Loading...
HomeMy WebLinkAboutC2013-264 - 9/18/2013 - NA 2013-264 Al 9118/13 Barcom Commercial Inc. S P E C I 'A L P R 0� V 1 S I 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' 0 N" T R A C T S A N D B 0 N D S F 0 R J . 0 ,. C . FOR PARKS C' DEPARTMENT CITY OF CORPUS CHRISTIi TEXAS Phone: 361/826-3461; Fax 31/826-3864 3 � t I ..AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500' Fax:; 361/880-3501 f €.... PROJECT NO: E12160 DRAWING N0: PHG: - 792 SIDBURY HOUSE RENOVATIONS PROJECT Na E1216 (Revised 6/27/99) Table of Contents NOTICE TO CONTRACTORS A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - B Worker's Compensation Coverage for Building or Constructions Projects for Government Entities PART A, ® SPECIAL PROVISIONS A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award/Explanation of Bid Items A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-10 Wage Dates A-11 Cooperation with Public Agencies A-12 Maintenance of Services p� 1' (NOT USED) A-lB Schedule and Sequence of Construction A®19 Construction Project Layout and Control A-20 Testing and Certification A-22 Minority/Minority Business Enterprise Participation Polio (Revised 10/96) A®23 Inspection Required A-24 Surety Bonds k elm �.a �sbv ~* gem (NO LONGER APPLICABLE) (6/11/98) A-26 Supplemental Insurance Requirements d- al��bea (NOT USED) A-29 Contractor's Field Administration Staff A-31 Amended Policy on Extra Work and Chance Orders A-32 Amended "Execution of Contract® Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents { T USED) tither Submittals P$ t.. 4-$n (NOT USED) A®36 Worker's Compensation Coverage forPEuiidinq or�Construction Projects for Government Entities A®39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section R-6®6® Partial Estimates A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Bold Harmless (9/96) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (NOT USED) A-46 Overhead Electrical Wires A-49 Amended "Maintenance Guaranty" (6/24/00) A-50 Amended Prosecution and Progress a�- - a°+-- ---a"— --- „a � � a� (NOT USED) A-52 Value Engineering (NOT USED) PART B GENERAL PROVISIONS PART O - FEDERAL WAGE RATES AND REQUIREMENTS PART T EXHIBITS HERITAGE PARK SIDBUR"Y HOUSE STRUCTURAL, MECHANICAL, ELECTRICAL & PLUMBING ASSESSMENT REPORT LIST OF DRAWINGS 1. GENERAL NOTES & DESIGN CRITBERIA 2. FLOOR PLAN GROUND LEVEL 3. FLOOR PLAN SECOND STORY 4.. SECTION & DETAILS 5. PHOTOGRAPHS AGREEMENT PROPOSAL/DISCLOSURE PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PA NT BOND Table of Contents Pace 2 of 2 NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 Certificate of Insurance indicating proof of coverage in the following amounts is required. TYPE OF INSURANCE MINMHUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form . Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage B. Independent Contractors S. 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 II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental REQUIRED discharge; to include long-term environmental impact for the disposal of X NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED INSTALLATION FLOATER See Section B-6-11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED Page 1 of The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 826-3500. Page 2 of 2 NOTICE TO CONTRACTORS B WORKER " S COMPENSATION INSURANCE REQUIREMENTS NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Admim'strative Code TITLE 28, INSURANCE PART2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a)The following words and terms,when used in this rule,shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage(certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission,or a workers'compensation coverage agreement(TWCC-8 1,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person!s or entity's employees(Micluding those subject to a coverage agreement)providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1), (3) Contractor--A person bidding for or awarded a building or construction project by a governinental entity. (4) Coverage--Workers'compensation insurance meeting the statutory requirements of the Texas Labor Code, §401:011( ). (5) Coverage agreement--A written agreement ono TWCCa8 1, form CC- 2, form CC-113, or f® TWCC-84, filed with the Texas Workers'Compensation Co fission which establishes a relationship between the parties for purposes of the Texas Workers'Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subc hapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project"4ncludes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7)Persons providing services on the project("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections(h) and(1) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors,leasing companies, motor carriers, owner-operators, employees of any such entity, ore loyees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling,or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors,office supply deliveries, and delivery of portable toilets. (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b)Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers'compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage,or failing to provide or maintain required coverage,or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties,or other civil actions. (c)A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph(7) of this subsection,using the language required by paragraph(7)of this subsection; (2) as part of the contract, using the language required by paragraph(7) of this subsection, require the contractor to perform as required in subsection(d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A)before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6)provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7)use the language contained in the following Figure I for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Ora is Page 3 of 11 (d)A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage showing workers'compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity" (A) a certificate of coverage,prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6)notify the governmental entity in writing by certified mail or personal delivery,within ten as after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7)post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules.This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population.The text for the notices shall be the following text provided by the conunission on the sample notice,without any additional words or changes: Attached Graphic (8)contractually require each person with whom it contracts to provide services on a project to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B)provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection(e)(3) of this section; Page 4 of I I (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E)obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G)notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H)contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) oft °s paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e)A person providing services on a project, other than a contractor, shall: (1)provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2)provide a certificate of coverage as required by its contract to provide services on the project,prior to beginning work on the project; (3)have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage,the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers'compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties,criminal penalties, civil penalties, or other civil actions." (4)provide the person for whom it is providing services on the project,prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B)prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 1 I (6)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7)notify the goverm-nental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the proj'cet and send the notice within ten days after the person knew or should have known of the chap ge; and (8)contractually require each other person with whom it contracts to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph(3) of this subsection; (D)provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration oft e project; (E) obtain from each other person under contract to it to provide services on the project,and provide as required by its contract: (i) a certificate of coverage,prior to the other person beginning work on the project; and (ii)prior to the end of the coverage period,a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (0) notify the governmental entity in writing by certified mail or personal delivery,within ten days after the person knew ors ould have known, of any change that materially affects the provision of coverage of any person providing services on the project;and (H)contractually require each person with who it contracts,to perform as required by this subparagraph and subparagraphs (A)"(G)of this paragraph,with the certificate of coverage to be provided to the person for who they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g)This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994„This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994,which are not required by law to be advertised for bid. Page 6 of I 1 (h)The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes,Article 6675c,to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §40). (i)The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors,partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery,or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to bee ective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28SI 10.11 ( ) ) "REQ I RED WORKERS'COMPENSA 77 CO G " "The law requires that each person working on this site orproviding services related to this constnrct° n project must be covered by workers'carte ensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or- other service related to the project regardless of the identity of their employer or status as an employee." "Call the Texas WorkersCompensation Commission at 512440-3789 to receive information on the legal require ent for coverage, to verify whether your employer has provided the require coverage, or to report an ernployer'sfailure to provide coverage." Page 8 of 11 � T28S I 10.11 O(c)(7) Article w corkers'Compensation Insurance Coverage. A. Definitions: Certificate of coverage("certificate')-A copy of a certcate of insurance, a certificate of authority to se (-insure issued by the commission, or a coverage agreement(TWCC-81, TWCC- 82, TWCC-83, or TTFCC­84), showing statutory workers'compensation insurance coverage for the person's oi•entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's1person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in§406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services oil the project. "Services"include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to aproject. "Services" does not include activities unrelated to the project, such asfood1beverage vendors, ojice supply deliveries, and delivery of portable toilets. The contractor shallpy provide coverage, based on proper reporting of classification codes and B. payroll amounts and filing ofany coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44}for all employees of the contractor providing services on the project,for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If Ilse coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work oil tile project, so the governmental entity will have onfile certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F The contractor shall retain all required certificates of coveragefor the duration of the project and far one year thereafter G. The contractor shall notify the governmental entity in writing by certified mail.orpersonal delivery, within 10 days after the contractor knew or should have lbiown, of ally change that materially affects the provision of covet-age of any person providing services Oil the project, H The contractor shall post on each project site a notice, in the text,form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services oil the project that they are required to be covered, and stating how a person may verify coverage and report lack of cover age. L A e contractor shall contractually require each person with whom it contracts to provide services oil a project, to: (1)provide coverage, based on proper reporting of classification codes rid payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01](44)for all of its employees providing services on the project,for the duration of the project,- (2)provide to the contractor,prior to that person beginning work oil the project., as certificate of coverage showing that coverage is being provided for all employees of tile person providing services on the project,for the duration of the project,- (3)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension ofcoverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain tarn each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage,prior to the other person beginning work on the project; and (b)a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, f the coverage period shown on the current certificate of coverage ends during the duration of the project r- (5)retain all required certificates of coverage onfilefor the duration of the protect acrd, or one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and (7) contractually require each person with whom it contracts, to perform as required by paragraphs(1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers'con covert gefor the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with tile appropriate insurance carrier or, in the case of a sey-insured, with the commission's Division ofSe�r- Page 10 of 11 Insurance Regulation. Providing false or misleading it may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entities the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 EA PAR'.v A S VW&JLq AMA IAT- Ali PROVISIONS SIDBURY HOUSE RENOVATIONS N: E1210 SECTION A - SPECIAL PROVISIONS Sealed ss w-ill be reeel e be 1.291 _IeepaEd Street be addr-ess-, 1 G®x. _f r,kr st e v®®a mmm®�®msa m mm=mv- r r The :tea ng wi11 °sue a .w�w r n4WpP_ if -2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 De grs tion of Project THE PROJECT FOR THE SID BURY HOUSE RENOVATIONS CONSISTS OF DEMOLITION REINFORCING OF FIRST AND SECOND-STORY FLOOR FRAMING. MODIFY UPDATE EXISTING C I , PLUBMING, ELECTRICAL, LI TING AND FIRE SYSTEMS TO CURRENT CODE PER PLANS AND SPECIFICATIONS. A-4 Method of Award The contract is awarded as a Job Order Contract N.O.C.) and prices established through the use of RSMeans cost pricing. A-5 Items to be Submitted with P.ro aal The following items are required to be submitted with the proposal: 5 Rd Peepeeel�-JOB ORDER CONTRACT (J'OC) - ---- a 2. Disclosure of Interests Statement 3. Submittal of Materials Section A - S (Revised 12/15/04) Page 1 of 24 A-6 Time of Completion/Li MLidated Dama The working time for completion of the Project will be 84 calendar The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City® A-7 Workers Com2ensation 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 Contractorws 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 Contractf 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. ............ M de n -e- a e f fe an advefse Saction A SP (Revised 12/15/04) Page 2 of 24 ®10 Wa is {Revised 7/5/00} Labor preference and wage rates for bra] rs construction r si.d ntial construction. In case of conflict, Contractor shall use higher wage rate® Mininum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing mininm 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, r and nechanics enployed by them the execution of the Contracts The Contractor or subcontractor shall forfeit sixty dollars {$60.00} per calendar day, or portion thereof, for each laborer, workman, or mechanic enployed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor nust keep an accurate record showing the names and classifications of all laborers, r r and rmchanics enployed by them in connection with the Project and showing the actual wages paid to each worker. The tractor will make i kl.ya certified yroll submittals to the City Engineer. The Contractor will also obtain cosies of such certified payrolls frcm all subcontractors and ethers working on the Prof t® These documents will also be submitted to the City Engineer i- kly6 (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 (I ti) tirres the specified hourly wage mist be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. {See Section S-1®1, Definition of Tenus, and Section B®7®6, Working Hours.) 1I Cooperation with Public& ._., M (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the l° °ts of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One-Call System 1-900-245-4545, the Lone Star Notification Ccnpany at 1-800-669-8344, and the Southwestern Bell Locate Group at 1®600-828-5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 361926®3500 Project Manager 361-826-3550, 826-3594 Traffic Engineering 880-3540 -.. Police Department 682-1911 Water Department 657-1881 {880-@3140 after hours) Wastewater Department 8571800 (8803140 after hours) Gas Department 995-6900 (885-6900 after hours) Storm Mater Departrmnt 826-1875 (860°3140 after hours) Parks & Recreation Departmnt 626°3461 Streets & Solid Waste Services 626-1970 P, E P 1877®373-4059 (6939444 after h our s) S B C 881-2511 (1®800-824d4424,after hours) City Street Div. for Traffic Signal/Fiber Optic Locate 8261946 9571960 Cablevision 857-5000 (6575060 after hours) ACS1 (Fiber Optic) 86769200 (Pact 900-724-3624) KW (Fiber Optic) 813-1124 (Pager 668°204-1679) C hoi.c (Fiber tic) 681-5767 (Pager 8502981) CAPROCK (Fiber tic} 512-935°0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Section A - 3P (Revised 12/15/04) Page 3 of 24 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 such 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 accurac, and completeness of such information is not_qjLaragj�eed. 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. 44, aseer- aft f­_V__,e a- ffttatRem et ee Me-- ...... a 7piab-ter n -`,vewa iante TV H TINT p- -4- Reeesaai-Y t-e keep —hase rea-dwa-t-4- ea-eaT­e f Jeb related materiale. Gueh week must Section A - SP (Revised 12/15/04) Page 4 ® 24 �w n h Aa site ar be ft AA " AA A$ d Fig Eem .d w 1e s ellherwi i 4 m m AS A@ enstfuetien site.- efflee Maus 129 squaee feet -0 and heated and must A0 @@ A-18 Schedule and sem!enca of Construction The Contractor shall submit to the City Engineer a work plan based only on cmmmAR days. This Galan 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 meting. 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 groused activities. Identify the first work day of each weeks 3. Submittal Dates; Indicate submittal dates required for all submittals. Section A - SP (Revised 12/15/04) Page 5 of 24 4 . Re-Submission: Revise and resubmit as required by the City Engineer. 5, Periodic Undate: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Con structio ontrol The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc., that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during constructiono it is necessary to disturb or destroy a control point or bench mark, the Contractor zhall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. ----- ------ grade te t,44- the Rau eft -t4��roft of- the th-e—e-e- mhe--Gont-r� or shall t-4 aiiee eoA A aftel �iq 64e atate-Of�T-e*as d=---b" ------- z4 s 4F Afet Se-1-1 w-l---- 4 C-4L-b a�d W&t-e-- be*r Section A SP (Revised 12/15/04) Page 6 of 24 e mh&Rh le �ry na Gas-ing elevat.-Jefts (top of p--' and peEmJ's) . _mom 4 A-20 Tea tin and c rtifi,oa ion All tests required tender this item rust 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 al], applicable certifications to the City Engineer. "he 'Y A-22 ise P rtici fttian Pali. gRevised 10/98) 1® Folic 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. 2m 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 nterprisee A business enterprise that is owned and controlled by one or More minority person(sj . 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 persons) must col lectiveiy own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: Section R - SP (Revised 12/15/04) Page 7 of 24 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 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) ® (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) ® 34 Share in Pa ants Minority Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority z See definition under Minority Business Enterprise. a. Female Owned Business Enterprise- A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships; corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture® For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3a G o a 1s a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force an all construction work for the Contract award are as follows Section A - SP (Revioad 12/15/04) Par® 0 of 29 Minority Participation Minority Business Enterprise (percent) Participation (percent) S 1 bm These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4° Compliance am 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® (Reprised 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 mast 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 SmtZ Bonds Paragraph two ( ) of Section S®3®4 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 bands or who has are interest in any litigation against the City. All bonds merit be issued by are 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 reinsure r s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer° may not exceed tern percent (10%) of the reinsureras 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 Section A SP (Revised 12/15/04) Page 9 of 24 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 and 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 $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." Seet-Jen B 6 22, Tam _$,te-ee7 10-.e IF'oott5ee t 6 e at a R, i e E qhap te r a' _14 F e-aid-t 8--0 f -eo of reso'l OE��'tee te eepe�441�_ _ 1,14 Zhe ------ fop. ei iaq w4b_ ,Yeaalae eerfeifie&te- -40-—t& f_'8f1 tf�ae4&01 .® S Insurance i2miiEntnLls 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 Chan e to: section A SP (Revised 12/15/04) Page 10 of 24 1 m Name., City of Cords Christi Engineering Services Department Attn: Contract Administrator 2e Address: P.O. Bozo 9277 Corpus Christi, Texas 78469®9277 3, Number of days advance notice® 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents Within thirty (30) calendar days after the date the City Engineer requests that the 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 descried in the Contract. For each insurance coverage provided in accordance with Section ®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 overage obtained in accordance with Section ®6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, sage harmless and defend the City, its agents, servants, and employees, and each of then against and hold it and theta 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. =.: -9 amended to Inel ..aa eeveEage fee the '.eLqp be an e@ 98+ Insueanee ........, a.m$.s dr. Section A - SP (Revised 12/15/043 Page 11 of 24 - a 3 , . Ye m , a a a all 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- I. The Superintendent must have at least five (5) yearn 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 l` `ted to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal.. and state wage .rata requirements, and City contract close-out procedures. The superintendent a present, cn the job site, at a2l times that work i being — s 2, Foremen, if utilized, shall have at least five (5) years recent experience in similar word and he subordinate to the superintendent® Foremen cannot act as superintendent without prig written approval from the Documentation concerning these requirements will be reviewed by the City Engineer. The c'ontractor'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 i t of field administration staff is a prerequisite 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 E�7-13< Sections A - SP (Revised 12/15104) Page 12 of 24 under "General WWWOns ano o . r " a_ r ,_ 1 en a pa days _ .- _ R014neev- _*he fellowioq _ — � — e majot eeffie'sneAts of­ the 3 ` 04146 will a fespa e=3-R-__ he „ . m ,n + Mp subs W4­1.?—, k_,r-e^C e+ -i-f .t"" . r-aet-0 r -­4'a m&ft ;max 1_ the 1'e or fi 6ow-m-4--de -fto -will meet the maquHaments above, ,._ - . ,—_ she-- if njirfee�V -that will n . Maims. __ _ ,. Gem;tVoO*v_I;W he_ _ _. u �^ L a + ' _ _ . a: - ,, ,. zc F (ROVIlmd 12/IS/04) Age 13 at 24 State) G A-31 rk and gianqt Orders Under "General Previsions and Requirermnts 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 y 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 'Vab=ticon o f ContracV tq Under "General Provisions and Requirements for Municipal Construction Contracts" -0. 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 y kind, including for breach of contract, against the City, nor is the City obligated to perform der the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. X33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to t1 completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract® to in - - 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 givers 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. Section A SP (Revised 12/25/04) Page 14 of 24 Cloy Mae, 0- Immat Temeamomel. A, "M For additional ___. - s...._ . _ t ..._. b.__ _ __ _ _._.- Or .__ related ON-any-Mme" All ameb-stema an shall prateek-I in 4he job site and Shall - fe P _- eaGeandeed 61 as The 004'reeter with All d by sht mwel with, _ 7 a ,u �� _ �: ,_r Mist be aew�'Ain'qd at A-11 timeg at, dolly r OV af3iC4ffi]@ Pi3•_A490F9_9'_ia_aL^9YE:_-®SIBRla:._._.1r^3T9i ipA_3m.19A3:£!5&8' them-*sang ,: a lent belep0heman Awe not available few Gentmaetem %W100- m Section A - SP (Revised 12/19/04) Page 15 of 24 k, -� _ 1; arll- s d tin , , k s r .___._.. w y ta I I , rim w 4 —t�i l k a, x AiM I and- ffe_�A RA plant, 401:11 be a � _. 3 _m. + n:., ty Section A v SP (Revise 12/15164) Page 16 ®f 24 All t� shall b,. w 9 s n a b 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. C. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resub ittals 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, can 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 cap} to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. gm 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 forams, 1 Resubmittals; Contractor must revise and resubmit submittals as required. by City Engineer and clearly identify all changes made since previous submittal. j,. Distribution; Contractor most distribute copies of reviewed submittals to subcontractors and suppliers and instruct Section A - SP (Revised 12/151:4) Page 17 of 24 subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2® Samplesm 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 Rep- 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 eguipment will not be approved for use on the project. 44� -Ghmtie"', a---Wa4ef Genseffvaliei� and DEeught Gent ingen, iffirlemeA44ft Wall T�� —e-h,all+q� ndi 6� 4he-Qi ---_-aq_IneeI5 wetll-ptlevii Mhe 'feieet a4;te th,VeeEJhqi4,t� e$"$trt t A38 Worker's Cc ati on Cover a,29 for Buildin nation Pro !acts for Government Entities The requirements of "Notice to Contractors 'B" are incorporated by reference in this Special Provision. A-39 Certificate £ upon are final ®ptnc The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision 5=8_ 9. A-40 Amendment to Section B-8-6i Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section 3-8°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® an emene advlse�ey has been Issued, emeeV4--fe*--r�±rs. The wl'11 na-Ify the day e equated Section A SP (Revised 12/25/04) Page 18 of 24 A-42 OSHA Rules R lati ns It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless M- 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 lien 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 breakdowns 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 -Built Dimensions and (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) Capon completion of each facility, the contractor small 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 equipments (4) Deletions, additions, and changes to scope of work (5) Any ether changes made Section A - SP (Revised 12115/04) Page 19 of 24 — -- k s X1� Pew - - v m ,. _ . ° indleatiAq the atid,I t., j. -ps-el - a��,m -48 Overhead Electrical Mires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires Where are many overhead wires crossing the construction route and along the construction route. Contractor stall 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 limes: Some overhead lines are shown in the construction plans, whsle others are net. It .shall be the Contractor®s sole responsibility to provide for adequate .safety with regard to overhead lines whether shorn in the plans or not; ,Section A - SP Movised 12/15/04) Page 20 of 24 A-49 Amended "Maintenance Gu Eantyll (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", -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 rather individual or entity," A-50 Amended Prosecution and r2gr ss Under "General provisions and Requirements for Municipal Construction Contracts", ®7 Prosecution and progress, add the following: "Funds are appropriated by the City, on a yearly basis. If fonds, 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/remo ilization costs. Such costs .shall be addressed through a change order to the contract. The- fellew-Jing pas eeff#��d en Pr-epesal Sheets (3 THRU 119 OF! 13) . if the Genl.ffaelleE eheeaes—te -,w _ s by pn as, eamplet eut t „ant-- -: mm m®, _®a® � �e �, a 4� aEe t lqgeeffiat4en frrem this pr- read as r° 'he respe �e 44@�elumn 11) and "heft Section A - SP (Revised 12/15/04) Page 21 of 24 A�52 Value Engine r w--ing The Contractor's attention is directed to paragraph B=4=5 Value Engineering Incentive Procedures, of the General Provisions, which states: "After award of the contract, the Contractor may develop and submit, to the City Engineer, Value Engineering Change Proposals (VECPIS) identify potential reductions in the contract cost by effective changes to the contract plans and specifications." Therefore, the Contractor shall fully examine the plans, specifications and contract documents, as well as, the project location, construction phase schedule in Appendix C, traffic control plans, method of award, contract calendar days and liquidated damages, and all other major items involved in the scope of the project to judge for itself the circumstances and difficulties affecting the work to be performed and obtain all information required to make an intelligent proposal. The contractor's attention is further directed to paragraph B�2=3 Examination of Plans, Specifications and Site of the Work, of the General Provisions. In other words, the Contractor shall complete it0s proposal to the best of it's ability, as currently provided. --esuffe-0 —e-0 p--e-ven't", a dr-y, as -appr�ed by the E;Rg4fteerrr aAd- 4-10w- is aa- M pim Mte---4, 0"0,6i-n- - is equtkl to Or bet4tmv bho- ed Kpe, T a" --se-st wd eh- of lanles and tL-ue 0 ...........eve, dispesal alteEnatives 93e ae!Ht-JEWM:1::::i4:i Visas �s s�a.sa .•� _ Y e—ep- ntraet a r- shall eaR'ae" no Section A - SP (Revised 12115/04) Page 22 oE 24 e M will, a '_ - - = v,"k - *eeesd water level egain, -pomp hale SE Avenel dry te4ding tank t;e , .. _.... ..,. . - A Section A - SP (Revised 12/15/44) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT: SIDBURY HOUSE RENOVATIONS PROJECT NO. E12160 OWNER: CITY OF CORPUS CHRISTI ENGINEER;: IT ENGINEERING CONTRACTOR BARCOM COMMERCIAL INC. SUBMITTAL DATE; SUBMITTAL NIYMBERV, APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL --—------------ Section A ® SP (Revised 12/15/04) Page 24 of 24 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 2ND day of AUGUST 2013, 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 Barc orn Commercial, Inc.,._termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $113,085.35, by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: SIDBURY HOUSE RENOVATIONS -02) JOB ORDER CONTRACT (RFP 2012 PROJECT 121 60 TOTAL AMOUNT: $113,086.36 according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, The General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof, Page I of 3 Rev.Aug-2013 Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi., Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 84 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents, City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi,, Texas on the date shown above. Page 2 of 3 Rev,Aug-2013 CITY OF CORPUS CHRISTI APPROVED AS TO LEGAN YFORM: va _ -- Daniel Biles, P.E. Asst7diN Attorney Director of Engineering Services Funding rce: 530000-5115A0300-E12160 CONTRACTOR ATTEST: (If Corporation) Barcom Commercial,I . (Seal iel&ow) $vG Title: (Note: ff Person signing for corporation i not President, 2 e r Lane attach copy of authorization (Address) to sign) Corpus Christi, (City) (State) (ZIP) 36118514000 * 361118611-11717",',� 3 (Phone) (Fax)'` } ar . page 3 or 3 Rev A -2i3 -- a a� 5626 Bear Lame Corpus Christi,Texas 700 September 9$2013 361-051-IMO 361.851-1717 fax hrrrcorn<cc -ra Sylvia.Arria a City of Corpus Christi p'ngincering I Cpt Please accept this letter as authorization for the Vice President—Dave I-1offman to sign on al# contracts,bonds, or any other official documents on behalf of the Corporation. oration. This pertains to m Commercial, Inc and Barcom Construction. Inc. on my behalf. Elaine R. HoffTnan-Presid ]date Barcorn Commercial, Inc. Barcorn Construction. Inc. Witnessed this 04 day r e � � _ .2°01 ,mil a �- �a. 14ORNIAT.HERRERA Norma flerrera ge' j p Notaty Public.Stale G17rxas Notary for State of Texas �,�nR my Caminissian Expires 04/03/2015 Thank you PROPOSAL/DISCLOSURE W STATEMENT i BARCOMC4i111ttRCIAl.,taer. t.rNt:r€AttCINIR C1111t Proposal Silly 8,20t3 Proposal 0 16431 E- ail: TO: City of Corpus Christi—Engineering Department PROJECT: i bury house Attn:Gracie Mesa 1201 Leopard St Corpus Christi,'TX 78401 ! We propose to furnish labor and material to pser onn the following- Price to Include: Work us shown on plans dated 4130113 and updated structural pages on 6/20133. Drawings include structural,and MEP flans and have a total of 11. No specifications were included in the bid documents. Price to exclude Matching of existing finishes. Wall covel-111 s,exterior paint, inatching the existing roof. Testing and windstorm certificates. Permits other than maintenance permits.Items not Included on plans. . C Note- please allow 12 weeks from NTP to allow coral leting the scope of work. TOTAL AMOUNT OF PROPOSAL: Sl 13,085.35 � One Hundred Thirteen Thousand and Eighty Live and 35/10 Respectfully submitted, BARCOM COMMERCIAL, INC. I Justin McComb Project Manager J This proposal is void if not accepted in writing 30 days aller this date; however,when executed by both parties,it shall become the contract for the services described above. Signed: hated ' 5826 BEAR LANE CORPUS cHfuSTI.TEXAS 78405 TFLEPatONE:(361)85 1-10011 a FAX,.1.16t 1.1151-1717 tY t4°t9'.isa1L'tttil.t,� gI 7 r a�7 ff a Ir E! Lain, if cn go INR'n I m a- °Gl,�RAI gn tam all a 86 a [[ aB6d�a 'elF �n6 � v Pw2saa 3, � e LU �-� w. c _ uo � Ito p; 7 .� vp 0 tan'6 a 0 6 0 8 0 $t i @ B`6 I 6 d tl ® V f 08 f U ®, I � °�° � — 3. e7 ATTACHMENT NO.1 PAGEiOFs IL 4. It ® dL ; a- a. a- a. Ld ui In ao u v 4 zg ! t ® &°- elf i ci %pp � f $ a i { 8 33 r 10 ct a 2 i { :C'8 °° sa G u aam ea: ca LC Ci. u: g¢ IL i 7 5 NP U IN I s 9 m ` m 4 A � � 'S 1 2 - 'S, ]3� C, e m _ m U L3 an to r. 333. ca m CQ w a ATTACHMENT NO.I PAS OF f T ^ a. IL M n IL aa. a. C3 e3 VP In ui El CS i � PH C3 ° gg i F $S.� Si _ -9 d ^ m PL i, ® ! c aq LL is AS _ gg A$ CL 0 CL le e ["� s a at. Q IL 7L 0 C$ R AT C. a E% t C2 CD CP IN Ln to 00 m to to 10 APHME 3"i_N .1 PAGE 3 OF act v- Sig Sig va mg QB 1. ,qq�@° CIA 9 E a tig � i too, I tr i ♦_ _ yp 4 S. C CF @{ QQ � C� � C 1§@ r t� 1-2 315 111 w to em E 41 S4 7p JOE cn CL va n yty y di ro- Vp As co LV b Z 3 L fil ea a ta's > � � n �s s3 C4 ui cm 174 is a �. t V7 ' cq � ra ATTACHMENT 9.1 PAGE 4 0 F � aas rw B La fill LLJ CL CY � -C $ [ s` ° S gg R t C to 0 - i I I � ul �a f eye in CL P tw a CL ul e A ch ob Ea cc SUPPLIER NUMBER TO BE ASSIGNED 8 PURCHASING DIVISION Cky of CITY OF CORPUS CHRISTI CM DISCLOSURE OF INTEREST Christi Cit of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seekin=to o business wit the Ci to provide the following info anon. Every tion must be answer [ the question is not aplica le, answer with "NA". See reverse side or piling Requirements, Certifications and definitions. COMPANY N arcom Commercial Inc. ADDRESS.STREET 5826 ear Lane ®, r rE Go us Chris i ZIP: 7 415' FIRM IS: I. Corporation Ml 3. Partne rship 3. SoleOwner 4. Association ri Other DISCLOSURE S If additional space is necessary.please use the reverse side of this age or attach separate sheet. I. State the names of c "employee" of the City of Corpus hristi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named*'firm." Name A Title 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"Britt." Name Board,Commission or Committee 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 o hip in t e above named"firm." Name Consultant FILIN6 Rl?QtiIRENIi NTS 11'a pawn ahCy recltwws 1.1'1X111! action on a tltaliCa kE1c us tha►t the trews wd Wou%gill c°unfer an Mc►M11"ric hesi M on any Chy officrtil or x°ilployee 111.11 is Front tile CRAI Mm dw stctac►ti UN has►aa on ata�ratiac:rs 1at'rh�;�:al�lic sra 4m�iteraal ctr n stlhst indad�c°��t OM thareasla V011 shad1 ditgcla.-a e 1hul III I in as siowd ►►Atita�a to 1h �:it�=cyitici' �nploy e°e ur hods thM lass hcell impealed in tact i11'We tt o term unless the hitcrest ofthe 011 official or erttlrl nve hi the ilaQwr i:iqVINIIaa The discleystarao shall also be sra:alle I n si4,aaied`►ra hW Rid "irh the C°i y S&remq, IFthies Ordinance Seeli11tt 2-341)(d)] 3 cempy Or WI iaOnwi ion provided is inn tt"€l conect;a;,of ibe daw or oris siatery eni. rlitat i lsa w not Lraca►6itt ° ►►itlahaolcS cliscicbs re ca3`sati+ iatl(�i-111atlion recltlesietL° Ind 11111 s�1pploinewaal'anternew" will he larcaaiilHF satbrlairtttd tta the Uu,1yf C u qws C"lir imI. I cxals as chaanges octtw, catii°h fst;rsaaara Ebirie R. kioHmen President iY I�luratslt< ae rri'C ��t°tllvila � ,� � `;t � at , Date: t October 2 12 iaatt DEF Win s ai, -Board nieni1 r,' A 1 ionher tW uny hmird, ctatitltiissicarr. oi- 4tytriliikice appointed by she. Cily C_6unvil cif the C of 1al"C orrius C°hrkiti.Texws, !► !".`L attar►tic henciit", An notion Mat is likel}, lay aarfea;t mail cetaa ninic interest ff n is likely to have an uffect on ihaai inlet m that is disdrig tishnble frcaatt its elTect on stet%diets of the public: in genend or 1 St31"a:�ieatllil 5c:t�rirr°aaE[17�r�acyl: c. 1 atal�lta ce,a, seta � laerscat€ e1a11aioa vd lad°we cay or own t ha�i ti. `l seats e Mer Ctta a► IN or pml- tiriaca ha ism htri not as an independent s.onn-liclor. d. SirrnY Any urfuly operated loo ecuinwrie gnin.whether prctressia?nal. iitcltrstr aal or cornincreialm and ►►'hesltaor estaahlishcEl iu pn dtsce ur dead m hh sa tarcathict tar sera ice, incltWhg fatal not liritiwd wa c►1t3ks qaz:rairc:d in Me 1..1111 or scale propric:rtar,;hip, tas sealkelatirla.ged iaemcan, p.irinershipo a ortycsrastia n.joint siock company. icailyr ►mttm, rccei►ershitt or tra,;r. and cattifies ►clneh Air ptat°tioses of in.N ition are []`cited is non-prcylst farglaatizations. u OWL" The May= nianha rs of the City 0.0111161, C"it`° €+laM aUer. I)CIIUIY City Nr .atsaager. AA wtnw C°il y t\hinaager,,. Ekpatrttttca n and Di%isi n l ON and Municipal Court oIuda cs of Me'C:hy of Urpus Chri L"l"a°Xats. ('R °°C?►t•rrcraahita humsil Legal or cgltitalhle iniewstm ►►110110- .lam 0.111}' tar• C0nNtrtal:riVC1)' held. In as fine. including %%hen swh ium msi k held thrinigh ease agent. trust, aNtaae. or hcaldnia. entity, "Coisa;tr€yellvOy li kr- ly, in holdings tw ccaardE-aal Wal dwd tliYta wh ►°aariatg. rmas. prank& air special tersaaw t1i'venture or InInneiship upc otttestix" ge "Cmmdtarrw-Piri` peEmn or hart, sUelr 41s engineers and sr hilut s. hired h� whet C by of Corpus Christi for the pnrpow ttt`tarc:ksaaitaasaal 1.aaltstalEallin mid moaaaaila:l0s1rin, WEI A-& PmAj!,uPJYLZkNu.m BONDO% PERFORMANCE BON D' STATE OF TEXAS § BOND No. 105970830 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Barcom Commerc:ial,. Inc. of the City of -qprpus Christi , County of Nueces . and State of _Ie_xas , as principal ("Principal"), and Travelers Casualty and Sure!y,Company of America a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), in the penal sum of ONE HUNDRED THIRTEEN THOUSAND ,,,,.EIGHTY-FVIE AND 351100 U.S. Dollars (SJ13,085.3§ M.S J, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We. said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally. firmly by these presents: Conditions of this bond are such that, whereas. Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 2ND of AUGUST , 2013, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of- SIDBURY HOUSE RENOVATIONS JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E12160 TOTAL AMOUNT: $113,086.35 Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, 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(OWNER). then this obligation shall be void; otherwise to remain in full force and effect. Surety. for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract. or to the work performed thereunder, or to 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 tot work to be performed thereunder, (Rev. Date may 2ol i) Performance and Pe I of 3 Provided further, that this on is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the_2rd day of. September 2013. PRINCIPAL SURETY arc® Commercial, Inc. Travelers Casual and ure Co ey of merica BY: By: Attorney-in-fact C.A. M Clure_ Title. � ATTEST: Sedetary Address:5826 Bear Lane Address.-4650 Westway Park Blvd Corpus Christi,TX 78405 Houston,TX 77041 Telephone: 281-606-8400 Fax: 281-606-8436 E-Mail: alm@southemamericanins.com (Rev, Dale May 2011) Performance and page 2 of 3 Name and address of Resident Agent of Surety in Nueces Coo for delivery of notice and service of process- Name: Kevin Keetch Agency; Keetch &Associates Address: 1718 Santa Fe St. (Physical Street Address) CoTus Christi,TX 78404 (City) (State) (Zip) Telephone: 361-883-3803 E-Mail- Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law, of Surety Agent's Original Power of Attorney must be attached hereto, Note: Date of Performance on must not be prior to to of contracL END (Rev Date May 2011) Performance and Page 3 of 3 CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING III X 9277 CORPUS CHRISTI, TEXAS 78469-9277 Certification of Power of Attomey for Performance and Payment Bonds Project Name & No,,. Job Order Contracts: Surety Company- Travelers Casualtv and urn n of America Ladies/Gentlemen: 1, Robert e , n ink. _ir ct r (!�isert Name of Officer of Sar g y an rifle,, hereby certify that the facsimile power of attorney submitted by C. A. McClure of Southern American Insurance nc Inc, {Otweif Name of Alta�gp h e F aull for Barcom Commercial, nc®, 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 Mill in full force and effect, and said designated agent is currently in good standing ith the surety. In the event of cancellation of this power of aftomey, the City of Corpus Christi shall be notified in writing certified ail within seven (7 days thereof at the following address- City of Corpus Christi Department of Engineering Services Attn: Contract Administrator Box 277 Corpus Christi, TX 78469-9277 Signed this 24th day of October, 2012. e Name: Robert Gavos Title- Malaging it ctor Sworn and subscribed to before me on this 24th day of ctober, 2012. ) (3 � �t LYNN B,SCOTT lq t ry � bl1"p'- .� Notary Public t t� �f �f�. STATE OF TEXAS My Comm.Exp,Aug.07a 2016 My Commission Expires. (Revised 211 0) WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AM POWER OF ATTORNEY FTRAVIELERS F,,,i,p ,ton Casualty Company St,Paul Mercury Insurance Company Fidelity and Guaranty.Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surely company orb ericaa St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company. St.Paul Guardian Insurance Company I Altorney-lin Fact No. 215018 Certificate No. 005539709 KNOW ALL MEN BY THESE PRESENT& That Fannintuan Casualty Company, St, Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St,Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company are corporations duly organized tinder the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is as corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Unde rwriters,Inc,,is a corporation duly organized under the laws of the State ofrihsconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint C.A.McClure,Kelly J. Brooks,Kenneth L.Meyer,and Michelle Ulery of the City of----B-019-5-W-11 ,Stale of—TeXaS their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizancrs,conditional undertakings and other writings obligatory in the nature thereof nn behalf of the Companies in their Intsiness of guaranteeing the fidelity of persions,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pertained in any actions or proccedings-allowed by law, IN WITNESS WHEREOF,the Companies have caused this intarmtrent to be signed and their co state seals to be hereto affixed,this 26th day,of June 2013 - Farmington Casualty Company St.Paul Mercury Insurance company. Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surely Company of America St,Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company IVA,, 'SE 5 COW S State of Connecticut By: City of Hartford cs, Robert L.Raney,ketaio-r Vice President On this the 26th day of Julie 2011 before me personally appeared Robert L.Rancy,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guarinty Insurance Company,Fidelity and Guaranty Insurance Undo raters,Inc.,St.Paul Fire and Marine Insurance Company,St,Paul Guardian Insurance Company,Sa.Paul Mercury Insurance Company,Travelers Casualty and Surely Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes thercin contained by signing on behalf of the corporations by himself as a duly authorized officer,, ®7 In Witness Whereof,I hereunto set my hand and official seal. ,ftg;t, L)My Commission expires the 301h day of June,2016. Matra C Towawt,Ntuary Public '00 58440-8-12 Printed in U. .A. Travelergi IMPORTANT NOTICE TO OBTAIN WFORMATION DR M&K COMPLAINT: IA-You may contact Travelers Casualty&Surety Company of America,Travelers Casualty &Surety Company,Travelers Indemnity Company,Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond AUn: Claims 1500 Market Street West Tower,Suite 2900 Philadelphia, PA 19102 (2 7)675-3000 (267)675-3102 Fax You may contact the Texas Department of Insurance to obWn the information on companies,coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin,TX 7B714-9104 (800)252-3439 ATTACH TEUS NOTICE TO YOUR BOND.This notice is for info rmationonly and does not become a part or a condition of the attached document and is given to comply with Section 2253-021,Government Code,and Section 53.202,Property Code,effective September 1,2 001. PAYM ENT B 0 N D STATE OF TEXAS § BOND No..105970830 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Barcom Commercial, Inc. of the City of Corpus Christi , County of Nuaces , and State of _1exas as principal ("Principal"), and Travelers-Casualty and Surety Co any of America , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and fi rmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), and unto all Subcontractors. workers, laborers, mechanics and suppliers as their interests may appear, all of whom shall have a right to sue upon this bond in the penal sum of ONE HUNDRED THIRTEEN THOUSAND, EIGHTY-FIVE AND 351100 U.S. Dollars ($ 111 3,086.35 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety. bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 2ND day of AUGUST , 2013 is Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of: SIDBURY HOUSE RENOVATIONS JOB ORDER CONTRACT(RFP 2012-02) PROJECT NO. E12160 TOTAL AMOUNT: $113,085.36 Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to the owing by said Principals for subcontracts. work, labor, equipment, supplies and materials one and furnished forte construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety. for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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- (Rev. Date May 2011) Payment on Page 1 of 3 Provided further, that this on is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas, The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503 005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 2 copies. each one of is shall be deemed an original, this the 3rd _dayof­septa mber PRINCIPAL SURETY Barc om Commercial, Inc. Travelers Casualty and Surety Company of America By y �A Attorney-in-fact C.A. McClure Title;® rci ATTEST-, Secretary Address:5826 Bear Lane Address:4650 Westway Park Blvd Corpus Christi,TX 78405 Houston, TX 77041 Telephone-281-606-8400 Fax:281-606-8436 E- ail:alm@southemamericanins.com (Rev. Date May 2011) Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name-. Kevin Keetch Agency, Keetch &Associates Address: 1718 Santa Fe St. (Physi I Street Address) Corpus Chrisfi,TX 78404 (City) (State) (Zip) Telephone- 361-883-3803 E-Mall, of Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note. Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment on must not be prior to date of contract END Rev. Data May 2x11 Payment Bond! Page 3 of 3 WARNING:TFHS POWER OF ATTORNEY IS INVALID WFrHOUT THE RED BORDER AdW POWER OF ATTORNEY TRAVELERSrin.,jamton casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surely Company ol'America St.Paul Fire and Marine Insurance Company United Slates Fidelity and Guaranty Company St.Paul Guardian Insurance Company I Attorney-In Fact No. 215018 CLirtificale No. 005539708 KNOW ALL MEN BY THESE PRESENTS: That ranningron Casualty Company,St. Paul Fire and Marine Insurance Company,SL Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Conapany Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corIxtrations duly organized under the laws of the State of Connecticut.that Fidelity and Guaranty Insurance Company is a co ration duly organized under the laws of the Slate of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc_is a corporation duly organized under Inc laws of the State of Wisconsin(herein collectively called the"Connitaines"),and that the Companies do hereby make,constitute and appoint C.A.McClure,Kelly J.Brooks,Kenneth L.Meyer,and Michelle LJIM of the City of Houston ,S1*1V of----------!e—Xa.s —,their true and lawful Anorney(s)-in-Fact, each in their separate capacity if more than one is narried above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other w6fings abingarury in the nature thereof on behalf of the Comp3nics in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions tarp ceedings allowed by law, IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 26th day of--June----, 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. 'Travelers Casualty and Surely Company of America SL Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.['not Guardian Insurance Company 0 cow State of Connecticut oya City of"artford ss. Roben L.Raney,9'eraar Vice President On this the 26th day un c I 111—J11111111--_ I w 2013 ,hit Fare me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Undcroracra,Inc,,St.pawl Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St,Paul Mercury Insurance Company,Travelem Casualty and Surety Company,Travelers Casualty and Surely Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by hintselt'as a duly authorized officer. r'.'10% In Witness Whereon,I heretuais set my handand official seal. My Commission expires the Stith day of June,2016. Marie C.Telreaull,Notary Public 58440-8-12 Printed in U.S.A. F ATrORNEY IS IN I i 0;! 1 A41k Travelergi IMPORTANT NOTICE TO OBTAIN INFORMATIONAOMMAKEA COMPLAM- YOU May ContacL Travelers Casualty&Surety Company of America,Travelers Casualty &Surety Company,Travelers Indemnity Company,Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers on Attn: Claims 1500 Market Street West Tower,Suite 2900 Philadelphia, PA 19102 (267)675--3000 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies,coverages,rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin,TX 787149104 (800)252-3439 A H TMS CET YOU EL BOND.This notice is for info anon only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021,Government Code, and Section 53.202,Property Code,effective September 1,2 001. PERFORMANCE BOND STATE OF TEXAS BOND No. COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Barcom Commercial, Inc. of the City of �g�us Christi County of Nueces and State of Texas , as principal ("Principal"), and a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and fi rmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), in the penal sum of ONE HUNDRED THIRTEEN THOUSAND, EIGHTY-FVIE AND 351100 U.S. Dollars ($113,086.35 U.S. to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 2ND of AUGUST_ , 2013, which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of. SIDBURY HOUSE RENOVATIONS JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E12160 TOTAL AMOUNT: $113,085.36 Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, 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(OWNER), then this obligation shall be void: otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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, (Rev. Date May 2011) Performance Bond Page i of 3 Provided further, that this band is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in ueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original, this the day of , 2013. PRINCIPAL By - - By: Attorney-in-fact Title: Secretary Address: Address: Telephone: Fax: E-Mail- (Rev, Date May 2011) Performance Bond page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of rocss: Name: Agency. Address: (Physical treet Address) (City) (State) (Zip) Telephone: E-Mail: Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney st be ache hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev Date May 2011) Performance Bond Page 3 of 3 PAYMENT BOND PAYMENT BON D STATE OF TEXAS BOND No. COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: That Barcom Commercial, Inc. of the City of Corpus Christi , County of ueces , and State of Texas as principal ("Principal'), and a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), and unto all Subcontractors, workers, laborers, mechanics and suppliers as their interests may appear,; all of whom shall have a right to sue upon this bond in the penal sum of ONE HUNDRED THIRTEEN THOUSAND, EIGHTY-FIVE 351100 U.S. Dollars ($113,085.36 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made, We, said Principal and Surety, bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: Conditions of this bond are such that, whereas, Principal has entered into a certain written contract with the City of Corpus Christi (OWNER), dated the 2ND day of AUGUST , 2013 which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein, for the construction of SIDBURY HOUSE RENOVATIONS JOB ORDER CT (RFP 2012-02) PROJECT NO. 1216 TOTAL AMOUNT: $113,085.35 Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to 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.. (Rev,bate May 2011) Payment Bond Pagel of 3 Provided further, that this bond is executed pursuant to Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in faeces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent 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 Sections 3503.001 to 3503.005, Texas Insurance Code, as amended. In witness whereof, said Principal and Surety have signed and sealed this instrument in _ copies, each one of which shall be deemed an original, this the day of , 2013. PRINCIPAL Aftorney-in-fact Title: Secretary Address: Address: Telephone: Fax: E-Mail: (Rev. Date May 2011) Payment Bond Page 2 of 3 Name and address of esidet Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Agency: Address: (Physical Street Address) (City) (State) (Zip) Telephone: E-Mail: ote Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements esta lis y law or by OWNER under applicable law. Note: re Agent's Original Power of Attorney must be attached ret . Note: Date of Payment must not be prior to date of contract. END Rev, Date May 201 1 Payment Bond Page 3 of 3 a I 7DATFjMkJDDtYYYY) k, ACC?RDO 911112013 CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON-THE-CERM JCAT�,-HOLDEIRL THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COV , 'AGE Af F ER, *dlRbIib!BY[TkE—POL(CIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE fSSUINbI1iNR1jkE'R(S), AUTHOJIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED the policy(ies)must be endorsed. lfSUBROGATI%fTjVD,, ubjectito the terms and conditions of the policy,certain policies may require an endorsement. A statement on this c rt'dicate a o�''c rights to the certificate holder in lieu of such endorsements ACT PRODUCER C i TA "AME;CT ------------- Swantner&Gordon Ins.Agency PHONE ---= FAX tic CALLML-603AD Al f- A Higgin m botha Company MAIL ,,F Pm 0. ox 870 dept iI Corpus Christi TX 78403-0870 INSURER S. AFFORDING COVERAGE NAIC N INSURER A:Vallav Farris! fi:jEarracl 0508 INSURED BARC06 INSURERS. Barcorn Construction, Inc, INSURER C j u; Barcorn Commercial, Inc. :'rim ''I u 0 5826 Bear Lane Corpus Christi TX 78405 INSURER F.Conll INSURER F Z3—VE ES CERTIFICATE NUMBER:423697280 REVISION NUMBERa THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED 13ELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUffR —FO—UCYEFF POLICY EXP I LIMITS TR POUCYNUMOCR 1MMFDD1YYYYw M01 I E GENERAL LIABILITY C4034064756 911212013 311212014 EACH OCCURRENCE S110001000 COI«tMERCIAL GENERAL LIABILITY PREMISSS 11a 5100.00D CLAIMS-MADE, El OCCUR -ME2.FAR t r un�C 55,000 PERSONAL&ADV INJURY S1.1300.0aa GENERAL AGGREGATE S2, ,000 GERL AGGREGATE LIMIT APPLIES PER. PROoucTs-COMPIOP AGO S1000.000 L' .7 POLICY Oa-0—LOC———L—j— S B AUTOMOBILE LIAMILITY C4034064790 11212013 3112J2014 ac I ni 111000,000 X ANY AUTO BODILY INJURY(Per Perim) 5 ALL 01"ED H SCHEDULED BODILY INJURY(per ac cidenl) S AUTOS AUTOS N-OWNFID ­1595FERW—DAMAGE NO X HIRED AUTOS AUTOS (P acridenil s S C X UMBRELLA MAD X OCCUR SE33076623 1212013 D11212014 EACH OCCURRENCE 515,000,000 EXCESS UAB CLAIIIS..E AGGREGATE 515.000.0w DE DED I X. RETENTION S 10.000 Is AND EMPLOYERS'LIABILITY I - A WORKERS COMPENSATION YIN W0434064773 11212013 511212014 ffn awr q T , co M. 'ANY PROPRIETOMPARTNEWEXECUTIVE E,L,EACH ACCIDENT Si, fl40 OFFr.ER/ME? L NI ABER EXCLUDED? II (Mandatory In NHI E.L.DIS E-EA E OYFA$1,000.000 Mdescribe under IF OF OPERATIONS takra E.L.DISEASE-POLICY I PAn'I S1. M000 D Builders Risk 21081638002 W11212013 011212014 Location S7.000,000 Occurrence 510.000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Ahada ACORD 1011 Addlilarial Remarks Schedule,IF more spare Is required) Please see attached Acord 101 Form for additional policy and coverage information. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Engineering Services P.O.Box 9277 IVE Corpus Christi TX 73469-9277 Q 1988-2010 AC ORD CORPORATION. All rights reserved. ACORD 25(2010605) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: BARCOG LAC ACCMV ADDITIONAL REMARKS SCHEDULE AGENCY NA41EDINSURED .. .. l Swantner and Gordon fns Agey m CC,A Higginbotham Company Barcom Construction,Inc. SEP 13 2013 ��ucvs��eE� Earcorn Commercial,Inc. f CARRIER NAIC CODE 1 :x 6 EFFECTIVE DATE, 09112113 3.w... .. .,�._, .�.._._. .. ADDITIONAL.REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACCRC FORM. FORM NUMBER: 25 FORM TITLE- Certificate of Liability Insurance The General Liability pol=icy includes a blanket auluzmatic waiver of subrogation endorsement that provides this feature only when there is a written contract tureen the insured and certificate holder that requires it(Contractor's General Liability Extension Endorsement G-166 2-J 07112). The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status.(Blanket Additional Insured®Owners,Lessees or Contractors®With Products-Completed Operations Coverage®Form G®140331®D 01113). The General Liability policy includes a primary&non-contributory provision only when there is a written contract between the insured and certificale holder at requires such provision.(Blanket Additional Insured e Owners,Lessees or Contractors-With Products-Completed Operations Coverage m Form Form G-1 0 31- 01113), The Auto Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.(Contractors Extended BA Plus Coverage Endorsement-Form CA339 04112): The Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the cerlificate holder only when there is a written contract between the insured and certificate holder that requires such status.(Texas Additional tnsured®Form CA206 02199), "!The Workers'Compensation policy includes a blanket automatic waiver of sirbroalion endorsement that provides this feature only when there Is a written contract between the insured and certificate holder that requires it.(Texas Waiver of Our Rxght to Recover from Others Endorsement w Form VAC 42 03 04 A 01100), Executive Officers, David&Elaine Hoffman,are excluded under the Workers'Compensation policy.(Partners,Officers and Others Exclusion®Form WC420308 01197). The Umbrella policy follows the terms,definitions,conditions&exclusions of the Scheduted Underlying General Liability,Auto Liability and Employers Liability Insurance.(Umbrella Prime Commercial umbrella Liability Policy with Crisis Response-Form 6051711109). Contractors Professional t Pollution Liability policy info:Columbia Casualty®Policy#CZB288296539, 1111411 ®1 $1,400,000 Each Claim 152,000,0 ;Aggregate. Employee Theft policy with Travelers Casualty&Surety Company of Amen'ca,Policy#105677126„09112!13®14,5°1,000,000 Per Occurrence Limit. C RD 101 (20081 1) Q 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD � L91'312 ATE$htO9"fYYY} 1313 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(SI, AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policytias)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endcrsementls PRODUCER ntner r Gordon Ins.Agency �IeO�E r eAx A Higginbotham Company S AIL i 36� -0� P.O.Box 870 A®ORESS: arpt,5 Christi TX 76403a0670 _... , �r�s�aE�-��g-�F��R�iw�c��� p� ......�e � aAIc N ` _NSaRt;RA_:Valley rge-InsuranCe-Company ..._____m _2 08 tNsuRE® BARC06 I LIB R a:Ca�ii[]g3C1lal_�s�C _C��pa� # 69�e� Barcom Commercial, Inc. Barcom Construction, Inc. 5626 Bear Lane Corpus Christi TX 76405 INSURER F: COVERAGES CERTIFICATE NUMBER:2051367423 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT NTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS. IN54t 6 POLICY EFF P�1�I E�B� , 3 LTR TYPE OF INSURANCE I� �; POL @CY NL&d�REiB i A7h1YC5DPYYY'� � lAMPfg�fV'YK'y '- LIMITS A 1 GENERAL LIABILITY ' 'r14034064756 W1212092 081212013 EACH OCCURRENCE I S1,000.000 X .I COMMERCIAL GENERAL LIABILITY �isPZEMIS Ea � fe S100.000 E n� a CLABmF-AAA®E ............._;C4GCUFt hAEtl $�C,4rsy�at�p.ts�3 S5,00O i € i ........ 1 ;PERSC4he .E mil°Ih1JURY 59,..E r GENERAL AGGREGATE r-'`S2„DOD,ON ..,.. ._.. . ......... I GEhgLAGGREGATELIMIT PLIESPEW t � � � i PRODUCTS-COIIPtOPAG13 q 52,. 'ouc, LV]C 1 5 B I AUTOMOBILE LIABILITY 3 3 D11272012 �s1212013 iC4034064796� � (Ea S1, IX ANY AUTO , .. -BODILY INJURY IPer perscnI S ALL OWNED i SCHEDULED e ) SLY INJURY(Per ateadessBl S AUTOS .......�AUTOS li....._.,f HIRED AUTOS i V r NOWOWNED ; PROPERTY DAMAGE 5 AUTOS Perk 'd I i ) s C X I UMBRELLA LIAO OCCUR SE033660656 L41 012 81212013 EACH OCCURRENCE 315, EXCESS LtAE CLAIMS= ! AG4TRE T 516, O ®E X RETENTION$10,000 S A WORKERS COMPENSATION WC434064773 '1212012 "',Y 1212013 2 STATU- > GTH- ANO EMPLOYERS*LIABILITY F9y L@3 6 "i ANY PROFRtETORIPAR.TNER[EXECUTWE Y 8 N NT OFFICERA4ELASEREXCLUDE6? NIA€ 1 E_LEACHACCIpE S1,O 000 (Mandatory In NN, § s E.L DISEASE-EA EMPLOYEE$1.000,000 DESCRIP't1c,N or-OPERATIONS b E-L.DISEASE-POLICY LIMIT 51. .0630 D Builders Risk �21081639001 011282092 ;x0812/201 Location $7,000,000 ( Occurrence $10,000,00 DESCRIPTION OF OPERATIONS d LOCATIONS IVEHICLES{AUach ACORD 101,Addillonal Remarks Schadrrle,9 mare space Is required) Please see attached Acord 141 Para for additional policy and coverage information. Complete Manse to Read: City Of Carpus Christi®Parks&Rec Department,City of Corpus Christi m Department of Engineering Services r Project Name:Sidbury House Renovations J.O.C. i Project#:E12160 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box 9277 Corpus Christi TX 75469 AUTHORIZED REPRE E 1909®2010 AC RD CORPORATION, All rights reserved. ACORO 2 (2010105) The ACORO name and logo are registered marks of ACORO i AGENCY CUSTOMER ID: BARC06 LOC#: ADDITIONAL REMARKS SCHEDULE Page I of I —AGENCY NAMED INSURED Swantner and Gordon Ins Agcy®CC,A Higginbotham Company Barcom Construction,Inc. POLICY NUMBER Barcorn Commercial,Inc, CARRIER NAIC CODE E"EC'nvE DATE; 09112112 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORN FORM, FORM NUMBER: _25 FORM TITLE: The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.gContractor®s General Liability Extension Endorsement G®186524 07109). The General Liability policy includes a blanket automatic additional Insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status,(Blanket Additional Insured-Owners,Lessees or Contractors-With Products-Completed Operations Coverage-Form G-140331-C 10110). The General Liability policy includes a primary&non-contributory provision only when there is a written contract between the insured and certificate holder that requires such provision,(Blanket Additional Insured®Owners,Lessees or Contractors®With Products-Completed Operations Coverage-Form G-140331-C 10110), The Auto Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.(Texas Changes in Transfer of Rights of Recovery Against Others to Us Waiver of Subrogation- Form CA0444 03110), The Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status,(Texas Additional Insured-Form C 04 02199). The Workers'Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.(Texas Waiver of Our Right to Recover from Others Endorsement®Fonn WC 42 03 04 A 01100). Executive Officers,David a Elaine Hoffman,are excluded under the Workers'Compensation policy. The Umbrella policy follows the to s,definitions,conditions&exclusions of the Scheduled Underlying General Liability,Auto Liability and Employers Liability Insurance.(Umbrella Prime Commercial Umbrella Liability Policy with Crisis Response-Form 80517 11109). Contractors Professional I Pollution Liability policy info:Columbia Casualty,Polo y#CZB288296539,11114112-13 $1,000,000 Each Claim 1$2,000,000 Aggregate. Employee Theft policy with Travelers Casualty&Surety Company of America,Policy#105677128,9112112-113,$1,000,000 Per Occurrence Limit. The Workers'Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium.(Texas Notice of Material Change Endorsement-Form WC 42 06 01 (00)®001). The General Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium.(Texas Changes®Amendment of Cancellation Provisions or Coverage Change®Form CG 02 0512104). The Auto policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium.(Texas Cancellation Provision or Coverage Change Endorsement®Form G3006 60A 06108). The Builders Risk policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium.(Additional Interests Endorsement®Fonn AC 0467 05809). L_ I ACORD 101 (2008101) 0 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD arwm Conieneircial,Inc- arco Construction,Inc. G-140331-C Po C403-4064756 (Ed, 10Jt0) THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ,_ .: �'_. ' �. tea, �� LESSEES OR CONTRACTORS his endorsement modifies insurance provided under t COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE I ) Name of Addtdonal Insured Parmons rr n (As required bywrillen per Pa A I Locations of Covered s ( s tten contract:provided the location is within I 'coverage territW of INS Coverage P ) A. Section N Is An Insured Is amended In Include 2° We will not provide the additional insured any as an additional' r : broader coverage or any higher I' of insurance t, AnY person Or Organization you are than the least that is: reWired by When contracr to add as an a. Required by n contract; adfidlonal Insured an this Coverage Part,.and b. Described n 8.1.above;or 2 The particular person or organization. if any, scheduled c. Afforded you under this B. The insurance provided to the additional insured is 3• This insurance is excess of all other insurance kinded as f available to the additional insured whaftr on a primary, excess, contingent- y other basis. 1. The person of organtzation is an additional But it required by I en ® this insured only vAM respect to lab"Ay for insurance ils be primary and non-contributory ° 'PIOPSOV damage.' or 'personal and relative to insurance the additional adverlising iritW caused in whole or in part bye insured is a Named Insured. a. Your acts or omissions:or 4. The insurance provided to the insured b. The acts or omissions of those acting on your does t apply to injury,' 'property behalf damage,' or 'persoml and advertising Injury arias t in I performance your o a. The rendering of, failure to render. an specified in written tract°;�r y professional architectural. engineeft or C. 'y t is specified in the iltan surveying services,including: oDntracr but only for ily ` Injury* or pro e`s in the"pod (1) The preparing. approving, or failing to pre approve maps,s drawings, completed s a only it: opinions. reports, surveys, field orders. ® 11) The 'written ` requires to change orders or drawings and provide the additional Insured such specifications;and coverage;and ( Supervisory, in ion, architectural or (2I This Coverage Part provides such engineering activities;or coverage. G-140331-C i d kismance Servims C Page t of 2 ( d.10110) G-140 1-C (Ed. 101io) b. Any promises or work for which the additional We have no duty to defend or indemnify an insured is speciftally listed as an additi dional insured under this endorsement Lmtl we insured on another endorsement attached to receive from the additional insured written notes I his Coverage ParL of a claim or'suiL' C. SECTION IV—COMMERCIAL GENERAL LLABRM 2. With respect only to the insurance provided by Oft CONDIITIONS is amended as follown, endorsement.the first sentence of Paragraph 4.jL of the Other Iniruraince Condibon is deleted and 1. The Dudes In The Event of Occurrence, replaced with the following: Offense. 0 I R condition is amended to add the following additional conditions applicable 4. her Insurance to the additional insured: 2. Primary Insurance An additional insured under this endorsement wig This insurance is primary and non- as soon as prackkabOW: contributory except when rendered (1) Give us written notice of an 'occurrence* or excess by endorsement G-140331-C. or an offense which may result in a claim of when Paragraph b.below applies. °s ' and this insurance. and ol any claim D. Only for the purpose of ft insuranca provided by this or'sur that does result endorsement, SE"ON V — DEFINITIONS Is (2) Except as provided in Paragraph 8.3 of this arnended to add the following definition: endorsement. agree to make available any 'Wrinon contt2cr means a written conbart or written other irisurance ft additional insured has for agreement that requires you to make a personi or a low we cover under IN%Coverage Part organtration an addillimal insured on this Coverage (3) Send us copies of all legal papers received. Part,provided ft contract or agreement and otherwise cooperate with us in the 1. Is currently in effect or becomes effective during investigation. defense. or settlement of the the to of this po&-y.and daim or"surt,,and 141 Tender the defense and indemnlity of any 2 Was executed prior to•, dairn or 'suir to any other insurer or seff a. The*bodily Injury'or'property darnage,or insurer whose policy or program applies to a loss we cover under Oils Coverage Parl. But h The offense that caused the 'personal and if the'wrillm contracr requires[his insurance advertising Injury' to be prdnary and nion-eGnifibulory, this for which the additional insured seeks coverage provision (4) does not apply to insurance an under this Coverage Part. which the additional insured is a Named insured. G-140331-C Includes copriWiied noleft of Wdurove Samm Ofte.Im,w9h da Pom"m Page 2 of 2 (Ed.10110) Barcoun Commercial,Inc.; Barc orn Construction,Inc. G-16652-1 CAFA Po" C40340647 JEd.07/09) THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. CONTRACTORS' GENERAL UABUTY EXTENSION ENDORSEMENT This endorsement modifies insurance provided unaer the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extensson of coverage endorsement does not apply to any person or organization covered as an addillonalinsured on any other endorsement now or hereafter attached to this Coverage Part. SCHEDULE Cove tages are summarized below. For parficutam and Imitabons affecting each coverage, please refer to the correspording poky provisions in the body of this endomemenL 1. Miscellaneous Addirtional Insureds 13. Liberalization Clause I additional insured extensions. 14. UnInteriftnal Failure To Disclose Hazards 2- Employees As Insureds—Health Cme Services IS. Nofte of occurrence 3. Joint Ventures/PartnershipiLlmited Llablilly 16. Broad Knovirledge of Occurrence Companies Coverage for your interest in such terminated of ended 17. Aggregate Limits Per Prolm organizations. 18. Bodily Injury—E n n of Coverage 4. Expanded Personal And Advertising Injury 19. Expected Or Intended Injury 5. Medical Payments Reasonable fwca—bodily injury or property darriep. Limits increased to$15,000. Reporting increased to three years from the 20. Wrap-Up Extension date of accident. 21. Contractual Liability—Railroads 6. Legal Liability And Borrowed Equipment Expanded definition al'insuted contract.* Extended parits. BIW*at Waiver of Suibrogadon Limit increased to$200,000 for Damage to Promises UZL Waiver of subrogallon where required by written Rented To You contract or written agreement. 7. Non-owned Watercraft 23. In Rom Actions Increased to 551 t. S. Non-owned Aircraft Coverage ,J 9. Contractual Liability For Personal And AdvartJoIng injury 10. Suppkimentary Payments Cost of bat bonds increased to$2,500. Daly loss of eamings increased to S1.000, 11. Uquor Uablilty Coverage Extension 12. Newly Formed Or Acquired Organizations Coverage extended to the end of the policy period. is G-18652-1 IrchAss aWVrq*md noluw at insurdrwm Sermes arrim.hw-,wo as pammmon. Page 1 of 8 (Ed.07M) G-1 86524 Md.07w Residential structure also does not mclude surveys. field or ders. change hospitals or prisons. orders or drawings and 21. CONTRACTUALLIABRM—RAILROADS specif5caitiom-or 1b) Giving directiians, cc Instructions. With respect to operations perforined within 50 feet of or failing to 9" them, if that is railroad pr operty.the definition of*Insured oodracr in the primary cause of the h1my or Secticin V—Definitions is replaced by the followinT. damage; 1n ed Con"cr means, (2) Under which the Insured. if an a. A contract lot a lease of pr emises. archilect. engineer or surveyor, However.that portion of Me contract for a assumes liablirty, for an injury or lease of promises that indernriffies any damage arising out of the Insured's pemm or orgar&alion for damage by fire tendering or failure to render to promises if rented to you or professional services.Including those iemporarily occupied by you with lis;W in (1) above and supervisory, permlsslon of the owner is riot an'insured inspection. amhRectural or ronli-act': engineerirg adivitkm b. A sidetrack agireement: 22. LANKET WAIVER OF SUBGROGATION c. Any easement or license agreement; The Transfer Of Rights Of Recovery Against CMwm To Us Condition ISection IV—Commercial Genwal obligation, as mquired by ordinance. Liability Condidarm) is amended by the addition of to Indemnity a municipality, except in the fdkrmW. connection with work fora ntoficipalitin We waive any right of recovery we may have afrost 9. An elevator maintenance agreement; any person or organizatioin because of payments we f. Thal pad of any other cDrftxt or make for injury of damage arising out of agnmwnerd pedal" to your business 1. Your onoolng opeirations;or (including an indemnification of a municipality in connectko with work 2- 'Your work' Included in the 'Pfoducts- perloffned for a municipality)under which completed operations hazard.' you assume the W liability of another However. "a waiver applies a* when you have party to pay lor"boddy injury'or'property agreed in writing to waive such rights of recovery in a damage'to a third person or organizatim. contract or agreement. and only If the contract or Tort W119y means a liability Ilml would agreeme0 be imposed by law in ffis absence of any contract or agreement. 1. Is in effect or becomes eff eclive during the Paragraph f.does not include that part of to at this polW,and any contract or agmement: 2- Was executed prior to loss. (1) That Indemnifies; an archilect. 29. 1 REM ACTIONS ongh-wor or surveyor for ijury or Any action in rem against any vessel owned.operated damage arising out of: by or for,arc d by or for you will be treated in (a) Prepars ng.approving or failing to the same manner as though the action were in prepare or approve maps. shop personarn against you. drawings, opinions. reports, G-18024 Inowes copyeq4w malaft of VWX29M Swvcn ankii.kr-.WM 113 pwnvsmn Page 8 of 0 (ft 07M9) POLICY NUMBER. 04034064790 COMMERCIAL AUTO CAS 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following- BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With re ect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modifieTby this endorsement. This endorsement identifies person(s)or organization(s)who are"insureds"under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 09112J12 Countersigned.By: Named Insured: Barcorn Commercial,Inc., Barc om Construction,Inc. AuthorBZ d Ce ntative) SCHEDULE Name of Person(s) or Organization(s): Any person or organization which is required to be named as a result of a written contract with you If no entry appears above, information required to complete this endorsement will be shown in the eclarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an"insured" for Liability Cove ra e, but only to the extent that person or organization qualifies as an"insured" under the Who Is An Ins g Provision contained in Section 11 oft a Coverage Form. CA 2 0 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of I POLICY NUMBER: 04034064790 COMMERCIAL AUTO C 1 i POLICY. ITC L . WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance rovi under the following- BUSINESS UT BUSINESS IC L DAMAGE COVERAGE FORM GARAGE COVERAGE CARRIER MOTOR COVERAGE TRUCKERS COVERAGE With respect to coverage provided by this endorsement, the rovisios of the Coverage Form apply runless modified by the ors nt. This endorsement changes e policy effective on the inception date of the oli unless another date is indi- cated below, Named Insured: arco Commercial,Inc., Barcom Construction,Inc. Endorsement Effective ate: 09112112 SCHEDULE Name(s) on(s)Or Organ ati n(s): Any person or organization which Is required to be named as a result of a written contract with you Information jj§uIred lo,complele this Schedule, if not n above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown In the Schedule, but only tote extent that subrogation is waived prior to the"accident"or the"loss"under a contract with that person or organization. Insurance Services office, Inc. - POLICY : C4034064766 COMMERCIAL L. LIABIL17Y CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE A T LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATI LIABILITY COVERAGE PART RAILROAD R TECTIV LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, to ail pnor written notice of cancellation or material change to;. SCHEDULE 1. Name: "Per Schedule on File" Cancellation notification tote above entities will not apply to cancellation for non payment of premium Address:2. "Per Schedule an File" 3. Number of a advance notic 3 trafo a° r airs to co a is a e, if not shown above.will be shown in to Declarations. E` CNA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION OR MATERIAL CHANGE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the Inception date of the policy unless another date is indicated below: Endorsement Effective 09112J12 Policy umber C40340"790 V, am Insu area Co rcial,Inc. Countersigned by Barcs m Construction,Inc. 1V t. Ned red Brn mme --IAuthorized-RePresenta0vei In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to all prior written notice of cancellation or material change to: SCHEDULE ;N.)mber of days advance notice: 2.Name: "Per Schedule on File" Cancallatkm notification to the above entities will not apply to cancellation for non payment of premium 3.Address: "Per Schedule on File" WORKERS COMPIM"7101 AND EMPLOYERS UABLrrY NWRANCE POLICY WC 42o@ cn (Ed. ) TEXAS NOTIGE OF MATERIAL CHAME ENDORSEMENT This andomernent applies to the InSUMOD PrOVICIOd bY the PO&V because To= Is shown In ftem 3.A. of the Information Page. In the rmd of cencelladon of other material ill man ad" notce lo to person or organtmft named In the Schedule.The number of In the Schedule. a or Indirectly to bensfil anyone root named In the Schedule. Scheckits 1. 3t9 2. t : 30 D&Y NOTrcE OF CANCELUTION APPLIES To ALL ENTITIES ON LIST KNINTAINED ON FILE By COMPANY. Ell L1dGnmnN*E5N*m .l 62112 WC 434064773 -- InaW Barcom Commercial,Inc. Pmmksns Barcom Construction,Inc. ZMEE WC 42 Of 01 (Ed.7-84) WORKER9 COMMSATION AND EMPLOYERS LL40WW INWRANCE POUCY WC 42 03 04 A (Ed. 1-00) TIMAS WAIVER OF OUR RWHY TO RECOVER FROM OTHERS ENOORSBMENT This andowned applies only to the Irmtenco provided by the policy because Texas is shown In It 3.A. of the Information PW We have the d*to recover our payments lrom anyone liable for an Injury covered by this policy,We Will not aniewce our right against 11116 person Of o namied In the Scheciuls, tNA this waiver appileg G*with rasped 10 bodily injury arlaing out of the aperatiom;described In the Schedule where you are ractulrad by a written ctmtract to ObWn Oft WaWar lee t shall not operate directly or indirectly to b&WII arryone not named in the Schedule. The pronlum for this andoras"Wile shown In We Schedule. Schedule t. ( )SPeciric Waiver Name of person of organization (X)8JsnkwIWdw Any pwaon or organization for whom the Named Insured has agreed by written contract to furnish this waivw. 2. OPOrRWM:TEXAS OPERATIONS 3. Prarnlum The ptamium charge lor this endorsement shall be 2 percent of the premium developed on payroll In connedion with work parlormad for ft Owe porson(s)Of 0r9RnkX0dcn(9J a out of the otmalions described. 4. Advance Premium am gM This andorsawAN dienges the Policy to mohich It Ise and Is effective an the date Mued udess athemize alated. (The inlormalon below Is taquired only when thle andommard is levind sequont to preparstfon of the policy.) End*mwnwd E 09112112 Policy No. C4 773 Endorsement No. Inmiod Barcom Commercial,Inc.;Barcorn Construction,Inc. of Countersignedby buumnes Compary WC 42 03 04 A (Ed.I-M)