Loading...
HomeMy WebLinkAboutC2014-063 - 3/13/2014 - NA 2014-063 3/13/14 Barcom Commercial Inc. SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR PARKS ADA ACCESS 6- 9 & 13-17 J . O . C . FOR PARKS AND RECREATION CITY OF CORPUS CHRISTI, TEXAS PHONE: 3618261965 FAX: 3618261971 AND DEPARTMENT OF CAPITAL PROGRAMS CITY OF CORPUS CHRISTI, TEXAS PHONE: 361/826-3587 FAX: 361/880-3501 PROJECT NO: E12042 DRAWING NO: 0 1: PARKS ADA ACCESS 6-9 & 13-17 PN: E12042 I: (Revised 6/27/99) Table of Contents I: NOTICE TO CONTRACTORS - A (REVISED MARCH 2009) Insurance Requirements NOTICE TO CONTRACTORS - B 1: Worker's Compensation Coverage for Building or Construction Projects for Government Entities. PART A - SPECIAL PROVISIONS I: A-4- me and Place of Receiving Proposals/Pre Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project 1: 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 I: A 8 Faxed Proposals A 9 Acknowledgment of Addenda A-10 Wage Rates 1: A-11 Cooperation with Public Agencies A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking I: A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A 17 Field Office NOT USED A-18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-20 Testing and Certification A 21 Project Signs I: A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required A-24 Surety Bonds A-26 Supplemental Insurance Requirements I: A-29 Contractor's Field Administration Staff A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A-36 Other Submittals A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A 11 Ozone Advisory f: A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings C A 16 Disposal of Highly Chlorinated Water (7/5/00) (NOT USED) A-17 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 51 Dc%.atcring and Disposal (NOT USED) PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART T - TECHNICAL SPECIFICATIONS a) Concrete Curb and Gutter b) Concrete Sidewalks and Driveways c) Concrete Curb Ramps d) Portland Cement Concrete e) Reinforcing Steel f) Concrete Structures EXHIBITS LIST OF DRAWINGS Sheet 1 of 11 - Title Sheet Sheet 2 of 11 - Cuiper Park Proposed Sidewalk Sheet 3 of 11 - Crestmont Park Proposed Sidewalk Sheet 4 of 11 - Kingston Park Proposed Sidewalk Sheet 5 of 11 - Westchester Park Proposed Sidewalk Sheet 6 of 11 - Sidewalk Detail Sheet 7 of 11 - City of Corpus Christi Pedestrian Curb Ramp Standards 1 of 4 Sheet 8 of 11 - City of Corpus Christi Pedestrian Curb Ramp Standards 2 of 4 Sheet 9 of 11 - City of Corpus Christi Pedestrian Curb Ramp Standards 3 of 4 Sheet 10 of 11 - City of Corpus Christi Pedestrian Curb Ramp Standards 4 of 4 Sheet 11 of 11 - Standard Details NATI6E AGREEMENT PROPOSAL PERFORMANCE BOND PAYMENT BOND DISCLOSURE I I 11 E C L C NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS E t E L C C C 1: NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS REVISED MARCH, 2009 1: A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazards 5. Products/ Completed Operations $ 2, 000, 000 COMBINED SINGLE LIMIT Hazards 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury 1: 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/ 1: ENVIRONMENTAL IMPAIRMENT COVERAGE. Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term 1: enviornmental impact for the disposal REQUIRED of contaminants. See Section b-6-11 and Supplemental 1: Insurance requirements BUILDER'S RISK ❑ REQUIRED D NOT REQUIRED See Section b-6-11 and Supplemental Insurance requirements INSTALLATION RISK ❑ REQUIRED E: El NOT REQUIRED I PAGE 1OF2 The City of Corpus Christi must be named as an additional insured on all coverages 1: except worker's compensation liability coverage. 1: The name of the project must be listed under "description of operations" on each certificate of insurance. 1: For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. 1: 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: 1: I 1: 1: C C C I C E I PAGE 2 OF 2 I L C NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS E C L C C E C C L C I Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings,unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate 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 subject to a coverage agreement) providing services on a project, for the duration of the project. IM (2) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e) (1) . (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011 (44) . (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC- 83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing 1: workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the 1: governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act) -With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but 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 im 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. Page 1 of 8 C I (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 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; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; Page 2 of 8 11 I (4) obtain from each person providing services on a project, and provide to the 1: 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 1: coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify 1: current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic Istb (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; 1: (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 1: subsection (e) (3)of this section; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and 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 project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal Lia 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 3 of 8 I II (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) - (H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: 31(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 II 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 ll 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." il (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 il certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing ll 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 II project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, II 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; ii (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 4 of 8 II 11 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 1: delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4 (j) . (i) The coverage requirement in this rule does not apply to sole proprietors, partners, 1: and corporate officers who meet the requirements of the Act, §406.097 (c) , and who are explicitly excluded from coverage in accordance with the Act, §406.097 (a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20) . This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this §110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609 L L I Page 5 of 8 1: I T28S110.110 (d) (7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to 3 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 3 required coverage, or to report an employer's failure to provide coverage. " I 3 I 3 3 3 I I I I I 3 Page 6 of 8 3 I L T28S110.110 (c) (7) Article . Workers ' Compensation Insurance Coverage. 1: 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 until 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 1: to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not 1: include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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 providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work 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 (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any tochange that materially affects the provision of coverage of any person providing services on the project. Page 7 of 8 C I H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers ' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7) , with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of SelfPage 11 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 3 Page 8 of 8 I PARKS ADA ACCESS 6-9 & 13-17 PN: E12042 SECTION A - SPECIAL PROVISIONS 1: bids for thc project. Proposals will be reee4ved in the- efficc of thc City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m. , Wednesday, N/A. Proposals mailed should be addressed in the following manner: City of Corpus Christi 1201 Leopard Strcct Corpus Christi, Texas 78101 1: TTTH OTT tPALO A - fill A pre bid meeting will be held on INSERT DAY HERE, INSERT DATE HERE, beginning at INSERT Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If regxested, a site visit will follow. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern 1: A-3 Description of Project Greenwood: Stripe Parking lot near pool- 2 Vans Accessible, 1 regular vehicle -with signage. Pool Access from Parking Lot- remove 55 ft of 7 ft and 50 ft of 4 ft sidewalk, replace with new 55 ft of 5 ft and 50 ft of 4 ft walkway. Sidewalk leveling - 30 ft by 8 ft section to be lifted (Duratek type process) . Play Equipment Area -Covered Square tables - remove one bench seat to allow access. Parking Lot by play area -strip parking lot near play area, 1 - Van accessible parking space -8'x20' cross strip and a 10' by 20' parking space with ADA Van sign, pavilion, remove the broken sidewalk leading to the pavilion in order to create an accessible route going to the south side of the pavilion, remove 30 feet of walkway on the north side of pavilion.Demolition of the Pavilion - grade to match existing, removal of 300' of walkway that went to pavilion. Kingston:_ Walkway - 558' of 5' wide from Kingston to Inglewood Dr. With a walkway connecting to the pavillion pad about 15'. Westchester: Curb cut - cut the cub along Avondale. A 5'x5' landing pad with truncated dome pad at curb level with less than 2% slope toward the street for drainage. Walkway from landing pad to connect basketball court, drinking fountain and covered picnic table - 150'of 5' walkway. Walkway from the fountain to the existing walkway to play area. 125' of 5' walkway. Curb cut on Westchester St. land pad 5' by 5 ' and a ramp up to the edge of the existing walkway to play area. Will need to cut the edge of the exisitng walkway to tie in the new 5' wide walkway along the street. Drinking fountain - Installation of an ADA fountain and a slab around the fountain that allows access. Must have 5' clearance. I Section A-SP (revised 12/15/04) Page 1 of 23 1: 11 Caswell: In the area directly across from the park bench install a 5' concrete walkway to the park bench, about 45 feet. Install a 6' wide x 12' long slab around the bench with the slab even with the back of the bench. Leave a 5' space between the bench and the walkway to allow for a wheelchair to park. Cuiper: Curb cut - cut the curb along Cuiper St. opposite Spring St. to the east side. Install a 5'x5' landing with truncated dome pad. Install a 5' wide walkway across the park going to connect with the public sidewalk on the Vernier St, side of the park, roughly 375'. On Vernier St. side of the park install another landing pad with truncated dome pad next to the street. Install a ramp up to the walkway. Re-locate the dome top posts to allow access to the ramp. Re-locate the park bench that is under the trees nearest the play equipment next to the walkway on a 6'x12' concrete pad so that the 6' side of the pad is against the walkway and that the bench faces the play equipment. Leave 5' of the pad open next to the walkway. Sam Houston: Curb cut - cut the curb and remove 25' of public sidewalk along Brentwood St. Remove 65' of the walkway leading into the park. (broken, uneven) Remove the drinking fountain and the pad. Cap the water line and drain line for future use. Install a landing pad 5'x5' located to line up with the old walkway into the park. Ramp up in both directions to the public sidewalk to re-connect to the remaining sidewalks along the street. Install 65' of new walkway to replace the walkway removed and 25' over to the baskeball court. Edgewood: Walkway 15' long by 5 ' wide from public sidewalk across from curb ramp to the area by the bleachers. Concrete pad 12'x20' to set the bleachers on and to connect to walkway. Almanza: Install a 5' wide 40' long walkway from the public sidewalk to the basketball court. Start the walkway across from the ramp. Install a 10'x14 ' concrete pad around the covered picnic table attach pad to public sidewalk with an 8' long walkway. The 6' side of the pad is against the walkway and the bench that faces the play equipment. Leave 5' of the pad open next to the walkway. Crestmont: Crest park side - Straighten up the covered picnic table. Install a concrete 10'x14 ' pad around the table. Install a concrete 5' wide walkway from the public sidewalk to the covered picnic table. Make walkway less than 1 in 20 slope so there is not a need for a handrail. Carroll and Crest Hill- Walkway from public sidewalk to basketball court-5' wide by 45'. Remove a broken section of public sidewalk along Crestomont St. Roughly 60'and replace with a new 5' sidewalk. A-4 Method of Award The contract is awarded as a Job Order Contract (J.O.C. ) and prices established through the use of RSMeans cost pricing. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 2. Disclosure of Interests Statement 3. Submittal of Materials A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 60 calendar dews. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. Section A-SP (revised 12/15/04) Page 2 of 23 I 1: 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 1: to other provisions of this Contract, $100 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 1: 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 1: 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. 1: 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 1: Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. C 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 Ceneral Provisions. The Contractor shall acknowledge rcccipt of all-addenda received in the appropriate rcccipt, and a subsequent interpretation of non receipt, could have an adverse effect A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for HEAVY CONSTRUCTION In case of conflict, Contractor shall use higher wage rate. Section A-SP (revised 12/15/04) Page 3 of 23 1: 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 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 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 (PI) 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. ) I A-11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (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. I City Engineer 361-826-3500 Project Manager 361-826-3550, 826-3587 I/ Traffic Engineering 880-3540 Police Department 882-1911 Water Department 857-1881 (880-3140 after hours) Wastewater Department 857-1800 (880-3140 after hours) 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 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 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 Section A-SP (revised 12/15/04) Page 4 of 23 I 1: A-12 Maintenance of Services 1: The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc. ) , flow must be maintained. Sewage or other liquid must be handled by the Contractor 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. A-13 Area Access and Traffic Control NOT USED Sufficient traffic control measures must be used to assure a safe condition and to 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. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor 1:t I Section A-SP (revised 12/15/04) Page 5 of 23 C 4714 Construction Equipment Spillage and Tracking NOT USED The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any 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 material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals NOT USED The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials NOT USED 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. - - - - --_ _ _ - -_ - cs at least 30" x 60" and two (2) chairs. The Contractor shall move thc field office on the site as required by thc City Engineer or his representative. The field officc must be furnished with a telephone (with 24 hour per day answering service) and FAX machine paid for by the Contractor. Thcrc is no separate pay item for the field officc. 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. Section A-SP (revised 12/15/04) Page 6 of 23 I A-19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever r aeon, it is necessary to deviate from proposed line and grade to properly execute thc work, thc Contractor shall obtain approval of thc City or Consultant Project Engineer prior to deviation. If, in thc opinion of thc City or Consultant Project Engineer, the required deviation would necessitate a revision to thc drawings, thc Contractor shall provide supporting measurements as required for thc City or Consultant Project Engineer to revise the drawings proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Factor furnish a maximum of two (2) personnel for the purpose of assisting t-he 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 Tarty independent Acgistcrcd 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 line both sides of street on a 200' interval; —,meet crowns on a 200' interval and at all intcrscetion- Wastewater: - All rim/invert elevations at manholes; - All intersecting lines in manholes; - Casing elevations (top of pipe a = re - _ Water: - All top of valves box; - Valves vaults rim; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Stormwatcr: - All rim/invert elevations at manholes; --All intersecting lines in manhole - Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . L Section A-SP (revised 12/15/04) Page 7 of 23 I 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. Thc Contractor must furnish and install 1 Project signs as indicated on the following drawings. (Attachment IV) Thc signs must bc installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will bc determined in the 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 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. 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) . Section A-SP (revised 12/15/04) Page 8 of 23 I C 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 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise : A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform S0.096 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) 4E 1/$ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. I Section A-SP (revised 12/15/04) Page 9 of 23 C b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Qu Inspection Required (Revised 7/5/00) D 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: "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 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 requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." I I Section A-SP (revised 12/15/04) Page 10 of 23 I I: 7'—em m''.. ra.. substituted in lieu thereof.- I: qualify for exemptions of Sales, Excise, and Use Taxcs unless the Contractor elects to operate under a separated contract as defined by Section 3.291 of Chapter 3, Tax I: Administration of Title 34, Public Finance of the Texas Adminis trative Code, or such of Texas. I:L If the Contractor elects to operate under a separated contract, he shall: Obtain the necessary sales tax permits from the State Comptroller. 4- _ _- " ` ` • - -- = ___ the Project. 1: 3- Provide resale certificates to suppliers. - - P-rovido tho Cit. ,th cep e-s et teT I maces t- value of materials. I: If the Contractor does not elect to operate under a separated contract, he must pay for I: all Sales, Excise, and Use Taxes applicable to this Project. _ - Subcontractors arc eligible for sales tax exemptions if the subcontractor-also complies subcontractor and the subcontractor, in turn, is-sues a resale certificate to his supplier. I: A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by I: 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 I: written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department . I: Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 I: 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. EWithin 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 I: compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. I: Section A-SP (revised 12/15/04) Page 11 of 23 I I 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. Paragraph (a) Ceneral +Liability ofrTSection B 6 11 of the Ceneral Provisions is amended to include: Contractor must provide Builder's Risk or Ins-tallatien Fleeter for the term of thc Contract up to and including thc date thc City finally accepts thc Project or work. Builder's Risk-or-Installation Floatcr coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Builder's coverage. To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the party holding the lien, the amount of thc lien, the basis for thc lien claim, and shall state why the claim has not been aid;-nom unpaid claims against bidder for services or two (2) years. The bidder shall specify -the name and address of the claimant, the not been paid. 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. Section A-SP (revised 12/15/04) Page 12 of 23 I 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. 1: 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. 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. _ _ the three (3) apparent lowest bidders (based on the Base Bid only) must submit to thc City Engineer the following information: A list of thc major components of thc work; -- A list of thc products to be incorporated into thc Project; component of thc work; 4, A schedule of anticipated monthly payments for the Project duration. with a description of the work and dollar amount for each firm; and contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the the City Engineer, that a good faith effort has, ix fact, been made to meet said • 1: C Section A-SP (revised 12/15/04) Page 13 of 23 C • A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of thc work if thc Contractor has not completed his evaluation of which subcontractor will perform thc work. The City Enginccr retains the right to approve all subcontractors that will perform work on thc Project. The Contractor shall obtain written approval by thc City Enginccr of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Enginccr retains the right to apprevc any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the rcplaccmcnt of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B 7 13; components of the work. The final progress schedule must be submitted to the City g Documentation required pursuant to the Special Provisions A 28 and A 29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. ▪ Documentation as required by Cpecial Provision A 35 K, if applicable. 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 Capital Programs or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. I Section A-SP (revised 12/15/04) Page 14 of 23 11 A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Prc 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. • Visitor/Contractor Orientation Prior to performing work at any City water facility, the Contractor, his subcontractors, and each 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 Departmeftt Personnel. A Visitor/Contractor Safety Orientation Program will be offered by authorized City Water Department personnel for those persons any City water facility. For additional information refer to Attaohmcnt 1 • fablinttianzialIMBEVatiStagnkt operator or other authorized maintenance employee of the City Water Department. r--ete tea of Water n.--7 i ty 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 Department to protect the quality of the water. -- Cen fer i a w a1 wa_r/mil - to d r at All materials and equipment used in the repair, reassembly, items, which could come into contact with potable water, must conform to (ANSI/NSF) Standard 61 as described in the Standard Specifications. Section A-SP (revised 12/15/04) Page 15 of 23 C The Contractor shall providc the Engineer with copies of written proof of ANSI/NSF Standard 61 approval for all materials whieh ceuld come into contact with potable water. E— All trash generated by the Contractor or his cmployccs, agents, or subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work areas clean at all times and remove all trash daily. F. Contractor's personnel must wea r colored uniform overalls other than r white. Each employee uniform mu3t providc company name and individual employee identification. 6, Contractor shall provide telephones for Contractor personnel. rlant 4— Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. Contractor must not use any City facility restrooms. Contractor must provide own sanitary facilities. ▪ All Contractor vehicles must be parked at designated site, as designated by City Water Department staff. All Contractor vehicles must be clearly labeled with company name. No private cmpleycc vehicles arc allowed at 0. N. Stevens Water Treatment Plant. All personnel must be in company vehicles. During working hours, contractor cmployccs 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. 44, _- _ _-- _ - ' 5' - __ - e . _ • • -. - Any work to the computer based monitoring and control system must be performed only by qualified technical and supervisory personnel, as determined by meeting the qualifications 1 thru 9 below. This work includes, but is not limited to, modifications, additions, changes, selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in operation all hardware and/or software specified or rcquircd by these specifications. must be able to demonstrate the following: • He is regularly engaged in the computer hascd 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. IIc has been actively engaged in the type of work specified herein for at least 5 years. 4- 4Ic employs a Registered Professional Engineer, a Control Systems Engineer, or an Electrical Engineer to supervise or perform the work rcquircd by this specifications. • He employs personnel on this Project who have successfully completed e manufacturer's training ceursc in confi uring-ate- implementing the specific computers, RTUS's, and software proposed for the Contract. • He maintains a permanent, fully staffed and equipped service facility within 400 miles of the Project site to maintain, repair, calibrate, and program the systems specified herein. Section A-SP (revised 12/15/04) Page 16 of 23 11 He shall furnish cquipmcnt which is thc product of one manufacturcr to thc maximum practical extent. Where this is not practical, all cquipmcnt of a given type will bc thc product of one manufacturer. -- Prior performance at thc O. N. Stevens Watcr Treatment Plant will bc used in evaluating which Contractor or subcontractor programs thc new work for this Projcct. 4, The Contractor shall produce all fillcd out programming blocks rcquircd to show thc programming as nccdcd and rcquircd, 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 programming phase. The attached sheet is an example and is not intended to show all of the rcquircd sheets. The Contractor will provide all programming blocks used. Trenching Requirements All trenching for this project at the O. N. Stevens Water Treatment plant shall be performed using a backhoc or hand digging due— e be allowed on the project. 1: 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 1: City Engineer or his designated representative. b- Reproducibles: In addition to the rcquircd copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, Con 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. Cf. 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. Section A-5P (revised 12/15/04) Page 17 of 23 I 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. " Under "Ceneral Provisions and Requirements for Municipal Construction Contracts", B 6 15 Arrangement and Chargc for Water Furnished by the City, add the following: "Thc Contractor must comply with thc City of Corpus Christi's Watcr Conservation and Drought Contingency Plan as amended (thc "Plan") . This includes implementing water conservation measures established for changing conditions. The City meeting. Thc Contractor will keep a copy of thc Plan on thc Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8-9. A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non- perishable materials delivered to the Project worksite unless the Contractor provides 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. • ' •• ' -_ - -= o __ . ' -_ =:- t be GeFrelii-ctcd-eii days for which an ozone advisory has been issued, except for repairs. Thc City Engineer will notify Contractor proposal. A-42 OSHA Rules 6 Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. I Section A-SP (revised 12/15/04) Page 18 of 23 I C A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: 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. C 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. 1: e-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. 1: (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. 1: The Contractor shall be responsible for the disposal of water used for testing, disinfection and linc flushing in an approved manner. Contaminants in thc water, particularly high levels of chlorine, will be used for disinfection, and may cxcced thc permissible limits for discharge into wetlands or environmentally sensitive areas. These a*e-regulated by numerous agencies such as TNRCC, EPA, etc. It will be the Contracter's- contaminated water. Section A-SP (revised 12/15/04) Page 19 of 23 C A-47 Prc-Construction Exploratory Excavations (7/5/00) NOT USED JI Prior to any construction whatever on the project, Contractor shall excavate and expose the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and arc within tcn feet (10' ) of proposed 31 pipelines of thc project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 fcct O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 fcct maximum O.C. I I Contractor shall thcn prepare a report and submit it to the City for approval indicating thc Owner of pipclincs excavated and surveyed, as well as thc approximate station thereof, distance to thc pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on thc project until all exploratory Enginccr and until Contractor rcccivc3 Engincer'3 approval of rcport. Exploratory excavations shall be paid for en a lump sum basis. Any pavement repair 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 JI 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. 31 Contractor shall coordinate his work with AEP and inform AEP 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 the Contractor or any other individual or entity." I Section A-SP (revised 12/15/04) Page 20 of 23 3 1: A-50 Amended Prosecution and Progress 1: 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 1: change order to the contract." The following paragraph modifies Paragraph B 2 7 - Preparation of Proposal, of thc General Provisions: The bidder has the option of submitting a computer generated print out, in licu of, thc (including any additive or deductive alternates) contained on Proposal Sheets (3 THRU 10 OF 13) . If thc Contractor chooses to submit a print out, thc print out shall be accompanied by properly completed proposal pages 1, 2, 11, 12, and 13. A "sample" print out is shown in Attachmcnt 1. In addition, the print out will contain thc following statement and signature, after thc last bid item: NN (Contractor) herewith certifies 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 Information from this print out. (Contractor) acknowledges and agrees that the Total Bid Amount shown will be read as Its Total Bid and further agrees that the official Total this print out by the respective estimated quantities shown in the Proposal (Column II) and then totaling the extended amounts. (Signature) (Title) (Date) " A-52 Value Engineering The Contractor's attention is directed to paragraph B-4-5 Value Engineering Incentive 1: 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. 1: In other words, the Contractor shall complete it's proposal to the best of it's ability, as currently provided. Section A-SP (revised 12/15/04) Page 21 of 23 A-53 Dust Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or applications of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. This item shall be considered subsidiary to the appropriate bid items where dcwatcring is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berms prior to entering settling prior to entering a storm water conduit or inlet. storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the 31 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 shall coordinate with the City, on all testing. Test will also be performed as each new ar a of construction is started. Another option for disposal of groundwater by the contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer system or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a ease by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Pre treatment Coordinator at 826 1817 to obtain a "no cost" permit from the Wastewater Department. The City will pay for any water short trench then record water level shortly after completion, allow to cit over night, record how long it takes to fill to original level and overnight level. I I I I Section A-SP (revised 12/15/04) Page 22 of 23 I C SUBMITTAL TRANSMITTAL FORM PROJECT: PARKS ADA ACCESS 6-9 & 13-17 OWNER: CITY OF CORPUS CHRISTI, TEXAS ENGINEER: DAVID AMBRIZ CONTRACTOR: BARCOM COMMERCIAL, INC. SUBMITTAL DATE: - SUBMITTAL NUMBER: - C APPLICABLE SPECIFICATION OF DRAWING SUBMITTAL C C C C C C C I Section A-SP (revised 12/15/04) Page 23 of 23 I C r AGREEMENT C THE STATE OF TEXAS § COUNTY OF NUECES § I THIS AGREEMENT is entered into this 13TH day of March , 2014, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Barcom Commercial, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $226.418.74 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: PARKS ADA ACCESS 6-9 & 13-17 JOB ORDER CONTRACT (RFP 2012-02) PROJECT NO. E12042 TOTAL AMOUNT: $226,41877471 0 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. L Page 1 of 3 Rev.Apr-2013 C L I Contractor shall indemnify, save harmless and defend the City of Corpus Christi in accordance with General Provision B-6-11 and Special Provision A-26 of the General and Special Provisions and Requirements for Municipal Construction Contracts of the City of Corpus Christi, Texas. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 60 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. I C C I C I Page 2 of 3 Rev.Apr-2013 I C C CITY OF CORPUS CHRISTI APPROVED AS TO LEGAL FORM: h By: By: Daniel Biles, P.E. Asst. City A orney Executive Director of Capital Programs Funding Source: See Attached C CONTRACTOR ATTEST: (If Corporation) Barcom Commercial, Inc. BYQaG'n! (Seal Below) �r � Title: ;k e c: ■ a €4 k (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) C RECEIVED i; E_12D42C LBYTIk 4-613-9--own, C C Page 3 of 3 Rev.Apr-2013 I C JOC Project E12042-Parks ADA Access 6-9 _ Location Cost Account Fund Org. Description Funds C #7-Almanza $11,154.01 550060 4720 21313 $ 11,154.01 100% C $0.00 $ 11,154.01 100% C Location Cost Account Fund Org. Description Funds #6-Crestmont $ 23,303.00 C550060 4720 21380 $ 596.16 3% 21329 $ 774.31 3% E 21313 $ 14,852.71 64% 21634 $ 6,090.00 26% 21300 $ 989.82 4% $ - $ 23,303.00 100% Location Cost Account Fund Org. Description Funds #8-Kingston $ 31,042.79 550060 4720 21667 $ 20,863.13 67% 550060 4720 21332 $ 7,396.80 24% 550060 4720 21313 $ 2,782.86 9% C C $ - $ 31,042.79 100% Location Cost Account Fund Org. Description Funds #9-Westchester $ 21,709.21 550060 4720 21326 $ 21,709.21 100% 0% $ - $ 21,709.21 100% Location Cost Account Fund Org. Description Funds TOTAL $ 87,209.01 100% I C JOC Project E12042-Parks ADA Access 13-17 Location Cost Account Fund Org. Description Funds % C #13-Greenwood Demo $67,683.66 550060 4720 21300 $ 67,683.66 49% #14-Caswell $13,459.78 550060 4720 21300 $ 13,459.78 10% #15-Edgewood $8,702.09 550060 4720 21300 $ 8,702.09 13% C #16-Cuiper $33,679.93 550060 4720 21300 $ 33,679.93 24% #17-Sam Houston $15,684.23 550060 4720 21300 $ 15,684.23 11% CTOTAL 13-17 $139,209.69 $ 139,209.69 100% TOTAL 6-9 $87,209.01 TOTAL 6-9&13-17 $226,418.701 C C C C C C C C C C I L C 1 BARCOMCOMMERCIAL.Inc. • Ni i<.v (((NI n<IRA( II�R Proposal December 18,2013 Proposal # 16364- revised E-Mail: TO: City of Corpus Christi — Engineering Department PROJECT: ADA improvements Attn: Gracie Mesa 1201 Leopard St Corpus Christi, TX 78401 We propose to furnish labor and material to perform the following: Price to include: We will demo existing curb and gutter at selected parks to accommodate new handicap ramps with truncated domes. Demo existing walkways in selected parks and replace with new walkways that meet ADA requirements. All new walkways will be 5. wide. Demo existing pavilion located at Greenwood park, strip parking lot and install signage selected locations. Existing soils that are excavated to allow for new sidewalks will be used to back till against new walkways. All remaining material not used for back fill will he hauled off site. Pricing is based on site visits with Barcom,City Engineering and Parks and Rec department. The price per park is broken down for funding sources only but all parks are to be included in the overall scope of work. Westchester $21,709.21 Curb cuts in 2 locations, walkway from landing to basketball court, walkway to drinking fountain and picnic table,walk way to existing play area, install concrete walkway around drinking fountain Greenwood with demolished Pavilion $67,683.66 Demo existing pavilion,replace concrete between parking lot and swimming pool, remove sidewalk to existing pavilion,stripe van accessible parking spaces at pool location and playground area with required signage E Casewell $ 13,459.78 Install walkway to park bench and pad at bench including area for wheel chair Edgewood $ 8,702.09 Install public sidewalk across form curb ramp to bleachers, and a concrete pad to set the existing bleachers on. (furnish and install of bleachers are not included) Cuiper $33,679.93 Cut curb in 2 locations to allow for ADA access, install a walkway across the park to connect existing sidewalk,pour pad for relocated bench Sam Houston $ 15,684.23 Curb cut in 1 location, replace walkway leading into the park, remove drinking fountain and pad, install a landing pad that connects to old walkway, install walkway to basketball court. Crestmont $ 23,303.00 Adjust existing picnic table, install concrete pad around table and install walkway from picnic table to the pavilion. Install walkway form sidewalk to basketball court, remove broken section of public sidewalk along Crestmont and replace 5826 BEAR LANE CORPUS CHRISTI.TEXAS 784115 TELEPHONE:(361)851-1000•FAX:(361)851-1717 Vaww.harcnm.cc I C Almanza $ 11,154.01 install concrete walkway from sidewalk to basketball court, install concrete pad around covered picnic tables, and with new walk way. Kingston $31,042.79 install concrete walkway from landing to shade structure C Price to exclude We exclude, Permits and inspections from development services. Testing of any kind on material or densities. Note: Please allow 10 days to mobilize, and 150 business days to complete the above scope of work. final layout of walkways will need to he done prior to start of construction. C TOTAL AMOUNT OF PROPOSAL: $226,418.70 Two Twenty Six Thousand Four Hundred Nineteen and 671100 Respectfully submitted, BARCOM COMMERCIAL, INC. Aticir Maori Justin McComb Project Manager JM This proposal is void if not accepted in writing 30 days after this date; however, when executed by both parties, it shall become the contract for the services described above. Signed: Date: C 5826 BEAR LANE CORPLS CHRISTI.TEXAS 784115 fL I EPHONE (361)851-11Kf11•FAX:(361)851-1717 ww11.barcom.ec I r", Irwm rill rot PRI roll rill To II Ir 11 PPM rig rim rug rem rig FPI% rim re" rat Preliminary Estimate, by estimates BARCOM Barcom Commercial Inc.-Justin McComb Barcom Commercial Inc. 2009 Corpus Christi,TX JOC -2009 Corpus Christi,TX JOC-First Option - 1/01/2010 to 12/31/2010 ADA imporvments for Parks and Rec-16364 Estimator:Justin McComb weschester Division Summary(MF04) 01-General Requirements $3,588.50 26-Electrical 02-Existing Conditions 51,232.00 27-Communications 03-Concrete $10,545.05 28-Electronic Safety and Security 04-Masonry 31-Earthwork $1,311.50 05-Metals 32-Exterior Improvements 06-Wood,Plastics,and Composites $380.00 33-Utilities 07-Thermal and Moisture Protection 34-Transportation 08-Openings 35-Waterway and Marine Transportation 09-Finishes $224.80 41-Material Processing and Handling Equipment 10-Specialties _ 44-Pollution Control Equipment 11-Equipment 46-Water and Wastewater Equipment 12-Furnishings 48-Electric Power Generation 13-Special Construction Alternates $7,512.90 14-Conveying Equipment Trades 21-Fire Suppression Assemblies 22-Plumbing FMR 23-Heating,Ventilating,and Air-Conditioning(HVAC) MF04 Total(Without totalling components) $24,794.75 Totalling Components Priced Line Items $24,990.85 2010 Corpus Christi JOC Nonpriced Muftiphier (1.1200%) RSMeans CORPUS CHRISTI,TX CCI 201301.81.10% $(4.723.27) 2010 Corpus Christi JOC Bond (2.5000%) $512.01 2010 Corpus Christi JOC Priced Multiplier (1.0500%) $212.81 2010 Corpus Christi JOC Permit (3.5000%) $716.81 Nonpriced Line Items 2010 Corpus Christi JOC Permit Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: $5,977.02 Total Priced Items: 22 $24,794.75 Labor: $14,619.33 Total Non-Priced Items: 0 $0.00 0.00% Equipment: $4,198.40 Other $0.00 22 $24,794.75 Laborhours: 113.40 Green Line Items:4 $3,944.90 Grand Total $21,709.21 Printed 20 MAR 2014 11:11AM v2.62 Page 1 of 4 ADA imporvments for Parks and Rec-16364 rim rim ram rem rim rm. rim rm rim rom rm rom urn 1,"11 Fog r91 rwsil Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb Totalling Component Details Description Item Count Applicable Amount Applied Amount Applied Result Balance Priced Line Items 22 $24,794.75 $24,990.85 $24.794.75 Included in Total.Yes Type: Total,Master Format Type MF04 Values. Total Includes.Priced Filtering(none) RSMeans CORPUS CHRISTI,TX CCI 2013Q1,81.10% $24.794.75 (18.9000)% $(4,723.27) $20,108.54 Included in Total:Yes Type: RSMeans CCI(Protect Level) RSMeans CORPUS CHRISTI.TX CCI 2013Q1.81.10% Subtotal based on 1 Hems.'Priced Line Items" — 2010 Corpus Christi JOC Priced Multiplier $20,108.54 1.0500% $212.81 $20.319.68 Included in Total:Yes Type: Percentage Subtotal based on 2 items"Pnced Line Items","RSMeans CORPUS CHRISTI.TX CCI(Current)" Nonpriced Line Items $20,319.68 Included in Total'Yes Type. Total,Mister Format Type MF04 Values: Total Includes'Non Priced Filtering.(none) . — 2010 Corpus Christi JOC Nonpriced Multiphier 1.1200% $20,319.68 Included in Total:Yes Type: Percentage Subtotal based on 1 items"Nonpnced Line Items" 2010 Corpus Christi JOC Bond $20,319.68 2.5000% $512.01 $20,827.67 induced in Total.Yes Type: Percentage Subtotal based on 5 items."2010 Corpus Chnsti JOC Nonpnced Multrphier."2010 Corpus Christi JOC Priced Multiplier."Nonpriced Line Items",'Priced Line Items"."RSMeans CORPUS CHRISTI.TX CCI(Current)" 2010 Corpus Christi JOC Permit $20,319.68 3.5000% $716.81 $21,538.86 Included in Total:Yes Type. Percentage Subtotal based on 5 items:"2010 Corpus Chnse JOC Nonpnced Multiphier"."2010 Corpus Chnsb JOC Priced Multiplier."Nonpricel Line Items"."Priced Line Items"."RSMeans CORPUS CHRISTI.TX CCI(Current)" 2010 Corpus Christi JOC Permit Fee $21.538.86 Included in Total.Yes Type' Amount(Estimate Level) Note: It appears that at least one of these totalling components is set to"Amount is at Estimate Level". This can cause some of the Project totalling components that share the same characteristics to have the appearance of not adding up correctly on this detailed report page. Printed 20 MAR 2014 11:11 AM v2.62 Page 2 of 4 ADA imporvments for Parks and Rec-16364 V, r", rail rem rim ran rev re, rim rim romme Brom rim rim rum rm rim rom rim, Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb weschester Item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-54-33-10-2650-2 Rent per day for concrete equipment rental,without operators,saw,concrete,self Ea. 1.0000 $98.50 $98.50 RSMIOFAC p E. O&P propelled,gas,30 H.P. 2 01-54-33-20-0460-3 Rent per week for earthwork equipment rental,without operators.backhoe-loader,Ea. 2.0000 $1,050.50 $2,101.00 ESM12F C p 80 H.P.,1-1/4 C.Y.capacity 3 01-54-33-20-4897-3 Rent per week for earthwork equipment rental,without operators,skid steer Ea. 2.0000 $532.00 $1,064.00 RSM10FAC p E. O&P loader,attachment,concrete hammer 4 01-54-36-50-0020 Mobilization,up to 25 mile haul distance,50 miles round trip for mobilization or Ea. 2.0000 $258.00 $516.00 RSMIOFAC p demobilization crew,dozer,loader,backhoe,excavator,grader,paver,roller,70 L E. O&P to 150 H.P. Mobilization&Demob.of the Back-hoe,and bobcat 01 -General Requirements Total $3,779.50 02-Existing Conditions 5 02-41-13-17-5500 Demolish,remove pavement and curb,excludes hauling and disposal fees, C.Y. 3.0000 $154.00 $462.00 RSM10FAC P concrete,7"to 24"thick,reinforced L.E. O&P 6 02-41-19-23-0725 Selective demolition,rubbish handling,the following are to be added to the Week 1.0000 $770.00 $770.00 RASMIIOF C P demolition prices,dumpster,weekly rental,includes one dump per week,20 C.Y. capacity,8 tons cost for removing concrete 02-Existing Conditions Total $1,232.00 03-Concrete 7 03-11-13-65-3050 Forms in place.slab on grade,includes erecting,bracing,stripping and cleaning, SFCA 300.0000 $5.40 $1,620.00 RSM10FAC p edge forms,wood.4 use,on grade,7"to 12"high M,L. O&P 8 03-21-05-10-3800 Rebar accessories,subgrade chairs,#4 bar head,3-1/2"high C 16.0000 $45.50 $728.00 RSM10FAC p Gm.M O8P 9 03-21-10-60-0602 Reinforcing in place,50 to 60 ton lots,A615 Grade 60,includes labor,but not Lb. 2,100.0000 $1.04 $2,184.00 RSM10FAC P material cost,to install accessories,slab on grade,#3 to#7 Gm.M L 08P 10 03-21-10-60-0602-2000 Reinforcing in place,unloading and sorting,add to above(Modified using Ton 1.0000 $50.50 $50.50 RSM1OFAC p 03-21-10-60-2000) Gm.L.E. O&P 11 03-21-10-60-2500 Reinforcing in place,50 to 60 ton lots,A615 Grade 60,dowels,smooth dowels, Ea. 100.0000 $9.80 $980.00 RSM1OFAC p 12"long,1/4"or 3/8"diameter Gm.M.L. O&P 12 03-21-10-60-2610 Reinforcing in place,dowel sleeves for cast in place concrete,2-part system. Ea. 100.0000 $3.69 $369.00 RSM1OFAC p sleeve base,plastic,for 5/8"smooth dowel sleeve,fasten to edge form M.L O&P 13 03-31-05-35-0150 Normal weight concrete,ready mix,delivered,includes local aggregate,sand, C.Y. 25.0000 $107.00 $2,675.00 RSMIOFAC p portland cement,and water,excludes all additives and treatments,3000 PSI M. O&P 14 03-31-05-70-4600 Placing concrete,includes labor and equipment to place,strike off and C.V. 25.0000 $16.75 $418.75 RSMIOFAC p consolidate,slab on grade,over 6"thick,direct chute L.E. 0&P Printed 20 MAR 2014 11:11AM v2.62 Page 3 of 4 ADA imporvments for Parks and Rec-16364 rmy roil rosy rims rim rim ren re, riii pm roti rim mom rimy rig rim rim rem FR" Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb weschester 03-Concrete Item Description UM Quantity Unit Cost Total Book 15 03-35-29-30-0150 Finishing floors,finishing requires that concrete first be placed,struck off and S.F. 1,650.0000 $0.77 $1,270.50 RSM10FAC p consolidated,basic finishing for various unspecified flatwork,bull float,manual L D&P float,and broom finish,with edging and joints 16 03-39-23-13-0300 Chemical compound membrane concrete curing,sprayed membrane curing C.S.F. 16.0000 $15.90 $254.40 RSM10FAC p compound M,L. 08P 03-Concrete Total $10,550.15 06-Wood, Plastics, and Composites 17 06-22-13-40-4200 Moldings,exterior,verge board,sterling pine,1"x 6" L.F. 100.0000 $3.80 $380.00 RSMO9FAC P M,L. 08P 06-Wood, Plastics, and Composites Total $380.00 09-Finishes 18 09-63-13-10-0540 Miscellaneous brick flooring,pavers,8"x 4". 1-3/8"to 1-3/4"thick,red S.F. 16.0000 $14.05 $224.80 RSM1oFAC P (2.4)'2=16.00 M L. 06P 09-Finishes Total $224.80 31 -Earthwork 19 31-22-16-10-9100 Finish grading,minimum labor/equipment charge,machine grading Job 1.0000 $825.00 $825.00 RSM10FAC p L.E. 08P 20 31-23-23-2D-1312 Hauling,excavated or borrow,loose cubic yards,excluding loading equipment. L.C.Y. 35.0000 $13.90 $486.50 RSM10FAC P including hauling,waiting,loading and dumping,time per cycle(wait.load,travel, L E O&P unload or dump and return),12 C.Y.truck,50 MPH average,20 minute wait to load and unload,cycle 40 miles Hauling to site-cushion sand 31 -Earthwork Total $1,311.50 Alternates 21 06-22-13-40-4200-4700-1 Moldings,exterior,for redwood him,add(Modified using 06-22-13-40-4700) L.F. 100.0000 $2.70 $270.00 CUSTOM p 22 crew B-11 M equipment oporator for back hoe,skid steer Day 5.0000 $1.448.58 $7,242.90 CUSTOM P L. B Alternates Total $7,512.90 Estimate Grand Total 21,538.86 Printed 20 MAR 2014 11:11AM v2.62 Page 4 o+4 ADA imporvments for Parks and Rec-16364 rmi Irmf limill 1014 rim rev rim ralm ram rim irom rim rim rim rim rm ram rim rim, Preliminary Estimate, by line item BARCOM Justin McComb Barcom Commercial Inc. 2009 Corpus Christi,TX JOC -2009 Corpus Christi,TX JOC-First Option - 1101/2010 to 12/31/2010 ADA imporvments for Parks and Rec-16364 Estimator: Justin McComb GREEIJ DJOO A Summary of tagged estimates... Division Summary(MF04) 01-General Requirements $5,483.50 26-Electrical 02-Existing Conditions $42,992.00 27-Communications — 03-Concrete $17,084.15 28-Electronic Safety and Security 04-Masonry 31-Earthwork _ - $1,033.50 05-Metals 32-Exterior Improvements $511.65 06-Wood,Plastics,and Composites $1,520.00 33-Utilities 07-Thermal and Moisture Protection 34-Transportation 08-Openings _ __ 35-Waterway and Marine Transportation 09-Finishes 41-Material Processing and Handling Equipment 10-Specialties $662.50 44-Pollution Control Equipment 11-Equipment 46-Water and Wastewater Equipment 12-Furnishings 48-Electric Power Generation 13-Special Construction Alternates $8,322.90 14-Conveying Equipment Trades - 21-Fire Suppression _ Assemblies 22-Plumbing FMR 23-Heating,Ventilating,and Air-Conditioning(HVAC) • MF04 Total(Without totalling components) $77,610.20 Totalling Components Pnced Line Items $77,914.95 2010 Corpus Christi JOC Nonpriced Multiphier (1.1200%) RSMeans CORPUS CHRISTI,TX CCI 201301,81.10% $(14,725.93) 2010 Corpus Christi JOC Bond (2.5000%) $1,596.31 2010 Corpus Christi JOC Priced Multiplier (1.0500%) $663.49 2010 Corpus Christi.IOC Permit (3.5000%) $2,234.84 Nonpriced Line Items 2010 Corpus Christi JOC Permit Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: $11,947.71 Total Priced Items: 29 $77,610.20 Labor: $51,806.24 Total Non-Priced Items: 0 $0.00 0.00% Equi ment: $13,766.25 Other: $90.00 29 $77,610.20 La borhours: 742.21 Green Line Items:4 $3,932.75 Grand Total $67,683.66 Printed 20 MAR 2014 11:20AM v2.62 Page 1 of 4 ADA imporvments for Parks and Rec-16364 rill ! i Preliminary Estimate, by line item Estimator:Justin McComb Combined estimates... Item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-54-33-10-2650-2 Rent per day for concrete equipment rental,without operators,saw,concrete,self Ea. 5.0000 $98.50 $492.50 RSM10FAC p E O&P propelled,gas,30 H.P. 2 01-54-33-20-0460-4 Rent per month for earthwork equipment rental,without operators. Ea. 1.0000 $3,162.50 $3,162.50 E I2F C P backhoe-loader,80 H.P.,1-1/4 C.Y.capacity included in drive way price,if work is done at the same time 3 01-54-33-20-4897-4 Rent per month for earthwork equipment rental,without operators,skid steer Ea. 1.0000 $1,600.00 $1,600.00 RSM10FAC p E O&P loader,attachment,concrete hammer include in driveway if work is done at the same time. 4 01-54-36-50-0020 Mobilization,up 10 25 mile haul distance,50 miles round trip for mobilization or Ea. 2.0000 $258.00 $516.00 RSM10FAC P demobilization crew,dozer,loader,backhoe,excavator,grader,paver,roller,70 L E. O&P to 150 H.P. Mobilization&Demob.of the Back-hoe,bobcat 01 -General Requirements Total $6,771.00 02-Existing Conditions 5 02-32-19-10-1030 Test pits,auger borings,hand auger,includes samples L.F. 2.5000 $36.00 $90.00 ROS&MP10FAC p Hole to place handicap sign post 6 02-41-13-17-5500 Demolish,remove pavement and curb,excludes hauling and disposa fees, C.Y. 103.0000 $154.00 $15,862.00 RSM10FAC P L 0&P concrete,7"to 24"thick,reinforced . 7 02-41-19-16-1050 Selective demolition,cutout,excludes loading and disposal,concrete,elevated C.F. 500.0000 $51.00 $25,500.00 RSN 2FAC P L O&P slab,bar reinforced,over 6 C.F. 8 02-41-19-23-0725 Selective demolition,rubbish handling,the following are to be added 10 the Week 2.0000 $770.00 $1,540.00 RSM10FAC P M. O&P demolition prices,dumpster,weekly rental.includes one dump per week.20 C.Y. capacity,8 tons cost for removing concrete 02-Existing Conditions Total $42,992.00 03-Concrete 9 03-11-13-65-3050 Forms in place,slab on grade,includes erecting,bracing,stripping and cleaning. SFCA 600.0000 $5.40 $3,240.00 RSM10FAC p M,L. O&P edge forms,wood,4 use,on grade,7"to 12"high 10 03-21-05-10-3800 Rebar accessories,subgrade chairs,#4 bar head,3-1/2"high C 5.0000 $45.50 $227.50 RSM10FAC P Gm.M. O&P 11 03-21-10-60-0602 Reinforcing in place,50 to 60 ton lots,A615 Grade 60,includes labor,but not Lb. 2,100.0000 $1.04 $2,184.00 RSM10FAC P Gm material cost,to install accessories,slab on grade,#3 to#7 .M.L O&P . 12 03-21-10-60-0602-2000 Reinforcing in place.unloading and sorting,add to above(Modified using Ton 1.0000 $50.50 $50.50 RSM10FAC P 03-21-10-60-2000) Gm,L.E. O&P 13 03-21-10-60-2500 Reinforcing in place,50 to 60 ton lots,A615 Grade 60,dowels,smooth dowels, Ea. 150.0000 $9.80 $1,470.00 RSM10FAC p 12"long,1/4"or 3/8"diameter Gm M.L. O&P Printed 20 MAR 2014 11:20AM v2.62 Page 2 of 4 ADA imporvments for Parks and Rec-16364 rm", r-ii rim FRI rig, um, immi row! ran rn rill rg, rail roll rig rum -. Preliminary Estimate, by line item Estimator:Justin McComb Combined estimates... 03-Concrete Item Description UM Quantity Unit Cost Total Book 14 03-21-10-60-2610 Reinforcing in place,dowel sleeves for cast in place concrete,2-part system, Ea. 150.0000 $3.69 $553.50 RSMIOFAC p sleeve base,plastic,for 5/8"smooth dowel sleeve.fasten to edge form M.L O&P 15 03-31-05-35-0150 Normal weight concrete,ready mix,delivered,includes local aggregate.sand, C.Y. 60.0000 $107.00 $6,420.00 RSM1OFAC p portland cement,and water,excludes all additives and treatments,3000 PSI M, O&P 16 03-31-05-70-4600 Placing concrete,includes labor and equipment to place,strike off and C.Y. 60.0000 $16.75 $1,005.00 RSMIOFAC p consolidate,slab on grade,over 6"thick,direct chute L.E. O&P 17 03-35-29-30-0150 Finishing floors,finishing requires that concrete first be placed,struck off and S.F. 2,100.0000 $0.77 $1.617.00 RSM10FAC p consolidated,basic finishing for various unspecified flatwork,bull float manual L o&P float,and broom finish,with edging and joints 18 03-39-23-13-0300 Chemical compound membrane concrete curing,sprayed membrane curing C.S.F. 21.0000 $15.90 $333.90 RSM10FAC p M.L. O&P compound 03-Concrete Total $17,101.40 06-Wood, Plastics, and Composites 19 06-22-13-40-4200 Moldings,exterior,verge board,sterling pine,1"x 6" L.F. 400.0000 $3.80 $1,520.00 RSM09FAC p M.L. 08P 06-Wood, Plastics, and Composites Total $1,520.00 09-Finishes 20 09-69-13-10-1500 Access floors,handrail,2 rail,aluminum L.F. 0.0000 $146.00 RSMI2FAC P M.L. O8P 09-Finishes Total $0.00 10-Specialties 21 10-14-53-20-0600 Traffic signs,guide and directional signs,12"x 18",reflectorized Ea. 5.0000 $83.00 $415.00 RSM10FAC P Al L.E O8P 22 10-14-53-20-0600-1500 Traffic signs,add to above for steel posts,galvanized,10'-0"upright,bolted Ea. 5.0000 $49.50 $247.50 RSMIOFAC p (Modified using 10-14-53-20-1500) Al L.E O&P 10-Specialties Total $662.50 31 -Earthwork 23 31-22-16-10-9100 Finish grading,minimum labor/equipment charge,machine grading Job 1.0000 $825.00 $825.00 RSM10FAC P L.E. 08P 24 31-23-23-20-1312 Hauling,excavated or borrow,loose cubic yards,excluding loading equipment, L.C.Y. 15.0000 $13.90 $208.50 RSM10FAC p including hauling,waiting,loading and dumping,time per cycle(wait,load,travel, L.E. O&P unload or dump and return),12 C.Y.truck,50 MPH average.20 minute wait to load and unload,cycle 40 miles Hauling to site-cushion sand Printed 20 MAR 2014 11:20AM v2.62 Page 3 of 4 ADA imporvments for Parks and Rec-16364 r"-ii ri-ii, rill rail rum" roil rimy rime rimy iril Irwl 1", Iro II rii ri, rimy rim; rimy rill Preliminary Estimate, by line item Estimator:Justin McComb Combined estimates... 31-Earthwork Item Description UM Quantity Unit Cost Total Book 31 -Earthwork Total $1,033.50 32-Exterior Improvements 25 32-17-23-13-0620 Painted pavement markings,acrylic waterborne,arrows or gore lines S.F. 200.0000 $2.18 $436.00 RSMIOFAC p M.L.E 08 26 32-17-23-14-0790 Pavement parking markings,layout of pavement marking L.F. 90.0000 $0.06 $5.40 RSMIOFAC p L.E. 08P 27 32-17-23-14-0800 Pavement parking markings,lines on pavement,parking stall,paint,white,4" Stall 5.0000 $14.05 $70.25 RSM10FAC p wide M.L.E. O8P 32-Exterior Improvements Total $511.65 Alternates 28 06-22-13-40-4200-4700-1 Moldings.exterior,for redwood trim,add(Modified using 06-22-13-40-4700) L.F. 400.0000 $2.70 $1,080.00 CUSTOM p 29 crew B-11 M equipment oporator for back hoe.skid steer Day 5.0000 $1,448.58 $7,242.90`USTgOM p Alternates Total $8,322.90 Estimate Grand Total 67,683.66 Printed 20 MAR 2014 1120AM v2.62 Page 4 of 4 ADA imporvments for Parks and Rec-16364 rm., r" rill rimy roll re, rum, ray Preliminary Estimate, by estimates BARCOM Barcom Commercial Inc.-Justin McComb t:i�,r•.rnc,:i.d.1•,. Barcom Commercial Inc. 2009 Corpus Christi,TX JOC-2009 Corpus Christi,TX JOC ADA imporvments for Parks and Rec-16364 Justin McComb _ Caswell Estimator: Justin McComb Division Summary(MF04) 01-General Requirements $2,197.00 26-Electrical _ 02-Existing_Conditions__- $1,232.00 27-Communications - 03-Concrete $3,616.90 28-Electronic Safety and Security 04-Masonry— 31 -Earthwork - - ---- -- - - - 05-Metals 32-Exterior Improvements 06-Wood.Plastics,and Composites - $190.00 33-Utilities_._ 07-Thermal and M oisture Protection 34-Transportation -- 08-Openings 35-Waterway and Marine Transportation _. - 09-Finishes 41-Material Processing and Handling Equipment - - -- - - _ _ 10-Specialties 44-Pollution Control Equipment 1 p 46-Water and Wastewater Equipment 11_Equipment -- - - - _ 12-Furnishings 48_Electric Power Generation _ 13-Special Construction _-_-_ Attemates $7.377.90 -- 14 Conveying Equipment _ Trades___ 21 Assemblies-__ 22-Fire Suppression — ---- -- _ (15,494.40 22-Plumbing _ ___ ___ MF04 Bare Total(Without totalling components) _ ___ 23-Heating.Ventilating,and Air-Conditioning(HVAC)___ Totalling Components Priced Line Items _$15,494.40 2010 Corpus Christ JOC Nonpriced Multiphier (1.1200%) _ __ - - _ -- ---- $317.45 RSMeans CORPUS CHRISTI,TX CCI 201301,81.10% — $(2,928.44) 2010 Corpus Christ JOC Bond(2.5000%) _ $131.94 2010 Cows Christi JOC Permit (3.5000%) $444.43 2010 Corpus Christi JOC Priced Multiplier (1.05 00%) - - - -- - Nonpriced Line Items 2010 Corpus Christi JOC Permit Fee(E) " Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: $2,384.15 Total Priced Items: 21 $15,494.40 Labor: $10.577.87 Total Non-Priced Items: 0_ $0.00 0.00% $2,434.34 Othuipment: $9804 21 $15.494.40 La ee or:L 51.71 Green Line ne Items:4 $1.106.00 Gr Grand Total 513,459.78 Printed 15 MAY 2013 8:47AM Page 1 of 3 ADA imporvments for Parks and Rec-16364 IF°'°w'' rime 11.91 Irml IF", ir, rill IP" roll raw" roil rim/ roil rim, r, r-, rim, Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Justin McComb caswell item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-54-33-10-2650.2 Rent per day for concrete equipment rental,without operators,saw,concrete,self Ea. 1.0000 $98.50 $98.50 ESM100OFPC P propelled,gas.30 H.P. ------ RSMI2FAC P E. o 2F 2 01-54-33-20-0460-3 Rent per week for earthwork equipment rental,without operators. Ea. 1.0000 $1,050.50 $1,050.5 backhoe-loader,80 H.P.,1-1/4 C.Y.capacity RSMIOFAC p 3 01-54-33-20-4897-3 Rent per week for earthwork equipment rental,without operators,skid steer Ea. 1.0000 $532.00 $532.00 E oaP loader,attachment,concrete hammer - _. -- -- RSMIOFAC p 4 01-54-36-50-0020 Mobilization,up to 25 mile haul distance,50 miles round trip for mobilization or Ea. 2.0000 $258.00 $516.00 t E OW demobilization crew,dozer,loader,backhoe,excavator,grader,paver,roller.70 to 150 H.P. Mobilization&Demob.of the Back-hoe,and bobcat $2,197.00 01 -General Requirements Total 02-Existing Conditions p 5 02-41-13-17-5500 Demolish,remove pavement and curb,excludes hauling and disposal fees. C.Y. 3.0000 $154.00 $462.00 E, OW concrete,7"to 24"thick,reinforced 6 02-41-19-23-0725 Selective demolition,rubbish handling,the following are to be added to the Week 1.0000 $770.00 $770.00 RSM1orAC p M. OW demolition prices,dumpster,weekly rental,includes one dump per week,20 C.Y. capacity,8 tons cost for removing concrete 02-Existing Conditions Total $1,232.00 03-Concrete 7 03-11-13-65-3050 Forms in place,slab on grade,includes erecting,bracing.stripping and cleaning. SFCA 150.0000 $5.40 $810.00 RSM,OFAC P p gr g. 9 M.L. OW edge forms,wood.4 use,on grade,7"to 12"high 1.0000 $45.50 $45.50 RSM+OFAC P 8 03-21-05-10-3800 Rebar accessories,subgrade chairs.#4 bar head.3-1/2"high C Gm.M. OW 9 03-21-10-60-0602 Reinforcing in place,50 to 60 ton lots.A615 Grade 60.includes labor,but not Lb. 500.0000 $1.04 $520.00 SM1OFA .0 OW p material cost,to install accessories,slab on grade.#3 to#7 -- 10 03-21-10-60-0602-2000 Reinforcing in place.unloading and sorting.add to above(Modified using Ton 1.0000 $50.50 $50.50 RSMIOFAc G 1_,E. oaP• 03-21-10-60-2000) ---- 11 03-21-10-60-2500 Reinforcing in place,50 to 60 ton lots,A615 Grade 60.dowels.smooth dowels, Ea. 50.0000 $9.80 $490.00 RSMIOFAC P Gm.M.L. OW long, 1/4"or 3/8"diameter 12 03-21-10-60-2610 Reinforcing in place,dowel sleeves for cast in place concrete,2-part system, Ea. 50.0000 $3.69 $184.50 MMI0FAc P sleeve base,plastic,for 5/8"smooth dowel sleeve,fasten to edge form 13 03-31-05-35-0150 Normal weight concrete,ready mix,delivered,includes local aggregate,sand, C.Y. 9.0000 $107.00 $963.00 RSM10FAC P poMand cement,and water,excludes all additives and treatments.3000 PSI _ - . _. Printed 15 MAY 2013 8:47AM Page 2 of 3 ADA imporvments for Parks and Rec-16364 rst rem" ems row ray elm rs, rev riNi rill room rill risi IP 491 rwl re, root rwil roi Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Justin McComb caswell 03-Concrete Item Description UM Quantity Unit Cost Total Book 14 03-31-05-70-4600 Placing concrete,includes labor and equipment to place,strike off and C.Y. 9.0000 $16.75 $150.75 RSMIOFAC p consolidate,slab on grade,over 6"thick,direct chute L.E. o&P 15 03-35-29-30-0150 Finishing foors,finishing requires that concrete first be placed,struck off and S.F. 430.0000 $0.77 $331.10 RSMIOFAC p consolidated,basic finishing for various unspecified flatwork.bull float,manual L. o&P float,and broom finish,with edging and joints 16 03-39-23-13-0300 Chemical compound membrane concrete curing,sprayed membrane curing C.S.F. 4.5000 $15.90 $71.55 RSM1OFAC p compound M.L. O&P 03-Concrete Total $3,616.90 06-Wood, Plastics, and Composites 17 06-22-13-40-4200 Moldings.exterior,verge board,sterling pine. 1"x 6" L.F. 50.0000 $3.80 $190.00 RSMO9FAC p M.L. 08P 06-Wood, Plastics,and Composites Total $190.00 31 -Earthwork 18 31-22-16-10-9100 Finish grading,minimum labor/equipment charge.machine grading Job 1.0000 $825.00 $825.00 RSMIOFAC p L.E. O&P 19 31-23-23-20-1312 Hauling,excavated or borrow,loose cubic yards,excluding loading equipment, L.C.Y. 4.0000 513.90 $55.60 RSM1OFAC p including haulin waiting,loading and dumping,time cycle(wait,load,travel, L.E. O&P 9 9• ng• n9 P� 9• per Y unload or dump and return), 12 C.Y.truck,50 MPH average.20 minute wait to load and unload.cycle 40 miles Hauling to site cushion sand 31 -Earthwork Total $880.60 Alternates 20 06-22-13-40-4200-4700-1 Moldings,exterior,for redwood trim,add(Modified using 06-22-13-40-4700) L.F. 50.0000 $2.70 $135.00 CUSTOM p M 21 crew B-11 M equipment oporator for back hoe.skid steer Day 5.0000 $1,448.58 $7,242.90 CUSTOM p L. e Alternates Total $7,377.90 Estimate Grand Total 13,459.78 I Printed 15 MAY 2013 8:47AM Page 3 of 3 ADA imporvments for Parks and Rec-16364 el Preliminary Estimate, by estimates BARCOM Barcom Commercial Inc.-Justin McComb . , �, °. .d. 1•., Barcom Commercial Inc. 2009 Corpus Christi,TX JOC-2009 Corpus Christi,TX JOC ADA imporvments for Parks and Rec-16364 Justin McComb Estimator:Justin McComb edgewood Division Summary(MF04) 01-General Requirements $2,098.50 26-Electrical 02-Existing_Conditions 27-Communications 0.--Concrete $2,584.30 28-Electronic Safety and Security 04-Masonry 31-Earthwork $924.00 05-Metals 32-Exterior Improvements 06-Wood.Plastics,and Composites $38.00 33-Utilities 07-Thermal and Moisture Protection 34-Transportation 08-Openings 35-Waterway and Marine Transportation 09-Finishes 41 -Material Processing and Handling Equipment 10-Specialties 44 Pollution Control Equipment 11-Equipment __ 46-Water and Wastewater Equipment 12-Furnishings 48-Electric Power Generation_ 13-Special Construction Alternates 4,372.74 14-Conveying Equipment Trades 21 -Fire Suppression Assemblies__ 22-Plumbing - - MF04 Bare Total(Without totalling components) $10,017.54 23-Heating,Ventilating,and Air-Conditioning(HVAC) Totalling Components Priced Line Items -_ $10.017.54 2010 Corpus Christi JOC Nonpriced Multiphier (1.1200%) _ RSMeans CORPUS CHRISTI,TX CCI 201301,81.10% $(1.893.32) 2010 Corpus Christi JOC Bond (2.5000%) $205.24 2010 Corpus Christi JOC Priced Multiplier (1.0500%) $85.30 2010 Corpus Christi JOC Permit (3.5000%) $287.33 N--- Nonpriced Line Items 2010 Corpus Christi JOC Permit Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: $1,206.98 Total Priced Items: 19 $10.017.54 Labor: $6,519.67 Total Non-Priced Items: 0 $0.00 0.00% Equipment: $2,193.45 Other: $97.44 19 $10,017.54 Laborhours: 34.47 Green Line Items:4 $823.95 Grand Total $8,702.09 Printed 15 MAY 2013 8:47AM Page 1 of 3 ADA imporvments for Parks and Rec-16364 • Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Justin McComb edgewood Item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-54-33-20-0460-3 Rent per week for earthwork equipment rental,without operators, Ea. 1.0000 $1,050.50 $1.050.50 ESM12F c P OAP backhoe-loader,80 H.P..1-1/4 C.Y.capacity 2 01-54-33-20-4897-3 Rent per week for earthwork equipment rental,without operators,skid steer Ea. 1.0000 $532.00 $532.00 RSM106 AC P L.loader,attachment,concrete hammer 3 01-54-36-50-0020 Mobilization,up to 25 mile haul distance.50 miles round trip for mobilization or Ea. 2.0000 $258.00 $516.00 RSM1OFAC P L.E. O&P demobilization crew,dozer,loader,backhoe,excavator,grader.paver.roller,70 to 150 H.P. Mobilization&Demob.of the Back-hoe,bobcat 01 -General Requirements Total $2,098.50 03-Concrete 4 03-11-13-65-3050 Forms in place,slab on grade.includes erecting,bracing.stripping and cleaning, SFCA 100.0000 $5.40 $540.00 RSM10FAC p M.L. 06P edge forms,wood.4 use,on grade,7"to 12"high - 5 03-21-05-10-3800 Rebar accessories,subgrade chairs,#4 bar head.3-112"high C 1.0000 $45.50 $45.50 RSM1OFAC P Gm M. 06P 6 03-21-10-60-0602 Reinforcing in place.50 to 60 ton lots,A615 Grade 60.includes labor.but not Lb. 630.0000 $1.04 $655.20 RSMIOFAC p Gm.M.L. 0615 material cost,to install accessories.slab on grade.#3 to#7 -- _ _ 7 03-21-10-60-0602-2000 Reinforcing in place,unloading and sorting.add to above(Modified using Ton 0.5000 $50.50 $25.25 RSM1OFAC p crn.L.E. 0615 03-21-10-60-2000) 8 03-21-10-60-2500 Reinforcing in place,50 to 60 ton lots.A615 Grade 60.dowels,smooth dowels. Ea. 10.0000 $9.80 $98.00 RSMIDFAC p Grn.M.L 06P 12"long,1/4"or 3/8"diameter 9 03-21-10-60-2610 Reinforcing in place,dowel sleeves for cast in place concrete.2-part system. Ea. 10.0000 $3.69 $36.90 RSM1OF C p sleeve base,plastic,for 5/8"smooth dowel sleeve,fasten to edge form 10 03-31-05-35-0150 Normal weight concrete,ready mix,delivered,includes local aggregate,sand, C.Y. 7.0000 $107.00 $749.00 M M�P C p portland cement.and water,excludes all additives and treatments.3000 PSI 11 03-31-05-70-4600 Placing concrete.includes labor and equipment to place,strike off and C.Y 7.0000 $16.75 $117.25 RSE 1OFAC p P consolidate,slab on grade.over 6"thick.direct chute L. 12 03-35-29-30-0150 Finishing floors,finishing requires that concrete first be placed,struck off and S.F. 350.0000 $0.77 $269.50 RSM1OFAC P consolidated.basic finishing for various unspecified flatwork.bull float.manual L. OSP float,and broom finish,with edging and joints price to trowel,clean joints and broom finish driveway and sidewalk 13 03-39-23-13-0300 Chemical compound membrane concrete curing,sprayed membrane curing C.S.F. 3.0000 $15.90 $47.70 RsimorAC P M.L. 0615 compound 03-Concrete Total $2,584.30 06-Wood, Plastics, and Composites Printed 15 MAY 2013 8:47AM Page 2 of 3 ADA imporvments for Parks and Rec-16364 rmi r" en! ri, egg rri row/ rimy es" r., FRI rs, re, r..44 r—ii rim, emit - . r Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Justin McComb edgewood 06-Wood.Plastics,and Composites Item Description UM Quantity Unit Cost Total Book 14 06-22-13-40-4200 Moldings.exterior,verge board,sterling pine 1"x 6" L.F. 10.0000 $3.80 $38.00 RSMO9FAC P M.L. O8P 06-Wood,Plastics, and Composites Total $38.00 31 - Earthwork 15 31-22-16-10-1020 Finish grading,fine grade,for large parking lots S.Y. 15.0000 $1.04 $15.60 RSM1OFAC P l F. OAP 16 31-22-16-10-9100 Finish grading.minimum labor/equipment charge,machine grading Job 1.0000 $825.00 $825.00 HSMIOFAC P L.E. OEP 17 31-23-23-20-1312 Hauling,excavated or borrow.loose cubic yards,excluding loading equipment, L.C.Y. 6.0000 813.90 $83.40 RSM1oFAC P including hauling,waiting,loading and dumping,time per cycle(wait,load,travel. L.E. o&P unload or dump and return),12 C.Y.truck.50 MPH average.20 minute wait to load and unload,cycle 40 miles Hauling to site cushion sand 31 -Earthwork Total $924.00 Alternates 18 06-22-13-40-4200-4700-1 Moldings.exterior,for redwood trim.add(Modified using 06-22-13-40-4700) L.F 10.0000 $2.70 $27.00 CUSTOM P M 19 crew B-11M equipment oporator for back hoe,skid steer Day 3.0000 $1.448.58 $4.345.74 custom P L. e Alternates Total $4,372.74 Estimate Grand Total 8,702.09 Printed 15 MAY 2013 8:47AM Page 3 of 3 ADA imporvments for Parks and Rec-16364 r`" Rim, Preliminary Estimate, by estimates BARCOM , . Barcom Commercial Inc.-Justin McComb Barcom Commercial Inc. 2009 Corpus Christi,TX JOC -2009 Corpus Christi,TX JOC-First Option - 1/01/2010 to 12/31/2010 ADA imporvments for Parks and Rec-16364 Estimator:Justin McComb cupier Division Summary(MF04) 01-General Requirements $5,188.00 26-Electrical 02-Existing Conditions $1,078.00 27-Communications 03-Concrete $15,390.80 28-Electronic Safety and Security 04-Masonry 31-Earthwork $1,033.50 05-Metals 32-Exterior Improvements 06-Wood,Plastics,and Composites $760.00 33-Utilities 07-Thermal and Moisture Protection 34-Transportation 08-Openings 35-Waterway and Marine Transportation 09-Finishes 41-Material Processing and Handling Equipment 10-Specialties 44-Pollution Control Equipment 11-Equipment _ 46-Water and Wastewater Equipment 12-Furnishings 48-Electric Power Generation 13-Special Construction Alternates $15,025.80 14-Conveying Equipment Trades 21-Fire Suppression Assemblies 22-Plumbing FMR 23-Heating,Ventilating,and Air-Conditioning(HVAC) MF04 Total(Without totalling components) $38,476.10 Totalling Components Priced Line Items $38,771.10 2010 Corpus Christi JOC Nonpriced Multiphier (1.1200%) RSMeans CORPUS CHRISTI,TX CCI 2013Q1,81.10% $(7,327.74) 2010 Corpus Christi JOC Bond (2.5000%) $794.34 2010 Corpus Christi JOC Priced Multiplier (1.0500%) $330.16 2010 Corpus Christi JOC Permit (3.5000%) $1,112.07 Nonpriced Line Items 2010 Corpus Christi JOC Permit Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: $7,567.92 Total Priced Items: 21 $38,476.10 Labor: $25,329.63 Total Non-Priced Items: 0 $0.00 0.00% Equipment: $5,578.55 --- — Other: $0.00 21 $38,476.10 Laborhours: 160.75 Green Line Items:4 $6,677.50 Grand Total $33,679.93 Printed 20 MAR 2014 11:10AM v2.62 Page 1 of 4 ADA imporvments for Parks and Rec-16364 , roil rim, roof rill 11"41 Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb Totalling Component Details Description Item Count Applicable Amount Applied Amount Applied Result Balance Priced Line Items 21 $38,476.10 $38,771.10 $38,476.10 Included in Total:Yes Type Total,Master Formal Type.MF04 Values: Total Includes:Priced Filtering.(none) RSMeans CORPUS CHRISTI,TX CCI 201301,81.10% $38.476.10 (18.9000)% $(7,327.74) $31,204.12 Included in Total.Yes Type: RSMeans CCI(Project Level) RSMeans CORPUS CHRISTI.TX CCI 201301,81.10% Subtotal based on 1 items.'Pnced Line Items" 2010 Corpus Christi JOC Priced Multiplier $31,204.12 1.0500% $330.16 $31,531.76 Included in Total:Yes Type Percentage Subtotal based on 2 items"Priced Line Items"."RSMeans CORPUS CHRISTI.TX CCI(Current)" Nonpriced Line Items $31,531.76 Included in Total:Yes Type Total,Master Format Type MF04 Values. Total Includes Non Priced Filtering:(none) 2010 Corpus Christi JOC Nonpriced Multiphier 1.1200% $31,531.76 Included in Total:Yes Type Percentage Subtotal based on 1 items.'Nonpnced Line Items" 2010 Corpus Christi JOC Bond $31,531.76 2.5000% $794.34 $32,320.05 Included in Total:Yes Type: Percentage Subtotal based on 5 Hems'2010 Corpus Christi JOC Nonpnced Multiphase'."2010 Corpus Chnsti JOC Priced Multplier.'Nonpnced Line Items'."Priced Line Items"."RSMeans CORPUS CHRISTI,TX CCI(Current)" 2010 Corpus Christi JOC Permit $31,531.76 3.5000% $1,112.07 $33,423.66 Included in Total:Yes Type Percentage Subtotal based on 5 items."2010 Corpus Christi JOC Nonpnced Mulephier"."2010 Corpus Christi JOC Priced Multiplier'.'Nonpnced Line Items"."Priced Line Items"."RSMeans CORPUS CHRISTI.TX CCI(Current)" 2010 Corpus Christi JOC Permit Fee $33,423.66 Included in Total Yes Type Amount(Estimate Level) Note:It appears that at least one of these totalling components is set to"Amount is at Estimate Level". This can cause some of the Project totalling components that share the same characteristics to have the appearance of not adding up correctly on this detailed report page. Printed 20 MAR 2014 11:10AM v2.62 Page 2 of 4 ADA imporvments for Parks and Rec-16364 IC"' CI i i Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Justin McComb cupier Item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-54-33-10-2650-2 Rent per day for concrete equipment rental,without operators,saw,concrete,self Ea. 2.0000 $98.50 $197.00 RSMIOFAC p E. O8P propelled,gas,30 H.P. 2 01-54-33-20-0460-4 Rent per month for earthwork equipment rental,without operators, Ea. 1.0000 $3,162.50 $3,162.50 RSM12FAC p backhoe-loader,80 H.P.,1-1/4 C.Y.capacity E. O&P included in drive way price,if work is done at the same time 3 01-54-33-20-4897-4 Rent per month for earthwork equipment rental,without operators,skid steer Ea. 1.0000 $1,600.00 $1,600.00 RSM10FAC p loader,attachment,concrete hammer E. OW include in driveway if work is done at the same time. 4 01-54-36-50-0020 Mobilization,up to 25 mile haul distance,50 miles round trip for mobilization or Ea. 2.0000 $258.00 $516.00 RSMIOFAC p demobilization crew,dozer,loader,backhoe,excavator,grader.paver,roller.70 L E OW to 150 H.P. Mobilization&Demob.of the Back-hoe,2 drum roller,grader 01 -General Requirements Total $5,475.50 02-Existing Conditions 5 02-41-13-17-5500 Demolish,remove pavement and curb.excludes hauling and disposal fees, C.Y. 2.0000 $154.00 $308.00 RSMIOFAC p concrete,7"to 24"thick,reinforced L E. 08P 6 02-41-19-23-0725 Selective demolition,rubbish handling,the following are to be added to the Week 1.0000 $770.00 $770.00 RSMIOFAC p demolition prices,dumpster,weekly rental,includes one dump per week,20 C.Y. M. O&P capacity,8 tons cost for removing concrete 02-Existing Conditions Total $1,078.00 03-Concrete 7 03-11-13-65-3050 Forms in place,slab on grade,includes erecting,bracing,stripping and cleaning, SFCA 500.0000 $5.40 $2,700.00 RSM10FAC p edge forms,wood.4 use,on grade.7"to 12"high M L OW 8 03-21-05-10-3800 Reber accessories,subgrade chairs,#4 bar head,3-1/2"high C 10.0000 $45.50 $455.00 RSM10FAC p Gm.M. OW 9 03-21-10-60-0602 Reinforcing in place,50 to 60 ton lots,A615 Grade 60,includes labor.but not Lb. 4,000.0000 $1.04 $4,160.00 RSM10FAC p material cost.to install accessories,slab on grade,#3 to#7 Gm.M,L 08P 10 03-21-10-60-0602-2000 Reinforcing in place,unloading and sorting,add to above(Modified using Ton 2.0000 $50.50 $101.00 RSM10FAC p E. 08P 03-21-10-60-2000) Gm L. 11 03-21-10-60-2500 Reinforcing in place,50 to 60 ton lots,A615 Grade 60,dowels,smooth dowels, Ea. 200.0000 $9.80 $1,960.00 RSMIOFAC p 12"long,1/4"or 3/8"diameter Gm M.L OW 12 03-21-10-60-2610 Reinforcing in place,dowel sleeves for cast in place concrete,2-part system, Ea. 200.0000 $3.69 $738.00 RSM10FAC p sleeve base,plastic,for 5/8"smooth dowel sleeve,fasten to edge form M L. o&P 13 03-31-05-35-0150 Normal weight concrete,ready mix,delivered.includes local aggregate,sand, C.Y. 30.0000 $107.00 $3,210.00 RSMIOFAC p portland cement,and water,excludes all additives and treatments,3000 PSI M OW Printed 20 MAR 2014 11:10AM v2.62 Page 3 of 4 ADA imporvments for Parks and Rec-16364 • Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Justin McComb cupier 03-Concrete Item Description UM Quantity Unit Cost Total Book 14 03-31-05-70-4600 Placing concrete,includes labor and equipment to place.strike off and C.Y. 30.0000 $16.75 $502.50 RSMIOFAC p consolidate,slab on grade,over 6"thick,direct chute L E. 08P 15 03-35-29-30-0150 Finishing floors,finishing requires that concrete first be placed,struck off and S.F. 2.000.0000 $0.77 $1,540.00 RSM1OFAC p consolidated,basic finishing for various unspecified flatwork,bull float,manual L o&P float,and broom finish,with edging and joints price to trowel,clean joints and broom finish driveway and sidewalk 16 03-39-23-13-0300 Chemical compound membrane concrete curing,sprayed membrane curing C.S.F. 2.0000 $15.90 $31.80 RSM1OFAC p compound M.L 08P 03-Concrete Total $15,398.30 06-Wood, Plastics,and Composites 17 06-22-13-40-4200 Moldings,exterior,verge board,sterling pine,1"x 6" L.F. 200.0000 $3.80 $760.00 RSMO9FAC p Expansion Joints for drive way M.L. 08P 06-Wood, Plastics, and Composites Total $780.00 31 -Earthwork 18 31-22-16-10-9100 Finish grading,minimum labor/equipment charge,machine grading Job 1.0000 $825.00 $825.00 RSMIOFAC p LE 08P 19 31-23-23-20-1312 Hauling,excavated or borrow,loose cubic yards,excluding loading equipment, L.C.Y. 15.0000 $13.90 $208.50 RSM1OFAC p including hauling,waiting,loading and dumping,time per cycle(wait,load,travel, L.E. O&P unload or dump and return),12 C.Y.truck,50 MPH average,20 minute wait to load and unload,cycle 40 miles Hauling to site-common fill 31 -Earthwork Total $1,033.50 Alternates 20 06-22-13-40-4200-4700-1 Moldings,exterior,for redwood trim,add(Modified using 06-22-13-40-4700) L.F. 200.0000 $2.70 $540.00 CUSTOM p M 21 crew B-11M equipment oporator for back hoe,skid steer Day 10.0000 $1,448.58 $14,485.80 CUSTOM p L B Alternates Total $15,025.80 Estimate Grand Total 33,423.66 Printed 20 MAR 2014 11:10AM v2.62 Page 4 of 4 ADA imporvments for Parks and Rec-16364 r-'M c'* i iii rmi roil- Preliminary Estimate, by estimates BARCOM t:,,•r.nc Barcom Commercial Inc.-Justin McComb Barcom Commercial Inc. 2009 Corpus Christi,TX JOC-2009 Corpus Christi,TX JOC ADA imporvments for Parks and Rec-16364 Justin McComb Estimator: Justin McComb sam houston Division Summary(MF04) 01 -General Requirements $3,247.50 26-Electrical 02-Existing Conditions $3,234.00 27-Communications 03-Concrete- $3,255.10 28-Electronic Safety and Security_ 04-Masonry_— _ 31-Earthwork $880.60 05-Metals _ 32-Exterior Improvements 06-Wood,Plastics.and Composites _ $114.00 33-Utilities 07-Thermal and Moisture Protection 34-Transportation 08-Openings _._ 35-Waterway and Marine Transportation 09-Finishes —__ 41 -Material Processing and Handling Equipment 10-Saecialties 44-Pollution Control Equipment 11-Equipment 46-Water and Wastewater Equipment 12-Furnishings _ 48-Electric Power Generation 13-Special Construction Alternates __— - _ $7,323.90 14-Conveying Equipment Trades 21-Fire Suppression_ - _ Assemblies 22-Plumbing __ MF04 Bare Total(Without totalling components) _ $18,055.10 23-Heating,Ventilating,and Air-Conditioning(HVAC)_ Totalling Components Priced Line Items $18,055.10 2010 Corpus Christi JOC Nonpriced Multiphier 11.1200%) RSMeans CORPUS CHRISTI,TX CCI 201301.81.10/° ° $(3,412.41) 2010 Corpus Christi JOC Bond (2,5000% $369.91 2010 Comas Christi JOC Priced Multiplier (1.0500%) $153.75 2010 Corpus Christi JOC Permit (3.5000%) $517.88 Nonpriced Line Items 2010 Corpus Christi JOC Permit Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: $2,440.71 Total Priced Items: 21 $18,055.10 Labor: $11,333.39 Total Non-Priced Items: 0 $0.00 0.00% Equipment: $4,087.15 Other: $193.85 21 $18.055.10 Laborhours: 65.16 Green Line Items:4 $993.80 Grand Total $15,684.23 Printed 15 MAY 2013 8:47AM Page 1 of 3 ADA imporvments for Parks and Rec-16364 r14 r'"'` !-il Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb sam houston Item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-54-33-10-2650-2 Rent per day for concrete equipment rental,without operators.saw.concrete,self Ea. 1.0000 $98.50 $98.50 RSM10FAC p propelled,gas,30 H.P. E. O&P 2 01-54-33-20-0460-3 Rent per week for earthwork equipment rental,without operators. Ea. 2.0000 $1,050.50 $2,101.00 RSM17FAC. p backhoe-loader,80 H.P.. 1-1/4 C.Y.capacity E. o&P 3 01-54-33-20-4897-3 Rent per week for earthwork equipment rental,without operators,skid steer Ea. 1.0000 $532-00 $532.00 RSM1OFAC p loader,attachment,concrete hammer E. o&P 4 01-54-36-50-0020 Mobilization,up to 25 mile haul distance,50 miles round trip for mobilization or Ea. 2.0000 $258.00 $516.00 RSMIOFAC P demobilization crew,dozer,loader,backhoe.excavator,grader,paver,roller.70 L.E OW to 150 H.P. Mobilization&Demob.of the Back-hoe,bobcat 01 -General Requirements Total $3,247.50 02- Existing Conditions 5 02-41-13-17-5500 Demolish,remove pavement and curb,excludes hauling and disposal fees, C.Y. 16.0000 $154.00 $2.464.00 RSMIOFAC p concrete.7"to 24"thick,reinforced L.c OW 6 02-41-19-23-0725 Selective demolition,rubbish handling,the following are to be added to the Week 1.0000 $770.00 $770.00 RSM10FAC p demolition prices,dumpster,weekly rental.includes one dump per week,20 C.Y. M 08P capacity.8 tons cost for removing concrete 02-Existing Conditions Total $3,234.00 03- Concrete 7 03-11-13-65-3050 Forms In place,slab on grade,includes erecting.bracing,stripping and cleaning. SFCA 150.0000 $5.40 $810.00 RSM1OFAC p edge fors.wood.4 use,on grade.7"to 12"high M.L. O&P 8 03-21-05-10-3800 Rebar accessories,subgrade chairs,#4 bar head,3-1/2"high C 1.0000 $45.50 $45.50 RSMIOFAC P ,--- Gm.M. OW 9 03-21-10-60-0602 Reinforcing in place.50 to 60 ton lots.A615 Grade 60.includes labor,but not Lb. 600.0000 $1.04 $624.00 RSMIOFAC p material cost,to install accessories,slab on grade,#3 to#7 Gm.M.L. OW 10 03-21-10-60-0602-2000 Reinforcing in place,unloading and sorting.add to above(Modified using Ton 0.6000 $50.50 $30.30 RSMIDFAC P 03-21.10-60-2000) Gm.L.E. OW 11 03-21-10-60-2500 Reinforcing in place,50 to 60 ton lots.A615 Grade 60.dowels,smooth dowels. Ea. 30.0000 $9.80 $294.00 RSMIOFAC P 12"long.1/4"or 3/8"diameter Gm.M,L OW 12 03-21-10-60-2610 Reinforcing in place,dowel sleeves for cast in place concrete,2-part system. Ea. 30.0000 $3.69 $110.70 RSM1OFAC p sleeve base.plastic.for 5/8'smooth dowel sleeve,fasten to edge form M.L. OAP 13 03-31-05-35-0150 Normal weight concrete,ready mix,delivered,includes local aggregate,sand. C.Y. 10.0000 $107.00 $1,070.00 RSM1OFAC p portland cement,and water,excludes all additives and treatments.3000 PSI M. OW Printed 15 MAY 2013 8.47AM Page 2 of 3 ADA imporvments for Parks and Rec-16364 Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb sam houston 03-Concrete Item Description UM Quantity Unit Cost Total Book 14 03-31-05-70-4600 Placing concrete.includes labor and equipment to place.strike off and C.Y. 10.0000 $16.75 $167.50 RSMIOFAC p consolidate.slab on grade,over 6"thick,direct chute L.E. 08P 15 03-35-29-30-0150 Finishing floors,finishing requires that concrete first be placed,struck off and S.F. 10.0000 $0.77 $7.70 RSMIOF AC p consolidated.basic finishing for various unspecified flatwork.bull float,manual L. 08P float,and broom finish.with edging and joints 16 03-39-23-13-0300 Chemical compound membrane concrete curing,sprayed membrane curing C.S.F. 6.0000 $15.90 $95.40 RSMIOFAC p compound M.L. O&P 03-Concrete Total $3.255.10 06-Wood, Plastics,and Composites 17 06-22-13-40-4200 Moldings.exterior.verge board,sterling pine. 1"x 6" L.F. 30.0000 $3.80 $114.00 RSMO9FAC p M,L. OSP Expansion Joints for drive way 06-Wood,Plastics,and Composites Total $114.00 31 - Earthwork 18 31-22-16-10-9100 Finish grading,minimum labor/equipment charge.machine grading Job 1.0000 $825.00 $825.00 RSMIOFAC p L.E. OAP 19 31-23-23-20-1312 Hauling,excavated or borrow,loose cubic yards.excluding loading equipment. L.C.Y. 4.0000 $13.90 $55.60 RSMIOFAC p including hauling,waiting.loading and dumping,time per cycle(wait,load,travel. L.E 08P unload or dump and return), 12 C.Y.truck.50 MPH average,20 minute wait to load and unload,cycle 40 miles Hauling to site-cushion sand 31 -Earthwork Total i880.60 Alternates 20 06-22-13-40-4200-4700-1 Moldings,exterior.for redwood trim,add(Modified using 06-22-13-40-4700) L.F. 30.0000 $2.70 $81.00 CUSTOM p 21 crew B-11M equipment oporator for back hoe.skid steer Day 5.0000 $1.448.58 $7.242.90 CUSTOM p ----..-_ L. e Alternates Total $7,323.90 Estimate Grand Total 15,684.23 Printed 15 MAY 2013 8.47AM Page 3 of 3 ADA imporvments for Parks and Rec- 16364 col IP r", r ltd Preliminary Estimate, by estimates BARCOMBarcom Commercial Inc.-Justin McComb Barcom Commercial Inc. 2009 Corpus Christi,TX JOC-2009 Corpus Christi,TX JOC -First Option- 1/01/2010 to 12/31/2010 ADA imporvments for Parks and Rec-16364 Estimator:Justin McComb crestmont Division Summary(MF04) 01-General Requirements $3,588.50 26-Electrical 02-Existing Conditions $1,386.00 27-Communications 03-Concrete $9,879.25 28-Electronic Safety and Security 04-Masonry _ 31-Earthwork $1,033.50 05-Metals 32-Exterior Improvements 06-Wood,Plastics,and Composites S285.00 33-Utilities 07-Thermal and Moisture Protection 34-Transportation 08-Openings 35-Waterway and Marine Transportation 09-Finishes _ $112.40 41-Material Processing and Handling Equipment 10-Specialties 44-Pollution Control Equipment 11-Equipment _ 46-Water and Wastewater Equipment 12-Furnishings 48-Electric Power Generation 13-Special Construction Alternates _ _ $10,342.56 14-Conveying Equipment Trades 21-Fire Suppression Assemblies 22-Plumbing FMR 23-Heating,Ventilating,and Air-Conditioning(HVAC) MF04 Total(Without totalling components) $26,627.21 Totalling Components Priced Line Items $26,825.56 2010 Corpus Christi JOC Nonpriced Multiphier (1.1200%) RSMeans CORPUS CHRISTI,TX CCI 201301,81.10% $(5,070.03) 2010 Corpus Christi JOC Bond (2.5000%) $549.60 2010 Corpus Christi JOC Priced Multiplier (1.0500%) $228.43 2010 Corpus Christi JOC Permit (3.5000%) $769.44 Nonpriced Line Items 2010 Corpus Christi JOC Permit Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: $5,481.09 Total Priced Items: 22 $26,627.21 Labor: $17,061.32 Total Non-Priced Items: 0 $0.00 0.00% Equipment: $4,084.80 Other: $0.00 22 $26,627.21 Laborhours: 105.47 Green Line Items:4 $4,084.85 Grand Total $23,303.00 Printed 20 MAR 2014 11:09AM v2.62 Page 1 of 5 ADA imporvments for Parks and Rec-16364 I "'"" en In Fly en en en Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb Totalling Component Details Description Item Count Applicable Amount Applied Amount Applied Result Balance Priced Line Items 22 $26,627.21 $26.825.56 $26,627.21 Included in Total.Yes Type. Total.Master Format Type.MF04 Values. Total Includes:Priced Filtering:(none) RSMeans CORPUS CHRISTI,TX CCI 2013Q1,81.10°h $26,627.21 (18.9000)% $(5,070.03) $21,594.67 Included in Total:Yes Type RSMeans CCI(Protect Level) RSMeans CORPUS CHRISTI.TX CCI 201301.81.10% Subtotal based on 1 items.'Priced Line Items" 2010 Corpus Christi JOC Priced Multiplier $21,594.67 1.0500% $228.43 $21.821.41 Included in Total:Yes Type Percentage Subtotal based on 2 items."Priced Line Items","RSMeans CORPUS CHRISTI.TX CCI(Current)" Nonpriced Line Items $21,821.41 Included in Total.Yes Type Total.Master Format Type.MF04 Values: Total Includes Non Pnced Filtering:(none) 2010 Corpus Christi JOC Nonpriced Multiphier 1.1200% $21.821.41 Included in Total.Yes Type Percentage Subtotal based on 1 items'Nonpnced Line Items" 2010 Corpus Christi JOC Bond $21,821.41 2.5000% $549.60 $22,366.95 Included in Total Yes Type Percentage Subtotal based on 5 items"2010 Corpus Chnsti JOC Nonpnced Multiphier.'2010 Corpus Christi JOC Priced Multiplier""Nonpnced Line Items"."Priced Line Items" 'RSMeans CORPUS CHRISTI.TX CCI(Current)" 2010 Corpus Christi JOC Permit $21.821.41 3.5000% $769.44 $23.130.70 Included in Total Yes Type Percentage Subtotal based on 5 items:"2010 Corpus Chnsti JOC Nonpnced Multiphier,"2010 Corpus Christi JOC Pnced Multiplier"."Nonpnced Line Items"."Pnced Line Items".'RSMeans CORPUS CHRISTI,TX CCI(Current)" 2010 Corpus Christi JOC Permit Fee $23,130.70 Included in Total:Yes Type Amount(Estimate Level) Note: It appears that at least one of these totalling components is set to"Amount is at Estimate Level". This can cause some of the Project totalling components that share the same characteristics to have the appearance of not adding up correctly on this detailed report page. Printed 20 MAR 2014 11:09AM v2.62 Page 2 of 5 ADA imporvments for Parks and Rec-16364 i " i I ir°"""' i " Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb crestmont Item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-54-33-10-2650-2 Rent per day for concrete equipment rental,without operators,saw,concrete,self Ea. 1.0000 $98.50 $98.50 RSMIOFAC p propelled,gas.30 H.P. E OW 2 01-54-33-20-0460-3 Rent per week for earthwork equipment rental,without operators,backhoe-loader,Ea. 2.0000 $1.050.50 $2,1 01.00 RSM12FAC p E O8P 80 H.P..1-1/4 C.Y.capacity 3 01-54-33-20-4897-3 Rent per week for earthwork equipment rental,without operators,skid steer Ea. 2.0000 $532.00 $1,064,00 RSM10FAC p loader,attachment,concrete hammer E O&P 4 01-54-36-50-0020 Mobilization,up to 25 mile haul distance,50 miles round trip for mobilization or Ea. 2.0000 $258.00 $516.00 RSM10FAC P demobilization crew,dozer,loader,backhoe,excavator,grader,paver,roller,70 L.E O&P to 150 H.P. Mobilization&Demob.of the Back-hoe,bobcat 01 -General Requirements Total $3,779.50 02-Existing Conditions 5 02-41-13-17-5500 Demolish,remove pavement and curb,excludes hauling and disposal fees, C.Y. 4.0000 $154.00 $616.00 RSMIOFAC p concrete,7"to 24"thick,reinforced L E. OW 6 02-41-19-23-0725 Selective demolition,rubbish handling,the following are to be added to the Week 1.0000 $770.00 $770.00 RSMIOFAC p demolition prices,dumpster,weekly rental.includes one dump per week,20 C.Y. M OW capacity,8 tons cost for removing concrete 02-Existing Conditions Total $1,386.00 03-Concrete 7 03-11-13-65-3050 Forms in place,slab on grade,includes erecting,bracing,stripping and cleaning. SFCA 175.0000 $5.40 $945.00 RSM10FAC p edge forms,wood,4 use,on grade,7"to 12"high M.L. OW 8 03-21-05-10-3800 Rebar accessories.subgrade chairs.#4 bar head.3-1/2"high C 1.0000 $45.50 $45.50 RSM1OFAC p Gm M. O8P 9 03-21-10-60-0602 Reinforcing in place,50 to 60 ton lots,A615 Grade 60,includes labor,but not Lb. 3,080.0000 $1.04 $3,203.20 RSM1OFAC p material cost.to install accessories,slab on grade,#3 to#7 Gm M.L 08P 10 03-21-10-60-0602-2000 Reinforcing in place,unloading and sorting,add to above(Modified using Ton 2.0000 $50.50 $101.00 RSM10FAC p 03-21-10-60-2000) Gm L E. O8P 11 03-21-10-60-2500 Reinforcing in place,50 to 60 ton lots,A615 Grade 60,dowels,smooth dowels, Ea. 75.0000 $9.80 $735.00 RSM1OFAC p 12"long,1/4"or 3/8"diameter Gm M.L OW 12 03-21-10-60-2610 Reinforcing in place,dowel sleeves for cast in place concrete,2-part system, Ea. 75.0000 $3.69 $276.75 RSMIOFAC P sleeve base,plastic,for 5/8"smooth dowel sleeve,fasten to edge form M.L. O&P 13 03-31-05-35-0150 Normal weight concrete,ready mix,delivered,includes local aggregate,sand, C.Y. 25.0000 $107.00 $2,675.00 RSM1OFAC p portland cement,and water.excludes all additives and treatments,3000 PSI M. 08.1, 14 03-31-05-70-4600 Placing concrete,includes labor and equipment to place,strike off and C.Y. 25.0000 $16.75 $418.75 RSM1OFAC p consolidate,slab on grade.over 6"thick,direct chute L E OW Printed 20 MAR 2014 11:09AM v2.62 Page 3 of 5 ADA imporvments for Parks and Rec-16364 , Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb crestmont • 03-Concrete Item Description UM Quantity Unit Cost Total Book 15 03-35-29-30-0150 Finishing floors,finishing requires that concrete first be placed,struck off and S.F. 1,600.0000 $0.77 $1,232.00 RSM10FAC p consolidated,basic finishing for various unspecified flatwork,bull float,manual L O&P float,and broom finish.with edging and joints price to trowel,clean joints and broom finish driveway and sidewalk 16 03-39-23-13-0300 Chemical compound membrane concrete curing,sprayed membrane curing C.S.F. 16.0000 $15.90 $254.40 RSM1OFAC p compound M.L. 08P 03-Concrete Total $9,886.60 06 -Wood, Plastics, and Composites 17 06-22-13-40-4200 Moldings,exterior,verge board,sterling pine,1"x 6" L.F. 75.0000 $3.80 $285.00 RSMO9FAC p M 08P Expansion Joints for drive way 06 -Wood, Plastics,and Composites Total $285.00 09-Finishes 18 09-63-13-10-0540 Miscellaneous brick flooring,pavers,8"x 4",1-3/8"to 1-3/4"thick,red S.F. 8.0000 $14.05 $112.40 RSMIOFAC P M L. O8P price includes material and labor to install, to install truncated domes 2"4=8.00 09-Finishes Total $112.40 31 -Earthwork 19 31-22-16-10-9100 Finish grading,minimum labor/equipment charge,machine grading Job 1.0000 $825.00 $825.00 RSMIOFAC p LE 08P 20 31-23-23-20-1312 Hauling,excavated or borrow,loose cubic yards,excluding loading equipment. L.C.Y. 15.0000 $13.90 $208.50 RSM1OFAC p induding hauling,waiting,loading and dumping,time per cycle(wait,load,travel, L E. OSP unload or dump and return),12 C.Y.truck,50 MPH average,20 minute wait to load and unload,cycle 40 miles Hauling to site-cushion sand 31 -Earthwork Total $1,033.50 Alternates 21 06-22-13-40-4200-4700-1 Moldings,exterior,for redwood trim.add(Modified using 06-22-13-40-4700) L.F. 75.0000 $2.70 $202.50 CUSTOM P M 22 crew 8-11M equipment oporator for back hoe,skid steer Day 7.0000 $1,448.58 $10,140.06 CUSTOM P L. B Alternates Total $10,342.56 Printed 20 MAR 2014 11:09AM v2.62 Page 4 of 5 ADA imporvments for Parks and Rec-16364 rot roo riot rot r°, role remo r°1 r", roof co, roil rot co, rolt roof r-o* Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Justin McComb crestmont Item Description UM Quantity Unit Cost Total Book Estimate Grand Total 23,130.70 Printed 20 MAR 2014 11:09AM v2.62 Page 5 of 5 ADA imporvments for Parks and Rec-16364 rim, r--, irif ir, re, i ;11 r rel roll Preliminary Estimate, by estimates Estimator:Justin McComb almanza Division Summary(MF04) 01-General Requirements $2.197.00 26-Electrical 02-Existing Conditions __ $770.00 27-Communications 03-Concrete $4,334.65 28-Electronic Safety and Security 04-Masonry 31-Earthwork $932.70 05-Metals 32-Exterior Improvements 06-Wood,Plastics,and Composites $152.00 33-Utilities 07-Thermal and Moisture Protection 34-Transportation 08-Openings 35-Waterway and Marine Transportation 09-Finishes 41-Material Processing and Handling Equipment 10-Specialties 44-Pollution Control Equipment 11 -Equipment _ 46-Water and Wastewater Equipment 12-Furnishings 48-Electnc Power Generation 13-Special Construction Alternates $4.453.74 14-Conveying Equipment Trades 21-Fire Suppression Assemblies 22-Plumbing MF04 Bare Total(Without totalling components) $12,840.09 2"3--Heating,Ventilating,and Air-Conditioning(HVAC) Totalling Components Priced Line Items $12.840.09 2010 Corpus Christi JOC Nonpriced Multiphier (1.1200%) RSMeans CORPUS CHRISTI.TX CCI 201301,81.10% 5(2.426.78) 2010.Corpus Christi JOC Bond (2.5000%) _ $263.07 2010 Corpus Christi JOC Priced Multiplier (1.0500%) $109.34 2010 Corpus Christi JOC Permit (3.5000%) $368.29 Nonpriced Line Items 2010 Corpus Christi JOC Permit Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: $2,795.04 Total Priced Items: 22 Labor: $7,645.61 $12,840.09 Equipment: $2,300.50 Total Non-Priced Items: 0 $0.00 0.00% Other: $98.94 Laborhours: 51.55 22 $12.840.09 Green Line Items:4 $1,325.95 Estimate Grand Total $11,154.01 Printed 18 DEC 2013 3:43PM Page 2 of 7 ADA im porvments for Parks and Rec-16364 re-4 I-, r-if ri lir, rei ring! row. rill rs, ""! Preliminary Estimate, by estimates Estimator:Justin McComb almanza item Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-54-33-10-2650-2 Rent per day for concrete equipment rental,without operators.saw.concrete.self Ea. 1.0000 $98.50 $98.50 RSMIOFAC p propelled,gas.30 H.P. E OW 2 01-54-33-20-0460-3 Rent per week for earthwork equipment rental.without operators. Ea. 1.0000 $1.050.50 $1.050.50 RSM12FAC p backhoe-loader.80 H.P.. 1-1/4 C.Y.capacity E OW 3 01-54-33-20-4897-3 Rent per week for earthwork equipment rental.without operators,skid steer Ea 1.0000 $532 00 $532.00 RSM1OrAC p loader,attachment,concrete hammer E OW 4 01-54-36-50-0020 Mobilization.up to 25 mile haul distance,50 miles round trip for mobilization or Ea. 2.0000 $258.00 $516.00 RSMIOFAC P demobilization crew,dozer,loader.backhoe,excavator.grader.paver.roller.70 L E O&P to 150 H.P. Mobilization&Demob.of the Back-hoe,bobcat 01 -General Requirements Total $2,197.00 02- Existing Conditions 5 02-41-13-17-5500 Demolish,remove pavement and curb,excludes hauling and disposal fees. C.Y. 0.0000 $154.00 RSMIOFAC p concrete, 7"to 24"thick,reinforced L.E. OW 6 02-41-19-23-0725 Selective demolition,rubbish handling,the following are to be added to the Week 1.0000 $770.00 $770.00 RSMIOFAC P demolition pnces,dumpster,weekly rental,includes one dump per week.20 C.Y. M. OW capacity.8 tons cost for removing concrete 02-Existing Conditions Total $770.00 03-Concrete 7 03-11-13-65-3050 Forms in place,slab on grade,includes erecting,bracing,stripping and cleaning. SFCA 100.0000 $5.40 $540.00 RSM10FAC P edge forms,wood,4 use,on grade.7"to 12"high M.L. 061' 8 03-21-05-10-3800 Rebar accessories,subgrade chairs.#4 bar head,3-112"high C 1.0000 $45.50 $45.50 RSMIOFAC p Grn.M. O&P 9 03-21-10-60-0602 Reinforcing in place,50 to 60 ton lots.A615 Grade 60.includes labor,but not Lb. 830.0000 $1.04 $863.20 RSMIOFAC p material cost,to install accessories.slab on grade.#3 to#7 Crn,M.L. O&P 10 03-21-10-60-0602-2000 Reinforcing in place.unloading and sorting,add to above(Modified using Ton 0.5000 $50.50 $25,25 RSM10FAC p 03-21-10-60-2000) Gm.L.E. OW 11 03-21-10-60-2500 Reinforcing in place.50 to 60 ton lots.A615 Grade 60.dowels.smooth dowels, Ea. 40.0000 $9.80 $392.00 RSMIOFAC p 12"long,1/4"or 3/8"diameter Gm.M.L. OAP 12 03-21-10-60-2610 Reinforcing in place,dowel sleeves for cast in place concrete,2-part system, Ea 40.0000 $3.69 $147.60 RSMIOFAC p sleeve base,plastic,for 5/8"smooth dowel sleeve,fasten to edge form M.L. 06P 13 03-31-05-35-0150 Normal weight concrete,ready mix,delivered.includes local aggregate.sand. C.Y. 12.0000 $107.00 $1.284.00 RSMIOFAC P portland cement,and water,excludes all additives and treatments.3000 PSI M. OW Panted 18 DEC 2013 3:43PM Page 3 of 7 ADA imporvments for Parks and Rec-16364 rile rni it 11'r-ii 11 '—'1 i Preliminary Estimate, by estimates Estimator:Justin McComb 03-Concrete almanza Item Description UM Quantity Unit Cost Total Book 14 03-31-05-70-4600 Placing concrete,includes labor and equipment to place.strike off and C.Y. 12.0000 $16.75 $201.00 RSM1OFAC p consolidate,slab on grade.over 6"thick,direct chute L.E. OW 15 03-35-29-30-0150 Finishing floors,finishing requires that concrete first be placed.struck off and S.F. 900.0000 $0.77 $693.00 RSMIOFAC p consolidated,basic finishing for various unspecified flatwork.bull float.manual L 08P float,and broom finish,with edging and joints price to trowel.dean joints and broom finish driveway and sidewalk 16 03-39-23-13-0300 Chemical compound membrane concrete curing.sprayed membrane curing C.S.F. 9.0000 $15.90 $143.10 RSM1OFAC; p -- __compound M L. osP 03-Concrete Total $4,334.65 06-Wood, Plastics, and Composites 17 06-22-13-40-4200 Moldings,exterior,verge board,sterling pine. 1"x 6" L.F. 40.0000 $3.80 $152.00 R^U9FAC p Expansion Joints for drive way M.L. OSP 06-Wood,Plastics,and Composites Total $152.00 31 - Earthwork 18 31-22-16-10-1020 Finish grading,fine grade,for large parking lots S.Y. 10.0000 $1.04 $10.40 RSM1oFAr p L E. 08P 19 31-22-16-10-9100 Finish grading,minimum labor/equipment charge,machine grading Job 1.0000 $825.00 $825.00 RsM1OrAC P L.E. op 20 31-23-23-20-1312 Hauling,excavated or borrow,loose cubic yards.excluding loading equipment, L.C.Y. 7.0000 $13.90 $97.30 RSMIOFAC p including hauling,waiting,loading and dumping,time per cycle(wait,load.travel. L.E. OaP unload or dump and return),12 C.Y.truck.50 MPH average.20 minute wait to load and unload,cycle 40 miles Hauling to site-common fill 31 -Earthwork Total $932.70 Alternates 21 06-22-13-40-4200-4700-1 Moldings.exterior.for redwood trim,add(Modified using 06-22-13-40-4700) L.F. 40.0000 $2.70 $108.00 CUSTOM P M 22 crew B-11M equipment oporator for back hoe.skid steer Day 3.0000 $1.448.58 $4,345.74 CUSTOM — L. B P Alternates Total $4,453.74 Estimate Grand Total 11,154.01 Printed 18 DEC 2013 3:43PM Page 4 of 7 ADA imporvments for Parks and Rec- 16364 r-1 or-41 rw, rum" r-ii, r-li rirl ir, irwif r", ir, row" rwat r-11 Imr, ri, Preliminary Estimate, by estimates �� C.r,mmer;to. 1,,; Barcom Commercial Inc.-Justin McComb Barcom Commercial Inc. 2009 Corpus Christi,TX JOC-2009 Corpus Christi,TX JOC ADA imporvments for Parks and Rec-16364 Justin McComb Estimator:Justin McComb kingston Division Summary(MF04) 01-General Requirements _ $5.4.75.50 26-Electrical 02-Exiet N Conditions __ 27-Communications 03-Concrete _ $12.581.45 28-Electronic Safety and Security 04-Masonry 31 -Earthwork $964.00 05-Metals 32-Exterior Improvements 06-Wood.Plastics,and Composites $456.00 33-Utilities 07-Thermal and Moisture Protection 34-Transportation 08 Openings _ 35-Waterway_and Marine Transportation 09 Finishes 41-Material Processing and Handling Equipment 10-Specialties _ 44-Pollution Control Equipment 11 -Equipment _ 46-Water and Wastewater Equipment 12-Furnishings _ __ 48-Electric Power Generation 13-Special Construction Alternates $16.258.38 14-Conveying Equipment Trades 21-Fire Suppression _ Assemblies 22-Plumbing MFO4 Bare Total(Without totalling components) $35,735.33 23-Heating,Ventilating,and Air-Conditioning(HVAC) _ Totalling Components Priced Line Items $35,735.33 2010 Corpus Christi JOC Nonpriced Multiphier (1.1200%) RSMeans CORPUS CHRISTI,TX CCI 201301,81.10% $(6,,753.98) 2010 Corpus Christi JOC Bond (2.5000%) $732.14 2010 Corpus Christi JOC Priced Multiplier (1.0500%) ___ $304.30 2010 Corpus Christi JOC Permit (3.5000%) $1.025.00 Nonpriced Line Items _ 2010 Corpus Christi JOC Permit Fee(E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Material: $6,793.39 Total Priced Items: 21 $35,735.33 Labor: $23,224.80 Total Non-Priced Items: 0 $0.00 0.00% Equipment: $5,416.15 Other: $300.99 Laborhours: 11069 21 $35.735.33 Green Line Items:4 $2,923.00 Grand Total $31,042.79 Printed 18 DEC 2013 4:02PM Page 1 of 4 ADA imporvments for Parks and Rec-16364 r-P ! 1 FP" 1R"""Ir illb ' 1 Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb Totalling Component Details Description Item Count Applicable Amount Applied Amount Applied Result Balance Priced Line Items 21 $35.735.33 Included in Total-Yes $35.735.33 $35.735.33 Type- Total.Master Formal Type-MFO4 Values. Total Includes:Priced Filtering:(none) RSMeans CORPUS CHRISTI,TX CCI 201301,81.10% $35.735.33 (18.9000)% $(6.753.98) $28.981.35 Included in Total:Yes Type: RSMeans CCI(Protect Level) RSMeans CORPUS CHRISTI.TX CCI 201301.81 10% Subtotal based on 1 items:'Priced Line Items' 2010 Corpus Christi JOC Priced Multiplier $28.981.35 1.0500% $304.30 Included in Total.Yes $29.285.65 Type Percentage Subtotal based on 2 items:"Priced Line Items-.'RSMeans CORPUS CHRISTI.TX CCI(Current)' Nonpriced Line Items Included in Total:Yes $29.285.65 Type: Total Master Formal Type MF04 Values: Total Includes:Non Priced Filtering:(none) 2010 Corpus Christi JOC Nonpriced Multiphier 1.1200 Included in Total:Yes $29.285.65 Type' Percentage Subtotal based on 1 Items:'Haartpmed Line Items' 2010 Corpus Christi JOC Bond $29,285.65 2.5000% $732.14 Included in Total'Yes $30.07 7.79 Type- Percentage Subtotal based on 5 items:'2010 Corpus Christi JOC Nonpnced Mulbpmer".'2010 Corpus Chnsti JOC Priced Multimer,'honpnced Line Items'.'Priced Line Items'.'RSMeans CORPUS CHRISTI.TX CCI(Current:- 2010 Corpus Christi JOC Permit $29.285.65 3.5000% $1.025.00 Included m Total:Yes $37,042.79 In Type: Percentage Subtotal based on 5 ilenia '2010 Corpus Chrrsb JOC Nonpriced M.mphier".'2010 Corpus Christi JOC Priced Mulbpte:.'Nonpriced Line Items" "Priced Line Items'."RSMeans CORPUS CHRISTI.TX CCI ICurrentl' 2010 Corpus Christi JOC Permit Fee Included in Total-Yes $31.042.79 Type' Amount(EStimale Level Note: It appears that at least one of these totalling components is set to"Amount is at Estimate Level". This can cause some of the Project totalling components that share the same characteristics to have the appearance of not adding up correctly on this detailed report page. Printed 18 DEC 2013 4:02PM Page 2 of 4 ADA imporvments for Parks and Rec- 16364 ril ram' FR, li"'", t""`"'' " if"""' ilk"'"' Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Justin McComb - -- kings ton Item_ Description UM Quantity Unit Cost Total Book 01 -General Requirements 1 01-54-33-10-2650-2 Rent per day for concrete equipment rental,without operators,saw,concrete,self Ea. 2.0000 $98.50 $197.00 RSMIOFAC propelled,gas.30 H.P. P - C 08P 2 01-54-33-20-0460-4 Rent per month for earthwork equipment rental.without operators. Ea. 1.0000 $3,162.50 $3,162.50 RSM12FAC P backhoe-loader,80 H.P.,1-1/4 C.Y.capacity E. o&P included in drive way price,if work is done at the same lime 3 01-54-33-20-4897-4 Rent per month for earthwork equipment rental,without operators.skid steer Ea. 1.0000 $1.600.00 $1.600.00 RSMIOFAC p loader,attachment,concrete hammer E. 08P include in driveway if work is done at the same time. 4 01-54-36-50-0020 Mobilization,up to 25 mile haul distance,50 miles round trip for mobilization or Ea. 2.0000 $258.00 $516.00 RSM1OFAC p demobilization crew,dozer.loader,backhoe,excavator,grader.paver.roller.70 L,E. o&P to 150 H.P. Mobilization&Demob.of the Back-hoe,bobcat 01 -General Requirements Total $5,475.50 02- Existing Conditions 5 02-41-13-17-5500 Demolish,remove pavement and curb,exdudes hauling and disposal fees. C.Y. 0.0000 $154.00 RSMIOFAC L.E o8r concrete,7"to 24"thick,reinforced P • 6 02-41-19-23-0725 Selective demolition,rubbish handling,the following are to be added to the Week 0.0000 $770.00 RSM10FAC demolition prices.dumpster,weekly rental,includes one dump P p per week.20 C.Y. M osP capacity,8 tons cost for removing concrete 02-Existing Conditions Total $0.00 03-Concrete 7 03-11-13.65-3050 Forms in place,slab on grade,includes erecting,bracing,stripping and cleaning. SFCA 500.0000 $5.40 $2.700.00 RSM1OFAC p edge forms,wood.4 use.on grade,7"to 12"high U.L, o&P 8 03-21-05-10-3800 Reber accessories,subgrade chairs,#4 bar head.3-1/2"high C 3.0000 $45.50 RSMIOFAC _ $136.50 p Gm M, 08P 9 03-21-10-600602 Reinforcing in place,50 to 60 ton lots.A615 Grade 60.includes labor,but not Lb. material cost.to install accessories,slab on grade.#3 to#7 1.500.0000 $1.04 $1.560.00 RSM1o,i. P Grn,M,L. 08P 10 03-21-10-60-0602-2000 Reinforcing in place,unloading and sorting,add to above(Modified using Ton 1.0000 03-21-10-60-2000) $50.50 $50.50 RsmioFAc p —— Gm.L.E. 08P 11 03-21-10-60-2500 Reinforcing in place,50 to 60 ton lots,A615 Grade 60.dowels,smooth dowels. Ea. 120.0000 12"long,1/4"or 3/8"diameter $9.80 $1.176.00 NSMIOF p — - Grn,M.L L 08P 12 03-21-10-60-2610 Reinforcing in place.dowel sleeves for cast in place concrete,2-part system. Ea. 120.0000 sleeve base,plastic,for 518"smooth dowel sleeve,fasten to edge form $3.69 $442.80 R4 1 08P p -- -. _---- --- - __ 9 M.L. 08F Printed 18 DEC 2013 4:02PM Page 3 of 4 ADA imporvments for Parks and Rec-16364 iii ris ire viol orw. r ire, w ! ow, ri, roll .r Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Justin McComb kingston 03-Concrete Item Description UM Quantity Unit Cost Total Book 13 03-31-05-35-0150 Normal weight concrete,ready mix,delivered,includes local aggregate.sand. C.Y. 46.4762 $107.00 $4.972.95 RSMIOFA(: P Portland cement,and water,excludes all additives and treatments.3000 PSI M. OWP 14 03-31-05-70-4600 Placing concrete.includes labor and equipment to place,strike off and C Y. 20.0000 $16.75 $335.00 RSM1oFAC p consolidate,slab on grade,over 6"thick.direct chute L E. OW 15 03-35-29-30-0150 Finishing floors.finishing requires that concrete first be placed.struck off and S.F. 1.300.0000 $0.77 $1.001.00 RsM'oFAC P consolidated,basic finishing for various unspecified flatwork.bull float.manual L. OW float,and broom finish,with edging and joints price to trowel.clean joints and broom finish driveway and sidewalk 16 03-39-23-13-0300 Chemical compound membrane concrete curing,sprayed membrane curing C.S.F. 13.0000 $15.90 $206.70 RSMIOFAC P compound M.L 08P 03-Concrete Total $12,581.45 06-Wood, Plastics, and Composites 17 06-22-13-40-4200 Moldings.exterior,verge board.sterling pine. 1"x 6" L F 120.0000 $3.80 $456.00 RSMO9FAC p Expansion Joints for drive way M.L. OW 06-Wood,Plastics, and Composites Total $456.00 31 - Earthwork 18 31-22-16-10-9100 Finish grading.minimum labor/equipment charge.machine grading Job 1.0000 $825.00 $825.00 RSM1oFAC P L.E. 08P 19 31-23-23-20-1312 Hauling,excavated or borrow,loose cubic yards,excluding loading equipment. L.C.Y. 10.0000 $13.90 $139.00 RSM10FAC p including hauling,waiting,loading and dumping,time per cycle(wait,load,travel. L.E. OW unload or dump and return),12 C.Y.truck.50 MPH average,20 minute wait to load and unload,cycle 40 miles Hauling to site-cushion sand 31 -Earthwork Total $964.00 Alternates 20 06-22-13-40-4200-4700-1 Moldings.exterior,for redwood trim,add(Modified using 06-22-13-40-4700) L.F 120.0000 $2.70 $324.00 custom p M 21 crew B-11 M equipment oporator for back hoe.skid steer Day 11.0000 $1.448.58 $15,934.38 CUSTOM P e Alternates Total $16,258.38 Estimate Grand Total 31,042.79 Printed 18 DEC 2013 4:02PM Page 4 of 4 ADA imporvments for Parks and Rec-16364 • PERFORMANCE BOND Bond#106073393 Contractor as Principal Surety Name: Barcom Commercial,Inc. Name: Travelers Casualty and Surety Company of America Mailing address(principal place of business): Mailing address(principal place of business): 5826 Bear Lane 4650 Westway Park Blvd. Corpus Christi,TX 78405 Houston,TX 77041 Physical address(principal place of business): Owner 4650 Westway Park Blvd. - Houston,TX 77041 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Large Job Order Contract Project No.E12042 Telephone(main number): (800) 536-2958 Parks ADA Access 6-9&13-17 Telephone(for notice of claim): (267)675-3000 Award Date of the Contract: Local Agent for Surety March 13,2014 Name: Kevin Keetch Address: Keetch and Associates Insurance 1718 Santa Fe Street Contract Price: Corpus Christi,TX 78404 $226,418.74 Telephone: 361-883-3803 Two Hundred Twenty Six E-Mail: kwoods @keetchins.com Bond Thousand Four Hundred Eighteen and 74/100 Dollars($226,418.74) ` --- Date of Bond: March 27,2014 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained S the Contract) from the Texas Dept. of Insurance by calling the Said Principal and Surety have signed and sealed ' allowing tall free number:1-800-252-3439 this instrument in 4 copies,each one of which shall f be deemed an original. 00 6113-1 Performance Bond 11-6-2013 6113 Corpus Christi Standards—Lrg IOC i Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer,agent or representative, The Principal and Surety bind themselves,and their heirs,administrators, executors,successors and assigns,jointly and severally to this bond.The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be {i pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces III County,Texas for any legal action. Contractor as Principal Barcom Commerical, Inc. Surety Travelers Casualty and Surety Company of America gn C_—a i� C� /1 _� �� Signature: Signature: _ A_.._, AI• •.we1• Name: E. Atli(_Ca \-144 `AO _ I Name: C:A. McClure Title: l �� Title: Attorney in Fact � •— Email Address: /° 2 �C- Email Address: alm @southernamericanins.com (Attach Power of Attorney and place surety seal below) 1 I - - _ j END OF SECTION 005113 .2 Performance Bond 161 13 2 Corpus Chr'ssti Standards—Lrg J C WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 4111\ WARNING: 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 9 3 5 0 9 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 0..s1.•,,, „,,yy��ryk/,��o `. `41.4, F\RE 4 1,N �Mf g 1NSU P�tV ANO 0�Y O ppFOq,� o • fri PICCePORA„D. 4 z3 111.1”' 4 44T:..0 l �P : J !!,97] ii�� 4+"a'€ �' m :n: W HARTFORD, t t a 1896 ? r '''.%.1 ,Y 1951 ? /r' I -A SEA1.41 -4+SEAL%3z ? CONN. 0 '••, CONN. & in b �, // .:=11,07 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. f•TerRec In Witness Whereof,I hereunto set my hand and official seal. W�" C My Commission expires the 30th day of June,2016. *C+Ammo * `Marie C.Tetreault,Notary Public . , s 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions 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 27th day of March 20 14 Kevin E.Hughes,Assistant Sec tary � 6 Nf is. // F ''ysr G ,,,,,,1'I ANp 4/''`W$484 Q c \ttY 2.OpP0,4,',, 4 p` i IIVO19 1 Q P 1�Fi 5 • p r�DRO RATED:, it mt �• e `,:eaOAriv - Gm I `1C ty " oo i 1 p i9� a HARTFORD < l AR Sw /,c 1951 'r # ,:SEAL j o I. `SE? LLLn' 3COWL 1896'r.a t W CONN. Iy ` FN S *k .1., ,„4 i4,1 c •. ..'' /r v+. .',° 'r , 14 04 ,o4•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 Bond#106073393 Contractor as Principal Surety Name: Barcom Commercial,Inc. Name: Travelers Casualty and Surety Company of America Mailing address(principal place of business): Mailing address (principal place of business): 5826 Bear Lane 4650 Westway Park Blvd. Corpus Christi,TX 78405 Houston,TX 77041 Physical address(principal place of business): Owner 4650 Westway Park Blvd. Name: City of Corpus Christi,Texas Houston,TX 77041 Mailing address: Capital Programs 1201 Leopard Street Surety is a corporation organized and existing Corpus Christi,Texas 78401 under the laws of the state of: Connecticut By submitting this Bond,Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract ..-- Large Job Order Contract Telephone(main number): (800)536-2958 Project No.E12042 Parks ADA Access 6-9&13-17 Telephone(for notice of claim): (267)675-3000 Local Agent for Surety Name: Kevin Keetch Address: Keetch and Associates Insurance Award Date of the Contract: 1718 Santa Fe Street March 13, 2014 Corpus Christi,TX 78404 Contract Price: $226,418.74 361-883-3803 T Two Hundred Twenty Six Thousand Four Hundred Telephone: -Mp l: 361-88 -3803 hins.com Bond Eighteen and 74/100 Dollars($226,418.74) Date of Bond: March 27, 2014 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date of notice of claim should be sent may be obtained Contract) Said Principal and Surety have signed and sealed this from the Texas Dept.of Insurance by calling the toll free number:1-800-252-3439 instrument in 4 copies, each one of which shall be deemed an original. 006116-1 Payment Bond Form 11 16-1 Corpus Christi Standards—Lrg IOC Surety and Contractor,intending to be legally bound and obligated to Owner ocause Tee this Payment ent Bond to be duly executed on its behalf by its authorized officer, agent and Surety bind themselves,and their heirs, that executors, if successors and the Cot ctoaas Principal!pays and severally to this bond. The condition of this obligation is such required claimants providing Contract lobar this materials ion shall be null and void;otherwise the obligations to remain required by the Contract then this g in full force and effect.226. of the Texas Government Code as amended and all liabilities provisions on this bond shall 2253 and Chapter 2269 of the T be determined in accordance with the provisions of said Chapter xa for any legal action.as I it were copied at length herein. Venue shall lie exclusively in Nueces County, Contractor as Principal Barcom Commerical, Inc. Surety Travelers Casualty and Surety Company of America / I Signature: l Signature: I A -.. ' . �4, •"'• y �/ Name: C.A. McClure Name: -. . • ••••Al Title: .± — i Title: Attorney in Fact Email Address: q[i i n l?Qr��sr+ << I Emaii Address: aim @southernamericanins.com (Attach Power of Attorney and place surety seal below) i END OF SECTION 006115-2 Payment Bond Form 11-6-2013 611& 2 Carpus Christi Standards—Lrg i0C WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IOW 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© 5 6 9 3 5 0 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 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 ,,,.Suq, C .:O 7''' S o 0 1 9 8 2 0 I. ,q S r's ∎FCT,.'tD b�.r - �`' ... ...*p y.1 — nat • ��� ANA°• State of Connecticut By: / City of Hartford ss. Robert L.Raney, enior Vice President 5th November 2013 On this the day of ,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. • In Witness Whereof,I hereunto set my hand and official seal. ( W? Q C . 1 My Commission expires the 30th day of June,2016. P0111.0 * Marie C.Tetreault,Notary Public Cs. 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 PLIVALID 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. 27th March 14 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of ,20 Kevin E.Hughes,Assistant Sec tart' I,SU op}t� • 1•4191r •"••1 E"ux 2OPPOP4 C;`Y'T+-M°�9 G F 6 y4y O9 �,�•Ixsug9 gJpltY 4A, 01 74'fry Y • (i w� vx � xYORR�.1 Q.: ''4� G9 4 �,� _ p"RATED ,° �(� F.1,� W•dp1""r'eNt 3 N a "1 t �•SE � 4' ° "' coNN.;b: F t' �s ° �t �! o�SEAL s �o • N �v�4�ct �1S.ANNL s p.........*� sdf OS' 447"�[ � v9 �d4tl AIN°_ 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'J`' 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. /. • i ^ to DATE(MMIDDIYYYY) A�° CERTIFICATE OF LIABILITY INSURANCE 3/26/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Renee Terrell Swantner&Gordon Ins.Agency AHCON a . dr E, 361-883-1711 tic,No):361-844-0101 A Higginbotham Company E-MAIL — P.O. Box 870 ADDREss:rterrelles-gins.com • Corpus Christi TX 78403-0870 _ INSURER(S)AFFORDING COVERAGE NAIC# INSURER A Valley Forge Insurance Company 20508 INSURED BARCO6 INSURER B:Continental Insurance Company 35289 Barcom Construction, Inc. INSURER C:Commerce&Industry Insurance Co 19410 Barcom Commercial, Inc. INSURER D:Continental Casualty Company 120443 5826 Bear Lane INSURER E Corpus Christi TX 78405 :INSURER F: COVERAGES CERTIFICATE NUMBER:1077381375 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. TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER i(MM/DDIYYYY) (MMIDDIYYYY) LIMITS D [GENERAL LIABILITY C4034064756 /12!2013 9/12/2014 EACH OCCURRENCE $1,000,000 t — DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY ✓ PREMISES(Ea occurrence) $100,000 JCLAIMS-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 7 POLICY X Poi LOC $ B AUTOMOBILE LIABILITY C4034064790 9/12/2013 9/12/2014 ,teCOMBINED etSINGLE LIMIT $1 000,000 X ANY AUTO V BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Per accident) • $ C X UMBRELLA LIAB X OCCUR 8E33076623 9/12/2013 9/12/20114 EACH OCCURRENCE $15,000,000 I EXCESS LIAB CLAIMS-MADE V AGGREGATE $15,000,000 DED X RETENTION$10,000 $ 1 A 1 WORKERS COMPENSATION WC434064773 9/12/2013 9/12/2014 X TORY LIMITS ER AND EMPLOYERS'LIABILITY I ANY PROPRIETOR/PARTNER/EXECUTIVE Y/" / E.L.EACH ACCIDENT $1,000,000 I OFFICER/MEMBER EXCLUDED? Y N/A V (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 � I s DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Please see attached Addendum for additional policy and coverage information MAR 31 ?4114 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 Svcs;Contract Admin P.O. Box 9277 AUTHORIZED REPRESENTATIVE VE Corpus Christi TX 78469-9277 • 1 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: BARCO6 LOC#: • _ R• A ADDITIONAL REMARKS SCHEDULE Page 1 of 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 Liability and Pollution Incident Liability Policy:Columbia Casualty, Policy#CZB288296539, 11/14/13-14 $1,000,000 Each Claim/$2,000,000 Aggregate. Contractors Professional Liability and Pollution Incident Liability Policy includes Waiver of Subrogation-Form G-130914 02/11. 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 G300$60A 06/08). The Builders Risk policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. (Additional Interests Endorsement-Form ACE0467 05/09). Project: #E12042 Parks ADA Access 6-9& 13-17 v� ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD . ' ~ BLANKET ADDITIONAL INSURED 'OWNERS LESSEES OR CONTRACTORS WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE It !x mn|erumnd and agreed that tern endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART s:tolows: SCHEDULE (OPTIONAL) [�---� ----------- -- -- '--------------------- - '---------' — Name of Additional Insured Persons 01 Orowrizations (As required by"written contract pe Paragraph A. below.) Locations of Covered Upo�t\ooy (As per the i'written contracr, provided the location is:iivitnin the"covouige :eatery"of this Coverage Part.) | � A. Section ii Who is An Insured is amended to ne edo at;an clinora iooumd I Any person or organization whc:n ycu are required by settrent to add as an atddidonal rsured 0' this Co' eage part; and 2.Tie partictrlar person or orgznizat!on. if any. scheduled bcve B. The insurance provided fo the additional insured |x |m|mdpS��Uo�,� 1 ihu person or organization is an additional:itsured only with respect to lieb[lity for-bodily Injury', "property damage", or"personal end advertising (wui/ caused i»whole mmpizIdby: a Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified |n the^�ri1en,oninaxr;'`r b. Your work'that is snecified in flue"written contract"but on:y or ' ndilv Injury or"property damage' included in the"products-comploteri oparations hruaarrl", end only if: (i)Tho"written contract'requires you to Provide the addiIourn insured such coverage; and (2)This Coverage Part prov:des such coverage 2. If the'written contrilcr specifically requires you tn. provide additional instranc,e coverage via the 10/01 edition o[CG201n (aka C32O1010U1). or via the 10/V1 edition uiCC1O37 (nice C820371OO1).orvia the 11/85 edition ofCO2010(aka CG20 !O1 R5). Umninpa'agreph8.i. abnvm. tbynurdu'unuondin whole or in part ny'arc replaced by the words a'Isinc ccii of'. 3. Wc'Mu rot provide the additonel irisurout any broader higher|imtd insurance than: a. Inc maximum parmtted by cv:; h. Filet recurred uy(he"written corihan: c. That described inB1.above;cv U. That afforded oyou under this policy, ehirhs*r is less. / (; 1 4033i n(Ed'01/ 3) - -------- Policy No: C40340,647 S(fi --- Pogo 1 Endorsement No: FilfectbeDoe: np/I2/1s ieuraJMana aarc�n rnoatrv: 1o31. zcu'. mCNu Al'Ricm"1•i.0,6ivou ��C�' -~ ^41r ° • POLICY NUMBER: (`=r034004 ; y' COMMERCIAL AUTO CA 20 48 02 99 rHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided trader the roiiowing: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM i MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions o' the .;overage Norm 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 Ccverage Form. This endorsement changes the policy effective on tho inception date of the policy unless another date is Indicated below. Endorsement Effective: 3(17/.1, Countersigned Named Insured: ,- . m i �� f J�►�"_ :;r•' ,resentativo) ,,,,_E M • SCHEDULE Name of Peraan(s)or Ot gdttlzation(s); ANY PERSON: OR ORGANIZATION WHtC} IS REQUIRED TO SL NAMED AS A RESULT r,.: ,{ A WRITTEN CONTRACT WIT: Year (if no entry appears above, Information required to complete this endorsinrint will be shown in the Deolaraticns is applicable to the endorsement) IA Each person or organization shown in the Schedule is an"insured for Liability Coverage,but only to the extent that person fi or organization qualifies as an Insured" under the Who is An insured Provision contained in Section it of the Coverage „ Ferm. MEE SEM eftm CA 20 48 0209 Copyright,Insurance Services Office, Inc., '.ri9(3 Pagel of • 071stru:_=,1- J= . POLICY NUMBER: (24 031 0 COMMERCIAL GENERAL LIABILITY CG 02 05 12 04 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 FART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PAM' RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event 01 cancellation or material change tha:reduces or reslritAs the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or malarial change lo: SCHEDULE -- • -- 1.1Narrm: 'Per :mcdUlo on file ' 2. Address: Carcollation notification to the abovo entities will no: apply to cancellation toi non payment of premium,... • 113 Number of advance notic6:030 Information requited to comalote th Scheduli it not shown abovo.will be shown in the Declarations. maga 110 === 4/ Alikk • dit gmt EEE CG 02 0t 12 04 Copyright,ISO Properties; Inc.,2002 Page 1 of 1 CN i G-3066D-A (Ed.C6108) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGES— NOTICE OF CANCELLATION OR MATERIAL CHANGE This endorsement modifies insurance provided under the following; BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsaman`changes the policy effective on the inception date of the policy unless another data is indicated below: Endorsement Effective 09/12 3 Policy Number T W j qW Named!neared 3a1,071 con ; l t I 'I ! •,ount2rstctnnd by • In the event of cancellation or material chango that reduces or restricts the nsura ce afforded by this Coverage Part,we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1.Number of days advance notice: j 30 o) y 2.Name: 30 DAY NOTICE OF CANCELLATION APPLIP: 3.Addross: O PEP. LIST MABITAINED ON 1'1:13 BY COMPANY rira mem fJ G.300600-A Page I of i (Ed.D6t08) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed.7-84) TEXAS NOTICE OF MATERIAL ORANGE ENDORSEMENT This endowment applies only to tie Insuranco provided by Iho policy bocauso Texas Is shown In item S.A. of the information Page. In the event of cancellation or other material charge of the poly, we will mail advance notice to the porenn or organization named In the Schedule.The number of days advance nctira3 is shown In the Schedule. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: :30 2. Notice will he mailed to: 30 ?AY NCTICE CT' CANC:LLAT ::0 r APP:.,IES TO ALL ENTITIES CC LIST NAIe1TAIMFP ON FILE BY COMPANY. PIN MMR r \-, Ti n3 ordor ernont chnngoo trio polio/to wt:lch II Is ettschod and in oCoutivo on lho d do 15.u2d unles9 othHrwise Stuff. (Ma information below Is required only whoa teia ondcrsanl4nt is I3auUd u booquoot to Knoorntian of the policy.) gnnoraomont rt1 iivo 0 9/1 2 1.3 Policy No Y;•'.'4. a r(.-.4',"i 3 Lnt:oraonwnt No \/ Premium$ inlayed itc 7 t CC L1,7: i:, I n:::. r _. Ir?sr,mr+ce C.;n�iny Ccur,tarsi;ptxi - w�/. 4 4110.1( WC 42 06 01 (Ed.7-84) WORKERS COMPENSATION AND EMPLOYERS LIARIL1TY iNSURANCE POLICY WC 42 oa 04 A (Ed.1-io' TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3,A. of the Information Page, We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against The person or organr�alion 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 riot named In the Schedule. The premium for this endorsement is shown in the Schedule. Schedule t, ( )Specific Waiver Name of parson or organization )3lanket Waiver Any person or organization for whom the Namod Insured bar;agreed by written contract to furnish this waiver. 2. Operations:ALL `z'EX,1s LOGGTIo:ru :rs o?ER\^znt-rr. 3. Premium The premium charge for this endorsement shall he 2 percent of the premium developed on payroll in connection with work performed for the above porson(s)or organizat'on(s)arising out of the operations described. 4. Advance Premium s7..l.tE Scf:r> Tills endorsement change the pofcy to which It to attached and is effective on the date issued unless othotwlse stater:. (The information below in required only when thin endorsement is issued oubsequent to prepnratton of the policy.) • Endorsement Effective G _2 i° Policy No. `;! ; - CIS 4_7 Endorsement No. • 9 r� Insured _,_ ccm .'•^n i -i;c .`ion r. ✓ Premium$ ineursnen Company Countersigned 411f," Alwit . -41f WC420304A (Ed. 1-GO)