Loading...
HomeMy WebLinkAboutC2013-373 - 11/1/2013 - NA 2013-373 11/01/13 Barcom Commercial Inc. SPECIAL PROVISIONS' SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR AMERICAN BANK CONVENTION CENTER EXHIBIT HALL CONCRETE FLOOR REPAIRS J . O . C . FOR AMERICAN BANK CONVENTION CENTER CITY OF CORPUS CHRISTI, TEXAS PHONE: 361/826-4100 FAX: 361/826-4905 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PHONE: 361/880-3500 FAX: 361/880-3501 PROJECT NO: E13015 lDRAWING NO: PBG 794 I AMERICAN BANK CONVENTION CENTER EXHIBIT HALL CONCRETE FLOOR REPAIRS PN: E13015 (Revised 6/27/99) Table of Contents he NOTICE TO CONTRACTORS - A (REVISED MARCH 2009) Insurance Requirements NOTICE TO CONTRACTORS - B Worker's Compensation Coverage for Building or Construction Projects for Government Entities. u m PART A - SPECIAL PROVISIONS A 1 Timc and Place of Receiving Proposals/Pre Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award/Explanation of Bid Items A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages r' A-7 Workers Compensation Insurance Coverage A 8 Faxed Proposals A 9 Acknowledgment of Addenda A-10 Wage Rates No A-11 Cooperation with Public Agencies A-12 Maintenance of Services • A 14 Construction Equipment Spillage and Tracking A 15 Excavation and Removals A 16 Disposal/Salvage of Materials O s A 17 Field Office NOT USED A-18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-20 Testing and Certification A 21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required bm A-24 Surety Bonds A 25 Sales Tax Exemption (NO LONCER APPLICABLE) (6/11/98) A-26 Supplemental Insurance Requirements A 27 Responsibility for Damage Claims (NOT USED) im A-29 Contractor's Field Administration Staff A 30 Amended "Consideration of Contract" Requirements ▪ 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 37 Amended "Arrangement and Charge for Water Furnished by the City" (NOT USED) ✓ A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates hp A 41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings L spes-al of Highly Chlorinated Watcr (7/5/00) (NOT-" D A 47 Prc Construction Exploratory Excavations (7/5/00) (NOT USED) A-48 Overhead Electrical Wires A-49 Amended "Maintenance Guaranty" (8/24/00) A-50 Amended Prosecution and Progress r A 51 Electronic Submittal of Bids (NOT USED) A-52 Value Engineering A 53 Dust Control A 54 Dcwatcring and Disposal (NOT USED) PART B - GENERAL PROVISIONS di PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART D FEDERALLY REQUIRED LANCUACE Mi PART S - STANDARD SPECIFICATIONS EXHIBITS EXHIBIT 1 OF 2 EXHIBIT 2 OF 2 LIST OF DRAWINGS SHEET 1 OF 3 - TITLE SHEET SHEET 2 OF 3 - FLOOR PLAN - DAMAGED ARES SHEET 3 OF 3 - CONCRETE REPAIRS NOTICE AGREEMENT , PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND ' PAYMENT BOND i 1 1 I 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 u. 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 r AUTOMOBILE LIABILITY -- OWNED NON-OWNED OR RENTED $1, 000, 000 COMBINED SINGLE LIMIT WHICH COMLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS • EXHIBIT EMPLOYERS' LIABILITY $500, 000 .. EXCESS LIABILITY $1, 000, 000 COMBINED SINGLE LIMIT $2, 000, 000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE. • Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term enviornmental impact for the disposal 0 NOT REQUIRED • of contaminants. See Section b-6-11 and Supplemental Insurance requirements BUILDER'S RISK D REQUIRED LI NOT REQUIRED See Section b-6-11 and Supplemental .. Insurance requirements INSTALLATION RISK El REQUIRED "' El NOT REQUIRED r PAGE 1 OF 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each certificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 826-3500. hir be by km bm is to ime r Mr PAGE2OF2 r - - - - - - - - - - - - - - - r - - NOTICE TO CONTRACTORS - B WORKER ' S COMPENSATION INSURANCE REQUIREMENTS NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 9 1 1 1 I 1 1 1 1 1 1 1 1 1 1 t r Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF No WORKERS ' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES 6' RULE §110. 110 Reporting Requirements for Building or Construction Projects for Governmental Entities hit (a) The following words and terms, when used in this rule, shall have the following meanings,unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84) , showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those r subject to a coverage agreement) providing services on a project, for the duration of the Lproject. (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e) (1) . (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. C'0 (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011 (44) . (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' r compensation coverage for persons providing services on the project. 60 (6) Duration of the project--Includes the time from the beginning of work on the project 1 until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act) - With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but ris not limited to independent contractors, subcontractors, leasing companies, motor 6 carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 3 o f 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. [In (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. r Page 2 of 9 ii. I i (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this ' subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic (d) A contractor shall: (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 1/ filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; , (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; Page 3 of 9 , 1 (4) obtain from each person providing services on a project, and provide to the governmental entity: [10 (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll l; 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 11; work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3)of this section; 1: (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and Page 4 of 9 1: (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in I/ the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing I/ extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 9 I (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: i'l (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 I: 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 ("O project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. L (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4 (j) . (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097 (c) , and who are explicitly 1 excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20) . This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or p certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. kr f Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 tim TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 L L L LPage 6 of 9 L T28S110.110(d) (7) "REQUIRED WORKERS' COMPENSATION COVERAGE" 11 "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " I I I I 1 11 11 I 11 I Page 7 of 9 I L T28S110.110 (c) (7) Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate")- A copy of a certificate of insurance, a certificate IN of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84) , showing statutory workers ' compensation insurance coverage for the Lperson's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project Luntil the contractor's/person 's work on the project has been completed and accepted by the governmental entity. LPersons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the r contractor and regardless of whether that person has employees. This includes, without thi limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, Lhauling, 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 Ltoilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all employees of the contractor Lproviding 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 Lperiod, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide Lto the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all Lpersons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on Lthe project. LPage 8 of 9 L H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: I (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7) , with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers ' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of SelfPage 11 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. i Page 9 of 9 , i PART A SPECIAL PROVISIONS av AMERICAN BANK CONVENTION CENTER EXHIBIT HALL CONCRETE FLOOR REPAIRS PN: E13015 SECTION A - SPECIAL PROVISIONS re 6ealcd propo3a13 will bc rcccivcd in conformity with thc official advcrtiocmcnt inviting bids for thc projcct. Propo3alo will bc rcccivcd in thc officc of thc City Sccrctary, locatcd on thc fir3t floor of City Hall, 1201 Lcopard Strcct, until 2.00 p.m. , Wcdncoday, N/A. Propooalo mailcd Should bc addrcsscd in thc following manncr: is City of Corpu3 Chrioti 1201 Lcopard Ctrcct es Corpu3 Chrioti, Tcxa3 78401 hETN2=135TLEERSIBBIELTa=tiac Us A pre bid mccting will bc hcld on INSERT DAY HERE, INSERT DATE HERE, bcginning at INSERT TIME HERE. The mccting will convcnc at thc Enginccring Scrvicc3 Main Confcrcncc Room, Third Floor, City Hall, 1201 Lcopard Strcct, Corpu3 Chrioti, TX. and will includc a di3cu33ion of thc projcct cicmcnt3. If rcquc3tcd, a 3itc vi3it will follow. ,- I- ' c ' ' .c _ . c . - ' •q _ Section B-1 of the General Provisions will govern A-3 Description of Project Remove and replace 7000 sqft of toping slab inside the American bank center, refinish 75,000 sqft of concrete slab with Windsor wax, and replace 35 electrical vault doors. NO MO A-4 Method of Award The contract is awarded as a Job Order Contract (J.O.C.) and prices established through the use of RSMeans cost pricing. ✓ A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: CONTRACT (JOC) (A Caohicr'o Chcck, ccrtificd chcck, money ordcr or bank draft from any State or NO 2. Disclosure of Interests Statement 3. Submittal of Materials A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 60 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of • written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. Section A-SP (revised 12/15/04) Me Page 1 of 22 rr I For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in ji effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. Proposals faxed directly to the City Will bc considered non responsive. Proposals must contain original signatures and guaranty and bc submitted in accordance with Section B 2 of the Cenral Provisions. rcccipt, and a subsequent interpretation of non rcccipt, could have an adverse effect A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for BUILDING & HEAVY CONSTRUCTION *g° In case of conflict, Contractor shall use higher wage rate. Section A-SP (revised 12/15/04) Page 2 of 22 S I 11 Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, 1 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 II 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. IIThe Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all II 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. ) I One and one-half (1'I) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours. ) 11 A-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities I operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One-Call System 1-800-245-4545, the Lone Star Notification Company at 1-800-669-8344, and the Southwestern Bell Locate Group at 1- 11 800-828-5127. For the Contractor's convenience, the following telephone numbers are listed. IICity Engineer 361-826-3500 Project Manager 361-826-3550, 826-3594 I Traffic Engineering 880-3540 Police Department 882-1911 Water Department 857-1881 (880-3140 after hours) Wastewater Department 857-1800 (880-3140 after hours) II Gas Department Storm Water Department 885-6900 (885-6900 after hours) 826-1875 (880-3140 after hours) Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1970 II A E P 1-877-373-4058 (693-9444 after hours) S B C 881-2511 (1-800-824-4424,after hours) City Street Div. for Traffic II Signal/Fiber Optic Locate 826-1946 857-1960 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) II ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) 881-5767 (Pager 850-2981) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 1 Section A-SP 1 (revised 12/15/04) Page 3 of 22 II I A-12 Maintenance of Services ' The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. ' In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc. ) , flow must be maintained. Sewage or other liquid must be handled by the Contractor I/ 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 I/ 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. Sufficient traffic control measures must be used to a^cure a safe condition and to 11 provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the acces.ibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document arc available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. will be made to Contractor The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job related materials. Such work must be completed without any incr ase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site I/ or adjoining streets. I Section A-SP (revised 12/15/04) ;I Page 4 of 22 I A 15 Excavation and Rcmovala NOT USED The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good L growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, calichc, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; thcreforc, no direct payment will be made to Contractor. Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; thcreforc, no direct payment will be made to Contractor. The Contractor must furnish the City Engineer or his representative with a field office ha at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The _. Contractor shall move the field office on the site as required by the City Engineer or per day answering service) and FAX machine paid for by the Contractor. Thcrc is no Lseparate pay item for the field office. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. EiM 5• Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. L. A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. 1: The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. Section A-SP (revised 12/15/04) Page 5 of 22 I I 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 I/ 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. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly cxccutc thc work, thc Contractor shall obtain approval of the City or Consultant Projcct Engineer prior to deviation. If, in the opinion of thc City or Consultant Project Engineer, the required deviation would necessitate a revision to the or Consultant Project Engineer to revise the drawings. The Contractor shall tic in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certifi ationshall bcprovided and prepared by a Third Party independent and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: - All curb returns at point of tangency/point of circumference - Curb and gutter flow line both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Wastcwatcr: - All rim/invert elevations at manholes; - All intersecting lines in manholes; Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Water: • All top of valves box; Valves vaults rim; - Casing elevations (top of pipe and flow line) (TXDOT and ER permits) . Stormwatcr: • All rim/invert elevations at manholes; - All intersecting lines in manholes; Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . A-20 Testing and Certification 1 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 I/ 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. I Section A-SP (revised 12/15/04) Page 6 of 22 I es A-21 Project S'i gnr ►W Thc Contractor must furnish and install 1 Projcct signs as indicatcd on thc following drawings. (Attachmcnt IV) Thc signs must bc installcd bcforc construction bcginc and will bc maintaincd throughout thc Projcct period by thc Contractor. Thc location of thc Im signs will bc dctcrmincd in thc ficld by thc City Enginccr. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy Mn It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Lb. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) . Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American 1; 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 manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned 1: (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) . E: (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more !: minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business t: enterprise rests with a minority person(s) . 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Section SP (revised 12/15/04) Page 7 of 22 I I d. Minority: See definition under Minority Business Enterprise. I/ e. Female Owned Business Enterprise : A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated 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. I/ For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. I/ 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation(Percent) 451 15l 11 b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the I/ 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. 1/ 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. I/ I Section A-SP (revised 12/15/04) Page 8 of 22 Mr t A-23 Inspection Required (Revised 7/5/00) ilm The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, I: including water/wastewater meter fees and tap fees as required by City. A-24 Surety Bonds I: Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follow; ("M "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 [.'Mten 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 C the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United II 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 [it requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." la ' Section B-6 22, Tax 1Exemption Provision, is deleted in its entirety and thc following substituted in lieu thcrcof. r Contracts for improvements to real property awarded by thc City of Corpus Christi do not iAi qualify for exemptions of Sales, Excise, and Use Taxes unlc^-s thc Contractor elects to operate undcr a separated contract as dcfincd by Scction 3.291 of Chaptcr 3, Tax Administration of Title 34, Public Finance of thc Texas Administrative Codc, or such other rules or regulations as may be promulgated by thc Comptroller of Public Accounts of Texas. If the Contractor elects to`operate under a separated contract, he shall: -- Obtain the necessary sales tax permits from the State Comptroller. Charges" in the proposal form the cost of materials physically incorporated into the Project. ^ Lo 4, Provide resale certificates to suppliers. 4, Provide the City with copies of material invoices to substantiate the proposal value of materials. Section A-SP r (revised 12/15/04) lis Page 9 of 22 r V I If thc Contractor docs not elect to operate under a separated contract, he must pay for all Sales, Excise, and Use Taxes applicable to this Project. I/ Subcontractors arc eligible for sales tax exemptions if the subcontractor also complies with thc above requirements. The Contractor must issue a resale certificate to thc subcontractor and thc subcontractor, in turn, issues a resale ccrtifi ate to his supplier. A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the 1/ insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 I/ Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project 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 I/ the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: ' Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, 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 I/ indemnified hereunder. Paragraph (a) Cencral Liability of Section B 6 11 of the General Provisions is amended to include: I Section A-SP (revised 12/15/04) Page 10 of 22 a L Contractor must provide Buildcr'n Rink or Inotallation Floater insurance covcragc for the term of the Contract up to and including the date the City finally accepts the Project or work. Buildcr'o Rick or Inotallation Floater covcragc must be an L "All Risk" form. Contractor must pay all costs necessary to procure such Buildcr'3 Rink or Inotallation Floater insurance covcragc, including any deductible. The City must be named additional insured on any policies providing such insurance covcragc. A 28 Conoidcrationo for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may cr to provide documentat' Whcthcr any liens have bccn filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the prcccding two (2) years. The bidder shall specify the name and address of the party holding the lice, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not bccn released, the bidder shall state why the claim has not bccn paid; and Whcthcr there arc any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the prcccding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial he statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. 6 A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling 1: of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures The superintendent shall be present, on the job site, at all times that work is being performed 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. 1: 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. Section A-SP (revised 12/15/04) Page 11 of 22 I Such written approval of field administration staff is a prerequisite to the City I/ Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If ' the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. • Undcr "Ccncral Provisions and Requirements for Municipal Construction Contracts" Section B 3 1 Consideration of Contract add the following text: Within five (5) working days following the public opening and rcading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: A list of the major components of the work; 2-- A list of the products to be incorporated into the Project; 3— A schedule of values which specifics estimates of the cost for each major 1/ component of the work; ▪ A schedule of anticipated monthly payments for the Project duration. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, cithcr through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. ▪ A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Enginccr retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon I/ which to annul the Contract pursuant to Section B 7 13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Enginccr at the pre construction conference; g— Documentation required pursuant to the Special Provisions A 28 and A 29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. Section A-SP (revised 12/15/04) Page 12 of 22 2 I s Documcntation as rcquircd by Spccial Provision-A 35 K, if applicablc. - - 10. - , • A-31 Amended Policy on Extra Work and Change Orders t Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work L for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25, 000.00. The Contractor C1� acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements i► Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the is completion of the Project. Failure to do so will not-excuse a bidder of his obligation to carry out the provisions of this Contract. A,-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced t: specifications, Standard Specifications, and General Provisions, in that order. Ihm I Section A-SP (revised 12/15/04) Page 13 of 22 I I �1— Visitor/Contractor Orientation Prior to performing work at any City watcr facility, the Contractor, his subcontractors, and each of thcir employees must have on their person a valid card certifying their prior attendance at a Visitor/Contractor Safety Orientation Program conducted by the City Water Department Personnel. A Visitor/Contractor Safety Orientation Program will be offered by authorized City Water Department personnel for those persons who do not have such a card, and who desire to perform any work within any City water facility. For additional information refer to Attachment 1 The Contractor shall not start, operatc, or stop any pump, motor, valve, I/ watcr facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. The City must deliver water of drinking quality to its customers at all 1/ times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water Department to protect the quality of the water. -D— Con€ormity with ANSI/NSF Stan a_r c, All materials and equipment used in the repair, reassembly, -- -transportation, reinstallation, and inspection of pumps, or any other American National Standard (ANSI/NSF) Standard 61 as described in the Standard Specifications. £ieh materials include all solvents, cleaners, lubricants, gaskets, thread compounds, coatings, or hydraulic equipment. These items must not be used unless they conform with ANSI-/NSF Standard 61 and unless - immediately prior to use. The Contractor shall provide the Dngincer with copies of written proof of ANSI/NSF Standard 61 approval for all materials which could come into contact with potable water. subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work areas clean at all times and remove all trash daily. Contractor's personnel must wear colored uniform overalls other than orange, blue, or white. Each employee uniform must provide company name 6— d d = _ • d- _ 4— Working hours will be 7:00 A.M. to 5:00 P.M. , Monday thru Friday. Contractor must not use any City facility restrooms. Contractor must provide own sanitary facilities. I Section A-SP (revised 12/15/04) Page 14 of 22 I 4, All Contractor vchicles must bc parked at dcsignatcd site, as designated [: by City Water Department staff. All Contractor vchicics must bc clearly labeled with company name. No private employee vehicles arc allowed at O. N. Stevens Watcr Tr atmcnt Plant. All personncl must be in company [a vehicles. During working hours, contractor employees must not leave the designated construction area nor wander through any buildings other than for rcquircd work or as directed by City Water Department personnel during emergency evacuation. 14, Contractor Qualifications SCADA (SUPERVISORY CONTROL AND DATA ACOUISITI( Any work to the computer based monitoring and control system must be performed only by qualified technical and supervisory personnel, as determined by meeting the qualifications 1 thru 9 below. This work includes, but is not limited to, modifications, additions, changes, selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in operation all hardware and/or software specified or rcquircd by these specifications. The Contractor or his subcontractor proposing to perform the SCADA work must be able to demonstrate the following: IIc is regularly engaged in the computer based monitoring and control system business, preferably as applied to the municipal 1: water and wastewater industry. He has performed work on systems of comparable size, type, and complexity as required in this Contract on at least three prior projects. 6 4= He has been actively engaged in the type of work specified herein for at least 5 years. 4— He employs a Registered Professional Engineer, a Control perform the work required by this specifications. He employs personnel on this Project who have suce-e sfully completed a manufacturer's training course in configuring and implementing the specific computers, RTUS's, and software proposed for the Contract. He maintains a permanent, fully staffed and equipped service facility within 400 miles of the Project site to maintain, repair, calibrate, and program the systems specified herein. He shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Whcrc this is not practical, all equipment of a given type will be the product of manufacturer. Prior performance at the O. N. Stevens Water Treatment Plant Lone will be used in evaluating which Contractor or subcontractor programs the new work for this Project. The Contractor shall produce all filled out programming blocks rcquircd to show the programming as needed and required, to add these two systems to the existing City SCADA system. Attached requires to be filled in and given to the City Engineer with all changes made during the programming phase. The attached sheet is an example and is not intended to show all of the required sheets. The Contractor will provide all programminc blocks used. Section A-SP (revised 12/15/04) Page 15 of 22 is 11 Trenching Requirements All trenching for this project at the 0. N. Stevens Water Tr atment Plant shall be performed using a backhoc or hand digging duc to the be allowed on the project. A-36 Other Submittals 1. Shop Drawing Submittal : The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b— lleproduciblcs: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify I/ the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f• Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h• Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j . Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and I/ suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. Section A-SP (revised 12/15/04) 3 Page 16 of 22 Under "General Provisions and Requirements for Municipal Construction Contracts", B G 15 Arrangement and Charge for Water Furnished by the City, add the following: is "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingcncy Plan as amended (the "Plan") . This includes implementing water conservation m asurcs established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8-9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non- perishable materials delivered to the Project worksite unless the Contractor provides ir. the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. ts A-41 Ozone Advisory NOT USED Priming and hot mix paving operations must not be conducted on days for which an ozone about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: (PP The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. [I0 Section A-SP I (revised 12/15/04) Page 17 of 22 1: The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by I/ contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. « .. �; s�_�- r_�`��=tz�_;_t-s�z=�.._�-�=t -- - ---- The Contractor shall bc responsible for thc disposal of water used for tcsting, disinfection and line flushing in an approved manner. Contaminants in thc water, particularly high levels of chlorine, will bc used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These ,arc regulated by numereus agcncics such as TNRCC, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agcncics in the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. I/ A-47 Prc-Conotruction Exploratory Excavations (7/5/00) NOT USED Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10' ) of proposed a maximum of 300-feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet maximum O.C. Section A-SP (revised 12/15/04) Page 18 of 22 f I Contractor shall then prepare a report and submit it to the City for approval indicating Mr the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory C Engineer and until Contractor receives Engineer's approval of report. 4 Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair �lir o .ociated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. r.. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a (' change order to the contract." A-51 Electronic Submittal of Bid° The following paragraph modifies Paragraph B 2 7 Preparation of Proposal, of the General Provisions: The bidder has the option of submitting a computer generated print out, in lieu of, the (including any additive or deductive alternates) contained on Proposal Sheets (3 THRU 10 OF 13) . If the Contractor chooses to submit a print out, the print out shall be accompanied by properly completed proposal pages 1, 2, 11, 12, and 13. A "oamplaileCtiOrk-SP out is shown in Attachment 1 . (revised 12/15/04) Page 19 of 22 6, I In addition, thc print out will contain thc following statcmcnt and signature, after thc last bid item: (Contractor) herewith certifies that thc unit prices shown on this print out for bid items (including any additive or deductive alternates) containcd in this proposal arc thc unit priccs and no other Information from this print out. (Contractor) acknowledges and agrccs that thc Total Bid Amount shown will bc read as Its Total Bid and furthcr agrees that thc official Total Bid amount will bc determined by multiplying thc unit bid price (Column IV) shown in this print out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. I (Signature) (Title) (Date)" A-52 Value Engineering I/ The Contractor's attention is directed to paragraph B-4-5 Value Engineering Incentive Procedures, of the General Provisions, which states: "After award of the contract, the Contractor may develop and submit, to the City Engineer, Value Engineering Change Proposals (VECP'S) identify potential reductions in the contract cost by effective changes to the contract plans and specifications." Therefore, the Contractor shall fully examine the plans, specifications and contract documents, as well as, the project location, construction phase schedule in Appendix C, traffic control plans, method of award, contract calendar days and liquidated damages, and all other major items involved in the scope of the project to judge for itself the circumstances and difficulties affecting the work to be performed and obtain all information required to make an intelligent proposal. The Contractor's attention is further directed to paragraph B-2-3 Examination of Plans, Specifications and Site of the Work, of the General Provisions. In other words, the Contractor shall complete it's proposal to the best of it's ability, as currently provided. A-53 Dust .max l Contractor shall take r asonablc measures to prevent unnecessary dust. Earth surfaces suppressant When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. I/This item shall be considered subsidiary to the appropriate bid items where dewatcring is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a lo ation that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without 1 wing the designated work area or by manmade berms prior to entering I/ the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Section A-SP (revised 12/15/04) Page 20 of 22 I I Storm water or groundwater shall not be discharged to private property without • - o - = ° - =- - - =-- o c- retested by the City, at the City's expense, a minimum of once a week. The Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. ►,r Another option for disposal of groundwater by the contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer system or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Prc treatment Coordinator at 82C 1817 to obtain a "no cost" permit from the Wastewater Department. The City will pay for any water quality testing or water analysis soot -required. The permit will require an estimate of groundwater flow. Croundwatcr flow can be estimated by boring a hole or excavating a • . - record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. Lia 0, is r Section A-SP (revised 12/15/04) Page 21 of 22 r I SUBMITTAL TRANSMITTAL FORM PROJECT: AMERICAN BANK CONVENTION CENTER EXHIBIT HALL CONCRETE FLOOR REPAIRS OWNER: CITY OF CORPUS CHRISTI, TEXAS ENGINEER: LNV ENGINEERING CONTRACTOR: BARCOM COMMERCIAL, INC. SUBMITTAL DATE: - SUBMITTAL NUMBER: - APPLICABLE SPECIFICATION OF DRAWING SUBMITTAL 1 3 I I I I a I I Section A-SP (revised 12/15/04) Page 22 of 22 I AGREEMENT THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 1ST day of NOVEMBER , 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 Barcom Commercial, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $362,665.61 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 EXHIBIT HALL CONCRETE FLOOR REPAIRS JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E13015 TOTAL AMOUNT: $362,665.61 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 1 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 60 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: Daniel Biles, P.E. Asst. Ci Attorney Director of Engineering Services Funding Source: E 1301SC ,4 R E CE • 530210-1030-13605-E13015 NOV 2 6 2013 BY CONTRACTOR ATTEST: (If Corporation) Barcom Commercial, Inc. Below) (Seal B �r Title: VcPc- (Note: If Person signing for r' corporation is not President, 5826 Bear Lane attach copy of authorization (Address) to sign) Corpus Christi, TX 78405 (City) (State) (ZIP) 361/851-1000 * 361/851-1717 (Phone) (Fax) Page 3 of 3 Rev.Aug-2013 r PROPOSAL/DISCLOSURE STATEMENT BCOMMERCIAL,Inc. • GINERAL COWIRAC I OR Proposal October 9,2013 Proposal II 16452 (revision 2) E-Mail: GraziellaM @cctexas.com TO: City of Corpus Christi—Engineering Department PROJECT: ABC Floor Repairs Attn: Gracie Mesa 1201 Leopard St Corpus Christi,TX 78401 We propose to furnish labor and material to perform the following: Price to include: Remove and replace 7000 sgft of toping slab inside the American bank center,refinish 75,000 sqft of concrete slab with Windsor wax, and replace 35 electrical vault doors. L Price to exclude; Misc floor patches not included in the 7000 sgft area, exact color match to existing floor. Based on mock up sample,the new floor will be close to existing but not match exactly. Phase and permits are not included. Price priced is based on quantities provided by LNV and ABC facilities Manager. �r. Note: please allow 60 days for construction after all material arrives. f TOTAL AMOUNT OF PROPOSAL: $362,665.61 Three Hundred Sixty Two thousand Six Hundred Sixty Five and 61/100 Respectfully submitted, �• BARCOM COMMERCIAL, INC. Justin McComb Project Manager JM This proposal is void if not accepted in writing 30 days after this date;however, when executed by both parties,it shall become the contract for the services described above. Signed: Date: L 5826 BEAR LANE CORPUS CHRISTI,TEXAS 78405 TELEPHONE:(361)851-1000•FAX:(361)851-1717 www.barcom.cc L I- - I-11 INS N _ — M N r r— r— r--_...,. If. r Ir -, r....' r_- i Preliminary Estimate, by estimates BARCOMBarcom Commercial Inc.-Justin McComb C+rri rtr' w.,3. icy,, Barcom Commercial Inc. 2009 Corpus Christi,TX JOC-2009 Corpus Christi,TX JOC abc floor repairs-abc floor repairs Justin McComb Estimator: Justin McComb revised price Division Summary(MF04) 01-General Requirements 26-Electrical 02-Existing Conditions $43,400.00 27-Communications -----" 03 Concrete —___ .. ._ �_.____ —_, $7,678,15 28-Electronic Safety and Security„ 04-Mason . _.__m_..._. .....__ !Y__. 31 Earthwork 05-Metals —_,_ 32-Exterior Improvements 06-Wood,Plastics,and Composites 33 Utilities 07-Thermal and Moisture Protection _ 34-Transportation 08-Openings _ 35-Waterway and Marine Transportation . ____ _-._ 09,-Finishes 41-Material Processing and Handling Equipment___ _.__._ 10-Specialties 44-Pollution Control Equipment 11Equipment Furnishings — 46-Water and Wastewater Equipment T2-::-- —._ 48-Electric Power Generation 13•Special Co nstruction ._.._ Alternates... $268,950.00 ng 14-Convey Equipment Trades _. __._ 21-Fire Suppression ----- P-P W_ __.._.._._ Assemblies _-- _- 22-Plumbing MF04 Bare Total_Without totalling components)_.. , T $320,028.15 23.Heating,Ventilating,and Air-Conditioning HVAC Totalling Components Priced Line Items _ ___. $51,078.15 2010 Corpus Christi JOC Nonpriced Muitiphier (11.0000%L__ _ - $29,584.50 RSMeans CORPUS CHRISTI,TX CCI 201302,81.30% $(9,551.61) 2010. Corpus Christi JOC Bond_(2.5000%) $8,553.43 2010 CO us hristi JOC Priced Multiplier 5.0000% —p ° _— P { ) 52,076.33 2010 Corpus Christi JOC Permit {3.5000%) $11,974.81 Non rived Line Item $268,950.00 2010 Corpus Christi JOC Permit Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: S204,036.15 Total Priced Items: 7 $51,078.15 Labor: $110,195.15 Total Non-Priced Items: 3 $268,950.00 , 84.04% Equipment: $5,796.85 T._.__.....__.._..._......_ Other: $0.00 10 $320,028.15 Laborhours: 748.47 Green Line Items:0 $0.00 Grand Total $362,665.61 -0 > > 0 0 = m3 m _, z o —I mz c.' O Printed 9 OCT 2013 4:23PM Page 1 of 3 abc floor repairs-abc floor repairs r--- If " r 1 ' fr r--- r - - r - Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Justin McComb Totalling Component Details Description Item Count Applicable Amount Applied Amount Applied Result Balance ........ Priced Line Items 7 $51,078,15 $51,078.15 $51,078,15 Included in Total:Yes Type: Total,Master Format Type MF04 Values: Total Includes.Priced Fittenng:(none) RSMeans CORPUS CHRISTI,TX CCI 2013Q2,81.30% $51,078.15 (18.7000)% $(9.551.61) $41,526.54 Included in Total:Yes Type: RSMeans CCI(Project Level) RSMeans CORPUS CHRISTI,TX CCI 201302,81 30% Subtotal based on 1 items*"Priced Line gems* 2010 Corpus Christi JOC Priced Multiplier $41,526.54 5.0000% $2.076.33 $43,602.87 Included in Total,Yes Type Percentage Subtotal based on 2 terns:"Pnced Line Items',"RSMeans CORPUS CHRISTI,TX CCI(Current)' • - Nonpriced Line Items 3 $268,950.00 $268.950.00 $312,552.87 Included in Total.Yes Type: Total,Master Formal Type;MF04 Values: Total Includes:Non Priced (nene) 2010 Corpus Christi JOC Nonpriced Multlphier $268,950.00 11.0000% $29,584.50 $342,137.37 Included in Total:Yes Type' Percentage Subtotal based on 1 items°Nonpriced Line Items' 2010 Corpus Christi JOC Bond $342,137.37 2.5000% $8,553.43 $350,690.80 Included In Total:Yes Type. Percentage Subtotal based on 5 dens:"2010 Corpus Chnse JOC Nonpriced "2010 Corpus Clinch JOC Need Multiplier,"Nonpriced Line ItemS%'Priced Isle hems"."RSMeans CORPUS CHRISTI,.TX CCI(Current) .. 2010 Corpus Christi JOC Permit $342,137.37 3.5000% $11,974.81 $362,665.61 Included in Total:Yes Type: Percentage Subtotal based on 5 items,"2010 Corpus Christi JOC Nonpriced Multiplier"."2010 Corpus Dinah JOC Freed "Nonpriced Line Items',"Priced Line Items","RSMeans CORPUS CHRISTI,TX CC)(Currantr _ — 2010 Co'pus Christi JOC Permit Fee $362,665.61 Included in Total:Yes ,Type: Amount(Estimate level) „........ , Note: It appears that at least one of these totalling components is set to"Amount is at Estimate -o > > ° Level". This can cause some of the Project totalling components that share the same m characteristics to have the appearance of not adding up correctly on this detailed report page. 0 —I z (" p Pi:Intact c OCT 2013 4:23PM Page 2 of 3 abc floor repairs-abc floor repairs r-' r-- r BM M NM I r r __ . r _ r_ _ r _.. rm - r +r - r r— r--- r Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator; Justin McComb revised price Item Description UM Quantity Unit Cost Total Book 02- Existing Conditions 1 02-41-13-17-5500 Demolish,remove pavement and curb,excludes hauling and disposal fees, C.Y. 40.0000 $154.00 $6,160.00 RSM1OFAC p concrete,7"to 24"thick,reinforced L E, 08P 2 02-41-16-17-0240 Building demolition footings and foundations,excludes disposal costs and dump S.F, 7,000,0000 $5.10 $35,700.00 RSM12FAC p fees,floors,concrete slab on grade,4"thick,plain concrete 1.E, O&P 3 02-41-19-23-0725 Selective demolition,rubbish handling,the following are to be added to the Week 2.0000 $770,00 $1,540.00 RSMIOFAC p demolition prices,dumpster,weekly rental,includes one dump per week,20 C.Y. M. Off' capacity,8 tons cost for removing concrete 02-Existing Conditions Total $43,400.00 03- Concrete 4 03-31-05-70-4600 Placing concrete,Includes labor and equipment to place,strike off and C.Y. 60.0000 $16.75 $1,005.00 RSMIOFAC p consolidate,slab on grade,over 6"thick,direct chute I. E, O&P 5 03-35-29-30-0150 Finishing floors,finishing requires that concrete first be placed,struck off and S.F. 7,000.0000 $0.77 $5,390.00 RSM10FAC p consolidated,basic finishing for various unspecified flatwork,bull float,manual L. O&P float,and broom finish,with edging and joints 6 03-81-13-50-0300 Concrete floor or slab cutting,saw cut concrete slabs,plain,up to 3"deep L.F. 355.0000 $1.53 $543.15 RSMI2FAC p M.L.E, 08P 7 03-81-13-50-0590 Concrete floor or slab cutting,minimum labor/equipment charge Job 1.0000 $740.00 $740.00 RSMI2FAC p ______ L.E. O8P 03-Concrete Total $7,678.15 Alternates 8 019313011050 apply windsor wax per manufactures instruction Sq. 75,000.0000 $2.42 $181,500.00 CUSTOM N M.L. B 9 033105350150 intergral colored concrete C.V. 60.0000 $145.00 $8,700.00 CUSTOM N M. B 10 0831133510501 electrical floor box cover replacement EA 35.0000 $2,250.00 $78,750.00 CUSTOM N M.L, B Alternates Total $268,950.00 D Estimate Grand Total -i 362,665.61 > 0 0 = m3 G, m z o —i mz Printed 9 OCT 2013 4:23PM Page 3 of 3 abc floor repairs-abc floor repairs SUPPLIER NUMBER ��I�� TO BE ASSIGNED BY CI FY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Chnsti City of Corpus Christi Ordinance 17112,as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Barcom Commercial, Inc. P.O.BOX: STREET ADDRESS: 5826 Bear Lane STATE Corpus Christi, TX ZIP: 78415 FIRM IS: 1. Corporation x 2. Partnership _ 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title N/A 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant N/A II, - 1 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact I in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] 1 CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested: and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Elaine R. Hoffman Title: President L {Type or Print) Signature of Certifying Date: Person: _ I., am 4 ' 1 24, 2012 DEFINITIONS I . a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. Ib. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. -Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. Ld. "Finn." Any entity operated for economic gain, whether professional,industrial or commercial,and whether established to produce or deal with a product or service,including but not limited to, entities L operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. I e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. If. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. I "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus IChristi for the purpose of professional consultation and recommendation. I L P E R F O R M A N C E B O N D STATE OF TEXAS § BOND No. 105996829 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 I revelers Casualty and Surety Company of America , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), in the penal sum of THREE HUNDRED SIXTY-TWO THOUSAND, SIX HUNDRED SIXTY-FIVE AND 61/100 U.S. Dollars ($ 362.665.61 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 1ST of NOVEMBER , 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 EXHIBIT HALL CONCRETE FLOOR REPAIRS JOB ORDER CONTRACT (REP 2012-02) PROJECT NO. E13015 TOTAL AMOUNT: $362,665.61 Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, and if the Principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev.Date May 2011) Performance Bond Page 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 day of November , 2013. PRINCIPAL SURETY Barcom Commercial, Inc. Travelers Casualty and Surety Company of America Attorney-in-fact C.A. McClure Title: ��'QS t c3��. ATTEST: Secretary Address: 5826 Bear Lane, Ste. B Address: 4650 Westway Park Blvd. Corpus Christi, TX 78405 Houston, TX 77041 Telephone:_ 281-606-8400 Fax: 281-606-8436 E-Mail: alm @southernamericanins.com (Rev.Date May 2011) Performance Bond Page 2 of 3 • Name and address of Resident Agent of Surety in Nueces County, Texas,for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch &Associates Address: 1718 Santa Fe St. (Physical Street Address) Corpus Christi, TX 78404 (City) (State) (Zip) Telephone: 361-883-3803 E-Mail: Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note:Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev.Date May 2011) Performance Bond Page 3 of 3 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IOW ' POWER OF ATTORNEY TRAVELERSJ 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 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. O O 5 5 4 0 2 O O KNOW ALL MEN BY THESE PRESENTS: That 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 State 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 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,Kenneth L.Meyer,and Michelle Ulery of the City of Houston ,State of Texas ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings 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 corporate seals to be hereto affixed,this 26th day of June 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and 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 ���W�,-t' 141•!r 1Ry TY4 TY pA54A4r �Y T k t F +b ��"..MSG9 p+�M54q, ��P� No SL (1/4■2,t!.s.."01,8. P�o '4y0C Pal, L `c G 7 • Q'!o f °""4I' g Jb" ° WCDRPoRATED� �It f� Wf�of:, � ix�m 4.aI HARTFORD, tFCRD,t 1896 1982 0 � � `F [ SEAI.I �c�` ,• 7 n I 1951 _ n �i "o CONNZ Y � � �•-, o >>,SSbL%r Sb a° ' cs,s L�`.. ar a:•... -'+s >b.n n� ��� rs ATE tr... .��, + .rem' '�� State of Connecticut By. City of Hartford ss. Robert L.Raney, enior 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.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,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.TET In Witness Whereof,I hereunto set my hand and official seal. TAR' ' My Commission expires the 30th day of June,2016. *\AUBkIG * Marie C.Tetreault,Notary Public 49tEG"C"S 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • This Power of Attorney is granted under and by the authority of the following resolutions gdopted by the Boards of Directors of Farmington 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 Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington 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 Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 20th day of November 20 13 ri✓'' f Kevin E.Hughes,Assistant S tary I MS• •Y X SUF''4. JP�S Y ANO r".0 ,,t �}TY......,Gy +•jP,.l a : sO ��ce'1 G �P vtpRFOR�>�.l ¢�.` PORq 11 escoxrowE rm 'r `•A yrpO" rf NaarFOCw. < rFOrm tl D 4 0: — gar _._ n+ 4 f n; �y04 CONN'. 1/, i r 9 8 2�'o ' 1977 !&� i �•.SEAL,o = a CnvN. 8 N r 1951 s .;.. as I v.... a a day bey a�' %.1 1• '}� �\ �'xwuct 1,..MN- +S /•a>, i! nM A!M To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • Travelers? IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty& Surety Company of America,Travelers Casualty & Surety Company,Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower,Suite 2900 Philadelphia, PA 19102 (267) 675-3000 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin,TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND.This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021,Government Code, and Section 53.202, Property Code,effective September 1, 2001. PAYMENT BOND STATE OF TEXAS § BOND No. 105996829 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 Casualty and Surety Company of America , a solvent company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or"OWNER"), 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 THREE HUNDRED SIXTY-TWO THOUSAND, SIX HUNDRED SIXTY-FIVE AND 61/100 U.S. Dollars ($ 362.665.61 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 1ST day of NOVEMBER, 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 EXHIBIT HALL CONCRETE FLOOR REPAIRS JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E13015 TOTAL AMOUNT: $362,665.61 Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for\subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev.Date May 2011) Payment Bond 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 2 copies, each one of which shall be deemed an original, this the 20th day of November , 2013. PRINCIPAL SURETY Barcom Commercial, Inc. Travelers Casualty and Surety Company of America By: IA t. ' ea ii,: La/ By: ' Attorney-in-faZfA, McClure Title: \c-e ''' ATTEST: aA-Y - - Secretary Address: 5826 Bear Lane, Ste. B Address: 4650 Westway Park Blvd. Corpus Christi, TX 78405 Houston, TX 77041 Telephone: 281-606-8400 Fax: 281-606-8436 E-mail: alm @southernamericanins.com (Rev,Dale May 2011) Payment Bond Page 2 of 3 • Name and address of Resident Agent of Surety in Nueces County,Texas,for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch &Associates Address: 1718 Santa Fe St. (Physical Street Address) Corpus Christi, TX 78404 (City) (State) (Zip) Telephone: 361-883-3803 E-Mail: Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev.Date May 2011 Payment Bond Page 3 of 3 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Ali■• POWER OF ATTORNEY TRAVELERSJ 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 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. 0 0 5 5 4 0 2 0 1 KNOW ALL MEN BY THESE PRESENTS: That 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 State 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 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,Kenneth L.Meyer,and Michelle Ulery of the City of Houston ,State of Texas ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings 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 corporate seals to be hereto affixed,this 26th day of June 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and 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 'll ll . -• 4' pASU,,(r C yFS4 b y ,..!..!--.1'-'.§....., 47;;;;;;N. ,,IY A/y J a. 44t , o awNfY r D Y . 3"° tt MCORFDRAD " ^ rtte 4M i frRORi WCOR i•.c. i i I 's ti< i i 1982 Ed y— n HARTFORD, s3'HARTFORD, -k 1951 & .SEAL o3 � SS1L a coN. o K N t < y. 0 1 m� !t�f .I.... A >• .. .'a b 0 v° -''''4'0 AM S A.,,„! 1. Lr i 0 State of Connecticut By: '/ '=% City of Hartford ss. Robert L.Raney, enior 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.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,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ft-T17.14_In Witness Whereof,I hereunto set my hand and official seal. U fl QN� " . �.Vn1 �1 My Commission expires the 30th day of June,2016. *�41.43L 0 * Mane C.Tetreault,Notary Public �4 EC-P 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Travelers, IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America,Travelers Casualty & Surety Company,Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower,Suite 2900 Philadelphia, PA 19102 (267) 675-3000 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin,TX 7S714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND.This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202,Property Code,effective September 1, 2001. A z 0 PI W U O w a w a 11 I " 4 ---, ME — ON i all :NM • PERFORMANCE BOND •- STATE OF TEXAS § BOND No. COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Barcom Commercial, Inc. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ("Principal"), and , a solvent company r duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), in the penal ,., sum of THREE HUNDRED SIXTY-TWO THOUSAND, SIX HUNDRED SIXTY-FIVE AND 61/100 U.S. Dollars ($ 362,665.61 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, imp 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 1ST of NOVEMBER , 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 EXHIBIT HALL CONCRETE FLOOR REPAIRS JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E13015 TOTAL AMOUNT: $362,665.61 Now therefore, the condition of this obligation is such, that if said Principal shall faithfully perform said Agreement in accordance with the plans, specifications and contract documents, including any changes, extensions, or guarantees, and including all and singular covenants, conditions, and agreements in and by said contract agreed and covenanted by Principal to be observed and performed, and according to the true intent and meaning of said Agreement hereto annexed, and if the Principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City(OWNER), then this obligation shall be void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., "' accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Performance Bond Page 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 day of , 2013. PRINCIPAL SURETY By: By: Attorney-in-fact bk. Title: ATTEST: Secretary Address: Address: Telephone: Fax: E-Mail: (Rev. Date May 2011) Performance Bond Page 2 of 3 lr. Oa Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Agency: Address: (Physical Street Address) (City) (State) (Zip) Telephone: E-Mail: Note: Bond shall be issued by a solvent Surety company authorized to do business in Texas, and shall meet any other requirements established by law or by OWNER under applicable law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Performance Bond must not be prior to date of contract. END (Rev. Date May 2011) Performance Bond Page 3 of 3 A z 0 al H Z a PAYMENT BOND STATE OF TEXAS § BOND No. COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Barcom Commercial, Inc. of the City of Corpus Christi , County of 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 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 THREE HUNDRED SIXTY-TWO THOUSAND, SIX HUNDRED SIXTY-FIVE AND 61/100 U.S. Dollars ($ 362,665.61 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 1ST day of NOVEMBER, 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 EXHIBIT HALL CONCRETE FLOOR REPAIRS JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E13015 TOTAL AMOUNT: $362,665.61 Now, therefore, the condition of this obligation is such, that if said Principal shall well and truly pay all Subcontractors, workers, laborers, mechanics and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. Surety, for value received, stipulates and agrees that no change to the contract time or contract amount, and no alteration or addition to the terms of the contract, or to the work performed thereunder, or to the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. (Rev. Date May 2011) Payment Bond 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 2 copies, each one of which shall be deemed an original, this the day of _, 2013. PRINCIPAL SURETY By: By: Attorney-in-fact Title: ATTEST: Secretary Address: Address: Telephone: Fax: E-Mail: (Rev. Date May 2011) Payment Bond Page 2 of 3 Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Agency: Address: (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 law. Note: Surety Agent's Original Power of Attorney must be attached hereto. Note: Date of Payment Bond must not be prior to date of contract. END Rev. Date May 2011 Payment Bond Page 3 of 3 r— Y . Aco D CERTIFICATE OF LIABILITY INSURANCE - DATE(MM/DD/YYYY) ka.■.----- 11/19/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Renee Tesell Swantner&Gordon Ins.Agency (A/c No.Ext1:361-883-1711 (A/C,No):361-844-0101 A Higginbotham Company E-MAIL P.O. Box 870 SS:rterrell @s_9 ins.com Corpus Christi TX 78403-0870 INSURER(S)AFFORDING COVERAGE NAIC X INSURER A:Valley Firs- In r.n e •m..n 20508 INSURED BARCO6 INSURER B:Continental Insurance Company 35289 Barcom Construction, Inc. INSURER C:Commerce&Industry Insurance Co 19410 Barcom Commercial, Inc. INSURER D:Westchester Fire Insurance Company 21121 5826 Bear Lane Corpus Christi TX 78405 INSURER E Continental Casualty Company 20443 _INSURER F: COVERAGES CERTIFICATE NUMBER:986857728 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WWD POLICY NUMBER (MM/DDIYYYY) (MM/DOIYYYY) LIMITS E GENERAL LIABILITY C4034064756 9/12/2013 9/12/2014 EACH OCCURRENCE $1,000,000 X DAMAGE TO RENTED• COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL 8.ADV INJURY $1,000,000 I GENERAL AGGREGATE $2,000,000 I GEM_AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 II 7 POLICY n!Ea LOC $ B AUTOMOBILE LIABILITY C4034064790 9/12/2013 9/12/2014 (Ea acrid it 1NGLE LIMIT $1,000,000 X _ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE -$X HIRED AUTOS X AUTOS ( r accident) $ C X UMBRELLA LIAB X OCCUR BE33076623 19/12/2013 3/12/2014 EACH OCCURRENCE $15,000,000 :EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 i - DED ,X RETENTION$10,000 $ A WORKERS COMPENSATION WC434064773 9/12/2013 3/12/2014 X WC STATU- TORY EMPLOYERS'LIABILITY TORY LIMITS ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? Y NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 1. If yes describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $1,000,000 D Builders Risk 121081838002 10/12/2013 10/12/2014 Location $7,000,000 Occurrence $10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Please see attached addendum for additional policy and coverage information. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Department of Engineering Services P.O. Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78469-9277 91....tri��\�J� I _ ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD , r r AGENCY CUSTOMER ID: BARCO6 LOC#: ACORD ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Swantner&Gordon Ins.Agency Barcom Construction, Inc. Barcom Commercial, Inc. POLICY NUMBER 5826 Bear Lane Corpus Christi TX 78405 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 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-18652-J 07/12). The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. (Blanket Additional Insured-Owners, Lessees or Contractors-With Products-Completed Operations Coverage-Form G-140331-D 01/13). 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 01/13). 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 04/12). 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 Workers'Compensation policy. (Partners,Officers and Others Exclusion -Form WC420308 01/97). The Umbrella policy follows the terms,definitions,conditions&exclusions of the Scheduled Underlying General Liability,Auto Liability and Employers Liability Insurance. (Umbrella Prime Commercial Umbrella Liability Policy with Crisis Response-Form 80517 11/09). Contractors Professional/Pollution Liability policy info:Columbia Casualty, Policy#CZB288296539, 11/14/13-14$1,000,000 Each Claim/ $2,000,000 Aggregate. Employee Theft policy with Travelers Casualty&Surety Company of America, Policy#105677128,09/12/13-14,$1,000,000 Per Occurrence Limit. The Workers'Compensation policy includes an endorsement providing that 30 days notice of cancellation will be fumished to the certificate holder except 10 days notice of nonpayment of premium.(Texas Notice of Material Change Endorsement-Form WC 42 06 01 07/84). The General Liability policy includes an endorsement providing that 30 days notice of cancellation will be fumished to the certificate holder except 10 days notice of nonpayment of premium. (Texas Changes-Amendment of Cancellation Provisions or Coverage Change-Form CG 02 05 12/04). The Auto policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Texas Cancellation Provision or Coverage Change Endorsement-Form G300660A 06/08). The Builders Risk policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Additional Interests Endorsement-Form ACE0467 05/09). Project: American Bank Convention Center-Exhibit Hall Concrete Floor Repairs ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • BLANKET ADDITIONAL INSURED-OWNERS,LESSEES OR CONTRACTORS— WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by"written contract"per Paragraph A. below.) Locations of Covered Operations (As per the"written contract', provided the location is within the"coverage territory"of this Coverage Part.) A, Section Il-Who Is An Insured is amended to include as an additional insured: 1.Any person or organization whom you are required by"written contract"to add as an additional insured on this Coverage Part;and 2.The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is I.mitod as follows: 1, The person or organization is an additional insured only with respect to liability for"bodily injury", "property damage",or"personal and advertising injury"caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified In the"written contract";or b. "Your work"that is specified In the"written contract"but only for"bodily Injury"or"property damage" included in the"products-completed operations hazard", and only if: (1)The"written contract" requires you to provide the additional Insured such coverage; and (2)This Coverage Part provides such coverage. 2. Il the"written contract"specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01),or via the 11/85 edition of C32010(aka CG 20 10 11 85), then in paragraph B.1, above,the words'caused in whole or in part by are replaced by the words'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the"written contract"; c. That described in B.1.above;or d. That afforded to you under this policy, whichever is less. / G-140331-•D(Ed. 01/13) Policy No: C4034064756 Page 1 Endorsement No: Effective Date: 0 9/12/13 Insured Name: Barcom Construction, Inc. Cv�CNA At Rights Reserved. y44/64104,1 elf ,_ 4. Notwithstanding anything to the contrary in Condition 4.Other Insurance(Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. But If required by the"written contract"to be primary and non-contributory,this Insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. The Insurance provided to the additional insured does not apply to"bodily Injury", "property damage", or "personal and advertising injury"arising out of a. The rendering of,or the failure to render, any professional architectural, engineering,or surveying services, including: (1) The preparing,approving, or failing to prepare or approve maps,shop drawings, oclnions, reports, surveys, field orders, change orders or drawings and specifications;and (2) Supervisory, inspection,architectural or engineering activities;or b. Any premises or work for which the additional Insured is specifically listed as an additional insured or. another endorsement attached to this Coverage Part. C. SECTION IV--COMMERCIAL GENERAL LIABILITY CONDITIONS Is amended as follows: 1. The Duties In The Event of Occurrence,Offense, Claim or Suit condition is amended to add the foilowing additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: CO Give us written notice of an"occurrence"or an offense which may result In a clam or"suit"under this insurance, and of any claim or"suit"that does result; • (2) Except as provided in Paragraph B.4.of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense,or settlement of the claim or"suit"; and (4) Tender the defense and Indemnity of any claim or"suit"to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But If the"written contract"requires this insurance to be primary and non-contributory,this provision(4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit", D. Only for the purpose of the Insurance provided by this endorsement, SECTION V--DEFINITIONS is amended to add the following definition: "Written contract"means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2.Was executed prior to: a.The"bodily injury"or"property damage";or b The offense that caused the"personal and advertising injury", for wh'ch the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy Issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date Is shown below, and expires concurrently with said Policy. Material used with permission of ISO Properties, Inc G-140331-D(Ed.01/13) Policy No: -T - — Page 2 Endorsement No: Effective Date: Insured Name: a CNA Ai Rights Reserved, • , . , . CNA CONTRACTORS'GENERAL LIABILITY EXTENSION ENDORSEMENT It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. The changes this endorsement makes do not apply with respect to any coverage that has been excluded or amended by another endorsement attached to this policy. SCHEDULE Coverage Is summarized below. For particulars and limitations affecting each coverage,please refer to the corresponding policy provisions in the body of this endorsement. 1. Additional Insureds Seven additional insured extensions. 2. Bodily Injury--Expanded Definition_ _ __ _ 3. Broad Knowledge of Occurrence/Notice of Occurrence __ _ 4. Broad Named Insured �� 5. Broadened Liability Coverage For Damage To"Your Product"And"Your Work" Limit:$100,000. • 6. Contractual Liability—Railroads Expanded definition of"insured contract". _ 7. Contractual Liability For Personal And Advertising Injury V _ 8. Electronic Data Liability Loss of Electronic Data Limit:$100,000. _ 9. Expanded Personal And Advertising Injury-Discrimination Or Humiliation 10. Expected Or Intended Injury Reasonable force–"bodily injury'or"property damage". 11. General Aggregate Limits Of insurance-Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage —14. Joint Ventures/Partnership/Limited Liability Companies Coverage for your interest in such terminated or ended organizatiors. _ 15. Legal Liability!Alienated Premises/Borrowed Equipment Coverage Extended perils. Default limit increased to$500,000 for Damage to Premises Rented To You. $25,000 limit for°property damage'to borrowed tools or equipment at a jobslte. 16. Liberalization Clause 17. Liquor Liability Coverage Extension _.__ . . 18. Medical Payments Limits Increased to$15,000. Reporting increased to three years from the date of accident. 19. Non-owned Aircraft Coverage __" 20. Non-owned Watercraft Increased to 75 feet. 21. Primary And Non-Contributory To Other Insurance ` v 22. Property Damage-Elevators l 23. Supplementary Payments Cost of bail bonds increased to$5,000. Daily loss of earnings increased to$1,000. __ I iUnintentional Failure To Disclose Hazards 25. Waiver of Subrogation-Blanket Waiver of subrogation where required by written contract or written agreement. 26. Wrap-Up Extension _ G-18652-J(Ed 07/12) Policy No: C4034064756 Page 1 Endorsement No: Effective Date: 09/12/13 Insured Name:Barcom Construction, Inc. ®CNA AI Rights Reserved. 911441444 (NA 1, ADDITIONAL INSURED SECTION II—WHO IS AN INSURED is amended to include as an insured any person or organization(called additional insured)described in paragraphs A.through G. below whom you are required to add as an additional Insured on this policy under a written contract or written agreement, provided the written contract or written agreement: I._,Is currently In effect or becomes effective during the term of this policy; and Was executed prior to the"bodily injury,""property damage"or"personal injury and advertising injury"for which the additional insured seeks coverage. However,we will not provide the additional Insured any broader coverage or any higher limit of insurance than the least that is: a. The maximum permitted by law; b. Required in the written contract or written agreement; c. Afforded to you under this policy;or d. Described in the applicable paragraphs A.through E. below. A. Controlling Interest Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of: 1. Their financial control of you; or 2. Premises they own,maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by you and covered under this insurance butonly with respect to the co-owner's liability as co-owner of such premises. C. Lessor'-Equipment 1. Any person or organization from whom you lease equipment,but only with respect to liability for"bodily injury', "property damage"or"personal and advertising injury"caused, in whole or In part, by your maintenance, operation or use of equipment leased to you by such person o' organization. 2. With respect to the insurance afforded to these additional insureds,this insurance does not apply to any"occurrence"which takes place after the equipment lease expires. D, Lessor- Land An owner or other interest from whom land has been leased by you out only with respect to liability arising out of the ownership,maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any"occurrence"which takes place after you cease to lease that land; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. E. Lessor- Premises A manager or lessor of premises but only with respect to liability arising out of he ownership,maintenance or use of that specific part of the premises leased to you and subject to the following additional exclusions: This Insurance does not apply to: G-18652-J (Ed 07/12) _ Policy No: Page 2 Endorsement No: Effective Date: insured Name: ®GNA All R'ghls Reserved. POLICY NUMBER: 0034064790 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s)or organization(s)who are'insureds" under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date Is indicated below. Endorsement Effective: 09/12/1 Countersigned Ry: Named Insured: Barcom Construction, Inc. e __ Mlirry ,� s'_:_uxe zed R- resentative Q M SCHEDULE Name of Person(e)or Organization(s); �� _�...__ ANY PERSON OR ORGANIZATION WHZCI1 IS REQUIRED TO $}; NAMED AS A RESULT 0? `I/ A WRITTEN CONTRACT WITH YOtJ 0 0 (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each 'g or erson organization shown in the Schedule Is an Insured'for Liability Coverage, but only to the extent that person p or organization qualifies as an "insured" under the Who Is An insured Provision contained in Section II of the Coverage Form. IN 1 W .. MAW CA 2048 02 g9 Copyright,insurance Services Office, Inc., 1&9i3 Psi,.1 of 1 1 i Barcom Construction, Inc. Policy: C4034064790 Effective Date: 09/12/13 Mk. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS EXTENDED COVERAGE ENDORSEMENT BUSINESS AUTO PLUS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II,Paragraph A.1.,Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form;provided that, b. The insurance afforded by this provision A.1. does not apply to any such entity that is an"Insured" under any other liability"policy"providing"auto"coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture,and over which you maintain majority ownership interest. The insurance afforded by this provisicn A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its incept on date, whichever is earlier. b. Does not apply to: (1) "Bodily Injury"or"property damage" caused by an"accident" that occurred before you acquired or formed the organization; or (2) Any such organization that is an "insured" under any other liability "policy" providing "auto" coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an "insured" but only with respect to their legal liability for acts or omissions of a person,who qualifies as an "insured" under Section II—Who Is An insured and for whom Liability Coverage is afforded under this policy. If required by written contract, this Insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. "?olicy," as used in this provision A. Who Is An Insured, includes those policies that were in force on the Inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Ball Bonds and Loss of Earnings Section H, Paragraphs A.2.(2) and A.2.(4)are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from$2,000 to$5,000; and 2. In a.(4),the limit for the loss of earnings is changed from $250 to$500 a day, i C. Follow Employee yakilkoar, ror Section II, Paragraph 13.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible Insurance. U. PHYSICAL DAMAGE COVERAGE A. Glass Breakage-Hitting A Bird Or Animal-Falling Objects Or Missiles The following Is added to Section ill, Paragraph A.3.: With respect to any covered "auto," any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired,in a manner acceptable to us,rather than replaced, B. Transportation Expenses Section III, Paragraph A.4.a.Is revised, with respect to transportation expense incurred by you,to provide: a. $60 per day, in lieu of$20;subject to b, $1,800 maximum, in lieu of$600, C. Loss of Use Expenses Section III, Paragraph A.4.b.Is revised, with respect to loss of use expenses incurred by you,to provide: a. $1,000 maximum, in lieu of$600. D. Hired "Autos" The following Is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered "auto"you lease, hire, rent or borrow without a driver; and b. Any covered "auto" hired or rented by your "employee" without a driver, under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one "accident" or"loss" is the actual cash value, cost of repair,cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to"loss"caused by f re or lightning. d. The physical damage coverage as is provided by this provision Is equal to the physical damage coverage(s)provided on your owned"autos." e. Such physical damage coverage for hired"autos" (1) Include loss of use, provided it is the consequence of an"accident"for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of$750 per"accident." E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. P. Electronic Equipment Section Ill, Paragraphs B.4.c and B.4.d.are celeted and replaced by the following: _ a. Physical Damage Coverage on a covered "auto" also applies to "loss" to any permanently installed electronic equipment including its antennas and other accessories. d. A$100 per occurrence deductible apples to the coverage provided by this provision. G. Diminution In Value The following is added to Section Ill, Paragraph 13.6.: Sub ect to the following,the"diminution in value" exclusion does not apply to: a. Any covered "auto"of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less,while performing duties related to the conduct of your business;and b. Any covered"auto"of the private passenger type hired or rented by your"employee"without a driver for a period of 30 days or less, under a contract in that individual "employee's" name, with your permission,while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a "diminution in value" loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs;or the installation of substandard parts. d. The most we will pay for"loss"to a covered"auto"in any one accident is the lesser of: (1) $5,000;or (2) 20% of the"auto's"actual cash value(ACV), III. Drive Other Car Coverage—Executive Officers The following is added to Sections II and Ill: '1. Any"auto"you don't own, hire or borrow is a covered "auto"for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your 'executive officers," except: a. An"auto"owned by that"executive officer"or a member of that person's household;or b. An "auto" used by that "executive officer" while working In a business of selling, servicing, repairing or parking"autos." Such Liability and/or Physical Damage Coverage as is affcrded by this provision. (1) Equal to the greatest of those coverages afforded any covered "auto";and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer"moans a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing cocument, and, while a resident of the same household, includes that person's spouse. Such"executive officers"are"insureds"while using a covered"auto"described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident,Claim,Suit Or Loss The following is added to Section IV,Paragraph A.2.a.: (4) Your "employees" may know of an "accident` or 'loss." This will not mean that you have such knowledge, unless such "accident"or"loss"Is known to you or if you are not an individual,to any of your executive office-s or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your"employees" may know of dccuments received concerning a claim or"suit."This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual,to any of your executive officers or partners or your insurance manager. (a Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.S.Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an"accident"or"loss,' C. Concealment, Misrepresentation or Fraud The following Is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded proviced such failure or omission Is not Intentional. D. Other Insurance The fo'lowing Is added to Section IV, Paragraph B.5.: • it hI Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contrlbuto^y bass.This provision is applicable only when required by a written contract. That written contract must have been entered into prior to "Accident"or"Loss." E. Policy Period, Coverage Territory Section IV, Paragraph B.7.(5).(a).is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. Paragraph C. Is deleted and replaced by the following: "Bod'ly injury"means bodily injury, sickness or disease sustained by a person, including mental anguish; mental injury or death resulting from any of these. • I I • Barcom Construction, Inc. POLICY NUMBER: C4034064756 COMMERCIAL GENERAL LIABILITY Effective Date: 09/12/13 CG02051204 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Noma; 'per schedule on file ' 2. Address: Caneallar.ion notification to the above entities will not apply to cancellation for non payment of premium. S. Number of days advance noti :03 0 Information required to complete ihJ Schedul , if not shown above,will be shown In the Declarations. LTi.w� =� J ,► i00 • CG Q2 OS 12 04 Copyright,ISO Prcperiies, Inc.,2003 Page 1 of 1 CNA 0-300660-A (Ed.06108) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES- NOTICE OF CANCELLATION OR MATERIAL CHANGE This endorsement modifies insurarce provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM / TRUCKERS COVERAGE FORM v/ This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 09/12/13 Policy Number C4034064'790 Named Insured 3arcom Cons-ruction, I_nc. Countersigned by 4/ �svo.-- Ai i L_ _..�..�..-...�...._. _--- _ r •In the event of cancellation or material change that reduces or restricts the Insure ce afforded by this Coverage Part,we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1.Number of days advance notice: ,} 30 m S 0 2.Name: 30 DAY NOTICE OF CANCELLATION APPLIES 1 7. 3.Address: TO PER LIST MAINTAINED ON FILE BY g COMPANY 0 g= G 300800-A Page 1 of 1 (Ed.06/08) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 41 (Ed. 7-84) TEXAS NOTICE OF MATERIAL Cl4ANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas Is shown In item G.A. 01 the Information. Page, In the event of cancellation or other material change of the poioy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown In the Schedule. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2, Notice will he mailed to: 30 DAY NOTICE OF CANCELLATTON APP..IES TO ALL ENTITIES ON LIST N1AI1 TATNEE ON FILE BY COMPANY. g a QQ iK ti —""" This endorsement cnangea the poly to which It Is attached end ts effective on the dale Isaueo unless otherwise staled. (The information below Is required only when this endorsement Is Issued subsequent to veneration of the policy.) Endorsetrmont Effective 09/12/13 Policy No. tti 0 4 3 4 0 6 4 7 7 3 Endorsement No. insured Bascom Construction, Inc. gi Premium$ Insurance Cerrpeny Countersignod by ,i . �. liworier WC 42 06 01 (Ed.7-84) WOHKEFt$COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC:42 03 04 A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown In horn B.A. of the Information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule whore you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named In the Schedule. The premium for this endorsement is shown In the Schedule. Schedule 1. ( )Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations:ALL TEXAS LoCATIoNS AND OPERATIONS 3, Premium The premium charge for this endorsement shell be 2 percent of the premium developed on payroll in connection with work performed for the above porson(s)or organizaton(s)arising out of the operations described, 4. Advance Premium SEE SSct:i7 This endorsement changes the poi oy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 0 9/12/13 (Policy No, WC4 3 4 064-.773 Endorsement No. Insured =-a.-room Constructi.on., Inc. / Premium$ insurance Company Countersigned by WC420304A (Ed. 1-0o)