Loading...
HomeMy WebLinkAboutC2013-379 - 12/19/2013 - NA 2013-379 12/19/13 SPECIAL PROVISIONS Barcom Commercial Inc. SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR CORPUS CHRISTI BEACH BATH HOUSE J . O . C . FOR PARKS AND RECREATION CITY OF CORPUS CHRISTI, TEXAS PHONE: 361/826-1965 FAX: 361/826-1971 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PHONE: 361/880-3500 FAX: 361/880-3501 PROJECT NO: 3392 DRAWING NO: CP-182 I: CORPUS CHRISTI BEACH BATH HOUSE PN: 3392 1: (Revised 6/27/99) Table of Contents NOTICE TO CONTRACTORS - A (REVISED MARCH 2009) Insurance Requirements NOTICE TO CONTRACTORS - B Worker's Compensation Coverage for Building or Construction LProjects for Government Entities. PART A - SPECIAL PROVISIONS E A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award/Explanation of Bid Items A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A 8 Faxcd Proposals II A 9 Acknowledgment of Addenda A-10 Wage Rates A-11 Cooperation with Public Agencies I: A-12 Maintenance of Services A 13 Area Access and Traffic Control A 14 Construction Equipment Spillage and Tracking ` A 17 Field Office NOT USED A-18 Schedule and Sequence of Construction 1: A-19 Construction Project Layout and Control A-20 Testing and Certification A 21 Project Signs l' A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required A-24 Surety Bonds 1; A-26 Supplemental Insurance Requirements A-29 Contractor's Field Administration Staff I: A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements I: A-33 Conditions of Work A-34 Precedence of Contract Documents 1: 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 I: A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A 41 Ozone Advisory A-42 OSHA Rules & Regulations I: A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings L I: A 46 Disposal of Highly Chlorinated Watcr (7/5/00) (NOT USED) /1- 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 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 PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART D FEDERALLY REQUIRED LANCUACE PART T TECHNICAL SPECIFICATIONC EXHIBITS LIST OF DRAWINGS SHEET 1 OF 21 - TITLE SHEET SHEET 2 OF 21 - ACCESSIBILITY DATA SHEET 1/ SHEET 3 OF 21 - SITE DEMOLITION PLAN SHEET 4 OF 21 - SITE PLAN SHEET 5 OF 21 - SITE DETAILS SHEET 6 OF 21 - FLOOR PLAN SHEET 7 OF 21 - UNIT FLOOR PLANS AND EXT. UNIT ELEV. SHEET 8 OF 21 - EXTERIOR ELEVATION - BUILDING SECTION SHEET 9 OF 21 - EXTERIOR ELEVATION - BUILDING SECTION SHEET 10 OF 21 - WALL SECTIONS, DETAILS SHEET 11 OF 21 - INTERIOR ELEVATIONS SHEET 12 OF 21 - STRUCTURAL NOTES SHEET 13 OF 21 - FOUNDATIONS PLAN SHEET 14 OF 21 - BEAM DETAILS SHEET 15 OF 21 - PLUMBING PLAN SHEET 16 OF 21 - PLUMBING SCHEDULES, DETAILS, & RISERS SHEET 17 OF 21 - PLUMBING DETAILS SHEET 18 OF 21 - PLUMBING SPECIFICATIONS SHEET 19 OF 21 - ELECTRICAL PLANS SHEET 20 OF 21 - LANDSCAPE PLAN SHEET 21 OF 21 - IRRIGATION PLAN NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT I PERFORMANCE BOND PAYMENT BOND • 11 r I L L NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS NOTICE TO CONTRACTORS - A tie 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 1: 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazards 5. Products/ Completed Operations $ 2,000,000 COMBINED SINGLE LIMIT Hazards 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 1: 9. Personal Injury AUTOMOBILE LIABILITY -- OWNED NON-OWNED OR $1,000,000 COMBINED SINGLE LIMIT RENTED 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. I; Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term enviorrimental impact for the disposal 0 NOT REQUIRED of contaminants. See Section b-6-11 and Supplemental 1: Insurance requirements BUILDER'S RISK D REQUIRED ❑ NOT REQUIRED See Section b-6-11 and Supplemental Insurance requirements INSTALLATION RISK ❑ REQUIRED 0 NOT REQUIRED 0 PAGE 1 OF 2 I 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 I: coverages which are specified in section B-6-11 or Special Provisions section of the contract. l's 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. 1: II 1: 1 1 1 fl, I I: 1: t I PAGE 2 OF 2 I is L NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS 11, L 1. L LPage 1 of 9 t C Texas Administrative Code TITLE 28 INSURANCE L PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS ' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE LSUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or to Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following I: 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 1: subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction--Has the meaning defined in the Texas Labor Code, 5406.096(e) (1) . (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. I: (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 lb 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 I: employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project iv until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in 5406.096 of the Act) - 1: 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 is not limited to independent contractors, subcontractors, leasing companies, motor 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. ir (8) Project--Includes t he provision of all services related to a building or construction contract for a governmental entity. IWPage 2 of 9 I 11 (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a 1/ 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- 11 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 I/ 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 1/ 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 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; 1/ (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; 1/ Page 3 of 9 I 1 (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so �� the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; l'O (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; illo (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 1: 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 1: amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3)of this section; 1M provide the contractor, prior to the end of the (D) pro , coverage period, a new certificate p 9 of coverage showing extension of coverage, if the coverage period shown on the current to 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 Im (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; lot IN (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 L (H) contractually require each other person with whom it contracts, to perform as q 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 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." I/(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; I/ (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; 1/ and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 I/ paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage 1/ 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) a certificate of coverage, prior to the other person beginning work on the project; and 1: (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (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 IW materially affects the provision of coverage of any person providing services on the project; and I: (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. IN (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 I: 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. (h) The coverage requirement in this rule does not apply to motor carriers who are required I: 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, 54 (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, 5406.097 (c) , and who are explicitly I: excluded from coverage in accordance with the Act, 5406.097 (a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20) . This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. I: Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 I IN ir [V Page 6 of 9 Ili I T28S110.110 (d) (7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "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. " 11 I I I I I 3 I I 11 I/ Page 7 of 9 I I T28S110.110 (c) (7) Im Article . Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate 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 person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project launtil the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the racontractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner- operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, I: 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 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 I: providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to 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 faperiod, 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 Cto 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 I: persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage la 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. 1: 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 1: the project. ip Page 8 of 9 L H. The contractor shall post on each project site a notice, in the text, form and manner I 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 111 (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 3 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 I PART A SPECIAL PROVISIONS L CORPUS CHRISTI BEACH BATH HOUSE PN: 3392 SECTION A - SPECIAL PROVISIONS Sealed proposals will be rcccived in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, loeated on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m. , 1: Wednesday, N/A. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Strcct Corpus Christi, Texas 78401 TTN BID PROPOSA N/T A pre bid meeting will be held on INSERT DAY HERE, INSERT DATE HERE, beginning at INSERT TIRE HERE. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Strcct, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. 1: A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern Im A-3 Description of Project Labor, material and equipment required to perform work as shown on drawings dated 10/16/13.Construct new beach modular bathroom units and associated support utilities. 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 Submitte. with Proposal The following items are required to be submitted with the proposal: 5% Bid Bond (Muot rcfarcnco Proicct Name ao identified in the Proposal) JOB ORDER CONTRACT (JOC) 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 150 calend-r 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. L Section A-SP lw (revised 12/15/04) Page 1 of 22 a 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 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. contain original signatures and guaranty and be submitted in accordance with Section B 2 of the Central Provisions. 9 ck.,...._i edgme Addenda The Contractor shall acknowledge rcccipt of all addenda received in the appropriate space provided in thcproposal. Failure to do so will be interpreted as non rcccipt. when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for BUILDING & HEAVY CONSTRUCTION In case of conflict, Contractor shall use higher wage rate. I Section A-SP (revised 12/15/04) Page 2 of 22 11 I IN Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by 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 1: subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted 1: to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals. ) One and one-half (11-2) 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. ) 1: A-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities Im 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- 800-828-5127. For the Contractor's convenience, the following telephone numbers are listed. its City Engineer 361-826-3500 Project Manager 361-826-3550, 826-3594 1: Traffic Engineering 880-3540 Police Department 882-1911 Water Department 857-1881 (880-3140 after hours) Wastewater Department 857-1800 (880-3140 after hours) Gas Department 885-6900 (885-6900 after hours) Storm Water Department 826-1875 (880-3140 after hours) Parks & Recreation Department 826-3461 Streets & Solid Waste Services 826-1970 f: 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 L 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) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 L Section A-SP Ing (revised 12/15/04) Page 3 of 22 I 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. I/ In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc. ) , flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. Sufficient traffic control measures must be used to assure a safe condition and to I/ 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 accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. Standards and Practices as adopted by the City. Copies of this document arc available I/ through the City's Traffic Engineering Department. The Contractor shall secure the All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor The Contractor shall keep the adjoining streets free of ltracked and/or spilled materials going to or from the construction ar a. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job related materials. Such work must be completed without any increase in the Contract price. 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 - or adjoining streets. I Section A-SP (revised 12/15/04) Page 4 of 22 I I The cxcavatcd ar as bchind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is dcfincd as dirt that is capablc of providing a good debris, calichc, asphalt, concrctc and any other material that detracts from its appearance or hampers the growth of grass. All existing concrctc and asphalt within the limits of the Project must be removed unless otherwise noted. arc to be considered subsidiary to the bid item for "Street Excavation"; therefore, 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; therefore, no direct payment will be made to Contractor. 1: The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of with an inclined table that measures at 1 act 30" x 60" and two (2) chairs. The- is Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 hour per day answering service) and FAX machine paid for by the Contractor. Thcrc is no 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. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. lb A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, 1: measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. Section A-SP (revised 12/15/04) Page 5 of 22 is 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 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 1/ Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and gradc to properly execute thc work, thc Contractor shall obtain approval of the City or I/ Consultant Project Enginccr prior to deviation. If, in the opinion of the City or Consultant Project Enginccr, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as rcquircd for the City or Consultant Project Enginccr 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 Enginccr 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 certification shall be provided and prepared by a Third arty independent Registered Professional Land Survey (R.P.L.S. ) licensed in the state of Texas retained 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 lino both sides of street on a 200' interval; I/ • Street crowns on a 200' interval and at all intersections. Wastewater: - 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 RPM permits) . Stormwatcr: - All rim/invert elevations at manholes; - All intersecting lines in manholes; -- Cas levations (top of pipe and flow 1-inc) (TXDOTaid RPM- e ti s) A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. I Section A-SP (revised 12/15/04) Page 6 of 22 11 I • n 2�TE9Tee��}ens - -- _ o - _ • o -- o - ° '- "_ _ "" _ _ - -- drawings-. (Attachment IV) The signs must be installed bcforc construction begins and - rojcct period by the Contractor. The location of the signs will be determined in the- ir field by the City Engineer. A-22 Minority/Minority business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the la 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. for b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) . Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s) . (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s) . 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive [ft 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 I/ to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business I/ 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) 45% 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. I/ 4 . Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. I Section A-SP (revised 12/15/04) Page 8 of 22 a I to A-23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follow; 1: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with 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 Is 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 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 1: requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." 15=2:E:rallidaraMilliecidta---(1442G-USED4- • oubstitutcd in lieu thereof. qualify for exemptions of Salca, Excioc, and Use Taxco unless the Contractor elects to Adininintration of Title 3'l, Public Financc of thc Texan Administrative Code, or cued of Texan. - _ - -- ` - operate under a separated contract, he shall: 4— Obtain the nccennary Hales tam pereita fr a hhc - Charges" in the proposal form the cost of matcriala physically incorporated into the Project. Provide resale ccrtifi ates to suppliers. 4-- Provide the City with copicn of material invoice° to oubotantiatc the propoaa-l- value of matcrialo. Section A-SP (revised 12/15/04) j" Page 9 of 22 I 11 If thc Contractor does not elect to operate under a separated contract, he must pay for all Sales, Excise, and Use Taxes applicable to this Project. with thc above requirements. The Contractor must ic-cuc a resale certificate to thc supplier. A-26 Supplemental Insurance Requirements 3 For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 1 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 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 indemnified hereunder. era ra h � - -rz-r�;� - I/ g p (a) General Liability of Section B G 11 of the General Provisions is amended to include: 11 Section A-SP (revised 12/15/04) Page 10 of 22 I I los Contractor must providc Buildcr'o Ri3k or Installation Floatcr insurance covcragc for the term of the Contract up to and including the date the City finally accepts the Project or work. Buildcr'o Riok or-Inotallation Floater covcragc must be an Ri3k or Installation Floater insurance covcragc, including any deductible. The City must be named additional insured on any policies providing such insurancc covcragc. ,._, - To allow the City Enginccr to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Enginccr may require a bidder to provide documentation concerning: 4, Whether any liens have bccn filed against bidder for either failure to pay for prcccding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been rel ased, the bidder shall state why the claim has not bccn paid; and Whcthcr there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the prcccding ea two (2) yrs. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for ••, not been paid. Im A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures The superintendent shall be present, on the job site, at all times that work is being performed 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Section A-SP im (revised 12/15/04) Page 11 of 22 1 I Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. I/ B 3 1 Considcration of Contract add the following text: the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Enginccr the following information: A list of the major components of the work; �- A list of the products to be incorporated into the Projccti - A schedule of values which specifics estimates of the cost for each major component of the work; 4— 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, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Enginccr, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 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. T' ty Enginccr retains the right to approve all subcontractors that will _- _ •. _ _ _ _ - t. The Ce-rae-ter s#a-l1 et o - City Enginccr of all of its subcontractors prior to beginning work on the Project. thc 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 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. _ - -is provision constitutes a basis upon which to annul the Contract pursuant to Section B 7 13; Enginccr at the prc construction conference; - Special Provisions A 28 and A 29 concerning I Administration Staff. Section A-SP (revised 12/15/04) Page 12 of 22 I la10. Documcntation as rcquircd-by Spccial Provision A 35 K, if applicable. • Partnor3hip, and namo(3) and Titic(3) of individual(o) authorized to execute contract° on behalf of paid ontity. A-31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer 1: may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Eirs 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 frcompletion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attcnd the trc A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc. , the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. C I Section A-SP (revised 12/15/04) Page 13 of 22 I I A, Visitor/Contractor Oricntation Prior to performing work at any City water facility, the Contractor, his subcontractors, and ach of their 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 Oricn _ _ • __ offered by authorized City Water Dcpartmcnt 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 Attachmcnt 1 18, iiIMUM±zi&htiztl=ihffittd=rtaWEIXOSJIk The Contractor shall not start, operate, or atop any pump, motor, valve, cquipmcnt, switch, breakor, control, or any othcr item rclatcd to City operator or other authorized maintenance employee of the City Water Department. The City must deliver water of drinking quality to its customers at all times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water Dcpartmcnt to protect the quality of the water. All materials and equipment used in the repair, reasscmbly, transportation, reinstallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to American National Standards Institute/National Sanitation Foundation thread compounds, coatings, or hydraulic equipment. Thcoo items must immediately price—asp The Contractor shall provide the Dnginecr with copies of written proof of ANSI/NSF Standard 61 approval for all materials which could come into contact with potable water. a o f Trash All trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at the water facility work areas clean at all times and remove all trash daily. g:QETTigiai=igsTzTaBErSIMETISda 11 -= uniform overalls other than orange, blue, or white. Each employcc uniform must provide company namc Gr — Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. _ - - - • ' • .cility restrooms. Contractor must provide own sanitary facilities. I Section A-SP (revised 12/15/04) Page 14 of 22 I I All Contractor vehicles must be parked at designated sitc, as designated ims by City Water Department staff. All Contractor vehicles must be clearly labeled with company name. No private employee vehicles are allowed at O. N. Stevens Water Tr atmcnt Plant. All personnel must be in company vehicles. During working hours, contractor employees must not leave the designated construction area nor wander through any buildings other than for required work or as directed by City Water Department personnel during emergency evacuation. - - - e. 1: 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 required by these specifications. The Contractor or his subcontractor proposing to perform the SCADA work must be able to demonstrate the following: 4 - He is regularly engaged in the computer based monitoring and control system business, preferably as applied to the municipal 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 �s- herein for at least 5 years. 1: 4. He employs a Registered Professional Engineer, a Control perform the work required by this specifications. 4- He employs personnel on this Project who have successfully completed a manufacturer's training course in configuring and implementing the specific computers, RTUS's, and software proposed for the Contract. 1: { . He maintains a permanent, fully staffed and equipped service facility within 400 miles of the Project site to maintain, practical, all equipment of a given type will be the product of Lone manufacturer. Prior performance at the 0. N. Stevens Water Treatment Plant programs the new work for this Project. required to show the programming as needed and required, to add these two systems to the existing City SCADA system. Attached is an example of the required programming blocks which the City requires to be filled in and given to the City Engineer with all changes made during the pr.. required sheets. The Contractor will provide all programming blocks used. Section A-SP im (revised 12/15/04) Page 15 of 22 I I Trenching Requirements All trcnching for this project at the O. N. Stevens Water Treatment Plant shall bc performed using a backhoc or hand digging duc to the number of existing underground obstructions. No trcnching machines shall bc 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 - Rcproduciblcs: In addition to the required copies, the Contractor shall olso submit one (1) reproducible transparency for all chop drawings. c. 11Submittal 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 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 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) Page 16 of 22 I L tO - -a --- Under "General Provisions and Requirements for Municipal Construction Contracts", 3-6- 15 Arrangement and Charge for Water Furnished by thc City, add the following: ond Drought Contingency Plan as amended (the "Plan") . This includes implementing water conservation m asures established for changing conditions. The City meeting. The Contractor will keep a copy of the Plan on thc Project site throughout construction." 1: A-38 Worker's Compensation Coverage for Building or Construction Projects for Government gntities 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 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. Priming and hot mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Coatractor 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 clo regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless 1: 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: 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 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. Section A-SP (revised 12/15/04) Page 17 of 22 I 11 The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. The Contractor shall be responsible for the disposal of water used for testing, permissible limits for discharge into wetlands o cnvirexmcntally sensitive areas. These , - , o- c ' responsibility to comply with the requirements of all regulatory agencies in the 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. Prior to any construction whatever on the project, Contractor shall-excavate and expose the project and Contractor shall - - . -- - each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10' ) of proposed n 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. I Section A-SP (revised 12/15/04) Page 18 of 22 I w in Contractor shall thcn prepare a rcport and submit it to thc City for approval indicating thc Owner of pipelines excavated and surveyed, an well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing M pipelines. Contractor shall perform no construction work on the project until all exploratory 1: _ = s Engineer's approval of report. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated 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. 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 Cthe 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." 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 Proposal (SIIHRTS: 1 TIIRU 13 OF 13) , INCLUSIV (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 _ P out is shown in Attachment 1 . (revised 12/15/04) Page 19 of 22 I I In addition, thc print out will contain thc following statement and signature, after thc last bid item: (Contractor) hcrcwith ccrtifico that the unit prices shown on this print out for bid items (including any additive or deductive alternates) contained in this proposal arc the unit prices and no other Amount shown will be read as Ito Total Bid and further agrees that the official Total amount will be determined by multiplying the unit bid price (Column IV) ehown in this print out by the rcopcctivc cotimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. 11 (Signature) (Title) (Date)" A-52 Value Engineering 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. 1_59 T._..a Control subject to ducting shall be kept moist with water or applications of a chemical duct to prevent blowing dust. a=ce ^= -'a ^- ^�=T -s needed to keep the excavation dry, as approved by the Engineer, and shall include all mud entering the pump suction and flow is pumped to a lo ation that allows for sheet naturally without loving the designated work ar a or by manmade berms prior to enterin g 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 [ Storm water or groundwatcr shall not be discharged to private property without le oxioting otorm water oyotcm, providod that the quality of groundwatcr io equal to or performed by City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. The Contractor area of construction is started. 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 approved by the Engineer on a case by case basis. 1: Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Prc-treatment Coordinator at 826-1817 to obtain er "no cost" permit from the Wastewater Department. The City will pay for any water quality testing or water analysis cost required. The permit will require an cszi - - groundwater flow. Groundwater flow an be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, 1Vr record water_level again, pump hole or trench dry to a holding tank or vacuum truck then I I I I C I I C Section A-SP im (revised 12/15/04) Page 21 of 22 I I SUBMITTAL TRANSMITTAL FORM PROJECT: CORPUS CHRISTI BEACH BATH HOUSE OWNER: CITY OF CORPUS CHRISTI, TEXAS I/ ENGINEER: BARCOM COMMERCIAL, INC. CONTRACTOR: BARCOM COMMERCIAL, INC. I SUBMITTAL DATE: - SUBMITTAL NUMBER: - I APPLICABLE SPECIFICATION OF DRAWING SUBMITTAL I I I I I I 11 I I 11 11 Section A-SP (revised 12/15/04) Page 22 of 22 I INA AGREEMENT IN THE STATE OF TEXAS § COUNTY OF NUECES § or THIS AGREEMENT is entered into this 19TH day of DECEMBER , 2013, by and as 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: a. In consideration of the payment of $338,111.49 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: CORPUS CHRISTI BEACH BATH HOUSE JOB ORDER CONTRACT (RFP 2012-02) or PROJECT NO. 3392 TOTAL AMOUNT: $338,111.49 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 rr Rev.Apr-2013 Owe it w 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. its The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 150 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. a. a. i ar w a. Page 2 of 3 Rev.Apr-2013 CITY OF CORPUS CHRISTI APPROVED AS TO LEGAL FORM:(IV By: Daniel Biles, P.E. Asst. City Attorney Director of Engineering Services 550910-3292-00000-130131 FtcttcleV -E-1T E31�c.P JAN 152014 BY_ CONTRACTOR ATTEST: (If Corporation) Barcom Commercial, Inc. BY: 1� .J. r . &it�:Auto_ (Seal Below) A Title: ?re ��w (Note: If Person signing for 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.Apr-2013 BitI(C()1%I ( Q • GENERAL CONTRACTOR Proposal December 5,2013 Proposal# 16478 E-Mail:GraziellaM@cctexas.com TO: City of Corpus Christi—Engineering Department PROJECT:CC Beach Bathhouse Attn:Gracie Mesa 1201 Leopard St Corpus Christi,TX 78401 We propose to furnish labor and material to perform the following: Price to include: Labor,material and equipment required to perform work as shown on drawings dated 10116/13. Construct new beach modular bathroom units and associated support utilities. Price to exclude; All unforeseen items,and items not shown on the plans. Removal of contaminated soil,stainless steel fence and building accessories, industrial plumbing fixtures,skirting,tie-downs, lift station,grinder pumps, fiberglass doors. stainless door hardware Note: please allow 150 days for construction after NTP and 10 days to mobilize from NTP date. TOTAL AMOUNT OF PROPOSAL: $338,111.49 Three Hundred Thirty Eight Thousand One Hundred Eleven and 49/100 Modification of the plans dated 10-16-13 I. Delete stainless steel mounting hardware,gates,and accessories from the fence. New gate shall be galvanized tubular. 2. Delete wooden post for the fence and substitute galvanized post embedded in concrete. 3. Delete concrete paved driveway for the modular trailers. Instead we will install concrete wheel strips where required. 4. Substitute standard commercial grade plumbing fixtures in lieu of institutional grade stainless steel. 5. Delete automatic flush valves and faucets. 6. Substitute fiberglass doors and stainless steel hardware with steel doors,aluminum frames and standard hardware. 7. Landscape and irrigation shall be modified to fit within a$15,000 allowance. Respectfully submitted, BARCOM COMMERCIAL, INC. ,ec as Michael Douglas General Manager 5826 BEAR LANE CORPUS CHRISTI,TEXAS 78405 TELEPI{ONE:(361)851-1000•FAX:(361)851-1717 www.barcom.cc L BARCOM COMMERCIAL,, GENERAL CONTRACTOR I Proposal November 26,2013 Proposal# 16478 E-Mail: GraziellaM@cctexas.com TO: City of Corpus Christi—Engineering Department PROJECT: CC Beach Bathhouse Attn: Gracie Mesa 1201 Leopard St Corpus Christi,TX 78401 We propose to furnish labor and material to perform the following: Price to include: Labor,material and equipment required to perform work as shown on drawings dated 10/16/13. Construct new beach modular bathroom units and associated support utilities. Price to exclude; All unforeseen items,and items not shown on the plans. Removal of contaminated soil,stainless steel fence and building accessories,industrial plumbing fixtures,skirting,tie-downs,lift station,grinder pumps, fiberglass doors,stainless door hardware Note: please allow 150 days for construction after NTP and 10 days to mobilize from NTP date. TOTAL AMOUNT OF PROPOSAL: $338,111.49 Three Hundred Thirty Eight Thousand One Hundred Eleven and 49/100 Respectfully submitted, BARCOM COMMERCIAL, INC. ff,ie .04490 Ce Michael Douglas Project Manager C 5826 BEAR LANE CORPUS CHRISTI,TEXAS 78405 TELEPHONE:(361)851-1000•FAX:(361)851-1717 www.barcom.cc L rm-i rimy rrwl r-01 r*", rat ran rim" ra-, ro, Preliminary Estimate, by estimates BARCOM Barcom Commercial inc.-Mike Douglas 4g,n,trrrt,,t.ir,c Barcom Commercial Inc. 2009 Corpus Christi,TX JOC-2009 Corpus Christi,TX JOC CC Beach Bathhouse-16478 Ron Taylor Estimator:Mike Douglas CC Beach Bathhouse.'. Division Summary(MF04) 01 General Requirements $2,399.00 26-Electrical $25,678.75 02-Existing Conditions $4,405.60 27-Communications 03-Concrete $58,887.17 28-Electronic Safety and Security 04-Masonry 510,722.50 31-Earthwork $26,518.22 05-Metals $7,465.92 32-Exterior Improvements $35,212.70 06-Wood,Plastics,and Composites 33-Utilities $7,936.45 07-Thermal and Moisture Protection _ 34-Transportation 08-Openings 35-Waterway and Marine Transportation 09-Finishes 41-Material Processing and Handling Equipment 10-Specialties $15,417.00 44-Pollution Control Equipment 11-Equipment 46-Water and Wastewater Equipment 12-Furnishings 48-Electric Power Generation 13-Special Construction Alternates $103.450.00 14-Conveying Equipment Trades 21-Fire Suppression Assemblies 22-Plumbing 537,113.00 MF04 Bare Total(Without totalling components) $339,686.31 23-Heating,Ventilating,and Air-Conditioning(HVAC) $4.480.00 Totalling Components Priced Line Items $236,236.31 2010 Corpus Christi JOC Nonpriced Mulliphier (11.0000%) $11,379.50 RSMeans CORPUS CHRISTI,TX CCI 201303.82.30% $(41,813.83) 2010 Corpus Christi JOC Bond (2.5000%) 57.974.33 2010 Corpus Christi JOC Priced Multiplier (5.0(100%) $9,721.12 2010 Corpus Christi JOC Permit (3.5000%) $11,164.06 Nonpriced Line Items $103.450.00 2010 Corpus Christi JOC Permti Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material; $224,817.30 Total Priced Items: 111 $236,236.31 Labor. 5107.248.15 Total Non-Priced Items: 3 $103,450.00 30.45% Equipment: $7,638.50 Other. 5(17.64) 114 5339,686.31 Laborhours: 1,542.29 Green Line Items:5 $9,303.00 Grand Total $338,111.49 11 ES- c CD 3 m o - z p Printed 26 NOV 2013 2:58PM Page 1 0110 CC Beach Bathhouse-16478 romo rft, 111."1 rem, rim, rag/ ro, ■ ■ rrai f i[ Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator. Mike Douglas Totalling Component Details Description Item Count Applicable Amount Applied Amount Applied Result Balance _ Priced Line Items 111 $236,236.31 5236,236.31 $236,236.31 included in Total.Yes Type-;_Total.Master Format Type.MF04 Values:Total Includes:Priced FiiR aring:loons) RSMeans CORPUS CHRISTI,TX CCI 201303,82.30% 5236,236.31 (17.7000)% 5(41,813.83) $194,422.48 Included in Total:Yes Type; RSMeans CCI(Pro jed Level) RSMeans CORPUS CHRISTI,TX CCI 201303.02.30', Subtotal based on I items"Priced Line Items' 2010 Corpus Christi JOC Priced Multiplier $194,422.48 5.0000% 59,721.12 5204,143.60 included in Total Yes Type:Percentage Subtotal based on 2 items:'Priced Line Items'''RSMeans CORPUS CHRIST?.TX CCI(Curtentr Nonpriced Line Items 3 5103,450.00 5103,450.00 $307,593.60 Inca ded in Total.Yes Type Total,Master Format Type MF04 Values Total Includes.Non Priced Filtering(none) 2010 Corpus Christi JOC Nonpriced Multiphier 5103,450.00 11.0000 elf• 511,379.50 $318„973.10 Included in Total Yes Type Percentage Subtotal based on i items'Nonpriced Line hems' 2010 Corpus Christi JOG Bond $318,973.10 2.5000% $7,974.33 3326.947.43 Induded in Total.Yes Type Percentage Subtotal based on 5 hems:"2010 Corpus Christi JOC Nonpriced MuluphIe?7010 Corpus Chnab JOC Priced Mull/Rise,'Norpnced Line Items','Priced Line Items',"RSMssns CORPUS CHRISTI.TX CCI(Cu I)" 2010 Corpus Christi JOC Permit $318,973.10 3.5000% 511,164.06 $338,111.49 Included in Total Yes Type Percentage Subtotal based on 5 items.7010ICorpus Christi JOC Nonpriced Multipluee"2010 Calves Christ.IOC Priced Multiplier.."Nonpriced Line Items."Priced Line Items-,'Mclean/CORPUS CHRISTI..TX CCI(Current)° 2010 Corpus Christi JOC Permit Fee $338,111.49 Included in Total Yes Type"Amount(Estimate Laver! _.... _.. _ _..... _..... _ _.... -10 u 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 CD 3 characteristics to have the appearance of not adding up correctly on this detailed report page. ,a Ni o Printed 26 NOV 2013 2.58PM Page 2 of 10 CC Beach Bathhouse-16478 r"-" " 11'1 I1 lir, V', r--9 r--- ir-- ! ! " r", p pal roil !""' Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Ron Taylor CC Beach Bathhouse item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-56-26-50-0500 Temporary fencing,wire mesh on 4"x 4"posts,4'high L.F. 100.0000 $22.00 $2,200,00 RSMI3FAC P _ M,L, 06P �2 01-74-13-20-0100 Cleaning up,cleanup of floor area,final by General Contractor at end of job M.S.F. 2.0000 $99.50 $199,00 RSMI3FAC P M.L,E, ObP 01 -General Requirements Total $2,399.00 02-Existing Conditions 3 02-41-13-17-5050 Demolish,remove pavement and curb,excludes hauling and disposal fees, S.Y. 35.0000 59.55 5334.25 RSMI3FAC P pavement removal,bituminous roads,4"to 6"thick L,E. OW 4 02-41-13-17-5300 Demolish,remove pavement and curb,excludes hauling and disposal fees, S.Y. 45.0000 $20.00 5900.00 RSMt3FAC p concrete to 6"thick,hydraulic hammer,rod reinforced L E, O&P 5 02-41-13-17-5600 Demolish,remove pavement and curb,excludes hauling and disposal fees,with S.F. 120.0000 $1.67 $200.40 RSMI3FAC p hand held air equipment,bituminous,to 6"thick L E. OQP 6 92-41-13-17-6100 Demolish,remove pavement and curb,excludes hauling and disposal fees, L.F. 75.0000 $6.95 $521.25 RSMI3FAC p curbs,concrete,reinforced L E OaP 7 02-41-13-17-6100 Demolish,remove pavement and curb,excludes hauling and disposal fees, L.F. 6.0000 $6.95 $41.70 RSMI3FAC P curbs,concrete,reinforced L.E. ObP 8 02-41-13-17-6390 Demolish,remove pavement and curb,excludes hauling and disposal fees, Job 1,0000 $320.00 $320.00 RSM13FAC P curbs,minimum labor/equipment charge LC. OLP 9 02-41-19-20-0100 Selective demolition,dump charges,typical urban city,tipping fees only,building Ton 20.0000 $90.00 $1,800.00 S�P P construction materials 10 02-41-19-25-0015 Selective demolition,saw cutting,asphalt,up to 3"deep L.F. 80.0000 $1.70 $136.00 RSMI3FAC p M.L.E, OSP 11 02-41-19-25-0015-0020 Selective demolition,saw cutting,each additional inch of depth(Modified using L.F. 160.0000 $0.95 $152.00 RSMI3FAC p 02-41-19-25-0020) M:I.E. OW 02-Existing Conditions Total $4,405.60 03 -Concrete 12 03-11-13-25-1700 Forms in place,columns,includes erecting,bracing,stripping and cleaning, L.F. 4.0000 $21.00 $84.00 RSM13FAC P round fiber tube,recycled paper,1 use.16"diameter cm,M,1, OW ' > 13 03-15-05-25-0500 Expansion joints,neoprene,liquid,cold applied,1/2"x 1" L.F. 175.0000 $433 5757,75 RSLEOFAC p M,L, Os& "L7 i u a, CS 14 03-15-19-10-1190 Anchor bolts,four bolt pattern,Including job built four hole template,per set. Set 6.0000 $125.00 $750.00 RSM13FAC P CO : J-type,including hex nut and washer,1"diameter x 36"long M,L OW cp 15 03-15-19-10-1190-1990 Anchor bolts,for galvanized,add(Modified using 03-15-19-10-1990) Ea. 6.0000 557.75 5346.50 RSMI3FAC p M, OLP Z Printed 26 NOV 2013 2 58PM Page 3 of 10 CC Beach Bathhouse-16478 its r' rim! rim" rim" roil Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Ron Taylor CC Beach Bathhouse 03-Concrete Item Description UM Quantity Unit Cost Total Book 16 03-21-10-60-0202 Reinforcing in place,50 to 80 ton lots,A615 Grade 60.Includes labor,but not Lb. 100.0000 $1,43 5143.00 RSMI3FAC P material cost,to install accessories,columns,*3 to*7 Gm,M,L. DIP 17 03-21-10.60-2520 Reinforcing In place,50 to 60 ton lots,A615 Grade 60,dowels,smooth dowels, Ea, 200,0000 $11.90 $2,380.00 RSMI3FAC P 12"long„5/8"diameter Gm.M,L. O&P 18 03-21-10.60-2610 Reinforcing in place,dowel sleeves for cast in place concrete,2-part system, Ea. 200.0000 $3.99 $798.00 RSMI3FAC P sleeve base,plastic,for 5/8"smooth dowel sleeve,fasten to edge form M u O&P 19 03-21-10-60-2750 Reinforcing in place,dowel caps,Impalement protective,plastic,A4 to#9 Ea. 100.0000 $3.27 $327.00 RSMI3FAC p M,L. OdP 20 03-21-10.60-9000 Reinforcing in place,minimum labor/equipment charge Job 1.0000 5164,00 $164.00 RSMI3FAC P .......... L, OdP 21 03-30-53-40-3825 Concrete in place,including forms,4 uses,Grade 60 rebar,portland cement C.Y. 29.0000 $400,00 $11,600.00 RSMI3FAC p Type I,placement and finishing unless otherwise indicated,footings,spread, MS L.E, O&P 3000 PSI,1 C.Y to 5 C.Y. 22 03-30-5340-3950 Concrete in place,Including forms,4 uses,Grade 60 rebar,portland cement C.Y. 6.0000 $271.00 $1,626.00 RSM13FAC p Type I.placement and finishing unless otherwise indicated,footings,strip,3000 M.1,E, OdP PSI,36"x 12",reinforced retaining wall footing 23 03-30-53404000 Concrete in place,including forms,4 uses,Grade 60 rebar,portland cement C.Y. 11.0000 $425.00 $4,675.00 RSMI3FAC P Type I,placement and finishing unless otherwise indicated,foundation mat,3000 M L.E. GP PSI,under 10 C.Y. 24 03-30-53-40-4730 Concrete in place,Including forms.4 uses,Grade 60 rebar,portland cement LP. 480.0000 $25.00 $12,000.00 RsM1srAC P Type I,placement and finishing unless otherwise indicated,slab on grade, M.i.e. O&P thickened slab edge,3500 PSI,for slab on grade poured monolithically with slab: depth is in addition to slab thickness;,formed vertical outside edge,earthen bottom and inside slope,16"deep x 16"wide bottom,reinforced 173+307=480,00 25 03-30.53-404750 Concrete in place,including forms,.4 uses.Grade 60 rebar,portland cement L.F. 111.0000 546.00 $5,106,00 RSMI3FAC P Type I,placement and finishing unless otherwise indicated,slab on grade, M:L.E. O&P thickened slab edge,3500 PSI,for slab on grade poured monolithically with slab; depth is In addition to slab thickness;,formed vertical outside edge,earthen bottom and inside slope,24"deep x 24'wide bottom,reinforced 38+73=111.00 26 03-30-53.40-6200 Concrete in place,including forms,4 uses,Grade 60 rebar,portland cement C.Y. 6.0000 $380.00 $2,280.00 RSM13FAC P > Type I,placement and finishing unless otherwise Indicated,retaining walls,3000 M L.C. OSP 73 fE`. psi,gravity,4'high Retaining wall CN 3 27 03-30-53-40-6200 Concrete in place,including forms.4 uses,Grade 60 rebar,portland cement C.Y. 12.0000 5380.00 $4,560.00 RsM13FAC p Type I,placement and finishing unless otherwise indicated,retaining walls.3000 M.L E O&P psi,gravity,4'high Retaining wall at stab on grade beam Q 9 Printed 26 NOV 2013 2 58PM Page 4 of 10 CC Beach Bathhouse-16478 r—ie r-""' fi-ii re, roil re, roil rem, roil ril r"1 rill V" Ir "! Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Ron Taylor CC Beach Bathhouse 03-Concrete Item Description UM Quantity Unit Cost Total Book 28 03-30.53-40-9000 Concrete in place.minimum labor/equipment charge Job 1,0000 $1,175.00 $1,175.00 RSM73FAC p L OAP 29 03.31.05.350150 Normal weight concrete,ready mix,delivered.includes local aggregate,sand, C.Y. 2.0000 $107.00 5214.00 M I3F c P portland cement Type 1,and water,excludes all additives and treatments,3000 Psi columns 30 03-31.05-70-0600 Placing concrete,includes labor and equipment to place,level,strike off and C,Y, 2.0000 $53,50 $107.00 RSM13FAC p consolidate„columns,square or round,18"thick,pumped L E, OAP 31 03-31-05-70-4350 Placing concrete.Includes labor and equipment to place,level,strike off and C.Y. 151.0000 $37.00 $5,587.00 REM 13FAC P consolidate,slab on grade,up to 6"thick,pumped L E, OAP +5+1+13+5+11+1+21+11+11+29+6+4+9+6+6+3+9■151,00 32 03-35-29-30.0200 Finishing floors,finishing requires that concrete first be placed,shuck off and B.F. 3,286.0000 $1.22 54,008.92 R45M113FAC p consolidated,basic finishing for various unspecified flatwork,bull float,manual float and manual steel trowel 418+366+572+1137+739+54=3.286,00 33 03-35-29-35-0182 Control joints,saw cut,sawcut joint reservoir in cured concrete,3/8"wide x 3/4" L.F. 150.0000 $1,32 $198.00 R5M13FAC p deep,with single saw blade M.L.C OAP 03-Concrete Total 568,887.17 04-Masonry 34 04-22-10-44.0800 Glazed concrete block,C744,1000 PSI,Includes mortar,excludes scaffolding, S.F. 348.0000 527,50 59,570.00 RSM13FAC p horizontal reinforcing,vertical reinforcing and grout,double face.8"x 16"x 8" M.I.. OAP thick 35 04-22.10-44-1250 Glazed concrete block,C744,1000 PSI,includes mortar,excludes scaffolding, L.F. 23.0000 $27,50 $632.50 REM13FAC P horizontal reinforcing,vertical reinforcing and grout,caps,bulnose or square,8" M.L OAP x16"x4"thick 1 36 04-22-10-44-9000 Glazed concrete block,minimum labor/equipment charge Job 1.0000 $520.00 $520.00 RSM13FAC p L OAP 04-Masonry Total $10,722.50 05-Metals 37 05-05-21-15-1960 Drilling steel,drilling and layout for steel,up to 1/4"deep,no anchor,holes,3/4" Ea. 48.0000 $9.50 $456.00 RSMI3FAC p ' diameter M,t. OAP E 38 05-05-21-15-1960-1965 Drilling steel,for each additional 1/4"depth,add(Modified using Ea. 96.0000 $3.27 $313.92 RSMI3FAC P co M" 05-05-21-15.1965) M,L OAP ......... .. I 39 05-12-23-17-1850 Columns,structural,Including shop primer,cap and base plate,excluding bolts. Ea. 6,0000 $1,000,00 56„000,00 RSM13FAC P shop fabricated for 100 ton,1 to 2 story project,bolted connections,steel pipe, c"”"M.t,E OW extra strong,no concrete.8"diameter x 14'-0" Z 0 Printed 26 NOV 2013 2:58PM Page 5 of 10 CC Beach Bathhouse-16478 r—, r--, re—, ray, rim, Irony rim, rem, r--- r re-, rm., rim, roll roil re" row, r--, Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Ron Taylor CC Beach Bathhouse 05-Metals Item Description UM Quantity Unit Cost Total Book 40 05-12-23-65-0400 Plates,structural,for connections and stiffener plates,shop fabricated,including S.F. 24.0000 529.00 $696.00 RSMI3FAC p shop primer,1/2'thick(20.4 lbs per S.F.) Gm.PA OAP 05-Metals Total $7,465.92 10-Specialties 41 10-14-23-13-1300 Engraved panel signage,interior,flexible door sign,adhesive back,with bratile, Ea. 8.0000 569.50 $417.00 RSMI3FAC P 5/8"letters,12"x 6" M L O&P 42 10-73-13-10-1020 Awnings,fabric,including acrylic canvas and frame,entry or walkway,peak,12' Ea. 1.0000 $15,000.00 $15,000,00 RSM13FAC P long,8'wide ML OAP 10•Specialties Total $15,417.00 22-Plumbing 43 22-05-76-10-0140 Cleanouts,floor type,round or square,scoriated nickel bronze top,4"pipe size Ea. 2.0000 $415.00 $830.00 RSM13FAC P M,L 06,P 44 22-11-13-23-1260 Pipe and tube,copper,solder joints,type K tubing,couplings and clevis hanger L.F. 120.0000 $53.50 56.420,00 RSM13FAC P assembhes,10'O.C.,2"diameter M.1... O&P 45 22-11-19-18-0050 Mixing valve,automatic,water tempering,3/4"size Ea. 1.0000 $630.00 5630.00 ASM13FAC P 46 22-11-19-38-7300 Water supply meters,turbine,flanged,2"diameter,to 160 GPM Ea. 1.0000 $730.00 5730.00 RSM1 VAC P 47 22-11-19-42-1180 Backflow preventers,includes valves and four test cocks,corrosion resistant, Ea. 1.0000 $1,900.00 51,900.00 RSMI3FAC p automatic operation,double check principle,threaded,with gate valves,2"pipe M L, OSP size 48 22-11-19-544500 Water hammer arresters and shock absorbers,copper,3/4"male I.P.S.„for 1 to Ea. 2.0000 $89.00 $178.00 R94t3PAC p 11 fixtures ML O&P 49 22-11-19-64-6100 Hydrants,ground post type.all non-freeze,all bronze,aluminum casing,guard. Ea. 2.0000 $1,050.00 $2,100.00 RSA413FAC p exposed head,3/4"IPS connection,2 feet depth of bury PA,L. O&P 50 22-13-16-20-3030 Pipe,cast iron,soil,on hangers 5'O.C.,single hub,service weight,push-an LF. 120.0000 $42.50 $5 100 00 RSM13FAC „ . P gasket joints 10'O.C.,4"diameter ML O&P 51 22-13-19-13-0440 Sanitary drains,deck,auto park,cast iron,13"top,3",4",5",and 6"pipe size Ea. 2,0000 $1,625.00 $3,250.00 RSMI3FAC p > - hi,L. OW -0 5 52 22-14-23-33-7000 Backwater valves,cast iron body,bronze gate and automatic flapper valves,3" Ea, 1.0000 52.175.00 $2,175.00 RSM13FAC P 3) 0 and 4"pipe size PA L. OW CE) 3 53 22-32-19-104920 Water filters,purification and treatment,commercial,fully automatic or push Ea. 1.0000 $8,550.00 $8.$50.00 RSIMFAC P button automatic,sediment removal,2520 GPH,2"pipe size V.I., OW '''" 54 22-34-13-10-9440 instantaneous,tankless,gas water heaters,excludes vent,on demand,natural Ea, 2.0000 $1,425.00 $2,850.00 RSM13FAC P ... Z gas or propane,9.5 GPM M I. OW c:-.) 2 ...., Printed 26 NOV 2013 2 513PM Page 6 of 10 CC Beach Bathhouse-16478 r-, r+--* r-- r•",, !" ram, re, Irv, irs, ! rim" Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator Ron Taylor CC Beach Bathhouse 22-Plumbing Item Description UM Quantity Unit Cost Total Book 55 2246-73-10-1940 Security shower,stainless steel,shower package for built-in,hot and cold valves, Ea. 3,0000 3800.00 52,400.00 RSM13FAC P recessed soap dish M.L. OAP 22-Plumbing Total $37,113.00 23-Heating,Ventilating,and A€r-Conditioning (HVAC) 56 23.37-1540-3200 HVAC louvers,aluminum,extruded,with screen,mill finish,fixed blade, S.F. 64.0000 $70.00 $4,480.00 RSM13FAC p continuous line,stormproof M-L, Oar' 2'4'8=64.00 23-Heating,Ventilating,and Air-Conditioning(HVAC)Total $4,480.00 26 -Electrical 57 26-05-19-90-0100 Wire,600 volt,copper type THW,stranded,#12 C.L.F. 35.0000 $74.50 $2,607.50 RSM13FAC P PAL, OAP 58 26-05-19-90-0220 Wire,600 volt,copper type THW,stranded,#2 C,L.F. 10.0000 $315.00 $3,150.00 RSM13FAC p M;L_ OAP 59 26-05-26-80-0040 Grounding,rod,copper clad,8'long,5/8"diameter Ea. 1.0000 $139.00 $139.00 RSM1SFAC P MA. OAP 60 26-05-26-80-0160 Grounding,coupling,bronze,5/8'diameter Ea. 1.0000 55.55 35,55 RS1113FAC p M. OAP 81 26.05-26-80-0600 Grounding,wire ground,bare copper wire,stranded.12 C.L.F. 0.5000 $285.00 $142.50 RSM13FAC p M.L, OAP 62 26-05-33-13-9120 Conduit,to 15'high,includes 2 terminations,2 elbows,11 beam clamps,and 11 LF. 400.0000 $7.55 $3,020.00 RSM13FAC P couplings per 100 L.F.,PVC,schedule 40,1"diameter it�, oaP 63 26-05-33-13-9230 Conduit,to 15'high,PVC.schedule 40,elbows,1"diameter Ea. 12.0000 $20,50 $246.00 RSM13FAC P M . OAP 64 26-05-33-13-9316 Conduit,to 15'high,PVC,schedule 40,couplings,1"diameter Ea. 40.0000 $19.00 $760.00 ASMI3FAC P M L OAP 65 26-05-33-13.9480 Conduit,to 15'high,PVC,schedule 40,PVC adapters,1"diameter Ea. 8.0000 $17.90 $143.20 RSM13FAC p It L, OAP 66 26-05-33-14-0220 Conduit to 15'high,includes 11 couplings per 100',electric metallic tubing,3/4" LF. 150.0000 $3.40 $510,00 RSM13FAC p diameter M,1 OAP 67 26-05-33-17-1780 Outlet boxes,plastic,PVC,FSC,2 gang.3/4"hub Ea, 28,0000 $84,00 $2,35200 RSM13FAC P "' i 68 26-24-16-30-1700 Panelboards commercial applications.NOOD panel,with 20 amp,1 pole,circuit Ea. 3.0000 $1,675.00 $5,025.00 itstrisFAc P E 0 breakers,3 wire,1201240 volt with main circuit breaker,100 amp main,12 M.L. OAP circuits CD 3`,1 C 69 26-24-16-30-9000 Panelboards commercial applications,minimum labor/equipment charge Job 1,0000 $650.00 $650,00 RSM13FAC P o --0 L OAP- ...,s, Z 70 26-27-16-20-0150 Cabinets and enclosures,nonmetallic,enclosures fiberglass NEMA 4X,wall Ea. 3.0000 $1.075.00 $3,225.00 RSMUFAC p O P mount,quick release latch door,24"high x 24"wide x 8"deep M.L. OAP Printed 28 NOV 2013 2:58PM Page 7 of 10 CC Beach Bathhouse-16478 r""'"' fib r'-- if'- "oil fin rani rail r---, ram, Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Ron Taylor CC Beach Bathhouse 26-Electrical Item Description UM Quantity Unit Cost Total Book 71 26-27-26.20-0200 Wiring devices elements,toggle switch,quiet type,1 pole,15 amp Ea. 6.0000 $22.00 $132,00 RSMI3FAC P M.L, 08P 72 26-27-26-20-2470 Wiring devices elements,receptacle,duplex.120 volt,grounded,.20 amp Ea. 6.0000 534.50 $207.00 RSMI3FAC p AL L, OLP 73 26-27-26-20-3880 Wiring devices elements,receptacle,50 amp,125 volt NEMA 5 Ea. 2.0000 $84.00 $168.00 RSMI3FAC P M;L 08P 74 26-27-26-20-4980 Wiring devices elements,receptacle.cover plate,weatherproof,NEMA 7-23 Ea. 2.0000 $46,00 $92.00 RSM13FAC p M,L O8P 75 26-51-13-50-6010 Interior lighting fixtures„including lamps,mounting hardware and connections, Ea, 16,0000 $194.00 $3,104.00 RSM13FAC p vapor tight,incandescent,ceiling mounted.200 watt M.L 08P 26-Electrical Total $25,678.75 31 -Earthwork 76 31-14-13-23-0020 Topsoil shipping and stockpiling,topsoil,sandy loam,200 H.P.dozer,ideal C.?, 600,0000 81.00 $600,00 RSM13FAC p conditions L E. OSP 77 31-22-13-20.0130 Rough grading sites,rough grade sites,1100 to 3000 S.F. Ea. 1.0000. $1,125.00 $1,125.00 RSM13FAC P L E. OAP 78 31-22-16-10-3100 Finish grading,hand grade select gravel,including compaction,6"deep S.Y, 666.0000 $3.67 82,444,22 P RSMI3FAC L E, OSP 79 31-22-16-10-3120 Finish grading,hand grade select gravel,including compaction,8"deep S.Y, 300,0000 54.90 $1,470.00 RSM13FAC P L,E, OSP 80 31-22-16-10-9000 Finish grading, g n9A minimum labor/equipment charge,hand grading Job 1.0000 $233.00 $233.00 RsMI3FAC P L, O&P 81 31-23-16-13-1400 Excavating,trench or continuous footing,excluding sheeting and dewatering,by B.C.Y. 15.0000 $58.00 $870.00 RSMI3FAC P hand with pick and shovel 2'to 6'deep,light soil L 051, 82 31-23-18-13-1400-1700 Excavating,trench,for tamping backfilled trenches,air tamp,add(Modified using E.C.Y. 15.0000 $5.25 $78,75 RSM13FAC p 31-23-18-13-1700) L E. OSP 83 3143-16.13-3060 Excavating,trench or continuous footing,excluding sheeting and dewatenng, LC.Y. 15,0000 $11.60 $174.00 RSMI3FAC p backfiN trench,front end loader,wheel mounted,1 C.Y.bucket,200'haul L E. 05P 84 31.23-16-13-5050 Excavating,trench or continuous footing,excluding sheeting and dewatering, B.C.Y. 200.0000 $9.10 $1,820.00 RSMI3FAC P loam and sandy clay,1'to 4'deep,3/8 C.Y.tractor loader or backhoe L E 06P 85 31-23-16-14-0700 Excavating,utility trench,common earth,trenching with chain trencher„12 H.P., L.F. 65.0000 $1.88 $122.20 RSMI3FAC p operator walking,8"wide trench,24"deep L E, 05P r* 86 31-23-16.14-2500 Excavating,utility trench,common earth,chain trencher,40 H.P.operator riding, LF. 65.0000 $1.05 $68.25 RSM13FAC P C 0 8"wide trench and badcfill,24"deep L E. OSP ■ 3 87 31-23-16-14-2500-3200 Excavating,utility trench,compaction with vibratory (Modified using .. v 3FAC gn 3 g, ry plate,add(Modtfied rat L.F. 65.0000 $0.37 524.05 P il! 0 r* 88 31-23-23-13-0015 Backlit,by hand,no compaction,light soil L.C.Y. 300.0000 $33.00 $9,900.00 RSMI3FAC p _a Z L 05P op Printed 26 NOV 2013 2.58PM Page 8 of 10 CC Beach Bathhouse-16478 r-• r--.1 r-, arm" roil Owl rim, r-no r--- r-if r-i r", rwil r-i rill eel Urn r" rill Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator-- Ron Taylor CC Beach Bathhouse 31-Earthwork Item Description UM Quantity Unit Cost Total Book 89 31.23-23-13-0015-0400 Backfdl,compaction in 6"layers,roller compaction operator walking,add E.C.Y. 325.0000 510.25 $3,331.25 RSMI3FAC P (Modified using 31-23-23-13.0400) L,E, O&P 90 31-23-23-17-0020 General fill,spread dumped material,excluding compaction,by dozer L.C.Y. 325.0000 $2.30 $747.50 RSM13FAC p L.E. 06P 91 31-23-23-20-0046 Hauling,excavated or borrow,loose cubic yards,excluding loading equipment, L.C.Y.. 600.0000 $5.85 $3,510.00 RSMI3FAC p including hauling,waiting,loading and dumping,time per cycle(wait,load,travel, L S. OLP unload or dump and return),8 C.Y.truck,25 MPH average,10 minute wait to load and unload,cycle 6 miles 31 -Earthwork Total $26,518.22 32-Exterior Improvements 92 32-01-29-70-1090 Ful depth patching of rigid pavement,pavement preparation includes sawcut, Ea. 1..0000 $1,650.00 $1,650.00 RSMI3FAC P remove pavement and replace 6 Inches of subbase and two layers of M.L E O&P reinforcement,excluding trucking and haulaway of debris,rigid pavement replace,light traffic,repour,concrete will replaced using quick set mix with aggregate,100 S.F.,6'depth 93 32-06-10-10-0310 Sidewalks,driveways and patios,excluding base,concrete,3000 PSI,cast in S.F. 370.0000 54.44 $1,642.80 RSM13FAC p place,6 x 6-W1.4 x W1.4 mesh,broomed finish,4"thick M,L OW 94 32-06-10-10-0310-0450 Sidewalks,driveways and patios,for bank run gravel base,4"thick,add S.F. 370.0000 51.20 $444,00 RSMI3FAC p (Modified using 32-06-10-10-0450) U.L E. OW 95 32-06-10-10-0400 Sidewalks,driveways and patios,excluding base,concrete,3000 PSI,cast in S.F. 2,127.0000 $5.90 $12,549.30 RSMI3FAC p place,6 x 6-W1,4 x W1.4 mesh,broomed finish,6"thick M„L. OW 418+572+1137 a 2,127.00 98 32-08-10-10-0850 Sidewalks,driveways and patios,splash block,precast concrete Ea. 3.0000 $14.30 $42.90 RSMI3FAC P M.L 08P 97 32-06-10-10-9000 Sidewalks,driveways and patios,minimum labor/equipment charge Job 1.0000 5520.00 5520.00 MAP P 98 32-11-23-23-0370 Base course drainage layers,for roadways and large areas,bank run gravel, S.Y. 598.0000 55.95 53,558.10 RSMI3FAC p spread and compacted.6"deep M,L,E OW 99 32-16-13-13-0404 Cast In place concrete curbs and gutters,forms and concrete complete, L,F. 152.0000 512.80 51.945.60 RS6413FAC P concrete.wood forms,6"x 18",straight M,L. OW 100 32-16-13-13-0430 Cast in place concrete curbs and gutters,forms and concrete complete,curb and L.F. 40.0000 525.50 51,020.00 RSMI3FAC p -1' gutter,straight,with 6"high curb and 6"thick gutter,wood forms.24"wide,.055 M.L. O6P -p E C.Y.per L.F. S+� 0 co = 101 32-31-13-25-0100 Fence,chain link residential,schedule 20.excludes excavation and concrete,11 L.F. 150.0000 519,70 $2,955.00 R5M13FAC p ti3 3 gauge wire,1-518"post,10'O.C.,1-3/8"top rail„2"corner post,galvanized steel, M L.5, OW CLS CD 6'high Z 102 32-31-13-25-9000 Fence,chain link residential,minimum labor/equipment charge Job 1,0000 $710.00 $710.00 RSM13FAC P 0 0 Printed 26 NOV 2013 2:58PM Page 9 of 10 CC Beach Bathhouse-16478 rimy r.iii ilk"'""! iril ri, ring rill ill, rim! !"' Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Ron Taylor CC Beach Bathhouse': 32-Exterior Improvements Item Description UM Quantity Unit Cost Total Book 103 32-31-29-10-0070 Fence,wood,includes post and post hole,basket weave,3/6"x 4"boards,2"x L.F. 150.0000 $46.50 $6,97540 RSMI3FAC P 4",stringers on spreaders.4"x 4"posts,treated pine,6'high M.t.,e, O&P 104 32-31-29-10-0600 Fence,wood,includes post and post hole,shadow box.1"x 6"board,2"x 4"rail, Ea, 4.0000 $300.00 $1,200.00 RSMI3FAC p 4"x 4"post,pine,pressure treated,3 rail,gate,3'-8"wide M 4,E. OdP 32-Exterior Improvements Total $35,212.70 33 -Utilities 105 33-05-16.13-0460 Precast concrete utility boxes,excluding excavation or backfill,meter pit.4'x 4'. Ea. 1.0000 $2,250.00 $2,250.00 RSM13FAC p 4'deep M.L.E, O&P 106 33-11-13-45-2000 Water supply,copper pipe,excluding excavation or backfill,tubing,type K,20' LF. 150.0000 $12.70 57,905.00 RSM13FAC p joints,3/4"diameter M.L, O&P 107 33-11-13-45-3000 Water supply,copper pipe,excluding excavation or backfii,tubing,type K,20' L.F. 75.0000 $25.00 $1,875.00 RSMI3FAC P joints,1-1/2"diameter M.i.• O&P 108 33-12-13-15-8840 Tapping,crosses and sleeves,excluding excavation or backfill,valve box and Ea. 2.0000 $445.00 $890.00 RSMI3FAC P large base with id M,t., O&P 109 33-46-18-30-2100 Piping,subdrainage,plastic,excluding excavation and backfii.PVC,perforated, LF. 65.0000 $12.25 $796.25 RSMI3FAC P 4"diameter M.L E OSP 110 33-46-26-10-0100 Geotextiles for subsurface drainage,fabric,laid In trench,polypropylene„ideal S.Y. 30.0000 $2.54 $76.20 RSM13FAC P conditions M,L, O&P 111 33.46-26-10-0300 Geotextiles for subsurface drainage,drainage material.314"gravel fill in trench C.Y. 4.0000 $36.00 $144.00 RSMt3FAC P M.L.E. O&P 33-Utilities Total $7,936.45 Alternates 112 10-14.19-10-0015 Vinyl wrap EA 1.0000 $5,900.00 $5,900.00 CUSTOM N M.L, OdP 113 13-34-23-10 4301 Custom Fabricated Bathroom Unit 8'-6"x 20'-0"Modular EA 2.0000 $41,275.00 $82.550.00 CUSTOM N M, OdP 114 32-01 Landscape&Irrigation Allowance LS 1,0000 $15,000.00 $15,000.00 CUSTOM N M. O&P "L7 r) Alternates Total $103,450.00 10 = CD 3 Estimate Grand Total 338,111.49 cp 0 Z - 0 Printed 26 NOV 2013 2 58PM Page 10 of 10 CC Beach Bathhouse-16478 ®' SA-V�(cl'V�Sk�i ®,�-rg a{. a N T;:; n r � �'* � as I 4..r&. ` _,� "d � � � ;. i J � Z. 2,� x E ,�, " 'Y -fi'.. 0::' x � ,ate.; � � �' ";;. ., �.s' t s -- c PERFORMANCE BOND STATE OF TEXAS § BOND No. 105986642 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: That Barcom Commercial, Inc. of the City of Corpus Christi , County of Nueces , and State of Texas , as principal ("Principal"), and Travelers Casualty and Surety Company of America , a solvent, company duly authorized under the laws of the State of Texas to act as surety on bonds for principals ("Surety"), are held and firmly bound unto the City of Corpus Christi, a Home Rule municipal corporation of Nueces County, Texas ("City" or "OWNER"), in the penal sum of THREE HUNDRED THIRTY EIGHT THOUSAND, ONE HUNDRED ELEVEN AND 49/100 U.S. Dollars ($ 338,111.49 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 19TH of DECEMBER, 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: CORPUS CHRISTI BEACH BATH HOUSE JOB ORDER CONTRACT(RFP 2012-02) PROJECT NO. 3392 TOTAL AMOUNT: $338,111.49 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 wgrkmanship 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 9th day of January • 2014. PRINCIPAL SURETY Barcom Commercial Inc. Travelers Casualty and Surety Company of America �,,► Attorney-in-fact C.A. McClure Title: • ATTEST. Secretary Address: 5826 Bear Lane Address: 4650 Westway Park Blvd. Corpus Christi, TX 78405 Houston, TX 77041 Telephone: 281-606-8400 Fax: 281-606-8436 E-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 ,_, POWER OF ATTORNEY TRAVELERS.1 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 6 0 3 8 5 8 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 5th day of November 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 „y�TYt�,^� ,, ,\RE �N IN$ vP� OS , . i0 '-to G,.S U,,�♦ \_YOY+'���i ��i.....�G9 CI!D 9,1, 5 L 4 s @ ei'� n i a,- a 1 0� 6• r �T{}� �*� f pRPOR 2 o iN p �. <G o }}ins WCDRPDRATED 4.w+'^•4 i F+m VA a HARTFORD, t iED u 1 9 8 2S 0 977 - f t +n °o W CONIC • '^ Z c c�' r r 'a 1951 ' i ASEALJoI j3 y o °'' 4 a x„ti s ''6o ��,'....•�L� :as od j *� a+ 4 Kn,Lt, fit !S.ANp . d! . ^" two „4/ / %" State of Connecticut By: 1 City of Hartf ord ss. Robert L.Raney, enior Vice President On this the 5th day of November 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. (IAA TifT In Witness Whereof,I hereunto set my hand and official seal. t w`� a it Commission expires the 30th day of June,2016. * p * Marie C.Tetreault,Notary Public My Commt p Y A'0t/BU AIPIEC..P 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 MVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted 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,SCPaul 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 9th day of January 20 14 Kevin E.Hughes,Assistant Se tary Ghsu., tY ``_• `ll y,. F\0.E'6W.,h I. .^'.."... OV'V.�fT _ (1�M-N\, .P 1NSUy9., ,,,(VA 1Y fl 1 ixw'"r� 6 Lis �',, l ..t 0 .......... MO SC �� �O� 'w0 c`"+EC'1.,'' 1951 - b;� ; °. ;LSE$(,/C" •.SSA W CONN. t l caw. J� ;n 1896 ri xANCF• I$.ANA \!;:e...,, :•L b1 . ,N,4 t �' �1 ANt .y 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 105996842 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 THIRTY EIGHT THOUSAND ONE HUNDRED ELEVEN AND 491100 U.S. Dollars ($ 338,111.49 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 19TH day of DECEMBER , 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: CORPUS CHRISTI BEACH BATH HOUSE JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO.3392 TOTAL AMOUNT: $338,111.49 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 4 copies, each one of which shall be deemed an original, this the 9th day of January , 2014. PRINCIPAL SURETY Barcom Commercial, Inc. Travelers Casualty and Surety Company of America , �By: ..I .. A. : r :alum By: C \\ `'r Attorney-in-fact C.A. McClure Title: �,I�SA.0 ATTEST: Secretary Address: 5826 Bear Lane Address: 4650 Westway Park Blvd. Corpus Christi, TX 78405 Houston, TX 77041 Telephone: 281-606-8400 Fax: 281-606-8436 E-Mail: alm @southernamericanins.com (Rev.Date May 2011) Payment Bond Page 2 of 3 • Name and address of Resident Agent of Surety in Nueces County, Texas, for delivery of notice and service of process: Name: Kevin Keetch Agency: Keetch &Associates Address: 1718 Santa Fe St. (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 AM, 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 6 9 3 8 5 7 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 5th day of November 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 G,.SU,, TY Wn. RIyIr �'O` <�'♦ pnron_gW/ � TT`""4 HART.F ANRO D m.cCDR R7fWTED . 4x g ss I o 9 B 2 o 977 INCORPORATED ; SE A[1p} 9: 3 y+4!o f y W,p.p..i Fy aF�D,�4• T 1b�'�S'. v s 04, t 4YI ANt '0 r �w. 4 rj State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 5th day of November 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. GIn Witness Whereof,I hereunto set my hand and official seal. IA A G w" . My Commission expires the 30th day of June,2016. * AusoG * Marie C.Tetreault,Notary Public C+• afft 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 adopted 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 9th day of January ,20 14 . Kevin E.Hughes,Assistant Sec tary PE I y/, N IN <�. CSY- ,yW, �P SG IN34q p tv 4 N softy, ( Yob' y......,..9 vP ....... Na Oar 6 app @% -! 4:' •.'I•°i G •� ss f!..oRYOR u 1 9 8 2u o Y NCO4PoRNTED and 7- A>A y:'caaPORATF�' < � I Z r 19// i Zi --- :o a HARTFORD, HA9TFCRD,�'t < ID g �a 1951 - �& �•SEALi" t ° W CONN. 2 CONN. .,z u, 1896 ` c 'a �� �+��• c�d ....... a v:••.. .:'as S`- 1 n�"" 1S.A•1 4........*? 6i 'Naa ef'••� AN4 .r. 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. s s • w ACORO® CERTIFICATE OF LIABILITY INSURANCE 1/10E(MMI W DIYY) 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 NAME: Renee Terrell Swantner&Gordon Ins.Agency lac No.Ext1:361-883-1711 (NC,Noi3617_$44 0101 A Higginbotham Company E-MAIL P.O. Box 870 ADDRESS:rterrell @s-gins.com Corpus Christi TX 78403-0870 INSURER(S)AFFORDING COVERAGE NAIC it INSURER A:Valley Forge Insurance Company INSURED BARCO6 INSURER B Continental Insurance Company — Barcom Construction, Inc. INSURER C:Commerce&Industry Insurance Co 19410 __ Barcom Commercial, Inc. INSURER D:Westchester Fire Insurance Company_ k1121 5826 Bear Lane Corpus Christi TX 78405 INSURER E:Continental Casualty Company 20443 INSURER F: COVERAGES CERTIFICATE NUMBER:1537895807 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER IMM/DD/YYYY) IMM/DD/YYYY) E GENERAL LIABILITY C4034064756 9/12/2013 9/12/2014 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED X 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 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X Tai LOC $ B AUTOMOBILE LIABILITY C4034064790 9/12/2013 9/12/2014 COMBINED SINGLE LIMI (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED 1 SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS $ NON-OWNED (PPeraccidentDAMAGE X HIRED AUTOS X AUTOS $ C X UMBRELLA LIAB X OCCUR 8E33076623 /12/2013 9/12/2014 EACH OCCURRENCE $15,000,000 EXCESS LIAB I CLAIMS-MADE I AGGREGATE $15,000,000 DED X RETENTION$10,000 $ A WORKERS COMPENSATION WC434064773 19/12/2013 /12/2014 X WC STATU- TORY EMPLOYERS'LIABIUTY YIN TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? Y N I A ----" (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 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 I LOCATIONS I 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. Dept. of Engineering;Attn: Contract Admin P.O. Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78469-9277 „524~..cia n� ©.198.8-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 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 furnished 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 furnished to the certificate holder except 10 days notice of nonpayment of premium. (Texas Changes-Amendment of Cancellation Provisions or Coverage Change-Form CG 02 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). RE: Project No. 3392-Corpus Christi Beach Bath House ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD N 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 limited 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 is (1)The"written contract"requires you to provide the additional Insured such coverage; and (2)This Coverage Part provides such coverage. 2. If 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 CO 20 37 10 01),or via the 11/85 edition of CG2010(aka CG 2010 11 85), then in paragraph 13.1, 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. Tho 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: 04034064756 Page 1 Endorsement No: Effective Date: 09/12/13 Insured Name: Barcom Construction, Inc. 0 CNA AM Rights Reserved. ,?■10.101,1 4r CAR 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, opinions,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 on 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 arnended,to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an"occurrence"or an offense which may result in a cla`m 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"stilt"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 tho 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 for which 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: Page 2 Endorsement No: Effective Date: Insured Name: 0 CNA Ai Rights Reserved. c , . i • , s , , 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 f -� 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 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 organizations. � 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 jobsite. 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 22. Property Damage-Elevators W� 23. Supplementary Payments Cost of bail bonds Increased to$5,000. Daily loss of earnings increased to$1,000. oUnintentional 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. w u. CNA 1. ADDITIONAL INSURED SECTION It—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: 1.js currently In effect or becomes effective during the term of this policy; and ii._Was executed prior to the"bodily injury,""property damage"or"perscnal 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; e. 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 or 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 but 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 the 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 07112) Policy No: Page 2 Endorsement No: Effective Date: Insured Name: 0 CNA All Rights Reserved. 1 POLICY NUMBER: C4034064790 CQMMERCIALAUTO 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 MOIOR 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: 09/12/13 Countersigned Ey: NarrmedInsured: Barcom Construction, Inc. 41,.i • zed R •re=entative SCHEDULE Name of Person(e)or Orgenlration(s): ANY PERSON OR ORGANIZATION WEXCA IS V M REQUIRED TO SE NAMED AS A. RESULT U? g A WRITTEN CONTRACT WITH YOU 8 (If no entry appears above, Information required to complete this endorsement will be shown in the Oeciarations as applicable to the endorsement.) Each person or organization shown in the Schedule Is an'insured"for Liability Coverage,but only to the extent that person or organization qualifies as an"insured"under the Who Is An Insured Provision contained in Section II of the Coverage Form. I O" EMI I ER 11 BM O MR era CA 20 48 02 99 Copyright,insurance Services Office,Inc., 19913 Page 1 of I • • Barcom Construction, Inc. Policy': 04034064790 Effective Date: 09/12/13 • 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 provision 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 inception 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 li—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. • "Policy," 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. Bail Bonds and Loss of Earnings Section II,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$6,000; and 2. In a.(4), the limit for the loss of earnings is changed from$250 to$500 a day. C. Fellow Employee yaititsaA • II Section II, Paragraph 115 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible Insurance. IL PHYSICAL DAMAGE COVERAGE A. Glass Breakage--Hitting A Bird Or Animal-Falling Objects Or Missiles The following Is added to Section lil,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 fare 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"will: (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$760 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. F. Electronic Equipment Section III, Paragraphs B.4.c and B.4.d.are deleted and replaced by the following: _ o. Physical Damage Coverage on a covered "auto" also applies to "less" 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.:. Subject 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 • i 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). ill. Drive Other Car Coverage—Executive Officers The following is added to Sections II and Iii: 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 afforded 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"means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, 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 officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your"employees" may know of documents 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. , Transfer Of Rights Of Recovery Against Others To Us The following is added to Section iV, Paragraph A.5.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 1V, Paragraph B,2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall riot prejudice you with respect to the coverage afforded provided such failure or omission Is not intentional. D. Other Insurance The following is added to Section IV,Paragraph B.5.: • Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis.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: "Bodily injury"means bodily injury, sickness or disease sustained by a person,including mental anguish, mental injury or death resulting from any of these. • Barcom Construction, Inc. POLICY NUMBER: 04034064756 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 'Per schedule on file ' 2. Address: Caxce1lacion notification to tha above entitles will, not apply to cancellat on fox non payment of premium aS. Number of da s advance noti-x:03 0 inforrrsation required to complete 1h- Schedu it not shown above will be shown In the Declarations. magi 149444644pA msm CG Q2 0612 04 Copyright,ISO Properties, Inc.,2008 Page 1 of 1 CNA SFr � (Ed.06108) THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. CHANGES - NOTICE OF CANCELLATION OR MATERIAL CHANGE This endorsement mocfies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Heave 09/12/13 Policy Number_ C4034064790 J Named Insured Barcom Construction, Inc. Countersigned by 4111Wf ark ..4. / 1W•tri:141111111111Ha..: 11- In the event of cancellation or material change that reduces or restricts the insur: ce afforded by this Coverage Part,we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1.Number of days advanco notlea: 30 M I O 2.Name: 30 DAY NOTICE OP CANCELLATION APPLIES S.Address: TO PER LIST MAINTAINED ON FILE BY COMPANY 0 MMR .w=s .1 b WM �+r ram G..300880-A Page 1 of t (Ed.06/08) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 4206 01 (Ed.7-84) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas Is shown In Item 3.A, of the information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named In the Schedule,The number of days advance notice Is shown In the Schedule. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 V 2. Notice will be mailed to: 30 DAY NOTICE OP CANCELLATION APPLIES TO ALL ENTITIES ON LIST MAINTAINED ON FILE BY COMPANY. N mom I This endorsement changes the)Miley to which It is attached and fe etfeative on to date Issued unless otherwise staled. (The information below to required only when this endorsement Is Issued subsequent to preparation of the policy.) gndanomont Hooke 09/12/13 Policy No. W C 4 3 4 0 6 4 7 7 3 Endoruemont No. '� insured Barcom Construction, Inc. Premium$ rai Insurance company countersigned by WC/120601 (Ed.7.84) • I WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WO 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 hero 3,A. of the information Page. We have the right to recover our payments from anyone liable for an Injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily Injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement Is shown in the Schedule. Schedule 1. ( )Specific Waiver Name of parson or organization (X'jBianket Waiver Any person or organization for whom the Named Insured has agreed by written contract to f urnlsh this waiver, 2. Operations:ALL TEXAS LOCATIoNs AND Ot?ERATIQUrr 3, Premium The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s)or organizations)arising out of the operations described, 4, Advance Premium as is satin This endorsement changes the Kiley 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 Effeotive 0 9/12/1.3 Policy No, WC4 3 4 0 6 47 7 3 / Endorsement No. kisured Barcom Construction, Inc. ,/ Premium$ insurance company countersigned by 1 / r WC 42 03 04 A ✓/ (Ed. 1-00)