Loading...
HomeMy WebLinkAboutC2013-265 - 9/18/2013 - NA a. 2013-265 9/18/13 SPECIAL PROV'I S IONS Barcom Commercial Inc. r. SPECIFICATIONS AND 'FORMS 'OF CONTRACTS AND BONDS FOR ;AMERICAN BANK 'CONV"ENTION CENTER ELEVATOR REPLACEMENT PHASE' 1 J 0' . C FOR AMERICAN BANK CENTER CITY OF CORPUS CHRISTI, 'TEXA9 PHONE: 361/826-4100 FAX: 361/825-9905 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, 'TEXAS :PHONE: 361/$80=3500 FAX: 361/ 8.301 PROJECT, N0: W13014 DRAWING N0 790 AMERICAN BANK CONVENTION CENTER ELEVATOR REPLACEMENT T PHASE 1 PN+ E13014 (Revised 6127199) NOTICE TO CONTRACTORS - A (REVISED MARCH 2009) Insurance Requirements NOTICE TO CONTRACTORS Worker's Compensation Coverage for Building or Construction Projects for Government Enti.tips. T EC PROVISIONS A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award/Explanation of Rid 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 Rates A®11 Cooperation with Public Agencies A-12 Maintenance of Services A_ 1:7 Field Offiee NOT USED A-18 Schedule and Sequence of Construction A®19 Construction Project Layout and Control A @20 Testing and Certification -__ _E_ __t Signs A°22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required A-24 Surety Bonds .&__26 Si'@_e_r A®26 Supplemental Insurance Requirements A-29 Contractor's Field Administration Staff A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A-36 Other Submittals A-36 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-6-6a Partial. Estimates A-42 OSHA Rules & Regulations A®43 Amended Indemnification & Hold Harmless (9195) A®44 Change Orders (4/26199) A-45 As-Built Dimensions and Drawings __ A-48 Overhead Electrical Wires A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress A-52 Value Engineering PART B ® GENERAL PROVISIONS PART C ® FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS PART 1 - GENERAL l m.l SCOPE AND DEFINITIONS 1.2 RELATED WORK SPECIFIED ELSEWHERE 1.3 QUALITY ASSURANCE 1.4 SUBMITTALS 1.5 DELIVERY, STORAGE AND HANDLING PART 2 PRODUCTS 2, 1 MANUFACTURERS ..2 FRP DOOMS 2.3 F'RP FRAMS 2.4 MECHANICAL PROPERTIES 275 FASTENERS 2.6 HARDWARE PREPARATION PART 3 e EXECUTION 3.1 IDENTIFICATION 3.2 INSTALLATION 3.3 CLEANING 0,810 DIODE PART 1 -- GENERAL 1.1 GENERAL 1.2 RELATED SECTIONS 1.3 REFERENCES 1.4 SUBMITTLAS 1.5 PROJECT RECORD DOCUMENTS 1.6 OPERATION AND MAINTENANCE DATA 1.7 QUALITY ASSURANCE 1 S REGULATORY REQUIREMENTS 1.9 DELIVERY, STORAGE AND HANDLING 1.10 COORDINATION IM WARRANTY 1;12 MAINTENANCE MATERIALS 1.13 EXTRA MATERIALS PART 2 e PRODUCTS 2.1 A CEPTABLE MANUFACTURERS 2.2 KEYING 2.3 FINISHES PART 3 ® EXECUTION 3,1 EXAMINATION 3.2 INSTALLATION 3.3 FIELD QUALITY CONTROL 3.4 ADJUSTING 3.5 PROTECTION OF FINISHED WORK 3.6 SCHEDULES PART 1 - GENERAL 1.01 SUMMARY 1.02 SUBMITTALS 1.03 REFERENCES 1.04 CONTRACTOR'S RESPONSIBILITY 1.05 WARRANTY .. 1.06 MAINTENANCE 1.07 QUALITY ASSURANCE 1.03 PARTS AND PRINTED CIRCUIT BOARDS PART 2 - PRODUCTS 2.01 MANUFACTURES 2.02 TYPE AND OERNAL CHARACTERISTICS 2.03 MACHINE ROOD EQUIPMENT 2.04 HOISTWAY EQUIPMENT 2.05 SIGNAL SYSTEMS 2.06 COMMUNICATIONS SYSTEMS PART 3 - EXECUTION 3.01 SCOPE 3.02 PAINTING 3.03 CLEAN UP 3.04 ELEVATOR REMOVAL 3.05 ACCEPTANCE TESTING 3.06 USE OF ELEVATORS 3 m 07 ACCEPTANCE 1.1 GENE L 1.2 SCOPE 1.3 WORKMANSHIP 1.4 C0DES$PERMITS, AND FEES 1.5 SAFETY STANDAROS 1.6 MATERIALS AND EQUIPMENTS 1.7 WARRANTY 1.3 PROTECTION 1.9 CUTTING AND PATCHING 1®10 SLAB AND WALL PENETRATIONS 1.11 CLEANING 1.12 DRAWINGS 1.13 CHANGES 1.14 FIRE PROTECTIONS/SOUND ATTENUATION SEALANT 1.25 DEMOLITION AND WORK WITHIN EXISTING BUILDING 1.16 REMOVED MATERIALS, FIXTURES, AND EQUIPMENT 1.17 C0NTINUITY OF SERVICE 1.13 ELECTRICAL SERVICE 1.19 TEMPORARY POWER AND LIGHTING 1.20 GROUNDING 1;21 CONDUIT AND TUBING 1.22 INSTALLATION AND ROUTING OF CONDUITS 1.23 N EaRS AND SUPPORTS 1 ,24 PAINTING 1.25 CONDUCTORS 1,26 WIRE PULLING LUBRICANTS 1;27 COLOR—CODIN AND °TAGGIN 1,28 INSULATION OF SPLICES AND CABLE TERMINATION 1.29 OUTLET AND SWITCH BOXES 10-30 LOCATION OF OUTLET BOXES 1.31 HEIGHT OF OUTLETS 1;32 WIRING DEVICES 1 a 3 COVERPLATES 1.34 DISCONNECT SWITCHES 1;.35 FUSES 1.36 LIGHTING FIXTURES 1-37 WIRING OF MOTORS 1.38 CIRCUITING 1.39 IDENTIFICATION AND LABELING OF DIS'TRBUTION GEAR 1..40 CONNECTIONS TO EQUIPMENT SPECIFIED ELSEWHERE 1.41 ACCESSORY CONSTRUCTION APPARATUS 1.42 TEST/DEMOSTRATION 1.43 INSTRUCTIONS 14.44 OR j,% 'SHIP AND INSTALLATION PART T ® EXHIBITS EXHIBIT "A" ELEVATOR PLAN FREIGHT & PASSANT EnR ELEVATORS LIST OF DRAWINGS SHEET 1 CAE 2 TITLE SHEET _ SHEET 2 OF 2 MECHANICAL I ELECTRICAL PLAN _, -- NT pRopoSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS NOTICE TO CONTRACTOS - A INSURANCE REQUIREMENTS REVISED MARCH, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazards 5. Products/ Completed operations $ 2,000,000 COMBINED SINGLE LIMIT Hazards 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal injury AUTOMOBILE LIABILITY OWNED NON-OWNED OR ED $1,000,000 COMBINED SINGLE LIMIT RENT WORKERS' COMPENSATION WHICH CO ES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH 11 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 El REQUIRED discharge; to include long-term enviornmental impact for the disposal NOT REQUIRED of contaminants. See Section b-6-11 and Supplemental Insurance requirements BUILDER'S RISK El REQUIRED NOT REQUIRED See Section b-6-11 and Supplemental Insurance requirements INSTALLATION RISK 21 REQUIRED El NOT REQUIRED PAGE 1 OF 2 The City of Corpus Christi must be named an 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 WORKEWS COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYERNOTICES RULE §110.110 Reporting Requirements for Building or truetion 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 comn-dssion, or a workers'compensation coverage agreement(T CC- 1, CC- 2, TWCC-83,or TW CC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement)providing services on a project, for the duration of the project. (2) Building or cons truction-�Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor—A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers'compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-8 1, ® TWCCA 82, form TWCC-83,or form TWCC-84,.filed with the Texas Workers'Comp ens ation Cornmission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code,Chapter 406, Subchapters F and G.as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6)Duration of the project-.-Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7)Persons providing services on the project("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections(h) and(i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken t®perform on the project,regardless of whether that person contracted directly with the tontractor 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 ployees of any entity furnishing persons to perform services on the project. Page 2 of I I "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 a appropriate insurance carrier or, in a case of a self-insured, with the co °ssio '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) oft this subsection, using e language required by paragraph(7)of is subsection; (2) as part of the contract, using the language required by paragraph(7) of is subsection, require the contractor to erfo as required in subsection(d) of is section; (3)obtain from a contractor a certificate of coverage for each person providing services on the project,prior to that person beginning work on the project; ( ) 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 a 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, ( )provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which ey are contained or to impose stricter standards of documentation: Attached Granhic Page 3 of I 1 (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 contractors 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 governinental. entity: (A) a certificate of coverage, prior to that person beginning work on the project,so the govenu-nental 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 mi writmig by certified mail or personal delivery, within ten days after the contractor knew ors oul 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 vedfy 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 commission on the sample notice,without any additional words or changes: Attached-G_rap ppLhic (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 11 (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; ( )obtain f rom 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 a coverage period, if a 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; ( ) 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) of °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; ( )have the following language in its contract to provide services on a project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing is 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 a 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." ( )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 certificate of coverage, prior to the other person beginning work on a project; and ( )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 I I (6)retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7)notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the ail a send the notice within ten days after the person knew ors oul have known oft e change; and (8)contractually require each other person with whom it contracts to: (A)provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project-, (B)provide a certificate of coverage to it prior t o t hat 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 die end of the coverage period, a new certificate of coverage showing extension oft e coverage period,if the coverage period shown on the current certificate of coverage ends during the duration of the 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 oft e 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 proi ect 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 ors of have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts,to perform as required by this subparagraph and subparagraphs(A)-(G)of this paragraph,with the certificate of coverage to be provided to the person for whom they are providing services. (f)If any provision of this rule or its application to any person or circumstance is held invalid,, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application,and to this end the provisions of this rule are declared to be severable. (g)This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994,which are not required by law to be advertised for bid. Page 6 of 11 ( )The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §46). (i)The coverage requirement in 's rule does not apply to sole proprietors,partners, and corporate officers who meet the requirements of the Act, 06.097(c), and who are explicitly excluded from coverage in accordance with the Act, 6.07(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 beeffective September 1, 1994, 19 Tex Reg 5715; amended to beeffective November 6, 1995, 20 Tex Reg 8609 Page 7 of I 1 T28S 110.1 10(d)(7) "REQ UIRED WORKERYCOMPENSA TION CO VERA GE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This inchides persons providing, h aiding, 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 Work ergs'Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an ern ployer'sfailure to provide coverage. Page 8 of I I T28 S I 10.11 O(c)(7) Article Igor kers'Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')-A copy of a certcate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement(TWCC-81, TWCC- 82, TWCC-83, or IFCC-84), showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from file beginning of the work oil the project until the con tractor's1person's work on the project has been completed and accepted by the governmental entity. Persons providing services oil the project("subcontractor"in§406.096) - includes all persons oi-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. Yh is includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity whichfin-nishes pep-soils to provide services on life project. "Services"include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. 71e contractor shall provide coverage, based on proper reporting of classification codes and 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 the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtainfi-om each person providing services oil a project, mid provide to the governmental entity (1) a certificate of coverage,prior to that person beginning Work oil the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the covet-age period shown on the current certificate of coverage ends during the duration of the project. Page 9 of I I F. Tile contractor shall retain all required certificates of coverage fear the duration of the project and for one year thereafter. G. The contractor shall not6 the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of ally change that materially affects the provislon of coverage of any person providing services on the project. H. 77ie contractor shall post on each project site a notice,, in the text,form and mann er prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a pep-son may verify coverage and report lack of coverage. L Th e contractor shall contractually require each pet-son with whom it contracts to provide services on a project, to (1)provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the project,for the duration of the project,• (2)provide to the contractor,prior to that person beginning work on the project, a certificate Of eoverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; (3)provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4)obtainfron; each outer person with whom it contracts, and provide to the contractor: (a)a certificate of coverage,prior to the rather person beginning work on the project; and (b)a new certificate of coverage showing extension of coverage,prior to the end of the coverage e �p d, i partied, f the cover age period shown on the current certificate of coverage ends during the duration of the prqj-ect,� (5)retain all required certificates of coverage on file for the duration of the project acrd for one year thereafter; (6)not6 the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew car®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 wh oyn it contracts, to perform as required by paragraphs(1) - (7), with the certificates of coverage to be provided to the person for whom they arse provi ding 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 workerscompensation coves gefor the duration of the project, that the covey-age will be based on proper reporting of classcation codes and payroll anyounts, and that all coverage agreements will belled with the appropriate insurance carrier or, in the case of a se insured, with the commission's Division of Sep Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor-to administrative penalties, criminal penalties, civil penalties, or-other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breac -om the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS AMERICAN BANK CONVENTION CENTER ELEVATOR REPLACEMENT PHASE I PN: E13014 leeated erk the flEst fleew ef Gity Hall, 1201 Leapar-d Street, untll 2.-90 p-.m., WednesdayT- S �TI�t1 � Sp �2 R�t�T�T�riiS Grata SeeEetaEyls Off®c_ a2e_ ®eesamv es_evs Gerpus GhE119,11, 9?RM HERE. —he inee­ng will eenvene a' 'he - I�efina tions and bre�iations Section R®1 of the General provisions will govern �esriti. n Pr 'e�t The project for the a erican bark center elevator replacement consists of upgrading to FRP doors and frames, electrical systems and elevators according to plans and specs provided. AA Hathad L Award The contract is awarded as a Job Order Contract (J.O.C. ) and prices established through the use of RSMeans cost pricing. ®5 Items to he Submitted with Prowl The following items are required to be submitted with the proposal: 2. Disclosure of Interests Statement ut�m�.ttal s�f t9aterials A--G Time of--C Rl ion/Li idated Damaaaz The working time for completion of the Project will be 3 2 calm a vs. 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. Section A-SP (revised 12/15/04) Page 1 of 21 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, AM 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. U nomcp rags 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 an the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer.. ----------- eant--IR Ofilolflel -d -Rty and be 2 of the General 4°9rev-49*,afks—. all ------- -1-- Fai,14-e te '40 S�FKz i=p A-ed 4 1 A g . Wde-*— A-10 Waae Mt g& (Revised 7/5/00) Labor preference and wage rates for In case of conflict, Contractor shall use higher wage rate. Section A-SP (revised 12/15104) Page 2 of 21 Minimum Prevailing Wa e Scales. The Corpus Christi City Council has determined the general prevailing minimum hourly wage .rate for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rags to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60,00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages }paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the C=ity Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. 'These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals. ) One and one-half (Ili) times the specified hourly gage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section ®1-1, Definition of Terms, and Section P°7®6, Working Hours.) -13 oration i t}xSlio � rai a� _ (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the Limits of the Project. The Contractor ,shall provide a forty-eight (46) hoar notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One-Call System 1 600-245-45458 the Tone star Notification Company at 1-600-669-€6344, and the Southwestern Bell Locate Croup at 1®600® 626®5127. For the Contractor's convenience, the fallowing telephone numbers are listed. City Engineer 361 °626-3500 Project Manager 361-926-3550, 926-3594 Traffic Engineering 680-3540 Police Department 962-1911 Water Department 857-1881 (660°-3140 after hours) Wastewater Department 957-1900 (360-3140 after hours) Gas Department 695-6900 (885-6900 after hours) Storrs Water Department 626-1675 (660°-3140 after hours) Parks & Recreation Department 626-3461 Streets & Solid Waste Services 626-1970 A E P 1-877-373-4056 (693--9444 after hours) S B C 881-2511 (1-900-624-4424,after hours) City Street Div. for Traffic Signal/Fiber Optic Locate 926-°1946 657-1960 Cablevisi.on 657-5000 (657 -5060 after hours) ACSI (Fiber Optic) 667°-9200 (Pager 800-724-3624) KMC (Fiber Optic) 913-1124 (Pager 666-204-1679) ChoiceCom (fiber Optic) 691°-5767 (Pager 950-2991) CAPROCK (Fiber Optic) 512-°935-°0956 (Mobile) Brooks Fiber Chic (MAN) 972-753-4355 Section A-S (revised 12/15/04) Page 3 of 21 The Contractor shall take all precautions in protecting ex.-,isftng, utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc, However, the accuracy. and-c M- ,-1-et f atLgh i=uf QXM_0 J s___ _Q jR 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. t --to- &as *Rd .4 14 t��e "Gewp 4-L -4 e, I b4l,0, a 8,994"Ree A-"g paper-,, 0-- -The--- a e"_­sh-344 qeeec-e "40, neeeasaEy VeYm*t­--f_--&.M--t_h-_ __Y'a -�sa6�e k,1=@ @,e e e---F-ev­ _,et­paywserTtz- 6*ea.- 0@0e ��-, 'Wa-ya eleae etg Vae ------ -------------r�__ Fr Section A SP (revised 12/15/04) Page 4 of 21 e® " @@ u r® @r gee Heave Payment will be made to Gen t-E e�. 'he eest ef all he Genteaeter 'he field he site as tequIL-ed by-44ie­1 day answeEaag seEv-4ee) and �• @@ 98 1 A-18 Sch dl�Il nd Sacnjanca nZ Kuc °oM The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days This plan must detail the schedule of work and mint be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting® The plan must indicate the schedule of the following work items 1® Initial Schedule; Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2® Items to Included Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week® 3. Submittal Dates: Indicate submittal dates required for all submittals® e Re-Submission; Revise and resubmit as required by the City Engineer. 5. Periodic Update® Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule The drawings may depict but not necessary include: limes, slopes, grades, sections, measurements, wench 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. Section A-SP (revised 12115/04) Page 5 of 21 if, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. 1f, fee wh A *�e A - lk- -eq Go- _A-eE0E111111_M1­_,_ a V nq p V a a 16 -he ITI,1�4 �­4 ft. eql 61"ered snk- --+Pe,--P-,--;,-t&T # ­&-Ii Following is the minimum schedule of documentation required: G­e_- eevb 6"Fee" eFeWfis en a > 616" Wb P 4QT, All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. Section A-SP (revised 12/15/04) Page 6 of 21 -2 2 (Revised 10/95) 1< pglir 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 Enterprises 2m Definitions as Prime Contractors Any person., firm, partnership, corporation, association or joust venture as herein provided which has been awarded a City contract e 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 Enterprises A lousiness enterprise that is owned and controlled by one or more minority person(s) . Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities® Minority person(s) must collectively own, operate and/or actively manacle, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person® (b) For an enterprise doing business as a partnership, at least 51.0% 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 trust be owned by one or more minority person(s) ® . controlled The primary power, direct or indirect, to manage a business Yu enterprise rests with a minority person(s) 3. Share in pa ants Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.01 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 lousiness enterprise® Section (revised 12/15/04) Page 7 of 21 d,- MiAgriy. See definition under Minority Business Enterprise. -t a., Female--Owned-Business Enterorise : 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. ig 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. 3m a, The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation(Percent) -4.E b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b, The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation" by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas 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. (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City"s Building Inspection Department, and all other City A-SP including water/wastewater meter fees and tap fees as required by City. (revised 12/15/04) Page 8 of 21 A-24 Surety Bonds Paragraph two (2) of Section 5-3-4 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 bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds text percent (10 ) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsu rer"s capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas® The Surety shall designate an agent who is a resident of Nueces County, "Texas. Each brand 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 reinsures must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." 'he Gity f the all Sales, Smels ®- - - - - Section A-SP (revised 12/15104) Page 9 of 21 h-26 For each insurance coverage provided in accordance wiLh Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name4 City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3, Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty 430) 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 an the Project described in the Contract. For each insurance coverage provided in accordance with Section B 6 11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys® fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. ............................................ -as Re eg, Section A-SIP (revised 12/15/04) Page 10 of 21 r seevieee of materials began w_J any queh 11 the date ef the Eelease of "he 11en. tate year b ddeE shall ameant of "he ela-1m, the bas-49 net been fKA-d—. statement, pEepaEed as late,- than niftelly (90) days pEler te the-G-i-��Els Eequesk-r- a all euFffent assets and 11abill"ins, ® co�stractors Meld ini. tratir� staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer, The criteria upon which the City Engineer makes this determination may include the following: 1, The Superintendent must have at least five ( ) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience Must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures The superintendent shall be present, on the job site, at all times that work is being performed 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the .superintendent Foremen cannot act as superintendent without prior written approval from the Ci Documentation concerning these requirements will be reviewed by the City Engineer® The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project, Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City® Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section ll®7®13a Section A-SP (revised 12/15/04) Page 11 of 21 ➢2.__�.�7 r.:..r- e _ t"'.,im vn d-sm � ,Fy,._�.�."t 1-.,re :_ Ry�.!E,��.-:r.y._, .. ,w . .. ,. .. w . _ ° -: _ate Of : r r� ,F- , — aC — 'r4x3 ;� arlew ..._ r, h e: - - e�c� M' '..,, ��'8ti e°'°"icy`°""���`m'""�"`4�'�� ... ...._... __ ; eel m - -"- ._.. _ a ar r _- t� _ ¢: ae re ' . a Eaves - =- 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 designees The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council A-32 Amended ®vxu�i�n osro ® irnt Under "General Provisions and Requirements for Municipal Construction Contracts® B®0®5 Executions of Contract acid the following; The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City .Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. �33 nditi�n� o Mork Each bidder must familiarize himself fully with the conditions relating to the completion of the Project, Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. ®34 Pr c dente Qf Qgntrart o�s� In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, .Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, .referenced specifications, Standard Specifications, and General Provisions, in that order. A—. vi �-jk,RF.Gentgaeteg npleyee Section A®SP (revised 12/15/04) Page 13 of 21 � . : i, q �• R9 FaO --e _-.. . _ r `'a .,_--a,a L r —c s x be Section (revised 12/15/04) Page 14 of 21 4= lie a Eegu to ed -----__ e_ R fe- and seftlwaE-e- f s W411 e —4a - -°�r� l= 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 Cm Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal forme Resub ittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the .Subcontractor or supplier; pertinent Drawing shoot and detail number(s) , and specification Section number, as appropriate, on each submittal form. Section A-SP (revised 12/15/04) Page 15 of 21 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. a- Scheduling® Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f- Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers" standard data to provide information unique to this Project. 9- 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 Requirementst Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals., Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j, Distribution- Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2; 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 L2Rle2Aai.L eR � When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. Ao-am 1; 21 ""A"o r W&C,e v P!-ti rd i P,,h e by -yet Aee- me et"L_R GOPIVa-&— The requirements of "Notice to Contractors 'B" are incorporated by reference in this Special Provision. The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-6-9, Section A-SP (revised 12/15/04) Page 1 6 of 21 General Provisions and Requirements for Municipal Construction Contracts Section -6-6; Partial Estimates is amended to provide that approximate estimates from which partial payments will he 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 -s material supplier has been paid for the materials delivered to the Project workssitem a - 0 l�s lions 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. ndd �s�dmni.fi.oa�.' Fi�l.d Fig 3� Under "General Provisions and Requirements for municipal Construction Contracts" E®6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof The Contractor shall hold the Cite its officials, employees, attorneys, and agents harmless and shall indemnify the Cite 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. �� Cfnxt � rd�r� Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor®s costs and breakdowns, cost of materials and equipment, wave rates, etc.) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. � � - �xi]t__iai �nai or�ffi andwi n� (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. Section A- (revised 12/15/04) Page 17 of 21 Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following (1) Horizontal and vertical dimensions due to substitutions/field changes,I (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work., (5) Any other changes made. -7 r inn I 4-e---Fop high esed 4e,- Ve 4_&r0d4,_ mum 14— , reO ot-em PiEllop my AR 22Q­44_etqf- 6nd --a_�e- � : c *t_ta the-_ theyedy ;t h av e az nre e----4-e­-tr'*e--V -Ultw as 5 6 e, a t e d W h *P-Iiov� e m, a v �3­ewR sl,11,114; A por- Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Section A-SP (revised 12/15/04) Page 1 8 of 21 Contractor shall coordinate his work with CP&L and inform CPL of his construction schedule with regard to said overhead lines® Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the Tana or not (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B®8®11 Maintenance Guaranty, acid the followings "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 reduces release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A® 0 rtidd ro�� u� n end �roor �� Under "General Provisions and Requirements for Municipal Construction Contracts", ®7 Prosecution and PrQ_gress, ,add the following® "Funds are appropriated by the City, on a yearly basis® If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contracts If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobili.nation/re obilization costs. Such costs shall be addressed through a change order to the contract." "' as a eat <a she last 644-1-tefli- a. so-t e a. Section A®SP (remised 12/15/ ) Page 19 of The Contractor's attention is directed to paragraph B=4-5 Value Engineering Incentive Procedureuf 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 (VECPS) 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 COMDIete it's proposal to the best of it's ability, as currently provided. at- -------- --------- & A &314 1-- 4 ent, arR-J fJOW j- �—Oed---L P N e flew yi- ,he ------ 1 4-�4 - 44 4W te- ton, pev-t-arneed by 44 A -dise -A 1- shalml eootAinalte with 'Are --ity en al ` 4ee 6e A00 by-1,he eeitt"Pro- Al L 9 ean I 4E�O tefflpe_ Re A qL T— 77 be app ON t e&t-ffiea -QQFQ --:4-444 -1 1q&-h1- -t-1 a l -4� pu— 4-014-1,�-'ee4i - I apkd Section A-SP (revised 12/15/04) Page 20 of 21 SUBMITTAL TT FORM PROJECT: AMERICAN a__ CO NTION CENTER E EI�,`ri� F-------- E � OWNER. CITY OF CORPUS CHRISTI, TEXAS ENGINEER: STRIDD , CALLINS & ASSOCIATES INC. CONTRACTOR. BARCOM SUBMITTAL DATE: - SUBMITTAL R: - APPLICA13LE SPECIFICATION OF DRAWING SUBMITTAL Section A-S (revised 12/15/04) Page 1o21 AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 6TH 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 Barcorn Comm -e—rc­iia ,-Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas., In consideration of the payment of IIIZ,§75.86 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows, AMERICAN BANK CONVENTION CENTER ELEVATOR REPLACEMENT PHASE I JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E13014 TOTAL AMOUNT: $417,576.86 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 175 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 LEGAL_ FORM: By: By: Daniel Biles, P.E Asst, City Attorney Director of Engineering Services Fundipg Source: t �12-0130-11030-113605-E 13014 CONTRACTOR (if Corporation) rc erci i Inc. --' _ By _ (Seal Below) _ (Note: ff Person signing Title:for corporation is not President, 6826 Bear Lane attach copy of authorization (Address) ° to sign) Corpus C ris ' T 7 (City) (State) (ZIP) 36'1185'1-'1000 * 3611851-1717 (Phone) (Fax) Page 3 of Rev.Aug-2013 ,;„.r��=i���»��cn'3��,�c 1.'�Z��33 C�G/%,S%���aF}L?)3<rz.,'l,;f��rrl r.s;a.».a,}.,�r r}f�r sr:J�tsr�t�,3;...,�,Y.r ir'���.�{\'z���i�L�J.�;�>.{�r��,�����>}�'�Sj�z l�r..�r f����f f fl,i"'j1�,,�/,r,✓,a lr'Z',�?��'r�'�.S��,J l �:,��&�,vzr.sl��F;r a`d t�r r,�i"fr d z�.{Yt«.�ia rf�i.iiZ r��</lrs>.rZ r./`r'�rr/��!l...r zs r.:iZ.,s J Za.s r a.Scr€3r,,,w;,;.rr:g� {l l.,;..f r r r........r ..�. .Lr $1. -3v rti /c rl. .,f .s�n.r✓-.. �3 r?/..tf '}.r' 5825 Beaatane Corpus Christi,Texas 79405 September 9, 2013 361 851-1000 361.851 17!7 fax To Sylvia Arriaga City of Corpus Christi Engineering Dept Please accept this letter as authorization for the Vice President—Dave Hoffman to sign on afl contracts,bonds, or any other official documents on behalf of the Corporation, tion, This pertains to 13arcom Commercial, Inc and Barcom Construction, Inc. on my behalf, �@g � y Elaine R. llctffm -Presid ' Late Barccs Commercial,ercial, Inc. Barcrsrn Construction. Inc. Witnessed this.,.._.a.�;� . _day of 2013 � f�REA AP Norma Flerrera take ul Texas Nat ty fair St€tte fTex ion Expires 0x5 Thank you PROPOSAL T. /DISCLOSURE STATEMENT JL_J AaC 0 COMMERCIAL,Inc. cmcuc unLrnN`uArinu Proposal July 16,2013 Proposal# 16429 E-Mail: TO: City of a us Christi—Engineering Department PROJECT:ABC Elevator Replacement Attn: Gracie Mesa 1201 Leopard St Corpus Chriqti,TX 78401 We propose to furnish labor and material to perforrn the following- rice to include: Material,labor and equipment necessary to upgrade electrical system and elevators as shown on the plans and specs. Attached to the proposal is the breakdown for the elevator. Electrical upgrades as shown include fire alarm modifications Price to exclude Fire sprinkler work,structural work to elevator building,city inspection or permits. Development services is looking into how/if this will require a permit. Flooring was not specified in the specs so no -- flooring was included. ate: please aIlw 25 weeks from to allow for completing the scope of rvar TOTAL AMOUNT OF AL: $417,575.86 Four Hundred Seventeen Thousand Five Hundred Seventy Five and 9611 Respectfully submitted, - 13ARCOM COMMERCIAL, INC. Justin McComb Project Manager J This proposal is void if not accepted in writing 30 days after this date; however.when executed by bout parties, it shall become the contract for the services crib above. Signed: _ Date: 5826 BEAR LANE CORPUS CHRISTI.TEXAS 7 195 TELEPHONE.(361)85 1-1 19•FAX:(361)851-1317 ►veto°.b�rcutn,cc SCOPE OF WORK _D... LIC HYDRAULIC_. PASSENGER ELEVATOR PKG _ FREIGHT ELEVATbi PKG Machine Reuse Existing Pump Unit New TK 'Submersible Pump Unit ° Hoist Motor Reuse Existing Motor New Motor Included with Now Machine Cantrol System New MCE Microprocessor CatttroEler New CE crapracessor Controller SelectoF System New Steel Selector Tape a Stee!Selector Tape ve System _New Solid State Starter New Solid State Starter Traveling tiles tying New Traveling Ca le&Hoisy ay New Traveling Cable Hais y.Wiring tying Car Frame New Car Frame New Car Frame Car Platform New Car Platform New Car Platform_ Car Guide Shoes New Roller Guides a Roller Guides Guide�Rails� Refu ish�as Required Refurbish as Required Wafters Refurbish as Required Refurbish as Required Entrance Frames Reuse Existing �.Reuse Exiiijng Entrance Door Panels New Powder Coated Entrance Door New 51NL'Brushed .winless SSteel Panels - Entrance Door Panels Hoistway Sills Reuse Existing Integral with New Landi ng boars Door Operator Reuse Existing New Peelle Powered Freight Door'- Motors C. . _ New Brushed Stainless Steel Car IV Powered Car Gates with Powder Car Door Panel dear Panel s _��_.. _ Coated Finish Car Sill New Nickel Silver Sill{s} N/ATM 4 Door Detectors New Electronic Door Edge New Electronic Door Edge *"°New f yssenru Cab `th Applied Plastic Laminate Panels, Brushed Stainless Steel Reveals, 'New T yssen ru Cab with L Car Enclosure Brushed Stainless Steel Cylindrical Wainscoting and Fluorescent Lighting andralls on Rear and Side Walls, and a Disc Light Ceiling with Brushed Stainless Steel Finish Flooring By Others y Others New Brushed Stainless Steel Swing New Brushed Stainless Steel plied Return Car Operating Pane!with Car Operating Panel with Vandal Vandal Resistant Buttons;New Resistant Buttons; New Surface Signals Vandal Resistant Car Riding Lantern, Mounted Vandal Resistant Hall New Surface Mounted Brushed Lanterns,New Surface Mounted Stainless Steel Hal[Stations with Brushed Stainless Steel Hall Stations Vandal Resistant Buttons with Vandal Resistant Buttons Pit Ladder Reuse Existing New Pit Ladder — -- - Battery Powered Lowering,2 Speed Battery Powered Lowering,2 Speed Special Features Fan,Emergency Lighting,AA Phone, Fan,Emergency Lighting,ADA Phone, Car Position Indicator Car Position Indicator ""ThyssenKrupp Elevator's Standard Cabs have been tested by UL to meet California's strictest indoor air quality standards CA01350.This standard is required by many other jurisdictions to prove the health of indoor air quality. All work described in this Proposal will be performed in accordance with the version of all applicable state or local codes that deal exclusively with the installation and/or modernization of elevators that are in effect at the time tha t Modernization Proposal-ThyssenKrupp Elevator Americas Page 2 of 10 ATTACHMENT .1 PAGE 1 OF 5 OR C all- Lo EZ • k j i ry r:a CL I.. r a s E I s a C : o to LU i 6 ! Er . k C 3 I 1 M. EL fn.t its 1 1� d9 M A6 ®r 9�s ., U U � l m r m' v �.al rU 1a. �� ' 9 ,� W �aala ! � Ic{ per;?. I,ai s'eiG' d :S cu IC gE .. � -IIIL . CJUU1 F a �mc I f a W i �' m ,� m e CL F- E �B 'm'o� aa � � C ti. RD wrew�r�,� a�r� � r s . 'qr oa0 40 r r r V IQI~ffi'�`1V wr 19 r W'C; "' � Of i]C9' •C N'C4 C4 r)M n e Q r�F �! avlcv a et 0 Iml W o wo I I i I co f=<' a oQi � in uiew+ry col I ( � a m;fir F- - } I �: p Ell , 6= I a . I E h a 'A Or U LU '.� of Imo. ® 3. a wr te a, w ct a V n CL r. nw � e(31co > o U � .0 t7 j °ter tq'wlltt U mlTl MOM C ® inter �.-Nwrier IPPI a ac a _.. � � O ��o-.cs ,-�h��.-� i� h d rY m Z ATTACHMENT NO.I PAGE 2 OF 5 d IL 0. a- R. � IL a. s a. CL tl n, i a- CD wt ` U IL a �I pl i cc cy i 1 m o ri ui � r I m y r ' vk t I �o �m i o a° deg co co cuo o � o 0 m Ij 9 vi w ri o o 0 vi vi tei cr ` Ir W cc I I , r I CDO CD C!. I f r a a w I o° w - w w w w w 9 w CL Im E m m e i LL CL ra -12 CL gi E _ CL c p ® CD AJ E ; o ! ' n w I I v+ Ic I 'm ° & } ME w w m r CL c to 0 C3 m r 8 ,. Q . m Q mom:. m° H " H�g ° I 01 d alc I' ` t3 c I I ne r c E CD ° CL I ° Q cr ELI , r $ epy 5 "°` u1 to LD r ,,.. 1= d iV ru N e� I N I N N C3 Q e;r i7 ra a Y° P r3 v w p t I � IL ATTACHMENT .1 PAGE o tlo ® �, �, ry 8 8 I o W I o ci i p _ n q ° cm w ri Ll w p F mul kffi em m r4 it s i i I I 8 r is Lu + J w w e� EftJ �w CL CL e ' m cm ® t _ i t C4 o a N c n � c 4 a � = c e m x v $ .t t ® a 5 0 t? qj 3 �iV{ I co m ! vC =3 ZN 9w pE�y CL 1 3 I - I a Sol .., ® cr a n c $ s I to a Q v vm n ® m _ 1 ti s c 6 cf 06 off` ° co r CV r CM M uj V n r N a na ry . -� uj N rn cv n cl to co .d N N nt �e L11ACHMENT NO.i PAGE 4 OF 5 z z z - Z z li CD ut ° C r{ ! a o LLI 8` a a I ; a m _o Cl Lo uo X 0.2 I vo I zw a ® N o ,c O W W If! W a c c _ a G - > R's I C ic C I s > M i .e D ' CL a E us °° E o f m o w LE _ to G 4 e Map CPA RaL so wE ca C l ® E n� rcas� cc w ! a r a In to go T T L. 0 M E g� N : N iV ATTACHMENT NO.1 PAGE 5 OF 5 SUPPLIER NUMBER TO BE ASSIGNED BVrrrV- =0 PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Christi DISCLOSURE OF INTEREST Cit of Corpus Christi Ordinance 17112,as amended,requires all persons or Firms kin to o business wit the Ci to provide a following information. Every question must be answered. t the question is not a lice le, answer with "NA". See revs side or Filing Requirements, Certifications and definitions. NAME.COMPANY arc Commercial,Inc. P.0.BOX: STREET S: 5826 ear Lane My/ STA 1 _Co s Christi, ZIP: 18415 FIRM IS: 1. Corporation x 2. Partnership 3, Sole Owner 4. Association 5. Other DISCLOSURE SII If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the C11 of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above ram "firm." Name Job Title and City Department(if known) A 2. State the nines of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title WA 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the sub`ect of this contract and an "ownership interest" constituting 3%or more of the ownership in t e above named"firm." a Name Co ultant NLA F-11 I G 1 VQUIRl \1C NTS i#°to itLrscirt sr her r�tgt�a n t�ail l i�ital trc tiatss attt a aaahtta.r kastatr,dual ttie requemed ts�t on®a�ill vtitaf s°all c caastcstatl�ben@-fil on attv C by 01,1116,11 01,esstlt3 qvu dwl is dastirtetsi::fKIC li'asa►t tlae of co tltaat the aaetion ac ill 13aatLe tits ttsCsttlsCrs til`i jad is it► raetteral car it a tshasttatstiaal s�gnlottt shcra:aifm Main "hall disc;lrrge dun Awl i�a to i Est d �:a°r°iting hi tits C by aiin iii,itttpkn et:cir ba dy that{tits Wen retltta:ste ai 10 ttrg in the ittattt�r" caaala s ais�ittit°a`tat achy Cite aii°i1did or etatlaltwc in dic stts►tter is aapp,,ia nL 1he dhOusum shall Mats he anaicle I ar siCpmd Whig �I d ush d City°S��rt;aaaq% Ilmt es Clra anglnee Retitttt 3-349(d}} Ca fa:1�°C"C 1m t C�t I°l t} I oarul` tltaa.l anal ittCttt7mmkits lircatitided is inn mid correct as or the dgull@ WSW ststta�att��stt.tlttat [hata��ttttt kuu%siimll withheld dis�lzisttrc or am inrortstaatitttr reattacaa mla and 111aai sttlapittrtc°111tH ste,Caata ems will he Itro1nit1lt,,;nb titttd in the Ully cif'C urlatss HOW.`Feasts us @hung@, occur. Ccrt1C}`hy Pumsn. Elaine R. Horfman President Signature of certicvIng; Maw: 2012 litret°son- October �1, a T3Iu2tllt'I CI u °°l2asatt'at rasc:an1wr , A saas:anher ail' any ho rrd, c'aaeatttaittt t: appointed by the Cily C°tsunLil tat`tl e Cisy ail`Ctsrvus chri;sti, InNns. b, "°hcortaitnir henelit'", An aac"hon dutt is likely eta <aliiavt an cconattttic interest if`it is likely, to !terra ;atr 0'r c't on thaat interest Heart is distiatgiaitahtthic 1s`nin 1B t:t`bei sett irtaatttber.4 ot'die puli is in general rtr to snlssatt,stital segnion Qrmf c. °°tittslslt-rym- .°stay person employed by the C'S, oll'Comte; Christi. Texas enhe°tsta at 1it11 or part, sittae Ishii..but atars.as an indelteaaclamttt enntratctor. d, -'Firm Any entity calaenued Sr ca;aitttmdc mni .m tamdwr tar`a fasia nul. isiclttstrittl or eaatsamenjul.erred attmha amass hsiml las`ir€tdi e or a1c°®ti'tisW tt product or ser%icc.including but not Iianiied to.wrtitivs ctpmawd in slat° Iirrsta of sa,e Isrn ric:tait'Ah% ass sell'-employed person, iaaaraataarshij% cotlsatraticatt„"iaaitat mmk ccaratla,aats>tr j irtt %"ctatmv. receiNershilt or trim. and -tttiibs t4lkh lltr last` mes of tatsalt un are treated is trash-profil organizations, ca "Official," °Mau Mayur. rsaumbers tit° 111a: t,`ity Council. City M asaawer. Depuly City 1�laasa1get. A isntnt City itata a r`m 17cI'i?tarttt em and Di%i5ion I leads.and Municipal Court judges of the City 01` Ccrt° us Cltri L I`exass. L '°(.}ears° ltils Imerest L" Legal or a~tlaritttlslc hitemst, tr^hmkr hotsrdo ur conaats°ttetiwly held. in a limit, irwhiding %s hots such "intemm is held 'through an 4111011> tram. win w. or h5ding entity, `°C`cratstrtat:an'dy held- refun, tii ltislding.s air t:`mail estaal>liAed ahrtattsat e"tsaitaP tMMS. jsrcMIL Or s;i�t:i.al t�rstr�til`troataaat'�air-liht'ttta�r�Itili as�r�aaaaaraatts"., `°CamultatniT An) grstia or firsts@ smil as engineers anti aucttatc m hired by the C its" or Corpus C`"lrristi t�rtla�lacrrlsats�€if`Isaasf��sitxaaare�iittbtaitaatst+tt haat3 r��°cattttas�atla�titstt, V%VM Rqmmo-O RMANCE BOND PERFORMANCE BOND STATE OF TEXAS § BOND No,. 105970834 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Barcom Commercial, Inc. , of the City of Corpus Christi , County of Nueces , and State of Texas -, as principal ("Principal"), and Travelers Casually and Mny_2ULLtZ Com a solvent company duly of Amedo 0 authorized under the laws of the State of Texas to act as surety an 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 FOUR HUNDRED SEVENTEEN THOUSAND, FIVE HUNDRED SEVENTY-FIVE AND 861100 U.S. Dollars $417,576.86 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, fi rmly 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 6TH 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, AMERICAN BANK CONVENTION CENTER ELEVATOR REPLACEMENT PHASE 1 JOB ORDER CONTRACT(RFP 2012-02) PROJECT NO. El 3014 TOTAL AMOUNT: $417,575.86 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. bete May 2011) Performance and Page 1 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 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 11 day of September , 2013. PRINCIPAL SURETY Barcom Con structioULInc. Travelers sal an Sure ty.Company.of A erica BY' By: Title: Attomey-in-fact C.,4. McClure ATTEST-. (7, 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-MaiL. alm@southemamedcanins.mm (Rw Date may 2 a 11) 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 process: Name, Kevin Keetch Agency: K ch &Associates Address: 1718 Santa Fe St. (Physical Street Address) Corpus Christ!,TX 78404 (City) (State) (zip) Telephone: 361-883-3803 E-Mail, Note: can 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 Performance Bond must not be prior to to of contract. END (Rev. Date May 2011) Performance and Page 3 of 3 --_-_-_---- WARNING:THIS POWER OF ATTORNEY IS INVALID WrTHOUT THE RED BORDER AWW, PONVER OF ATTORNEY TRAVELERSFarmington casualty company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 215018 Certificate No. 005539997 KNOW ALL MEN BY THESE PRESEINTS: Thai Farmington 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 under the laws of the Stale of Connecticut, that Fidelity and Guaranty Insurance Company is a 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 tinder the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint C.A.McClure,Kelly J.Brooks, Kennelli L.Meyer,and Michelle Ulary of the City of,-,,, Houston t"Ifte -, Tcxas -in-Fact, S �cd— theiT true and lawful Anoracy(s) each in their separate capacity if more than one is named above,to sign,execute,sea]and acknowledge any and all bonds,recognizances,conditional undertakings and other wraings obligatory in the nature thereof on behalf of the Companies 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 or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corficirate 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 Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company or Arnericir St,Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St,Paul Guardian Insurance Company State of Connecticut By: City of Hartford ss. Robert L,Raney,kc`rrar Vice President On this the 26th day of June 2013 ,before 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 Underwriters,Inc.,St.Pan] 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 t3nited States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes Iftercin contained by 0grant;on behalf of the corporations by himself as a duly authorized officer, )n�Nl-r C�T ��� In Witrims Whereor,I hereunto set my hand and official seal Isly Commission expires file Stith day of June,2016, 0,0 58440-8-12 Printed in U.S.A. L-- —------------- t ARNING:THIS PEER CS F A!"t Travelers4oilk IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A C911ELAINT: 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 on Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia,PA 19102 (2 67)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 Auslin,TX 78'714-91D4 (800)252-3439 ATTACH TIES N0'110E TO YOUR BOND.This notice is for infan-nation only and does not become a part or a candition oft a attached document and is given to comply with Section 2253-021,Government Code,and Section 53.202, Property Code.effective September 1, 2 00 1. P A Y MEN T B ON D STATE OF TEXAS § BOND No. 105970834 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS.- That Barc om Comme ri I, l c. of the City of Cor )us Christi , County of Nueces , and State of Texas , as principal ("Principal"), and Trave leffCasualty and Surety may of America— I a solvent company duly authorized under the laws of the State of Texas to act assure 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 FOUR HUNDRED SEVENTEEN THOUSAND. FIVE HUNDRED SEVENTY-FIVE AND U.S. Dollars ($ 417,575.86 U.S.) to be paid in Nueces County, Texas, for the payment of which sum well and truly to be mad 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 6TH 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-. AMERICAN BANK CONVENTION CENTER ELEVATOR REPLACEMENT PHASE I JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E13014 TOTAL AMOUNT: $417,676.86 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 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 to of the contract, or to the work to be performed thereunder, (Rev Date May 2011) Payment and Page 1 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 Nueces County,Texas, The undersigned agent is her 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 Pdncipal and Surety have signed and sealed this instrument in 2 copies, each one of which shall be deemed an original, this the 11th day of September , 2013, PRINCIPAL SURETY Barcorn Construcdon, Inc. Travelers Casualty and Surety Company of America ---------- By- Aftorney-in-fact C.A. McOure Title-_�Lr.i ATTEST.- Secretary Address:. 5826 Bear Lane Address: 4650 Westway Park Blvd. Corpus Chdsti,TX 78405 Houston,TX 77041 Telephone: 281-606-8400 Fax: 281-606-8436 E-Mail:_ alm@southemamericanins.com (Rev, Date May 2011) Paym en[Bon d 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. (Physical Street Address) Corpus Christi,TX 78404 (City) (State) (Zr Telephone: 361-883-3803 E-Mail: 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", to of Payment on must not be prior to to of contract. END Rev Date May 2011 Payment and Page 3 of 3 WARNING,THIS POWER OF ATTORNEY IS INVALID WrrHOUT THE RED BORDER AW POWER OF ATTORNEY TRAVELERSFarmington Casually Company St,Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company I Attorney-In Fact No. 215018 Certificate No. 005539996 KNOW ALL MEN BY THESE PRESENTS: That rarmingion Cstsualty Company, SL Paul Fire and Marine Insurance Company,St, Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casually and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laWS Of the S121C Of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under(lie laws of the State of Wisconsin(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 Ulcry of the City of Houston Slair, ,their true and lawful Aucracy(s)-m-Fact, each in their separate capacity if more than one is renned above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persions,guaranteeing the perfoonancis of contracts and executing or guaranteeing bonds and undertakings required or pennitted in any actions or proceedmgs allowed by law, IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their co rate seals to be heriele,affixed,this 26th day of June 2013 Farmington Casually Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St,Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company tonnixie, cow State of Connecticut gly: City of Hartford ss, Robert L Raney, erflor Vice President On this the 26th day of June 2013 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of r-affningion Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualtv.and Surety Company of America.and United Status Fidelity and Guaranty Company,anti that lie,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as as duly authorized officer. 03 1 In Witness Whereof,I hereunto set my hand and officral seal. My Commission expires the 3010(Jay of June,2016, Marie C Terreaull,Nanny Public 58440-8-12 Printed in U.S.A. WARNING:""' Traveler SO"" IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAiKEk COMPLAM: You may contact Travelers Casualty& Surety Company of America,Travelers Casualty & Surety Company,Travelers 1ndempity Company,Standard Fire Ins do Company and/or Farmington Casualty Company for information or to make a complaint at: Travelem can Attn: CI 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 AuslinjX 78714-9104 (800)252--3439 ATTACH THIS CET YOUR BOND.This iiotice is for informutian only and does not become a part or a conWtion oft a attached document and is given to comply with Section 2253-021, Government Code,and Section 53.202, Property Code.effective September 1, 20 0 1. PERFORMANCE BON D STATE OF TEXAS § BOND No. COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: That Barcom Commerciall,in c. of the City of Corpus 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 firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of NueGes County, Texas ("City" or "OWNER'), in the penal sum of FOUR HUNDRED SEVENTEEN t VE HUNDRED SEVENTY-FI AND 861100 U.S. Dollars $ . 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 6TH of , 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 AMERICAN I REPLACEMENT PHASE 1 JOB ORDER CONTRACT (RFP 2012-02) PROJECT 3014 TOTAL T: $417,575.86 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 Ci (O ), 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 1 of 3 rvie further, that this bond is executed pursuant t Chapter 2253, Texas Government Code, as amended. Provided further, that if any legal action be filed on this bond, venue shall lie in ec s County, Texas. The undersigned agent is hereby designated byte Surety as the sidt Agent in Nueces County to whom any requisite notices may be delivered and on whom service of ro s be had in atters arising out of such suretyship, as provided by Sections 3503.001 to 3503.005, Texas Insurance Code, as e . In witness whereof, said Principal and re have signed and sealed this instrument in _copies, each one of ich shall be deemed an original, this the day of 12013. _. PRINCIPAL � By: By: Attorney-in-fact Title:. ATTEST: Secretary Address: Address: Telephone: E-Mail: (Rev- Date May 2011) Performance Bond Page 2 of Name and address of Resident Agent of ure in ueces County, Texas, for delivery of notice and service of process: Name: Agency: dress: (Physical Street 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 l . Note: Surety Agent's Original Power of Attorney ust be attached hereto. Note: Date of Performance o not be prior to date of contract. END (Rev_ Date May 2011) Performance Bond Page 3 of 3 LJ PAYMEN' BOND PAYMENT BO ND STATE OF TEXAS § BOND No. COUNTY OF NUECES KNOW ALL BY THESE PRESENTS: That Barcom CornmercialL Inc. of the City of Corpus.-Christ! County of Nueces and State of Texas as principal ("Principal'), and 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 pear, all of whom shall have a right to sue upon this bond in the penal sum of F T T I -FIVE 861100 U.S. Dollars ( 1 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 6TH day of 1 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: AMERICAN BANK CONVENTION T T PHASE 1 JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E13014 TOTAL T: $417,575.86 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 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, spec ifications, 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 Bond Page i 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 ueces County, Texas. The undersigned agent is hereby designated by the Surety as the Resident Agent in ue County to whom any requisite notices may be delivered and on ho 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 hereof, said Principal and Surety have signed and sealed this instrument in _ copies, each one of hic shall be deemed an original, this the ay of . 2013. PRINCIPAL Y y: Attorney-in-fact Title: ATTEST: Secretary Address: Address, Telephone: Fax: E-Mail- (Rev. Date May 2011) Payment Bond Page 2 of Name and address of sient Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Agency: Address: (Physical Street Address) ( i ) (State) (Zip) Telephone: E- ail: Note; on II be issued by a solvent Surety company authorized o do business in Texas, and shall meet any other requirements established law or by OWNER under applicable l Sure Agent's Original Power of Attorney must be attached hereto. Note: Date of y nt Bond must not be prior to date of contract. END Rev date May 2011 Payment Bond Page 3 of f� T BATE(MMIDD FICATE OF LIABILITY INSURANCE 9011/2013 THIS CERTIFICATE IS ISSUED AS A E R OF INFORMATION ONLY AND CONFERS NO RICH t1P N THE CERTIFICATE HOLDER. THrS CE TIFICATE 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 INSURERS}, AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE BOLDER. IMPORTANT. If the certificate holder Is an ADDITIONAL INSURED,the pollcy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy„certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsament s PRODUCER NTACT NAME: Wantner&Gordon Ins.Agency PHONE FAX -883- 84 A Flig irlbotham Company EMAIL N�a - - Po o ox 670 AI}®ICES: Corpus Christi TX 76403-0670 INSURERS ,AFFORDING COVERAGE NAIC 0 INSURER A INSURED ARC06 INSURER e arcom Construction, Inc. INSURER c-.Commerce&loduatly-Insurance Co rcorn Commercial, Inc. INSURER 6: I 5626 Bear Lane Carpus Christi TX 76405 INSURER E INSURER F — ES CERTIFICATE NUMBER:1375166615 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSU UN CE LISTED BELOW HAVE BEEN ISSUED TO THE INSURER NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING 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, IFFSI$ TYPE OF INSURANCE, POLICY EFF 7iGENEM L N U POLICY NUMBER MRfPOI} W000,000 D GENERAL LIABILITY 4034064756 112/2013 EACH OCCURRENCE 1,000,000 COMMERCIAL GENE LIASIL PR $ 0fl.... =IMS DE OCCUR An .000 PERSONAL ,000,000 _—_-- -- ,000,000 CEN'L AGGREGATE LIMIT APPLIES PER_ PRODUCTS-COMPIOP AGG $2,000,000 PRO- POLICY JFCT In LOC S S AUTOMOBILE LIABILITY V C4034064790 9112/2013 311212014 E e 'd prat S1.000,000 X ANY AUTO BODILY INJURY(Per person) ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident)� S NON-OWNED PROPERTY DAMAGE X HIRED AUTO � AUTOS S C X UMBRELLA LJAB OCCUR n1E33D76623 311212013 3112=14 EACH OCCURRENCE $15, EXCESS LIAR CLAIWiS 0E AGGREGATE S`15,000,wo DED x RETENTIONS ADO S A WORKERS COMPENSATION V WC434064773 311212013 1112 1 � We 3TA - OTFI• AND EMPLOYERS'LIABILITY ANY pROP'RIETORP THE ECUT YIN E.L_ CFI ACCIDENT 51,000,000 OFFICEFUMEMBER EXCLUDED? Y NIA I,..... (Mandatory In NH) E.L.DISEASE-EA EMPLOYE $1,000,000 f@ C dd e sn ddr IO N OPERATIONS bdow E.L_DISEASE a POLICY LIMIT 51,000:000 DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICLES (Attach ACORD 101,Addlflonal Remarks Schedule,If mom space Is msfulred)s Please see attached Acord 101 Form for additional policy and coverage information 1 i -O CERTIFICATE.HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL DE DELIVERED IN City Of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. n i m nuring Services . Box 9277 Au es D N PRESENTATI Corpus Christi TX 76469-9277 VE 1965®2010 ACORD CORPORATION, All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER 10. BARC06 LOC ACC�PRI:Y ADDITIONAL REMARKS SCHEDULE Page 1 of I AGENCY NAMED INSURED Swantner and Gordon Ins Agcy-CC,A Higginbotham Company Barcom Construction,Inc. POLICY NUMBER Barcom Commercial,Inc. CARRIER EFFECTIVE DATE; 09112/13 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER- 2_5 FORM TITLE: Certificate of Liability Insurance 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.(Contractor's General Liability Extension Endorsement G-1 8652-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-1 40331-D 01113). 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 Form G-140331-D 011113). 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 CNA63359XX 04112). 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 CA2048 02/99). 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-Form WC 42 03,04 A 01/00). Executive Officers,David&Elaine Hoffman,are excluded under the WarkersCompensation policy.(Partners,Officers and Others Exclusion-Form WC420308 011197). The Umbrella policy follows the term%definitions,condifions&exclusions of the Scheduled Underlying General Liability,Auto Liability and Employers Liability Insurance.(Umbrella Prime Commercial Umbrella Liability Policy with Crisis Response-Form 5051711/09). Contractors Professional I Pollution Liability policy info:Columbia Casualty,Poficy#CZB288296539, 11114112-13 $1,000,000 Each Claim/$2,000,000 Aggregate. Employee Theft policy with Travelers Casualty&Surety Company of America,Policy#1056771280 09112113-14a$1,000,000 Per Occurrence Limit. ACS RD 101 (2008101) 0 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD aarcom C 1. ;Barcom Construction Inc a G-140331-C P dC 7 (Ed. 1101101 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. WWW LESSEES OR CONTRACTORS - RATIONS COVERAGE his endorsement modifies insurance provided under"IWDwwq. COMMERCIAL GENERAL LOBILITY COVERAGE PART SCHEDULE 1 ) Name of Additional lnsiuW Persons Or Of9anlraftna (As required by'written co per Pa A w) Locations of Covered Operations (As per thewritten n cl,°provided The location is within t e to of dnis Coverage Part) A. Section N-Who Is An Insured is amended to include 2° We will not provide the additiomil insured any as an additional r : broader coverage or any higher I° ° of insurance 1, Any person or oManization whom you are than Die least that Ise required by n ronfracr to add as an a. Required by 'wri n 1r addillonal Insured an this Coverage d-.and b, Described in B.I.a m or 20 The particular person or organizaWn. if any, scheduled c. Afforded you under this policy, B. The insurance provided to The additional r is 3. This insurance is excess of all other Insurance limited as 1 available to the additional insured Whether On a primary, excess. contirKwu or any other basis. 1. The person or organization is an additional Out if required by I n ,' We insured respect to lablifity for i insurance `ll be primary and non-contribuldry *properly damage,' al and relabw to insurance on which the i` t advertising iniurym caused in whole or in part by: insured is a Named Insured. a. Your acts or omissions;or 4. The insurance provided to the additional insured b. The acts or omissions of those acting on your t apply to injury,' *property behalf damage," or 'personal and advertising Injury arwng out of: - in Ohs performance of your ongloing operations a. Them of, failure specified *written tra a or any professional architectural, engineeft or c. 'Y that is specified in the 'written surveying services.including: contracr but only for 'bodily injury' or (1) The preparing. approving, or Wling go ® 'property damage' included in the*products- prepare or approve maps,shop drawings, completed ns and only o1: opinions, re s, surveys. field® orders.(i) The 'written requires to change or drawings and provide the addWorial insured such specifications.and coverage-,a (2) Supervisory,, inspection. architectural or (2) This Coverage Part provides engineering acdvtfts,. coverage. G-14033 1-C t its pem431cn Page t of 2 (Ed.10/101 G-14 1-C (Ed. 1101113) h. Any promises of work for which the additional We have no duty to defend or indemnify an insured is specifically haled as an additi 3borrall insured under Otis endorsement unti we insured on ancither endorsement attached to receive from the addidional insured written Ftotice this Coverage ParL of a claim or'suiL' C. SECTION IV—COMMERCIAL GENERAL LIABILITY 2. With respect only to the insurance provided by tft CONDITIONS is amended as follows: endorsement,the first sentence of Para~4.a. 1 The Duties In The EveM of Ocicurrence. of the Other insurance Cond iti on Is delated and repla the IolloW Offense.Claim or Suft condition is amended to ced with ng: add the k*ywsng additional conditions applicable 4. her Insurance to the additional insured- a. Primary insurance An additionail Insured under this endorsement vall This insurance is primary and non- as socin as praclicablis- contributory except when rendered (1) Give us withen notice of an 'occurrence' or excess by endorsement G-140331-C. or an offense which may result in a claim or when Paragraph b.below applies. .suit'and this insufance. and of any dairn D. Only for the purpose of the insurance provided by this or sur that does reaut endorsement, SECTION V — OE NFnONS is 121 Except as provided in Paragraph 83 of this amended to add the following definition: endorsement. agree to make available any 'Written contract' means a written contracIt or wriften alter insuranca the additional insured has for agreement that requires you to make a person or a loss we cover wWw IN&Coverage Part'. organtradon an additional insured on this Coverage (3( Send us copies ol''all legal papers received. Part,provided the contract or a"ment and othemse cooperate YAM us in the 1, Is currently in eft ed or becomes effective during investigation. defense. or settlement of the the to of this policy;and dawn or*surr:and 14) Tender Me defense and indemnity of any 2. Was executed prior to, claim of 'suit' to any other insurer or sed a. The'bodily Injury'or'pfoperty damage*-.or insurer whose policy or program applift to a loss we cover under Oft Coverage Part. But b The offense that caused ft 'personal and if the'wrftteh contraer requires this insurance advertising inkW to be prunary and non-conitibulory. this for which the additional insured seeks coverage priovision (4) does not apply to insurance on under this Coverage Pail. which the additional insured is a Named Insured. G-140331-C trickides cowfVh1ed ffmgalo d insumve Sarvion Ofte,kc..wvth as perrorman Page 2 of 2 (Ed.10110) Barcorn Comwarclak Inc.,Barc orn Construction,Inc. G-1 8652-1 CNA poft" C4034064756 (Ed.07109) THIS ENDORSEMENT CHANGES THE POLtCY. PLEASE READ IT CAREFULLY. CONTRACTORS' GENERAL UABILITY EXTENSION ENDORSEMENT This endorsement mcidifts insurance provided under the following- COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endmernent does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Pad, SCHEDULE Coverages ate summarized below, For particulars and lingabons affecting each coverage. please toter to me corresponding policy provisions in the body of this endorsement. 1. Miscellaneous Additional Insureds 13. Liberalization Clause 7 addilkinal ensured extensions, 14. Unintentional Failure T®Disclose Hazards 2- Employees As Insureds—Health Care Services 15. Notice of Occurrence 3. Joint VenturesiPartnershipiLlmhod L"IfIty 16, Broad Knoveledge of Occuff once Companies Coverage got W interest in such fainvinated at ended 17. Aggregate UmIts Per ProjM organizatiorts. 18. Bodily Injury_E n n of Coverage 4. Expanded Personal And Advertising In)ury 19. Expected Or Inc eemied Injury S. Medical Payments Reasonable force—bodily injury or property damago, Limits incf eased to S 15 000. 20. Wrap-Up Extension Reporting increased to three years from the dale of accident. 21. Contractual Liability—Railroads 6. Legal Liability And Borrowed E Expanded definition of'Insured contract,' Extended pedir, Blanitat Waw at subroglation Limit incteaseil to$200,000 for Damage to Promises Waiver of subrogation where required by written Ranted To You contract or written agreement. 7. Non-owntid Watercraft 23. In Rom Actions Increased to 55 feet. 8. Ncm-ownod At Coverage 9. Contractual Liability For Personal And Advertising Injury 10. supplementary Payinents Cost of bail bonds Increased 10 S2,50. Oady loss of earnings increased to$1,000. il. Liquor Liability Coverage Extension 12. Newly Formed Or Acquired Orq ants a1ff0n5 Coverage extended to the end of the policy period. now G-18652-1 hnckxial CDPW#*Pd"01"of Inswinxz Sam=offim.FnQ,w9h b penr4mw pap 1 of a (Ed.07M) G-1 8652-1 JEd,07 Residential structure also does not include surveys, field orders, change hospitals or pris=. orders or drawings and 21. CONTRACTUAL LIASKM—RAILROADS specifiocatiorm;or W re to a rf ti (b) Giving directoom or insbuchons. ith sped opertions paaimed wifm re of 50 et or failing to give them, d that is railroad pt op".the definifim of*lrmured contracr in the prirnary cause of the injuiry or Section V—Definitions is replaced by the fokrwWlg: damage. 'Insured Contracr means, (2) Under which the insured, it an a. A contract for a lease of pternmes. architect, anginew or surveyor, However,that portion of Me contract for a assumes liability for an injury or lease of promises that Indemnities any damage arising out of ft Insured's person or organizabon for damage by fire rendering or FaNt" to render to pr while rented to you or professional senAces.Including those tempmoly occupied by you with listed in (1) above and supervisory. permission of the owner is not an'insured inspection, architectural or ronlrad'; engineering aclivifies, b. A sidetrack agreement'. 22. LAW KET WAIVER OF SUBGROGATION c. Any easement or license agreement. The Transftf Of Rlgtft Of Recovery Against Others To Us Condition ISection IV—Cornma roll al General d, An obligation. as required by ordinance. I-labliky CondIftlacis)is amended by the addition of to irdlemnrty a municipality. excepit in the famrig- conrieclion with wort fora rnuinicipal0f. We waive any right of recovery we may have against a. An elevator maintenance agreement; any person or organuation because of payments we 1. That part of any other contact or m2ke for infLity or damage arising out of: agreemnit parlainkg t o y our business 1. Your ongoft operations.or (including an indemnikation of a municipality in connection with work Z. 'Your work' included In the 'products- perldmited for a municipality)under whIch completed operations hazard.' you assume ft W ti '° of another Howe ver. this waiver applies only when you have party to pay lor'bodity irjury'or'property agreW in writing to waive such rights of recovery in a damage*to a Ihird person or organizes tion. contract or agreement. and only if the contract or Tort fiability means a liability ftl would agreement be imposed by low in the absence of any contract or agreement. 1. is in eff ect or becomes effective during the Paragraph 11.does not include that pan of to of"S P01w,and any contract or agreement: L Was executed prior to lim. (1) That indemnifies; an architect. 23. 1 REM ACTIONS engineer or surveyor for ir4ufv or Any action in rem against any vessel own ed.operated damage arming out o h b y or for,o r s hartered by or for you wkM be treated in (al Preparing.approving or failing to the same manner as though the action were in prepare or approve maps, shop personern against you- drawings, opinions. reports, G-186524 rnowes impyrigh1w ffaww of wourama Siorvic"00100.kw-.*th"PUMMMM Page 6 of a (Ed.07M) POLICY NUMBER: C4034064790 COMMERCIALAUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSU"D 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 provi For vie by this endorsement,the provisions of the Coverage F apply unless in odi JeTby 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 Forrn. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. ------------- ----- ---- Eridorsement Effective: 09112J12 Countersigned By: --------------------------- Named Insured.- Barcom Commercial,Inc.. Barcom Construction,Inc. (Authorized Rorese SCHEDULE Name of Person(s)or Organization(s): Any person or organization his 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 Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an"insured" for Liability Covera e,but only to the extent that person or organization qualifies as an"insured"under the Who Is An lnsurcg Provision contained in Section It of the Coverage Form. CA 2 0 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page I of I POLICY NUMBER: C4034064790 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM Widh respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effecOve on the inception date of the policy unless another date is indi- cated below. Narned insured: earcs m commercial, Inc.; Barcom Construction,Inc. End orsernent Effective Date: 09112112 SCHEDULE Nami(s)-0f Person(s)Or Organt zation(s): Any person or organization which Is required to be named as a result of a written contract with you Information Mgmired to complete this Schedule, if not shown 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 to the extent that subrogation is waived prior to the"accident"or the"loss"under a contract with that person or organization. 0 Insurance s Office,Inc. POLICY NUMBER C4034064766 COMMERCIAL L. LIABILfTY CG 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY O PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part,we agree to mail prior written notice of cancellation or material Change to: SCHEDULE 1. "Per Schedule an File" Cancellation notification to the above entfttes wilt not apply to cancellation for non payment of premium 2. . "Per Schedule on Fite" Number of a s advance notic 3 I form r wired to corn to t l a if not shown above,will be shown in the Declarations. s C3VA 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'. End-orsement Effective 09112112 Policy Number C4034064790 Named Insured Barcs rn Commercial,Inc. Countersigned by Sarcorn Construction,Inc. uthorlzed-RePres­e,ntative) In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE ,N mber of days advance notice: 30 2.Name: "Per Schedule on File" Cancellation notification to the above entities will not apply to cancellation for non payment of prefniurn 3.Address. "Per Schedule on File" WORKERS COUPENSATM AND ENIPLOYERS UADAM WWRANCE POLICY WC 42 05 01 (Ed. ) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This erxbrsemeM applkm o* to ra Toom Is shown In Rom 3.A. of Information Page. In the event of cancellation other materiel change of the policy. we will mal ad" notice to the person or In Me Schaduls.The number of days advance noWe I@ shown In the Seheduls. Ibis endorsernerd H not operate dkeety or Indirectly to benefit anyone t. Number of d&p advance notice,00 2. Nolice will be mailed to: 30 DAY NOTICE OF CANCELLATION APPLIES TO ALL ENTITIES ON LIST XhINTNINED ON FILE BY COMPANY. r . 09132112 WC434064773 Endurvemot No. Imured Barcom Commercial,Inc. Barcom Construction,Inc. WC 42 06 01 D ( .7 ) WORKERS COMPENSATION AND EMPLOYERS L[U#UTY INSURANCE Y WC 42 03 04 A (Ed. 1- ) TEMS WArM OF OUR RIGHT TO RECOVER FROM OTHERS ENDORBELIEUT s andomemord applies to the Insurance pruvided by the policy because Texas Is show In Item 3. . of the Irdomagon Paw. We have the right to tamer our payments from anyone Hable for an Injury covered this f e well not enforce our right against the person or organization named in Ove Schadlule,but this waiver l only with respect to bodty hJury arising out of the operations described In the Schedule whom you are raiulted by a written contract to obtain We w from us. is ergkyearnent I not operate r or Inditectly to benefit anyone not named In the Schedule. The Premium this andorismont is shown In the ufe. Schedule t. ( )SPeclic Waiver Name of Person of organization (x)0xnkvIWa1V@r Arry person or organization for whom the Named Insured has agreed by written contract to furnish 2. OPM :TEXAS OPERATIONS 3. Premium The pfarnlum charge for ft endorsement shag be 2 percent of the prerfflum developed on payroll In connection with performed for the above person(s)or o (s)arlsing out of the operations described. 4. Advance Pramilum Thla a tho Policy to Which It Is adaeWd mW Is offeefte an the date&mod urgeas odufflIss alsled frhe Information below Is taquired only when this ! ,' E s 09112112 Poky No. WC434064773 Endotsarnam No. r arcom C ercfal,Inc.; arcom Construction,Inc. t son -- u Countervignedtry I (Ed.1 )