed. D1/01) s. An addttbnal insured under thla endorsement will es soon as praatloabls: (1) Qive wrtten notice of an occurrence or an offense to us which may result in a claim or "su11" under this inautartq; (~ Tender fire defense and Indemnlly of ar~r palm or'euk" to arty otiuN ku<urer which also has Irtaurenaa for a loss we cover under this Covarege Part and (8) Agree to make Insurance wh~h hea for a lose Coverage Part, available any other rire addluonal Inaursd wa cover under this t. We have no duty to defend or indemnity an addnional insured under this endoroement r~_i~nvni_e 9LiGT'd until we receive written notice of a Balm or "sufP from the addldonal Insured. 2. paragraph 4b. of the Other Insurance Condition ie deleted and replaced wflh the following: 4. tylfrer Irtereanoe b. Flosses hutrasrce Thi6 Insurance fe excess over any other insurance naming fire addidonat Insured as an insured whether primary, excess, ooMingeM or on any other basis unless a written contract or written agreement spsoiflcaNy requires that this insurance be sMher primary or primary and nonoorNrtbuting. Page 2 of 2 ss:0i a0oz-iz-end FROM :PRRSOPiS ROOFING FAX IJO. :25~F8B1199S Aug. 31 2009 Q9'S7Rr9' F': TE 99 O1B ADDITIONAL. INSI]ItF11 This endorsement modifies insurance provided .under the following: 8II97~SB8 AUTO COV1l8Afis FORM OA8#G8 COV88AOE '10818 TBLfCR>C88 COVmBAOfS FO811 This Endorsement changes Che policy effective on the inception date of. the inaieacea Bndor9ement x.ffective Named Insured Po11cy Number The provigiona and exclusions that apply to LIABILITY COVERAGe also apply to this endorsement. P (Enter Name and Address a£ Additional Insured.) is an iaeyrad, but only with respect to legal responsibility for acto or omissions of a person £or whom Liability Coverage ie afforded under thl.a policy. The additional irisurad ie not requited to pay £or any premiums stated in the policy oz earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you, You are authorized to act for the additional inaurad in all mercers pertaining to this insurance. we will mail the additional !.neared notice of any canoellation of thic+ policy. If the cancellation ie by ue, we will give ten days notice to the additional ia^ured. The additional inaurod will retain any right of recovery as a claimant under this policy. FO81t TLS 99 018 - ADDITIONAL ~BOBSD Texas 9taadard Automobile endorsement Prescribed Marsh 18, 1992 arra.cllNl>;N~r z T£:0L 80La~-if-nnr+ City of Corpus Christi Dept. of Engineering Service9 Attn: Contract Administrator Cox u sChristi, TX 78469-9277 ~~ v4o3 C 1073632877 pA bN9 COMMERCIAL AOOFINf3, INC. PO BOR 21835 iPACO. TR 76707-1835 ._..____.___.__. >roaMi Ara ~poasrlllM4T8 iCaaAnsa soar aorssa CA0001 CI-0171 CA0196 CAD243 0403 O1 CA7089 CA2109 cAa76a CA9995 CA9997 G132750A42 Ci14479]A G147190A IL0003 IL0017 IL0021 TS9978A soax Tlns 03/2006 Business Auto Coverage Form 02/1999 Limited Msxico Coverage 03/7006 Texas Changes 03/7001 Taxae Changes - Cancellation and Nonrenewal 06/7004 T or Coverage Ch Endt. 06/7004 Texas Additional Insured `- ~'' 03/7006 Additional Insured - Lessor 06/7004 TR Changes in Trans of Rgts ('li'ver of Subrogation) 06/7004 TE. Uninsured/Underinsured Motorists Insurance 03/2006 TR. Personal Injury Protection Endorsement 17/2001 Texas supplementary Death laenefit 11/7001 Texas Experience Modification 07/1998 Automobile Policyholders notice -TR 03/2003 Economic And Trade sanctions Condition 07/2004 Named Ariver bcclueion~ •09/7007 Calculation of Premium 11/1998- Common Policy Conditions 04/1998 Nuclaar Energy Liab Exclusion Endt (Broad Form) 03/1997 Lose Payable Clause ~QQt~r i~,:? A/,~ \, ~, rrr ptp,A~ ArAD '!ia fNCL09SA TllPORRAr4 rOT2CBB COMCa7tgSrO YOIIA POLICY rsr POall rOrBaA POalt ?IRLa G147630A 05/7002 Imp. Info.- For Our Commercial Auto Policyholders G145041A 05/2003 IbiR INF Economic And Trade sanctions Condition 6147738A 10/2004 Auto Prevention Poling Holder Notice G53757D42H Important Information far Texas Policyholders Countersignature 1~,e,.K~ ~~.~a~o.~b ' ' 1 9Ti50'd ,....... oo nP 77 L~:OT 8002-TZ-~Jflti POLICY NUMBER: COMNERCIA4 AUTO CA 04 O8 O6 t14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREPUL.LY. TEXAS ADDITIONAL INSURED This endorsement modlties insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FOF~M MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endoreement, the provlsbns of the Coverage Form apply unless modified by the endoreamsnt, This endorsement changes the poFey effective on the inaaption date of the policy unless another data is indicated below. Insured: SCHEDULE PERSON OR ORGANIZATION THAT YOV AR8 REQIIIRED TO ADD AS AN ADDITIONAL INSORED ON THIS POLICY IINDER MIRITTEN CONTRACT OR AGRB)>~rs1~`1' . (If no entry appears above, imormation required to complete this endorsement will be shown in the Decaratons as applicable to this endorsement.) A. Who Is An Insured (Section Iq Is amended to induda as an 'insured' the parson(s) or organlration(s) shown in the 8ohedule, but ony with rasped to their legal Ilabitity for acts or omisalone of a person Tor whom Liability Coverage is afforded under this policy. B. The additional insured named In the Schedule or Declarations b not requlrod to pay for arry premiums stated in the policy or earned from the policy. Any return premium and any dNldend, it applicable, ~ declared by us shall ba paid to you. ~_ ~i ,, 3 r_e ne na rre oa 9i~ee~d C. You are authorized To act for the addtional insured named in the Sohedula or Declarations In all matters peAaining to this insurance, D. We wMl mail the additional Insured nametl In the Schedule or Declarations notice of any cancellation of this policy. H we cancel, we will give 10 days notice to the additional Insured. E The additional Insured named in the Schedule or Declaratons will retain any right of recovery as a claknant under this policy. Copyright,lSO Properties, Inc., 2003 Pape 1 of 1 is:0i se0z-tz-anti FROM : PARSONS ROOF I tJG FAY htO. : 2548911395 Auq. 21 2099 p9: 57A1 i F~ CGOanS CONQ4ERCIAL GENERAL LIABILITY TFXASCHANdES-AMENllMEN7 OP CANCELLA'X'ION pHOy[SXONS OR COVERAGE CHANdE CONII~IERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODVCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART THIS ENDORSEMENT CF3ANOES THE POLICY - PLEASE READ IT CAREFULLY Th>s endorsement madifie$ insurance provided under the following: In the event of cancellation or material change that reducers ur restricts the insurance afforded by this Coverage Pazt, we agree to mail prior wxitten notice of cancellation or material change to: Schedule 1. Name: SEE BELOW 2 Address: &E£ BELOW 3. NumbeY Of date advance notice: THIRTY (30) ,~~, cGoa~ City Of Corpus Christi Dept. of Engineering services Attn: Contract Administrator P.O. AoX 9277 COrpus Chziati, TX 78469-9277 9SiSS'd Named Insured Policy Number: Effective Date of This Endorsement: Authorized Representative: Name (Printed): Title tPririted): cooaos (il-es) ATTACHIV,CENT 3 ~ nx 't b£:0t 8002-SZ-~Jflti 9t'd ~b101 POLICY NUMBER: ~ ) CG 02 0511 85 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modlfles insurance provided under the foliowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTOR6 PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAl3E PART In the event of canoallalion or msteflal change that reduces or rsshicts the insuance afforded by this Coverage Part, we aglse to mail poor written noUw of cancallatlon w material change to: SCHEDULE 1. Name: "PER SCHEUDLE ON FILE WITH COMPANY" 2. Address: 8. Number of days sdvanes ratlor. 30 / sE lam e~ 9Ti9S'd 7~:0i 8002-T2-8flb FROM :PRRSOh15 ROOFIriG FAX N0. :2546811395 Au 3. 21 2008 08:59Ah~ F` Cr~oa ~~{ TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Thin endoraemerit modifies insurance provided Urider the fallowing: noaxasss av~ro covs>17-os sows a>-x>kas wveasa~t so7w rxvc7:sae cov7ew~as rows Thia endareement changes the policy effective on the inception date of the policy nnlnss anet2fer date is indicated below: __ __ Endorsement Effective I Policy Number xamed Iaeuzed Counters TA'~TY aol days before this poiioy ie cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: tIInter xane and 7lddresel city of corpus Christi nept. of 73agiaeering servicae >+ttri: ConCract Admiaistretar P.C. Hox 9277 Corpus Christi, TX 78469-9277 Authorized Representative: Name (Printed): Title (Printed): lOwt T1 02 0171 - CIWCYLL>,TI077 AROVI9IOX Olt COVlR7101t CRIIt109 lHDORBl1p7D1T Tesar etsndald LutOmo611e kederreatant PresoriDSd NoverDsr 1. 1987 ATTACHMENT 3 9Ti80'd ~~ as:0i seen-Z~-nnH C 1073632877 P. OONB CO1Qd6RCIAL ROOFING, INC Po BOX 21835 WACO. TE 76702-1835 roars ara nlaoasarBeMS sca~aDVrr,1s The following Eozms have been added to this policy. POA~ p~p~ roar RI'!L! G560158 11/1991 ENDT 7-16-08 CA0244 06/2004 Texas Cancellation Provielon or Covexage Ch Endt. Countersignature 1,.~,w~ a,.~N a m. edam J Sxreu~ _ .. _~ '3ti6O'd zs:ei~ eeOZ-iz-one POLICY NUMBER: THIS ENDORSEIAENT CHANGES THE PQLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLA710N PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM QARAGECOVERAGEFORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement,lhe provisions of the Coverage Form apply unless madlfied by the endorsement. This endorsement changes the policy effectivve on the inceptlon date of the policy unless another date is indicated below. EflectiVe: SCHEDULE I Name Of Parson Or OrgantmUon COMMERCIAL AUTO CA 02 4s OE 04 N this policy is oan~led or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of days' notice indicated in the Schedule. ~w Mww nwM 9Z/0S'd CoovricM. ISO Properties, Inc., 2003 Page 7 0} 1 zs:ei a00z-iz-one WORKERS' COMPENSATION AND ENS. _DYERS L{AGILITY INSURANCE POLICY WC 420601 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 canceAation 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 dlredly or indirectly to benefit anyone not named in the Schedule. 1/ Schedule 1. Number of days advance notice: 3o Y 2, Notlce will be mailed to; CITY OF CORPUS CHRISTI ENGINEERING SER P 0 BOX 9277 CORPUS CHRISTI, TX 76489 ThB endorsement Change@ the policy /o whldt tt k attached eReotNa on the Inception date of the poGCy unless @ ditlerent date is Ihdk:atad below. (The tallowing "ahaching clause" need be completed only When this endorsement rs 1654ad subsequent to preparation of th@ ppllcy.) Thle endorsement, ettectlve on / J u I y 31 , 2 DO B at 12:07 A.M, standard Ome, tolms a part of Policy No. TSF-OD01155952 2DDB0505 oftheTexas Mutual Insurance Company Issued to PARSONS COhMERCIAL ROOFIND 1NC iJndotset~nent~No. B Premium $ 0. DO t// Y ~a~7r/tZ,ri/{a~ ~~ ~ ww Authorized IReprerentative ww WC420601 IED. 1.841 AGENT'S COPY PAROMERO 8-06-2008 aw 9ri70'd 0£:0T 8002-S2-rJfltl Page 3 of 3 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable., an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdoUscafiles/davisbacon/TX61.dvb 6/10/2008 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 22ND day of JULY, 2008, 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 Parsons Commercial Roofing termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $174,363.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CITY BALL RE-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL BASE BID: $174,363.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 CITY HALL REROOFING PROJECT 2008 SID QTY 4 ~- UNIT PRICE TOTAL PRICE ITEM i1NIT D83CRIPTION (ia Figures) (in figures) 1 1 INSTALLATION OF NEW REINFORCED ,~ ~ 3~3 S L ; $ . . pVC ROOF SYSTEM OVER NEW RECOVERY BOARD OVER EXISTING ROOPING, PER PLANS AND SPECIFICATIONS COMPLETE IN PLACE PER LUMP SUM 2 100 SF OVAL OF WET/DAMAGED ROOF DECK ~ , , .,~,~ Oi) ~~ INSULATION AS NEEDED AND ~ ~ $ I L~ INFILLING WITH PERLITE RIGID , BOARD INSIILATZON AT AN AVERAGE THICKNE3S OF 6", COMPLETE ZN PLACE PER SF. TOTAL BASE BID ~~ ~I - 3(~3°a *•QUANTITY FOR REPLACING DAMAGED ROOFING IS FOR BIDDING PURPOSES ONLY. PAYMENT WILL BE AT THE UNIT PRICE QUOTED AND FOR THE ACTUAL QUANTITY OF ROOF DECK INSULATION THAT IS REPLACED. PROPOSAL FORM PAGE 3 OF 6 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 90 CALENDAR DAY3 after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTES . City Secretary APPROVED AS TO LB~. By: ~~ Asst. City Attorney CITY OF CORPUS CARI//STI By: - ~iR-.~ Ange Escobar, Interim A st. Cit Mgr. of Public Works and Utilities Services ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorisation to sign) By: ~ --~" 2~ ay Kevin Stowe s, Interim Director of Engineering Parsons Commercial Roofin BY'- !' L Title: ~~~~(UP(n-I P.O. Box 21835/ 605 E.CEN7'RAL (Address) >iPaoo, T$ 76702/ LORENA, T% 76655 (City) (State)(ZIP) 254/881-1733 * 254/881-1995 (Phone) (Fax) 6Y COt1NCIL., Q~j,a,~;,~,/~n Agreement "~•-•••-••/ •••••••iYt~~,^, ,- Page 2 of 2 SECitE7ARV~1. ~, ~~~; ~. P R O P O S A L F O R M F O R CITY HALL REROOFING PROJECT - 2008 PROJECT NO. 4361 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPQS CHRISTI, TEXAS PROPOSAL FORM PAGE 1 OF 6 P R O P O S A L Place: ,7~i~O~ Date: Proposal of ~~ I w~ I / I"~~~`~~` ~ ~ '~"'~ ~ ~ ' a Corporation or/g~a<<nized and existing under the laws of the State of ~~J OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: CITY HALL REROOFING PROJECT - 2008 PROJECT N0. 4361 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: PROPOSAL FOAM PAGE 2 OF 6 CITY HALL REROOFING PROJECT 2008 8ID ITSM QTY & DNZT DESCRIPTION IINIT PRICB TOTAL PRICB (ia figures) (in figures) D - ~ ~ 3(~3 1 1 INSTALLATION OF NEW REINFORCE $ ; L.S. pVC ROOF SYSTEM OVER NEW RECOVERY BOARD OVER EXISTING ROOFING, PER PLANS AND SPECIFICATIONS COMPLETE IN PLACE PER LUMP SUM 2 100 SF REMOVAL OF WET/DAMAGED ROOF DECK ~ ~* INSULATION AS NEEDED AND i~ $~ INFILLING WITH PERLITE RIGID HOARD INSULATION AT AN AVERAGE THICKNESS OF 6", COMPLETE IN PLACE PER SF. TOTAL BASE BID **QUANTITY FOR REPLACING DAMAGED ROOFING IS FOR BIDDING PURPOSES ONLY. PAYMENT WILL BE AT THE UNIT PRICE QUOTED AND FOR THE ACTUAL QUANTITY OF ROOF DECK INSULATION THAT IS REPLACED. PROPOSAL FORM PAGE 3 OF 6 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten .(10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5~ of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Buainesa Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 90 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in .strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. number): Receipt of the following addenda is acknowledged (addenda (SEAL - IF BIDDER IS a Corporation) NOTB: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Respectfully submitted: Name : ,S ~'~ S By: (S GNATURE) Address : P ~ ~1C a ~ $35 (P.O. Box) (Street) way ~ ~~~~a (c~~Y- B~It 133 (zip) Telephone: ~ (Revised Avgust 2000) CITY OF CORPUS CHRISTI PROPOSAL FORM PAGE 9 OF 6 P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUSCES § Bond #5023970 IO'iOW ALL BY THESE PRESENTS: THAT Pareone Cammeraial Roo£iac of 1dCLENHADi County, Texas, hereinafter called "Principal", and SureTec Insurance Company ~ a corporation organized under the laws of the State of Texas , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ONE HUNDRED ....,+.vv~4 irti,ooa.v~~ uu1,.Lruc~, lawrUl money Or the United States, t0 be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our ~ieirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OSLSGATION IB SQCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND of JULY , 20 OB a copy of which is hereto attached and made a part hereof, for the construction of: CITY HALL RS-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL BASE HID: $174,363.00) NON, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN FITNESS WHEREOF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 7th day of August , 2008 PRINCIPAL Parsons Commercial Roofing, Inc. Hy: Stuart Parsons, Jr., President {print Name & Titley ATTEST~ pp n (Pri t Nam s Title) SIIRETY SureTec Insurance Company /G' ': Attorney-in-Fact ~ ~~. Eva O. Limmer (Print Name) '~ rj js The Resident Agent of the Snretp in Nneces County, Texas, for delivery of notiea and service of process is: ~eII~,: Keetch & Associates Contact Person: Mike Rh~;ne Address: 1718 Santa Fe Corpus Christi, TX 78404 Phoae Ntaober: 361-883-3803 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revtsed 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D Bond #5023970 STATE OF TERAS $ COVNTY OF NUECES ~ IQiORQ ALL 8Y THSSB PRESENTS TEAT Parsons Commercial Roofing of MCISNriAN County, Texas, hereinafter called "Principal", and SureTec Insurance Company a corporation .organized under the laws of the State of Texas , and duly authorized to do business in the State of Texas, hereinafter called "Surety",~ are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE NO/lOV($174,363.UU) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: TSE COQ~IDITION OF THIS OSLIGATIO)iT IS SIICH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22tID day JDLY, 2008, a copy of which is hereto attached and made a part hereof, for the construction of: CITY BALL RE-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL SASE SZD: $174,363.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification. to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FORTHBR, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article .5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant^, "Labor" and ^Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueees County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 9 copies, each one of which shall be deemed an original, this the 7th day of August , Zp 08 . PRINCIPAL Parsons Commercial Roofing, Inc. By: Stuart Parsons, Jr., President (Print Name & T tle) ATTEST SQRETY SureTec Insurance Company ~~, t ~ ~.: By: 1 Attorney-in-fact ' . Eva 0. Limmer ..^ (Print Name) .~~..' ~~ `~ C{ ~''~ ~ r 'I ~~~ The Resident Agent of the 3nrety fa Nneaes Coaatp, T~~`f,ewfa~' deSiv®ry of notice and service of prooesa 3s: Ag~aey: Keetch & Associates Contact Persoa:Mike Rhyne Address: 1718 Santa Fe COYDllS Christi. TX 78404 Phone Nraaiaer: 361-883-3803 (NOTE: Date o£ Payment Bond must not be prior to date o£ contract) (Revised 3/08) Payment Sond Page 2 of 2 CITY OF CORPUS CHRISTI DEPARTMNNT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 76469-9277 Bond#5023970 RS: Certification of Power of Attorney for Performance and Payment Honda Project Name/NO.: City Hall Re-Roofing Project 2008, Project # 4361 , ,. , Surety Company: SureTec Insurance Company Geintlemen = Robert D. Cave (name of Of ca oX sur®ty) , hereby certify that the facsimile power of attorney submitted by Eva Limmer (Attorney-In-Fact) for Parsons Commercial Roofin ,Inc. (Contractor), a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its, home office, has not been amended or abridged, is ati11 in fu11 force and effect, and said designated agent is currently in good standing with the surety. Tn the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven (T) days thereof at the following address: ' City of Corpus Christi Department of Engineering Services Attn: Contraot Administrator P.O. Box 9277 Corpus Christi, Texas 784b9-9277 signed this 2nd day of ~ July 70 OB . 1 , Name : Robert D. Cave Title: Sr Vice President yy`` Sworn and eubscribed to be~fore:me on.thie ~-- day of ~~ , 20,~1~,• ~ `~w iA ~ 7,~A~ G`lA~ Notary Public State of ~~~ My Commission Expires• (Revised 9/03) tsp,-•j •.•`b•., \~'0v~''+~~ Dianne Barrow Notary Public State of Texas My Commission Expires IECEMBER 01, 2008 AT"TAtCIiML''NT 1 1 OF 1 PoA a: 4221112 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 John R. Ward, Eva O. Limmer of Galesville, Texas its true and lawful Attorney(s)-in-fact, with fitll power and authority hereby conferred m its name, place and stead, to execute, acknowledge and deliver any and all bonds, recogrtizances, undertakings or other instruments or contracts of swetyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and no/100 Dollars ($5,000,000.00) and to bind the Company [hereby as fully and to the same extent as if such bonds 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(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/09 and is made under and by authority of the following resolutions of the Board of Directors of the SweTec Inswance 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 [he Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling orterminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon [he 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 attomey or any certificate relating thereto by facsimile, and any power of attomey 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 2d^ ojApril, l999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal ~o be hereto affixed this 20th day of Tune, A.D. 2005. 5~tinN° RETEC INS CE CO)iIPANY ~~..~•' ' Pc i F~l x a i°~ By: w~w~,nj Bill King, re nt State ofTezas ss: ~~`" 1 V ;lrY County of Harris ~..., On this 20th day of June, A.D. 2005 before me personally came Bill King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of S[JRETEC 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 instmment is such corporate seal; [hat it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. Michelle Denny ,,j,,^, OO 771' ~n, ^y~ ~~~,~-. • Alab d Texa ~~ ItylyY~ k'~'"""/I + MV COniltll~fOfl E>9Nr~ Michelle Denny, Notary Pub tc AugUSt 27, 2008 My commission expires August 27, 2008 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 Attomey, 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 Attomey are in full force and effect. Given under my hand and the seal of said Company a[ Houston, Texas this 7th day of August , 20 08 , A.D. M. Brent Beaty, Assistant Se re ry Any instrument Issued In excess of the penalty stated above is totallyvoid and without any validity. For verification of the authority of this power you may call (7131812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev. 9-17-06 P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUECES § ~iOW ALL BY THESE PRESENTS: THAT Parsons Commercial Roofing of MCLENNAN County, Texas, hereinafter called "Principal", and a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ONE HUNDRED SEVENTY-FOUR THOIISAND, THREE HUNDRED SIRTY-THREE AND NO/100($ 174,363.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND of JULY 20 OB a copy of which is hereto attached and made a part hereof, for the construction of: CITY BALL RE-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL BASE BID: $174,363.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WBEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of 20 PRINCIPAL By: (Print Name & Title) ATTEST Name & Title SURETY By: Attorney-in-fact (Print Name) The Reaideat Agent of the Surety in Nueces County, Tasas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Performance Bond must not be prior to date of con tract)(Revised 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D STATE OF TEXAS ~ COUNTY OF NUECES ~ KNOW ALL SY THESE PRESENTS: THAT Parsons Commercial Roofing of MCLENNAN County, Texas, hereinafter called "Principal", and , a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE HUNDRED 3EVENTY-FOUR THOUSAND, THREE HUNDRED SIXTY-THREE AND NO/100($174,363.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND day JULY, 2008, a copy of which is hereto attached and made a part hereof, for the construction of: CITY HALL RE-ROOFING PROJECT 2008 PROJECT NO. 4361 (TOTAL BASE BID: $174,363.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article .5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas.. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney-in-fact (Print Name) The Rasidsat Agent of the Surety in Naecaa Conntp, Taxers, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the~llowin~informati9g. Every question must be ~swe~d.~lflhe question is not applicable, answerwith "NA". FIRM STREET: CITY: /.L~/+~'iQ ZIP: R9~~-S FIRM is: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Nam/et Job Title and City Department (if known) ~I(~ 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3°k or more of the ownership in the above named "firm". Name Title N -~ 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 `arm". _ Name Board, Commission or Committee NR~ 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 Nfl CERTIFICATE I certify that all information provided is true arid 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. rpp q~_ Title: I1,4C1 Fly t~~~......... Certifying Person: ( r. nn np Signature of Certifying Person: i ~ Date: ~~~ !JD PROPOSAL FORM PAGE 5 OP 6 DEFINITIONS a. "Board Member'. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "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. c. "Firm°. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce ordeal 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 taxabon, are treated as non-profit arganizabons. d Department end Div'sion Heads and Mu in c pal Court J dges of the C ry of Corpus Christi Texast City Managers, e. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "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.. PROPOSAL FORM PAGB 6 OF 6 ACORD„ CERTIFICATE OF LIABILITY INSURANCE oYisi%zoosl ooucER (25q)7c3~~S317 FAX (234)733-1132 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ailey Insurance & Ri sk Management, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR .201 Washington Ave. '.0. Box 298 taco, TX 76701 WRED Parsons Commercial Roo ina In. INSURERS AFFORDING COVERAGE INSUREaA: American Casualty Company INSUREae: Continental Casualty Ins. INSURER C: The Texas Mutual Ins. Co. NAIC # P. 0. Box 21833 Waco, TX 76702-1835 INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 4NY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR W>Y PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 'OLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. R DD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTNE POLICY EXPIRATK)N LIMITS OENEMLLIABILFIY C2D77575792 OS/DS/2DD8 DS/DS/ZDD9 EACH OCCURRENCE S 1,DDg,gO X COMMERCIAL GENERAL LIABILI7V ~ DAMAGE TO RENTED E 100 OD CLAIMS MODE ~ OCCUR / v ~ MED EXP (Any one paroon) E S r QQ X $1000 Pd Ded PERSONALBADVINJURY S 1,Ogg g0 GENERAL AGGREGATE E 1 2,ggg DD GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG E 2,000,00 POLICY X JEC LOC AUT OMOBILE LUIBILITY C1D73632877 DS/DS/2DD8 OS/D5/2DD9 COMBINED SINGLE LIMIT X ANV AUTO \/ IEe aeatlenp E v 1 OQQ, QO ALL OWNED AUTOS ~ BODILY INJURY E SCHEDULED AUTOS (Per peroon) X HIRED AVTOS BODILY INJURY E X NON-OWNED AUTOS (Per eccitlenl) PROPERTY DAMAGE (Per acdtlenU E GARAGE LUIBIDTY AUTO ONLY-EA ACCIDENT E ANYAUTO OTHER THAN Ep pCC E AUTO ONLY: pGG E EXCESS/UMBRELU DABILRY C20775~75968 05/05/2008 05/05/2009 EACH OCCURRENCE s ,/ 2,000,00 X OCCUR ~ CLAIMS MADE V , / AGGREGATE E 2 , OOO, OO E DEDUCTIBLE E X RETENTION E 1DrDD E WORKERS COMPENSATION AND ' TSF0001156952 05/05/2008 0$/05/2009 X WC STATU- orH- EMPLOYERS LIABILRY ANV PROPRIETOR/PARTNERIEXECUTIVE ~ E. L. EACH ACCIDENT E 1,000 OO OFFICER/MEMBER EXCLUDED9 ~ E. L. DISEASE-EA EMPLOYEE E 1 OOO, DD 11 yee, tleacAba antler SPECVIL PROVISIONS below E. L. DISEASE-POLICY LIMIT E 1 DDD DD oT Ea ~ nand Marine Contr's C1073632863 05/0$/2008 05/05/2009 Max. 510,000 per item ented/Leased Equip Maz Total Lmt $150,000 Ded $2500 Min/$25,000 Max SC RIpT10N OF OPEMTIONS I LOCATgN I VEHICLES I EXCLUSN)NS ADDED BY ENDORSEMENT / 8pECULL PROVNipNS l e ject - #4361 City Ha l Reroof The certiricate holder is an additional insured on the Teral liability and auto policy, if required by contract. \,: . day notice of cancellation for non-payment SXOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TXE EXPIRATION DATE THEREOF, TXE ISSUING INSURER HALL ENDEAVOR TO MAIL Clty of Corpus Christi ~~ 30" DAYS WRITTEN NOTICE TO TXE CERTIFICATE HOLDER NAMED TO THE LEFT, Engineering Services ATTN: Contract Administrator BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P. O. BOx 9277 / OF ANY KIND UPON TXE INSURER, ITB AOENTS OR REPRESENTATIVES. Corpus Christi, TX 78469 AUTNORD!ED REPRESENTATIVE % Wes Bailev/KAREN / ~~~ ~"~-~~ :ORD 2512001108) ®ACORD CORPORATION 7986 FROM : PARSONS ROOF 1 NG' FA?( N0. : 2548611995 Au 3. 31 2009 06: 57f+11 , P G -~~0 33~-fit COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES TFSE POLICY - PLEASE READ Ix CARE1"'ULI,Y ADDITIONAL INSURED - O'1~VNERS, LBSSEPS OR CONTRACTORS (FORM 8) This endorsement modifies irigurauce provided under the following: COMMERCIAI+ GENERAL LIABILITY COVERAGE PART SCHEAULE Name oP Person or Or4ani:atioa+ City o! Corpus Chxieti Department oE' BngineeYing 6ervices ATTD7: Centrnot Administrator P.O. Hox 9297 corpus Christi, Texas 78469-9279 (iE no entry appears above, infazma[ion required to complete trila endorsement will ba shown in the Declaration a9 applicable [o Chia endorsement.) WHO IS AN INSURED (6eeeien III i0 baCeod d +tulthhreedeet co liability arioing out of organizaCien shown in the Schedule, y p "your WOYK" foY thaC insured by or fOr you. ~~~~ ~ - j~0J31-~ Named Insured: Policy Number: Effective Aate of Thia 6ndor0omerit Authorized Repreeencatlve: Name (prineed) 21t1e IPriritad) C6 20 10 11 BS ATTACHMENT 2 1 OF 2 9SiZ7'd ££:0T 800Z-iz-9fltl C 2077575792 Pti..~ONS CODIDSBRCTAL ROOFING, INC. PO BOR 21835 YORIIB AIID laDOA6nltiNTB BCEtDULB Yore Mwebax G56015H 11/1991 000001 12!2004 CG0067 03/2005 06/2006 CC0205 11/1985 01/1996 CG2134 01/1987 CG2153 01/1996 CG2170 11/2002 CG2279 07/1998 CG2404 11/1985 CG2639 04/1999 1~ f'Peo3' G13~22~6 8 11/2004 6132303899 07/2005 G136080A 02/2000 61361060 02/2005 G136107A 03/2000 G1 c 02/2005 140331A 01/2001 14 5 42 11/2003 G144291A 03/2003 6145658A 11/2003 G146874A 03/2005 G146881A 05/2005 G147137A42 02/2004 G18652H42 08/2006 G300219A42 11/2005 G30D250A 02/2006 G300280A42 04/2006 6433168 05/1989 6551578 02/1988 IL0003 08/2002 IL0017 11/1998 IL0021 03/1998 IL0168 05/2002 IL0275 07/2002 7orII 41C1a DELETION OF FORD! 6129991E Commercial General Liability Coverage Form Excl-Violation E-mail,Fax, Phone Ca11,ETC 8tatuteB Texan Changes TX Changes-Amend Cancellation Brow or cov Change 30~ `-~ Deductible Liability Inausance Exclusion - Daaignated Work-~"~Mc41W4~L ~ti.9tC9~Wa~~ Exclusion - Designated Ongoins Operdtione cap on Losses fox Certified Acta of Terrorism Exclusion - Contraatore - Professional L'~ability Waiver-Trans Rights Recovery Against Othara To Oa Tx Changes-Employment Related Pracnt~ioe~ clusi.on Amendatory Ladozaement - Pollution Exclusion Roofing Contractors Limited Pollution Cov-WorkSite Arndt of Ina Agree-xnovm or Continuing In7 ox Damg ~Asaidential Construction Defect PCO Exclusion Exclusion - Construction Wrap-Op Program ~cclueion-subsidence contractors Blanket Additional Insured Endorsement FungiYMold/milder/Xea'at/Microbe Exclusion - Texas Economic And Trade Sanctions Condition Exclusion - Silica Important Notice 1M80ATANT INFORMATION-TORCA APFLIBD BEST pRACTicE5 policy Limitation Disclosure Notice Excl-Silica contractors General Liability Extension Endt-T& TE poliayholdex Notice Excl-Subsidence Exterior Finish System Prod/Comp ope Exclusion PHN EXtezior Finish System Prod/Comp Ope Exclusion Exclusion - Asbestos Premium Bases Calculation of Premium Common Policy conditions Nuclear Enesgy Liab Exclusion Endt (Broad Form) Texas Changes - Duties Texaa Changed - Cancellation and Nonreneaal •ww YL11a8B RHSD 'P8R BYICL088D DIPOATAII'P 110TICff CONC>01M71A0 YOUR FOLIC! wrr Posy ptu~bar G132259A42 07/1998 61442338 08/2006 G145041A 05/2003 6441288 11/2004 G53752D42H Yosm Tibia General Liability Policyholders notice -'17[ Notice - Offer of Terrorism Disclosure of Premium IMP INF Economic And Trade Sanctions Condition Imp Info For Insureds rho Hire Subaontxactore Important Information for Taxae Policyholders ,,,,...,,.~ Pane 5 of 6 9SiiS "d Z£:0i 8002-TZ-~Jflki CNA 0-140331-A (Ed. 01/01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL C.1S. OF THIS EN~RS MENT FORTH SE DUTIES ~E~ C~~ OR SUIT. SEE PARAGRAPH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modlgas Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCH~ULE Narns of Pereen or Orgatllsatlon: Dselprratad Prged: (Coverage under tltls endorsement b net elfeatsd by an er-trY or look of entry fn ttre SotrsduN shave.) A. WHO IS AN INSURED (8eetlon IQ Is amended to 3. The txwerege Provided to the additional Insured aragraph f. of the ment and d include as ah Insured any person or organfzatiron, erson or organizatlon shown in the p orse by this en definllion of "Mreured contract" under " including arty p schedule above, (called additlonal iraured) whom you bodiy DEFINITIONS (Section Yl do not apply to out of the e" arisin a d " " are roquired to add as en eddltlonel insured on tltis nt g g am propery or inJury roducta•campieted operetlons hazard" unless ; policy under a written contract or writen agreeme t of written agreement must be: t i p by the written contract or written ui~n q rac tten con but the wr t B ~ 1. Currenty in effect or becoming eifeotlve during the The insurance provided to the additonal insured 4 tens of this potluy; and . doss not appy to "bodily inJury; "property 2. Executed prior to the "bodiy Injury," "property damage," or "personal and adverdsing inJury" ' damage," or "personal and advertising Injury". s, or arising out of an architect's, engineer surence provided to the additlonal Insured is i Th surveyor's rendering of a taiwro to render airy rr e B. proteseionel services Including: limited as follows: 1. That person or organization is an additlonal a. The prepadng, approving, or felling to prepare opinions, shop drawings s ve ma insured solsy for IlabNlty due to your negli~nce " " , p , or appro surveys, field orders, change orders reports for the your work speoNlcalb resulting irom• f th , or drawings and ~ecl0atlone; and e additlonel Insured which w the subJect o written contract or written agreement. No b. Supervisory, or inspection activhlea performed coverage applies to liability resuhing from the sole ~ part of arty related architectural or negligence of the additonal Insured. engineering actlvitles. 2. The Umha of Insurence applicable to the additional insured are thoso spealfled, in the C. ~ r~p~g ~ ~py~age provided under this endoreement, SECTION N - COtAMERCUIL written contract or written agreement or in the Gti:NERAL LIABILITY CONDRIONS are amended as Oeclaretions of ttds policy, whichever is less. follows: These Limits of Insurance are inclusive of, and not ent 1 l d is In addition to, the Limos of Insurance shown in the Condltion . ~ O~urreea e Clelm or SuIt Ol~ns peclaretlons. Page 1 of 2 G-140331-A 9T/£I ' d ££ :0I 800i;-S2-anti G-740331-A (Ed. D1/01) s. An addttbnal insured under thla endorsement will es soon as praatloabls: (1) Qive wrtten notice of an occurrence or an offense to us which may result in a claim or "su11" under this inautartq; (~ Tender fire defense and Indemnlly of ar~r palm or'euk" to arty otiuN ku<urer which also has Irtaurenaa for a loss we cover under this Covarege Part and (8) Agree to make Insurance wh~h hea for a lose Coverage Part, available any other rire addluonal Inaursd wa cover under this t. We have no duty to defend or indemnity an addnional insured under this endoroement r~_i~nvni_e 9LiGT'd until we receive written notice of a Balm or "sufP from the addldonal Insured. 2. paragraph 4b. of the Other Insurance Condition ie deleted and replaced wflh the following: 4. tylfrer Irtereanoe b. Flosses hutrasrce Thi6 Insurance fe excess over any other insurance naming fire addidonat Insured as an insured whether primary, excess, ooMingeM or on any other basis unless a written contract or written agreement spsoiflcaNy requires that this insurance be sMher primary or primary and nonoorNrtbuting. Page 2 of 2 ss:0i a0oz-iz-end FROM :PRRSOPiS ROOFING FAX IJO. :25~F8B1199S Aug. 31 2009 Q9'S7Rr9' F': TE 99 O1B ADDITIONAL. INSI]ItF11 This endorsement modifies insurance provided .under the following: 8II97~SB8 AUTO COV1l8Afis FORM OA8#G8 COV88AOE '10818 TBLfCR>C88 COVmBAOfS FO811 This Endorsement changes Che policy effective on the inception date of. the inaieacea Bndor9ement x.ffective Named Insured Po11cy Number The provigiona and exclusions that apply to LIABILITY COVERAGe also apply to this endorsement. P (Enter Name and Address a£ Additional Insured.) is an iaeyrad, but only with respect to legal responsibility for acto or omissions of a person £or whom Liability Coverage ie afforded under thl.a policy. The additional irisurad ie not requited to pay £or any premiums stated in the policy oz earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you, You are authorized to act for the additional inaurad in all mercers pertaining to this insurance. we will mail the additional !.neared notice of any canoellation of thic+ policy. If the cancellation ie by ue, we will give ten days notice to the additional ia^ured. The additional inaurod will retain any right of recovery as a claimant under this policy. FO81t TLS 99 018 - ADDITIONAL ~BOBSD Texas 9taadard Automobile endorsement Prescribed Marsh 18, 1992 arra.cllNl>;N~r z T£:0L 80La~-if-nnr+ City of Corpus Christi Dept. of Engineering Service9 Attn: Contract Administrator Cox u sChristi, TX 78469-9277 ~~ v4o3 C 1073632877 pA bN9 COMMERCIAL AOOFINf3, INC. PO BOR 21835 iPACO. TR 76707-1835 ._..____.___.__. >roaMi Ara ~poasrlllM4T8 iCaaAnsa soar aorssa CA0001 CI-0171 CA0196 CAD243 0403 O1 CA7089 CA2109 cAa76a CA9995 CA9997 G132750A42 Ci14479]A G147190A IL0003 IL0017 IL0021 TS9978A soax Tlns 03/2006 Business Auto Coverage Form 02/1999 Limited Msxico Coverage 03/7006 Texas Changes 03/7001 Taxae Changes - Cancellation and Nonrenewal 06/7004 T or Coverage Ch Endt. 06/7004 Texas Additional Insured `- ~'' 03/7006 Additional Insured - Lessor 06/7004 TR Changes in Trans of Rgts ('li'ver of Subrogation) 06/7004 TE. Uninsured/Underinsured Motorists Insurance 03/2006 TR. Personal Injury Protection Endorsement 17/2001 Texas supplementary Death laenefit 11/7001 Texas Experience Modification 07/1998 Automobile Policyholders notice -TR 03/2003 Economic And Trade sanctions Condition 07/2004 Named Ariver bcclueion~ •09/7007 Calculation of Premium 11/1998- Common Policy Conditions 04/1998 Nuclaar Energy Liab Exclusion Endt (Broad Form) 03/1997 Lose Payable Clause ~QQt~r i~,:? A/,~ \, ~, rrr ptp,A~ ArAD '!ia fNCL09SA TllPORRAr4 rOT2CBB COMCa7tgSrO YOIIA POLICY rsr POall rOrBaA POalt ?IRLa G147630A 05/7002 Imp. Info.- For Our Commercial Auto Policyholders G145041A 05/2003 IbiR INF Economic And Trade sanctions Condition 6147738A 10/2004 Auto Prevention Poling Holder Notice G53757D42H Important Information far Texas Policyholders Countersignature 1~,e,.K~ ~~.~a~o.~b ' ' 1 9Ti50'd ,....... oo nP 77 L~:OT 8002-TZ-~Jflti POLICY NUMBER: COMNERCIA4 AUTO CA 04 O8 O6 t14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREPUL.LY. TEXAS ADDITIONAL INSURED This endorsement modlties insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FOF~M MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endoreement, the provlsbns of the Coverage Form apply unless modified by the endoreamsnt, This endorsement changes the poFey effective on the inaaption date of the policy unless another data is indicated below. Insured: SCHEDULE PERSON OR ORGANIZATION THAT YOV AR8 REQIIIRED TO ADD AS AN ADDITIONAL INSORED ON THIS POLICY IINDER MIRITTEN CONTRACT OR AGRB)>~rs1~`1' . (If no entry appears above, imormation required to complete this endorsement will be shown in the Decaratons as applicable to this endorsement.) A. Who Is An Insured (Section Iq Is amended to induda as an 'insured' the parson(s) or organlration(s) shown in the 8ohedule, but ony with rasped to their legal Ilabitity for acts or omisalone of a person Tor whom Liability Coverage is afforded under this policy. B. The additional insured named In the Schedule or Declarations b not requlrod to pay for arry premiums stated in the policy or earned from the policy. Any return premium and any dNldend, it applicable, ~ declared by us shall ba paid to you. ~_ ~i ,, 3 r_e ne na rre oa 9i~ee~d C. You are authorized To act for the addtional insured named in the Sohedula or Declarations In all matters peAaining to this insurance, D. We wMl mail the additional Insured nametl In the Schedule or Declarations notice of any cancellation of this policy. H we cancel, we will give 10 days notice to the additional Insured. E The additional Insured named in the Schedule or Declaratons will retain any right of recovery as a claknant under this policy. Copyright,lSO Properties, Inc., 2003 Pape 1 of 1 is:0i se0z-tz-anti FROM : PARSONS ROOF I tJG FAY htO. : 2548911395 Auq. 21 2099 p9: 57A1 i F~ CGOanS CONQ4ERCIAL GENERAL LIABILITY TFXASCHANdES-AMENllMEN7 OP CANCELLA'X'ION pHOy[SXONS OR COVERAGE CHANdE CONII~IERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODVCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART THIS ENDORSEMENT CF3ANOES THE POLICY - PLEASE READ IT CAREFULLY Th>s endorsement madifie$ insurance provided under the following: In the event of cancellation or material change that reducers ur restricts the insurance afforded by this Coverage Pazt, we agree to mail prior wxitten notice of cancellation or material change to: Schedule 1. Name: SEE BELOW 2 Address: &E£ BELOW 3. NumbeY Of date advance notice: THIRTY (30) ,~~, cGoa~ City Of Corpus Christi Dept. of Engineering services Attn: Contract Administrator P.O. AoX 9277 COrpus Chziati, TX 78469-9277 9SiSS'd Named Insured Policy Number: Effective Date of This Endorsement: Authorized Representative: Name (Printed): Title tPririted): cooaos (il-es) ATTACHIV,CENT 3 ~ nx 't b£:0t 8002-SZ-~Jflti 9t'd ~b101 POLICY NUMBER: ~ ) CG 02 0511 85 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modlfles insurance provided under the foliowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTOR6 PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAl3E PART In the event of canoallalion or msteflal change that reduces or rsshicts the insuance afforded by this Coverage Part, we aglse to mail poor written noUw of cancallatlon w material change to: SCHEDULE 1. Name: "PER SCHEUDLE ON FILE WITH COMPANY" 2. Address: 8. Number of days sdvanes ratlor. 30 / sE lam e~ 9Ti9S'd 7~:0i 8002-T2-8flb FROM :PRRSOh15 ROOFIriG FAX N0. :2546811395 Au 3. 21 2008 08:59Ah~ F` Cr~oa ~~{ TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Thin endoraemerit modifies insurance provided Urider the fallowing: noaxasss av~ro covs>17-os sows a>-x>kas wveasa~t so7w rxvc7:sae cov7ew~as rows Thia endareement changes the policy effective on the inception date of the policy nnlnss anet2fer date is indicated below: __ __ Endorsement Effective I Policy Number xamed Iaeuzed Counters TA'~TY aol days before this poiioy ie cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: tIInter xane and 7lddresel city of corpus Christi nept. of 73agiaeering servicae >+ttri: ConCract Admiaistretar P.C. Hox 9277 Corpus Christi, TX 78469-9277 Authorized Representative: Name (Printed): Title (Printed): lOwt T1 02 0171 - CIWCYLL>,TI077 AROVI9IOX Olt COVlR7101t CRIIt109 lHDORBl1p7D1T Tesar etsndald LutOmo611e kederreatant PresoriDSd NoverDsr 1. 1987 ATTACHMENT 3 9Ti80'd ~~ as:0i seen-Z~-nnH C 1073632877 P. OONB CO1Qd6RCIAL ROOFING, INC Po BOX 21835 WACO. TE 76702-1835 roars ara nlaoasarBeMS sca~aDVrr,1s The following Eozms have been added to this policy. POA~ p~p~ roar RI'!L! G560158 11/1991 ENDT 7-16-08 CA0244 06/2004 Texas Cancellation Provielon or Covexage Ch Endt. Countersignature 1,.~,w~ a,.~N a m. edam J Sxreu~ _ .. _~ '3ti6O'd zs:ei~ eeOZ-iz-one POLICY NUMBER: THIS ENDORSEIAENT CHANGES THE PQLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLA710N PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM QARAGECOVERAGEFORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement,lhe provisions of the Coverage Form apply unless madlfied by the endorsement. This endorsement changes the policy effectivve on the inceptlon date of the policy unless another date is indicated below. EflectiVe: SCHEDULE I Name Of Parson Or OrgantmUon COMMERCIAL AUTO CA 02 4s OE 04 N this policy is oan~led or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of days' notice indicated in the Schedule. ~w Mww nwM 9Z/0S'd CoovricM. ISO Properties, Inc., 2003 Page 7 0} 1 zs:ei a00z-iz-one WORKERS' COMPENSATION AND ENS. _DYERS L{AGILITY INSURANCE POLICY WC 420601 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 canceAation 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 dlredly or indirectly to benefit anyone not named in the Schedule. 1/ Schedule 1. Number of days advance notice: 3o Y 2, Notlce will be mailed to; CITY OF CORPUS CHRISTI ENGINEERING SER P 0 BOX 9277 CORPUS CHRISTI, TX 76489 ThB endorsement Change@ the policy /o whldt tt k attached eReotNa on the Inception date of the poGCy unless @ ditlerent date is Ihdk:atad below. (The tallowing "ahaching clause" need be completed only When this endorsement rs 1654ad subsequent to preparation of th@ ppllcy.) Thle endorsement, ettectlve on / J u I y 31 , 2 DO B at 12:07 A.M, standard Ome, tolms a part of Policy No. TSF-OD01155952 2DDB0505 oftheTexas Mutual Insurance Company Issued to PARSONS COhMERCIAL ROOFIND 1NC iJndotset~nent~No. B Premium $ 0. DO t// Y ~a~7r/tZ,ri/{a~ ~~ ~ ww Authorized IReprerentative ww WC420601 IED. 1.841 AGENT'S COPY PAROMERO 8-06-2008 aw 9ri70'd 0£:0T 8002-S2-rJfltl