Loading...
HomeMy WebLinkAboutC2009-421 - 7/14/2009 - Approved2009-421 M2009-193 07/14/09 R.E. Rabalais Constructors F O R M S O F C O N T R A C T S A N D B O N DS F 0 R O.N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY 2009-2010 RENEWAL CONTRACT (SIX MONTH EXTENSION) PROJECT N0.:8688 ORIGINAL CONTRACT PROJECT NO. 8590 F O R M S O F C O N T R A C T S A N D B O N DS F 0 R O . N . STEVENS WATER TREA7.'N~NT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY 2009-2010 RENEWAL CONTRACT (SIX MONTH EXTENSION) PROJECT N0.:8688 ORIGINAL CONTRACT PROJECT NO. 8590 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 14TH day of July, 2009, 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 R.E. Rabelais Constructors, Ltd. dba Rabelais I&E Constructors termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $130,000.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: O.N.STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY 2009-2010 RENEWAL CONTRACT - PROJECT NO. 8688 (TOTAL AMOUNT: $130,000.00) 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 O.N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009- 2010 Project No. 8688 Base. Bid - Section 1 I II III IV V BID ITEM Unit EXTENSION Price IN (QTY X UNIT ITEM QTY .Description FIGURES PRICE) Annual Preventive Maintenance Services for Field and Board Instrumentation at the O. N. Stevens Water Treatment Plant, complete in place, including lA labor and supervision for 6 Cal. required installation of spare Months parts and other miscellaneous components per Calendar Month. $11,748 $70,488 * MANDATORY allowance for spare 1B L.S. parts and other miscellaneous components furnished by Contractor to be invoiced at Contractors's cost plus fifteen per cent (15 %) mark-up. $21,092 $21,092 * MANDATORY allowance for 1C L.S. additional Annual Preventative Maintenance Services for Field and Board Instrumentation at various locations City-Wide, complete in place, including labor and supervision for required installation of spare parts and other miscellaneous components per Lump Sum. $21,092 $21,092 BASE BID - SECTION 1: $ 112,672.00 (Bid Items lA+1B+1C) Proposal Form Page 3 of 12 O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009 - 2010 Project No. 8688 Base Bid - Section 2 I II III IV V BID ITEM Unit EXTENSION QTY & Price IN (QTY R UNIT ITEM UNIT Description FIGURES PRICE) 2A 20 HR Services to update City's Instrumentation Data Base on a monthly basis, complete and in place per Hour. $69.00 $ 1,380 Services to update City's 2B 12 HR Instrumentation Loop Diagrams on a monthly basis, complete in place per Hour. $69.00 $ 828 Inspections monthly including Testing and Maintenance for 2C 6 EA three Generator Sets of 2000 kW power rating, as required in TS-Ml & TS-M2, complete in place per Each $2,520.00 $ 15,120 . SASE BID - SECTION 2: $ 17,328.00 (Bid Items 2A+2B+2C) Proposal Form Page 9 of 12 O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUM~TT MAINTENANCE PROGRAM FY2009 - 2010 Project No. 8688 * The allowance amount(s) shown in the Base Bid Section 1, above are included for bidding purposes only. Actual quantities will be determined. by actual field conditions and may be zero or a credit to the City. Actual charges against the allowance (s) will be approved by the Engineer, negotiated and paid for through the City's regular change order process and authorized by the City Engineer. BID SUMMARY BASE BID - SECTION 1 (Bid Items lA+1B+1C) BASE BID - SECTION 2 (Bid Items 2A+2B+2C) TOTAL BASE BID: $ 112,672.00 $ 17,328.00 $ 130,000.00 Proposal Form Page 5 of 12 O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009 - 2010 Project No. 8688 Supplemental Bid Proposal Cost Allowance for Additional PREVENTIVE MAINTENANCE SERVICES The following unit prices are established for services in excess of those defined in Section 2A, 2B and 2C of this contract: - 1. COST ALLOWANCE for additional services to update City's instrumentation data base, per Hour: $75.00 per Hour (unit price) 2. COST ALLOWANCE for additional services to update City's Loop Diagrams, per Hour: $75.00 per Hour (unit price) 3. COST ALLOWANCE for additional services for journeyman electrician (s) to perform "after-hours" work and emergency call out work, per Hour• $75.00 per Hour (unit price) No work under this provision of the contract is authorized by the Director of Engineering Services. Services under this provision of the contract will be negotiated when the City determines that they are required. Any work to be done under this provision of the contract will be authorized by a Change Order. Proposal Form Page 6 of 12 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 182 CALENDAR DAYS (SIX MONTHS) 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. ATTE City Secretary CITY OF CO/R'~P,~US CHRISTI B y : ~~ d' ' t ~._.. Oscar Martinez Assistant City Manager APPR AS TO GAL FORM: Ey: Asst. City Attorney ATT83T: (If Corporation)' (Seal BelOW (Note: If Person signing for corporation is not President, attach-:copy of authorization to sign) B _~~ Y' Pete Anaya, P.E. Director of Engineering Services CONTRACTOR R.E.Rabalais Constructors, Ltd. tructors I &E Con s dba Rabalais i,'~~~~ By • ~It,~,~' ~ ( ~ ~4~ex Title : ~I"C ~ - P~ ~S r ~F~ ~ P.O.Box 10366 (Address) Corpus Christi,TX 78460-0366 (City) (State)(ZIP) 361/242-3121 * 361/242-2678__ (Phone) (Fax) SY COtfRCit .. ~~~"..{-~..+-~ .....~::5t.~...° Agreement SEC~ETAitY f~~' Page 2 of 2 P R O P O S A L F O R M F O R O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009 - 2010 Project No. 8688 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of 12 P R O P O S A L Place: Corpus Christi, TX _ Date: 07/30/09 Proposal of a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as R. E. Rabalais Constructors, LTD. Dba Rabalais I&E Constructors 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: O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009- 2010 Project No. 8688 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: Proposal Form O.N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009- 2010 Project No. 8688 Base Bid - Section 1 I II III IV V BID ITEM Unit EXTENSION Price IN (QTY X UNIT ITEM QTY Description FIGURES PRICE) Annual Preventive Maintenance Services for Field and Board Instrumentation at the O. N. Stevens Water Treatment Plant, complete in place, including lA labor and supervision for 6 Cal. required installation of spare Months parts and other miscellaneous components per Calendar Month. $11,748 $70,488 * MANDATORY allowance for spare 1B L.S. parts and other miscellaneous components furnished by Contractor to be invoiced at Contractors's cost plus fifteen per cent (15 %) mark-up. $21,092 $21,092 * MANDATORY allowance for 1C L.S. additional Annual Preventative Maintenance Services for Field and Board Instrumentation at various locations City-Wide, complete in place, including labor and supervision for required installation of spare parts and other miscellaneous components per Lump Sum. $21,092 $21,092 BASE BID - SECTION 1: $ 112,672.00 (Bid Items lA+1B+1C) Proposal Form O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009 - 2010 Project No. 8688 Base Bid - Section 2 I II iII IV V BID ITEM Unit EXTENSION QTY & Price IN (QTY X UNIT ITEM UNIT Description FIGURES PRICE) Services to update City's 2A 20 HR Instrumentation Data Base on a monthly basis, complete and in place per Hour. $69.00 $ 1,380 Services to update City's 2B 12 HR Instrumentation Loop Diagrams on a monthly basis, complete in place per Hour. $69.00 $ 828 Inspections monthly including Testing and Maintenance for 2C 6 EA three Generator Sets of 2000 kW power rating, as required in TS-Ml & TS-M2, complete in $2,520.00 $ 15,120 place per Each. BASE BID - SECTION 2: $ 17,328.00 (Bid Items 2A+2B+2C) Proposal Form O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009 - 2010 Project No. 8688 * The allowance amount(s) shown in the Base Bid Section 1, above are included for bidding purposes only. Actual quantities will be determined by actual field conditions and may be zero or a credit to the City. Actual charges against the allowance (s) rill be approved by the Engineer, negotiated and paid for through the City's regular change order process and authorized by the City Engineer. BID 3UMMPiRY BASE BID - SECTION 1 (Bid Items lA+1B+1C) BASE BID - SECTION 2 (Bid Items 2A+2B+2C) TOTAL BASE BID: $ 112,672.00 $ 17,328.00 $ 130,000.00 Proposal Form O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009 - 2010 Project No. 8688 Supplemental Bid Proposal Cost Allowance for Additional PREVENTIVE MAINTENANCE SERVICES The following unit prices are established for services in excess of those defined in Section 2A, 2B and 2C of this contract: 1. COST ALLOWANCE for additional services to update City's instrumentation data base, per Hour: $75.00 per Hour (unit price) 2. COST ALLOWANCE for additional services to update City's Loop Diagrams, per Hour: $75.00 per Hour (unit price) 3. COST ALLOWANCE for additional services for journeyman electrician (s) to perform "after-hours" work and emergency call out work, per Hour: $75.00 per Hour (unit price) No work under this provision of the contract is authorized by the Director of Engineering Services. Services under this provision of the contract will be negotiated when the City determines that they are required. Any work to be done under this provision of the contract will be authorized by a Change Order. Proposal Form O. N. STEVENS WATER TREATI~NT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009 - 2010 Project No. 8688 STATEMENT OF QUALIFICATIONS This section will be used by the Owner and Engineer for consideration of the bid Award. The Contractor, subcontractors, and supplier shall be qualified and experienced in the performance of the work as described in the Special Provisions, Items A-30 and A-35. The following statement shall be filled out in order to demonstrate compliance with the qualifications and experience requirements. All questions must be answered and the data given must be clear and comprehensive. This statement must be submitted with the proposal. If necessary, questions may be answered on separate attached sheets. Do not attach general advertising and marketing literature; non- relevant materials will not be considered as part of the proposal. Failure to complete the Qualifications Statement completely and accurately shall be sole cause for the proposal to be considered non-responsive. Proposals with an incomplete Qualifications statement will not be evaluated and will be rejected. Information and documentation required by Items A-28, A-29 and A-30 of the Special Provisions for this contract shall be submitted and submitted with the proposal. COMPANY INFORMATION 1. Name of Firm/Company submitting Proposal Form (Prime Contractor only): R.E. Rabalais Constructors, Ltd., dba Rabalais I&E Constructors 2. Permanent main office address and telephone number: 11200 Up River Rd. (78410), P.O. Box 10366,Corpus Christi, TX 78460 3. When organized: 09/84 If a corporation, where incorporated: 4. Contracts on hand: 5 (Provide a schedule of these, showing name and address of Owner, amount of each contract and the approximate anticipated date of completion.) Proposal Form 5. Have you completed all contracts awarded to you? x Yes _ No. If no, submit details: 6. Have you ever defaulted on a contract? _ Yes x No If yes, where, why, name of project, name and address of Owner, and name of bond carrier: 7. Is your firm presently engaged in litigation with respect to any claim regarding contract performance: _ Yes x No. If yes, submit description and state case number, style of case and court in which pending or in which judgment was entered: 8. Has your firm ever been assessed liquidated damages on any project? x Yes _ No. If yes, submit details, including name and address of the owner of the project. City of Corpus Christi, P.O. Box 9277, Corpus Christi, TX-Williams St./Country Club LS 9. Have the principals of your firm been engaged in the instrument and electrical contracting business under any other name within the past five (5) years? If so, please provide the name of such principal(s) and the name and address of the former business: N/A Proposal Form LIST OF FIRMS SUBCONTRACTING ON THIS PROJECT In conformance with the Contract Documents, listed below are the names, addresses and phone numbers of the firms subcontracting on this contract and to what extent they will be used if awarded this contract. This list shall not be modified except as requested of and approved by the Owner, in writing. State if no subcontractor firms will be used. Naaae and Address of Subcontractor Type of Work N/A Proposal Form O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2009 - 2010 Project No. 8688 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 o~ 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°s of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion:The undersigned agrees to complete the work within 6 (six) months. This contract will begin August 1, 2009, as approved by i y .ounce . The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): N/A Respectfully submitted: Name ' R.E Rabal Co ~ uctor Ltd. dba Rabalais I&E Constructors By : ... (SEAL - IF BIDDER IS a Corporation) Address: Po sox 10366 / 11200 Up River Rd. (P.O. Box) (Street) Corpus Christi, TX 78460 (City) (State) (Zip) Telephone: 361-242-3121 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) Proposal Form P E R F O R M A N C E B O N D BOND NO. SSB382665 STATE OF TEXAS § COUNTY OF NUECES ~ RrTOW ALL BY THESE PRESENTS: THAT R.E.Rabalais Constructors, Ltd. dba Rabalais I6~E Constructors of NUECES County, Texas, hereinafter called "Principal", and RLI INSURANCE COMPANY a corporation organized under the laws of the State of ILLINOIS 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 THIRTY THOUSAND AND NO/100($130,000.00) 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 14TH of JULY 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: -~ O.N.STEVENS HATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY 2009-2010 FtENEyPAL CONTRACT - PROJECT NO. 8688 (TOTAL A1~UNT: $130,000.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WSEREOF, this instrument is executed in 4 copies, each one of .which shall be deemed an original, this the 21sT day Of AUGUST ~ 20 09 PRINCIPAL R.E. RABAI~CO13$TRUC~ORS, LTA. DBA By: ~ l 013 ~.-~ ~ S ~~/i {Print Name & Title) ATTEST Sec`retar 1~C0.~- ~ y ~ ~ ~~ a ~r Cl (Print Nam SURETY RLI INSURANCE COMPANY (Print Name) AgeIIC~7: SWANTNER & GORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORE A~r888 : p _ O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 9/02) Performance Bond Page 2 of 2 _~ I' P A Y M E N T B O N D BOND NO. 888382665 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT R.E.Rabalais Constructors, Ltd., dba Rabelais Z6E Constructors Of NUECES County, Texas, hereinafter called "Principal", and RLI INSURANCE COMPANY , a corporation organized under the laws of the State of ILT.7NOIS 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 THIRTY THOUSAND AND NO/100 ($130,000.00)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 14TH day JULY, 2009, a copy of which is hereto attached and made a part hereof, for the construction of: ~"~ O.N.STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY 2009-2010 i RENEWAL CONTRACT - PROJECT NO. 8688 (TOTAL A1~UNT: $130,000.00) 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 f 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 21sT day of AucusT_ _ _ _, 20 09 PRINCIPAL R.E. RABA CO TRU ORS, LT DBA By: e 1~7t.. F \i~ ~~~fa~ ( rint Name & Title) ATTEST 4 Secretar ~ LL~ (~~-I ~~ a f (Print Name SURETY RT.T 7NSi1RANCF. COMPANY 8 i .i .~~ i, 9. ~~ . By: "i:- _ f , Attorney-' fact ~ `~~' MARY ELLEN MOORE - °° '~~~ -,' ~:. (Print Name ) ~ :V `~" ` ~~. Ag@ACY: SWANTNER & GORDON INSURANCE AGENCY Contact Person : MARY ELLEN MOORE Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Ntm~ber: 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 ~ RLI Surety P.O. Box 3967 ~ Peoria, IL 61612-3967 Phone: (800)645-2402 ~ Fax:(309)689-2036 www.rlicorp.com Know Ald Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attomey is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Marv Ellen Moore. R. M. Lee. H. M Cantwell Amv Shumate Tami J Dunc n join v or severally in the City of Corous Christi ,State of Texas its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 23rd day of aril 2009 ~~a~p~RP~~TF ~~ State of Illinois - ,SEAL . County of Peoria ~ SS , ~1.""'~~s,o` '~,,. L1N0.,, On this 23rd day of April 2009 ,before me, a Notary Public, personally appeared Rov C. Die ,who being by me duly sworn, acknowledged that he signed the above Power of Attomey as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: t~C,, Jac eline M. Bock r Notary Public uuuu~ ~~°``u.~ °OFFICIAL SEAL" ;9~ ~1A000EUNEM.BOCKLER auk COMMISSION EXPIRES03/Ol/IO RLI Insurance Company Roy C. Di Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attomey, is now in force, Ir. testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this2lST ~y of AUGUST 2009 RLI Insurance Company gy: '_ .~ Roy C. D' Vice President RLI ~.I.I s~~ .t Drvision gfRLT,(nsurance Company 909 Lake Carolyn Parkw~, Sulte 800 lrving,l7{ 7509 Phone' {972} 24I-7737 Fmc: (972)241-6225 IlVIPORT.A,.NT NO'x'~CE To obtain izt~'ortnation or make a complaint; co~L~NT NoT~c~ You may call RLI Insur»nce Canapatty's toll £ree telephone number for information or to make a complaint at 1-800-331-492 You may also write to RLI Insuratn~ce Compa>dy at_ 909 Lake Carolyn ]'arlcvvay, Suite 800 truing, TX 75039 FAX # (972} 241-6225 You may contact the Texas Department of insuxanee to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Deparnmcnt of,izxsuranco P. d. Box 149104 ,Austin, TX 78714-9104 FAX # (S1Z) 475-1771 P~NXTUIV,[ OXt CX.AIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact IRLI Insurance Company fast. If the dispute is not resolved, you may contact the Texas Depatttncnt o(Insurance. ATTACH THIS NOTICE TO XUIIII; ~O~)<CX': This notice is :for infotxnatioa only aztd does not become a part or condition of the attached document. CITY OF CORPUS CHRISTI 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 following information. Every question must be answered. H the question is not applicable, answer with "NA". FIRM NAME R.E. Rabalais Constructors, Ltd. dba Rabalais I&E Constructors STREET: P.O. Box 10366 CITY: Corpus Christi Zip: 78460 FIRM is: 1. Corporation 2. Partnership x 3. Sole Owner 4. Association _ 5. Other DISCLOSURE QUESTIONS ff additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3°~ or more of the ownership in the above named "firm". Name Job Title and City Department (if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3°k or more of the ownership in the above named "firm". Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant N/A CERTIFICATE I certify that ail Information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Bob Cuvelie Title: President/Manager rw °. ~ Signature of Certifying Person: _ pie; 0 8 / 11 / 0 9 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 or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, nsceivership or trust and entities which, for purposes of taxation, are treated as non-profft organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest". Legal oc 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 speclsl 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 Page 12 of 12 ~'~~'R~ CERTIFICATE OF LIABILITY INSURANCE OP ID N88R °A~`"BND°~"""' `~ xABIBCI os/21/o9 PRODUCER THIS CERTIFlCATE IS ISSUED AS A MATTER OF INFORMATION -ONLY AND CONFERS NO RIGHTS UPON THE CERTIFlCATE Swsntaer & Gordon Ins Agcy-CC HOLDER. THIS CERTIFlCATE DOES NOT AMEND, EXTEND OR PO Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403-0870 Phone: 361-883-1711 Fax: 361-844-0101 INSURERS AFFORDING COVERAGE NAIL # INSURED INSURER A: New shire insurance CO 23841 R.B. ~~la~is Constructors, Ltd / INSURER e: Southern Insurance Company 19216A dba Rabelais I&B Constructors Attn: Kath Richard INSURER C: Texa6 Mutual Insurance Co 22945 PO Box 1036 Corpus Chr sti TX 78460 INSURER D: I1linolS National Ins Co 23817 INSURER E: HB S cialt insurance Co 11515 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAV BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOW N MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSU CE POLICY NUMBER DATE MM/OD/YYY DATE MMID LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1, OOO ~ OOO A X COMMERCIAL GENERAL LIABILITY 3792169 10/01/08 10/01/09 PREMISES (Eaoccurence) $ 2001000 CLAIMS MADE ~ OCCUR ~ MED EXP (Any one person) $ 50 ~ 000 X Blanket COntraCtl PERSONAL&ADVINJURY $ 1~000~000 X XCU~ ProduCtB GENERAL AGGREGATE $ 2 ~ OOO ~ OOO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS • COMP/OP AGG $ 2 ~ OOO ~ OOO POLICY X JECT LOC Ben. 1, OOO ~ 000 AUT OMOBILE LIABILITY / COMBINED SINGLE LIMIT ~/ E ad $ 1~000~000 B X ANY AUTO BAP563551101 10/01/08 10/01/09 ( a ac eM) ALL OW NED AUTOS / BODILY INJURY P $ SCHEDULED AUTOS ( er person) ( X HIRED AUTOS BODILY INJURY Pe i $ X NON-OWNED AUTOS r acc dent) ( PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANV AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLAUABILITY EACH OCCURRENCE $ 1S~000~OOO D X OCCUR ~ CLAIMSMADE 884891145 10/01/08 10/01/09 AGGREGATE _ $ 15,000,000 / $ DEDUCTIBLE $ X RETENTK)N $1 O O O O $ WOR KER S COMPENSATION X AND EMP LOYERS' LIABILITY TORY LIMITS ER C OF ICER/MEMBEREXCLUDED?ECUTIV~-Nj TSF0001183839 10/01/08 10/01 /09 E.L. EACH ACCIDENT $ 1,000,000 L~.11 / (Mandatory in NH) / E.L. DISEASE - EA EMPLOYEE $ 1 ~ O O O ~ O O O If yes, describe under VVV SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 1 ~ 0 ~ 0 ~ 0 00 OTHER 8 Inst/8gpt Floater QSI8U0001276 10/01/08 10/01/09 Bach Inst 750,000 Rnt/Lsd 500,000 DESCRIPTION OF OPERATIONS /LOCATIONS / VEHK:LES / EXCLUSONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS iProject: #8688 ONSPITP Ors-Going Instrument Maintenaacs 2009-2010. The City of Corpus Christi is named as additional insured oa all General Liability (GL) and all Automobile Liability (AL) policiea as required by written insured contract. CERTIFlCATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOR THE EXPIRATION CCO~.+-CC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O DAYS WRITTEN NOTICE TO THE CERTIFK:ATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City Of COrp118 Chri Sti ~ IMPOSE NO OBLIGATroN OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Dept of Brigineeriag Serv].CAS REPRESENTATIVES. Attn. Contract Administrator pU ENTATIVE P.O. Sox 9277 o s Christi TX 78469-9277 25 (2009/01) ®1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) ENDORSEMENT This endorsement, effective 12:01 A.M. 10/01/2008 forma a part of policy No. GL 379-21-6g / issued to R E RABALA I S CONSTRUCTORS LTD t/ by NEW HAMPSH 1 RE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -WHERE REQUIRED UNDER CONTRACT OR AGREEMENT (Professional Services Exclusion) This endorsement modifies insurance provided under the fol/owing: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Section II -Who is an Insured, 1., is amended to add: f. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into, excluding contracts or agreements for professional services, which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising. out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and/or limits of this policy, or 2. The coverage and/or limits required by said contract or agreement. ~~ . Lt~~ Authorized Repre ntat a or Counters) nature pn Ststes Where Apppcabie~ 61714 (9/01) ENDORSEMENT This endorsement, effective 12:01 A. M. 10/01/2008 forms a part of policy No. GL 379-2 ~ -69 ~ issued to R E RABALA I S CONSTRUCTORS LTD by NEW HAMPSHIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the fol%wing: ,/ COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION tl -WHO tS AN INSURED and applies only to persons or organizations we .have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products-completed operations hazard": This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. 9n.Gi ~'3 /'3 /nR 1 Authori2ed Repre ntati or Countersignature (in States Where Applicable) POLICY NUMBER: 13~563.~5ifl®g ~ C®11Ai1~ERCIAL AUTO CA 8041 06 07 TH@S EN®®RSE~ilER9T CHANGES THE P®L9CY. PLEASE REA® 0T CAREFflJLLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: Named Insured: R.E. Rabalais Constructors Ltd. 1/ ~ Authorized Re resentative SCHEDULE "Any certificate holder or other party who is required by written contract, agreement or permit to be added as an Additional Insured to the named insured's Automobile Liability coverage. Certificates of Insurance with names and locations are on file with your agent." (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Who Is An Insured (Section II) is amended to include as an "insured" the person(s) or organiza- tion(s) shown in the Schedule, but only with re- spect to their legal liability for acts or omissions of a person for whom Liability Coverage is afforded under this policy. B. The additional insured named in the Schedule or Declarations is not required to pay for any premi- ums stated in the policy or earned from the. policy. Any return premium and any dividend, if applica- ble, declared by us shall be paid to you. C. You are authorized to act for the additional insured named in the Schedule or Declarations in all mat- ters pertaining to this insurance. D. We will mail the additional insured named in the Schedule or Declarations notice of any cancella- tion of this policy. If we cancel, we will give 10 days notice to the additional insured. E. The additional insured named in the Schedule or Declarations will retain any right of recovery as a claimant under this policy. CA R041 06 07 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 ^ with its permission ~ o)ED f8a~i~is ins tit®~s 9 l~t~ o ]Pol~.~y #~P'S035~.~1101 ~®/1/08 t:o 1®/1/09 i3lanket Waiver ®f ~~br®gati®~ This endorsement changes the policy. Please read it carefully. This endorsement modifies insurance provided under the following: i3usiness Auto Coverage i=®rm Garage Coverage Form Truckers Coverage Form Where required by contract, Loss Conditions A.5., "Transfer of Rights of Recovery Against Others to Us", does not apply if the persons or organizations are on file with the insurer or the agent. ~n onn~ n~n~ o~„e ~ ~s ~ POLICY NUMBER: BAF 5635`11 O1 C®Ii~61~ERClAL AU'i'® CA 02 44 06 04 ~G~9~ E~®®F~SE11~Eft~~ C~~~G~~ ~B°~E ~~~.9C~. PLEASE ~tE~® 9~ C~~E~~DLL~. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned B ~-.,~, 10/01/2008 Named Insured: (/ R . E . RABALAI S CONSTRUCTORS, LTD . Authorized Re resentative SCHEDt.1LE Nurnber of Days' Notice 30 / B~arne ®f Pers®n ®r ®rganization BLANxET Address X Corpus Christi, TX 78960 *EXCEPT 10 DAYS IN THE EVENT OF NON-PAYMENT OF PREMIUM ANY CERTIFICATE HOOLDER WHO REQUIRES BY WRITTEN CONTRACT WITH THE NAMED INSURED TO HAVE SUCH GIVEN AND FOR WHOM A CERTIFICATE IS ON FILE WITH THE AGENT. If this policy is canceled 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 day's notice indicated in the Schedule. CA 02 44 06 04 ©ISO Properties, Inc., 2003 Paae 1 of 1 ^ POLICY NUMBER: GL 379-2 ~-6 ~ COMMERCIAL GENERAL LIABILITY Insured: R.E. Rabelais Constructors, Ltd. CG 02 24 10 93 Effective Date:10/01/087 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIaUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notioe 60 , / (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayyment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. .~ ~ ~~s v~' .air Au ri Representative CG 02 24 10 93 Copyright, insurance Services Office, Inc., 1992 Page 1 of 1 ^ INSURED'S COPY POLICY NUMBER: 3792169 ~ COAAMERCIAL GENERAL LIABILITY Insured: R~E~ Ra1~pp~la1is ggConstructors, Ltd. CG 24 04 10 93 Eff~'~II~EWD~RSE~E~T CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART f" SCHEDULE Name of Person or Organization: AS R~iIIRID BY WRITIF~T QOATlitACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMER- CIAL GENERAL LIABILITY CONDITIONS) is-amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. v/ AUI'HOI~I7..ID REPRESII~TfATIVE CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 ^ 1 . X ~ WORKERS' COMPENSATION AND E.... •LOYERS U "~] I LIABILITY INSURANCE POLICY Instu~nceCamPaAY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT VNC420601 This endorsement applies only to the insurance provided by the policy because Texas is shown in stern 3.A. of the Infofmation Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shalt not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on October 1 , 2 0 0 8 at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001 183839 20081001 of the Texas Mutual Insurance Company Issued to R E RABALA I S CONSTRUCTORS LTD DBA : RABALA I S I & E CONSTRUCTORS Endorsement No.A 5 Premium $ 0 .00 41 p,~,,,_~ ** Authorized Representative ** WC420601 (ED. 1 ~94) AGENT'S COPY PAROMERO 3-10-2009 .. ® WORKERS' COMPENSATION AND EMPLOYERS X M LIABILITY INSURANCE POLICY ~~ ~` e InsuranceCompany WC 42 03 04 A TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED , SEE INFORMATION PAGE . This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001183839 20081001 of the Texas Mutual Insurance Company Issued to R E KABALA I S CONSTRUCTORS LTD DBA: RABALAIS I & E CONSTRUCTORS Premium $ Endorsement No. Authorized Representative WC420304A (ED. 1-01-2000) AGENT'S COPY BSBUHAY 10-07-2008 GENERAL ENDORSEMENT Name of person or organization insured g ~, ~~~s,,, r~ t~ ~~ s,r~~ Date this endorsement takes effect 0iS_p, f,-0q Endorsement Number gun / Policy Number OSIEI[J0001276 Policy Period ~0-01-08 to t 0-01-09 ~f Builders' Risk /Installation Floater Name of Company issuing this endorsement iL~+~ Srn nth S~ ~ =,1 nc of Taxac ~ i. _ P _ (We will not fill in the above unless we issue this endorserrxnt after we issue your policy) In consideration of no change in premium, add the following as an additional insured: City of Corpus Christi: Department of Engineering Services P.O. Box 9277; Attn: Contract Administrator Corpus Christi, TX 78469-9277 Should the above described policy be cancelled or materially changed before the expiration date thereof, the issuing company will mai130 days written notice to the above named. Signature: ~- V Authorized Agent ATTACHMENT 4 1 of 1 KK-GL00