Loading...
HomeMy WebLinkAboutC2014-300 - 9/29/2014 - NA 2014-300 9/29/14 Barcom Commercial Inc. SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR American Bank Center Selena Dressing Room Renovations Phase TjF rC CIT OF CORPUS 005 1ST I, TOXAS PHONE : 36] _ 4 (-)2 FAX: ?61"- 2.6=1Q05 AND DEPARTMENT OF CAPITAL PROGRAMS CITY OF CORPUS CHRISTI, TEXAS PHONE : 361/S26-3550 FAX: 361P250-3301 _ . ! IIIi NO. E13076 DRAWING /40 PEG-905 „ , 1; American Bank Center Selena Dressing Room Renovations Phase 1 PN: E13076 (Revised 6/27/99) 1: Table of Contents NOTICE TO CONTRACTORS - A (REVISED MARCH 2009) /: Insurance Requirements NOTICE TO CONTRACTORS - B Worker's Compensation Coverage for Building or Construction Projects for Government Entities. 10 PART A - SPECIAL PROVISIONS 1 A-2 Definitions and Abbreviations im A-3 Description of Project A-4 Method of Award/Explanation of Bid Items 1: A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A 8 Faced Proposals I: A 9 Acknowledgment of Addenda A-10 Wage Rates A-11 Cooperation with Public Agencies A-12 Maintenance of Services A 13 Arca Acccc... and Traffic Control A-14 Construction Equipment Spillage and Tracking Ira A-16 Disposal/Salvage of Materials A 17 Field Office NOT USED A-18 Schedule and Sequence of Construction 10,11 A-19 Construction Project Layout and Control A-20 Testing and Certification A 21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required A-24 Surety Bonds A-26 Supplemental Insurance Requirements - - 1: • 1: A-29 Contractor's Field Administration Staff A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements 1: A-33 Conditions of Work A-34 Precedence of Contract Documents A 35 City Water Facilities Special Requirements (NOT USED) A-36 Other Submittals I: A 37 Amended "Arrangement and Charge for Water Furnished by the City" (NOT USED) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities /: A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A 4-1 Ozone Advisory A-42 OSHA Rules & Regulations I: A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings I A 46 Disposal of Highly Chlorinatcd Watcr (7/5/00) (NOT USED) A 47 Ore 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 Elcctronic Submittal of Bids (NOT USED) 11 A-52 Value Engineering A 53 Dust Control PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART D FEDERALLY REQUIRED LAINCUACE 11 PART T TECHNICAL SPECIFICATIONS EXHIBIT£ I LIST OF DRAWINGS Sheet 1 of 18- Title SheetI/ Sheet 2 of 18 - General Data Sheet Sheet 3 of 18 - Ground Level - Remodeling Floor Plan & Demolition Floor Plan Sheet 4 of 18 - Ground Level - Enlarged Dressing Rooms Floor Plan & Furniture Plan 11 Sheet 5 of 18 - Ground Level - Interior Elevations Sheet 6 of 18 - Level lA - Remodeling Floor Plan & Demolition Floor Plan Sheet 7 of 18 - Level lA - Enlarged Dressing Rooms Floor Plan & Furniture Plan Sheet 8 of 18 - Level lA - Interior Elevations11 Sheet 9 of 18 - Level lA - Interior Elevations Sheet 10 of 18 - Door & Finishes Schedules & Details Sheet 11 of 18 - Ground Level - Demolition & New Mechanical & Plumbing Floor Plans Sheet 12 of 18 - Level lA - Mechanical & Plumbing Demolition & New Work Plans Sheet 13 of 18 - Mechanical & Plumbing Schedules and Details Sheet 14 of 18 - Mechanical & Plumbing Schedules & Details Sheet 15 of 18 - Plumbing Specifications Sheet 16 of 18 - Ground Level - Electrical Floor Plan & Demolition Electrical Floor Plan Sheet 17 of 18 - Level lA - Electrical Floor Plan & Demolition Electrical Floor Plan Sheet 18 of 18 - Ground Level - Remodeling Floor Plan & Demolition Floor Plan NOTICE AGREEMENT I PROPOSAL PERFORMANCE BOND PAYMENT BOND 11 DISCLOSURE I 11 11 NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS REVISED MARCH, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE IN30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE IsCommercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazards 5. Products/ Completed Operations $ 2, 000, 000 COMBINED SINGLE LIMIT Hazards 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 1: 9. Personal Injury AUTOMOBILE LIABILITY -- OWNED NON-OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WHICH COMLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS 1: EXHIBIT EMPLOYERS' LIABILITY $500,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE. Not limited to sudden & accidental ❑ REQUIRED discharge; to include long-term enviornmental impact for the disposal ❑., NOT REQUIRED of contaminants. See Section b-6-11 and Supplemental Insurance requirements BUILDER'S RISK 0 REQUIRED ❑ NOT REQUIRED See Section b-6-11 and Supplemental Insurance requirements INSTALLATION RISK E REQUIRED ❑ NOT REQUIRED I PAGE 1 OF 2 I 1: The City of Corpus Christi must be named as an additional insured on all coverages e- xcept worker's compensation liability coverage. The name of the project must be listed under "description of operations" on each c- ertificate of insurance. For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. 1: S- hould you have any questions regarding insurance requirements, please contact the Contract Administrator at 826-3500. I; E 1: L 1: 110 1: I C I I C I PAGE 2 OF 2 L NOTICE TO CONTRACTORS - B WORKER' S COMPENSATION INSURANCE REQUIREMENTS L L L L L L L Texas Administrative Code TITLE 28 INSURANCE L 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 1: (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 1: shall have the meaning defined in the Texas Labor Code, if so defined. 1: (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 1: employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. 1: (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 E. a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011 (44) . I: (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 I: establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. 111 (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 E 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 1: of any entity furnishing persons to perform services on the project. Page 3 o f 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a i'm project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. fro Page 1 of 8 L (8) Project--Includes the provision of all services related to a building or construction contract for a governmental entity. I (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphic (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and 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; I Page 2 of 8 I (4) obtain from each person providing services on a project, and provide to the governmental entity: 1: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 1: (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e) (3)of this section; 1: (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage 1: showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any 1: change that materially affects the provision of coverage of any person providing services on the project; and Imp Page 3 of 8 I (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)- (H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. " (4) provide the person for whom it is providing services on the project, prior to the 11 end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; /I (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the I/ project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in11 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 I 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 (ii) prior to the end of the coverage period, a new certificate of coverage 1: showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that 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 1: 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 1: 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, 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 1: 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 1:C I Page 5 of 8 L I/ T28S110.110 (d) (7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This 11 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. " 11 "Call the Texas Workers ' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " I I 11 11 I I 11 11 I I 11 Page 6 of 8 I 11 L T28S110.110 (c) (7) Article . Workers' Compensation Insurance Coverage. A. Definitions: 1: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a 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 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 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 IPcoverage 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 change that materially affects the provision of coverage of any person providing services on the project. Page 7 of 8 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 on11 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 11 project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, 11 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 11 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. 11 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. 11 11 Page 8 of 8 3 I � PART A � SPECIAL PROVISIONS Et Mr American Bank Center Selena Dressing Room Renovations Phase 1 r4s PN: E13076 4s SECTION A - SPECIAL PROVISIONS A 1 Time and Place of Roeoiviag Propooalo/Pro Bid Meeting W £tiled proposals will be received in conformity with thc official advertisement inviting bids for thc project. Proposals will be received in the office 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 City Secretary's Office 1201 Leopard Street 1111 Corpus Christi, Texas 78401 ATTN: BID PROI'OSaI. N/h A pre bid meeting will be held on INSERT DAY HERE, INSERT DATE HERE, beginning at INSERT 40 TIME HERE. The meeting will convene at the Engineering Services Main Conference Room, 1411 Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. 40 No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern A-3 Description of Project Labor, material and equipment required to perform work as shown on drawings dated 6/27/14. Renovations of the American Bank Center Selena Auditorium Dressing Room - Phase 1 for Architectural interior design and MEP engineering services for the first and second floor which includes the Green Room, Dressing Room, Restrooms, Hallway, Freight Elevator Vestibule, Chorus Room and Stairs. so SO 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 10 The following items are required to be submitted with the proposal: 5% Bid Bond (Must reference proioct Name ao identified in the Propooal) JOB ORDER U National Bank will aloo be acceptable.) 2. Disclosure of Interests Statement • 3. Submittal of Materials so Section A-SP 10 A-6 Time of Completion/Liquidated Damages (revised 12/15/04) The working time for completion of the Project will be 180 calendar days. Pape 1of22 The Contractor shall commence work within ten (10) calendar days after receipt of so L ls 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 (W 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 Im 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 (1 ) 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. 1: (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours. ) 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 is Project Manager 361-826-3550, 826-3550 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 Es 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 I Section A-SP iw (revised 12/15/04) Page 3 of 22 L A-12 Maintenance of Services 11 The Contractor shall take all precautions in protecting existing utilities, both above 11 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 to11 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. 11 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 1/ 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 Arco Accc3o and Traffic Control NOT USED Sufficicnt traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Thc Contractor will be required to schedule his operations so as to cause minimum 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 11 Standards and Practices as adopted by the City. Copies of this document arc available through the City's Traffic Engineering Dcpartmcnt. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control arc considered subsidiary; therefore, no direct payment will be made to Contractor A-14 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. I Section A-SP (revised 12/15/04) I/ Page 4 of 22 11 A 15 Excavation and Rcmovalo NOT USED- The excavated ares bchind curbs and adjacent to sidewalks and driveways must bc filled lo 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 fcrtilizcr. The dirt must bc free of debris, alichc, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. to All existing concrete and asphalt within the limits of the Projcct must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., IW arc 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. A 17 Ficld Officc NOT USED im The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air conditioned and h ated and must be furnished 10 with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 21 hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CALENDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. to 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. lo I r Section A-SP to (revised 12/15/04) Page 5 of 22 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 of11 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 hours11 notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. 11 The Contractor shall tic in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Pegistercd 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 11 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 OR a 200' interval; 11 • Street crowns on a 200' interval and at all intersections. Wastewater: All rim/invert elevations at manholes; All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Water: All top of valves box; - Valves vaults rim; Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Stormwatcr: All rim/invert elevations at manholes; All intersecting lines in manholes; 11 • Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . I Section A-SP (revised 12/15/04) 1 Page 6 of 22 11 A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory 1: 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. im The Contractor must provide all applicable certifications to the City Engineer. A 21 Projcct Sign3 Thc Contractor must furnish and install 1 Projcct signs as indicated on the following drawings. (Attachment IV) Thc signs must be installed bcforc construction begins and will be maintained throughout the Project period by the Contractor. The lo Qtion of the signs will be determined in the field by the City Engineer. i 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 le 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 IPEnterprise. 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 fir 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 lor (revised 12/15/04) Page 7 of 22 L 2. Controlled i 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, 11 interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. 11 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 11 MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract 1/ 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 11 either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals I a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation(Percent) 451 151 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 11 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) 11 Page 8 of 22 I 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 IN payrolls in a timely fashion or to submit overall participation information as required. ("O A-23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and 1: 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 (1:11 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 im 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 fir 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 INContractor 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 #n issued." I I Section A-SP (revised 12/15/04) Page 9 of 22 I A 25 Salcs Tax Excmption (NOT USED) 11 Section B G 22, Tax Exemption Provision, is deleted in its entirety and thc following substituted in lieu thcrcof. Contracts for improvements to real propertyawardcd by thc City of Corpus Christi do not operatc under a separated contract as defined by Section 3.291 of Chapter 3, Tax Administration of Titic 34, Public Financc of thc Tcxas Administrative Codc, or such other rules or regulations as may be promulgated by thc Comptroller of Public Accounts of Texas. 11 If the Contractor elects to operate under a separated contract, he shall: 1— Obtain the necessary sales tax permits from the State Comptroller. 11 4, Charges" in the proposal form the cost of materials physically incorporated into the Project. 4— Provide resale certificates to suppliers. Provide the City with copies of material invoices to substantiate the proposal value of materials. If the Contractor docs not elect to operatc under a separated contract, he must pay for all Sales, Excise, and Use Taxes applicable to this Project. Subcontractors arc eligible for sales tax exemptions if the subcontractor also complies with the above requirements. The Contractor must issue a resale ccrtifi ate to the subcontractor and the subcontractor, in turn, issues a resale certificate to his supplier. A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, 11 the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Department of Capital Programs Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the 11 City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. Section A-SP (revised 12/15/04) Page 10 of 22 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: Im 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 im 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. 1: A 27 Rcapon3ibility for Damage Claims NOT USED Paragraph (a) General Liability of Section B 6 11 of the General Provisions is amcndcd to include: Contractor must provide Builder's Risk or Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's Risk or Installation Floater covcragc must be an Risk or Installation Floater insurance covcragc, including any deductible. The covcragc. A 28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: im Whether any liens have bccn filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the prcccding two (2) years. The bidder shall specify the name and addresss€ the— party holding the lien, the amount of the- lien, the basis for the lien claim, and the date of thc release of the lien. If any such lien has not bccn released, the Whether there arc any outstanding unpaid claims against bidder for services or 1. materials supplied which relate to any of its projects begun within the prcccding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not bccn paid. 11 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, signed and dated by the bidder's owner, president or other authorized party, specifying 1: all current assets and liabilities. I Section A-SP (revised 12/15/04) Page 11 of 22 I 11 A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 11 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures The superintendent shall be present, on the job site, at all times that work is being performed 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. 11 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 11 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. A 30 Zmcndcd "Consideration of Contract" Rcquircmcnto Under "General Provisions and Requirements for Municipal Construction Contracts" Section B 3 1 Consideration of Contract add thc following text: Within five (5) working days following thc public opening and reading of thc proposals, the three (3) apparent lowest bidders (based on thc Base Bid only) must submit to thc City Engineer thc following information: �- A list of thc major components of the work; -- A list of the products to be incorporated into the Project; 4, A schedule of values which specifics estimates of the cost for each major component of the work; 4— A schedule of anticipated monthly payments for the Project duration. • The names and addresses ofMBE firmthatwill participate in the Contract, along with a description of the work and dollar amount for each firm; and signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must cl arly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said -_ -"-- -- -- -- - - -_. ' cments is not reasonably possible. Section A-SP (revised 12/15/04) Page 12 of 22 I A list of subcontractors that will bc working on the Project. This list may contain more than one subcontractor for major components of the work if the L Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer docs not approve all proposed subcontractors, it may rescind the Contract award. [110 In the event that a subcontractor previously listed and approved is sought to bc substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor E. prior to its participatien in the Project. Such-approvalwillnot be given if the Failure of the Contractor to comply with this provision constitutes a basis upon 1: which to annul the Contract pursuant to Section B 7 13; A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the prc construction conference; 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. s, Documentation as required by Special Provision A 35 K, if applicable. 10. - -- - - - _ __- - • -_ , _ _° - identifying type of entity and State, i.e. , Tcxa3 (or other State) Corporation or Partncr3hip, and namc(3) and Titlo(3) of individual(3) authorized to cxccutc contract3 on behalf of Said entity. 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. is 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: 1: 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. 1 Section A-SP Lit (revised 12/15/04) Page 13 of 22 L 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 attcnd thc Prc Bid Mccting rcfcrrcd to in Special Provision A 1. 11 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 11 Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc. , the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable) , construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A 35 City Water il Facitica: Epccial ui Rcqrcmg to (NOT USED) 11 A, Visitor/Contractor Orientation Prior to performing work at any City water facility, thc Contractor, his 1/ subcontractors, and ach of thcir employees must have on thcir person a valid card certifying thcir prior attendance at a Visitor/Contractor Safety Orientation Program conducted by thc City Water Department Personnel. A Visitor/Contractor Safety Oricntation Program will be offered by authorized City Water Department personnel for those persons who do not have such a card, and who desire to perform any work within any City water facility. For additional information rcfcr to Attachment Operation of City Owned Equipment cquipmcnt, Switch, breaker, control, or any other item related to City operator or other authorized maintenance employee of the City Water Department. Protection of Water Ouality 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. Conformity with ANSI-/NSF Standard 61 11 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to Amcric-an National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61 as described in the Standard Specifications. immediately prior to—ase. _ _ ,_ _ Section A-SP (revised 12/15/04) Page 14 of 22 I The Contractor shall providc the Engineer with copies of written proof of ANSI/NSF Standard 61 approval for all materials which could come into contact with potable water. Fr Handling and Diapoaal of Traah All trash generated by the Contractor or his employees, 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. 1: -F, Contractor's personnel must wear colored uniform overalls other than 6— Contractor shallprovidctelephones for Contractor personnel. Plant H— Working hours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. 4, Contractor must not use any City facility restrooms. Contractor must 1: provide own sanitary facilities. 4, 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 employee vehicles arc allowed at 0. N. Stevens Water Treatment Plant. All personncl must be in company vehicles. During working hours, contractor employees must not leve the for required work or as directed by City Water Department personncl during emergency evacuation. 14, Contractor Oualifications SCADA (SUPERVISOPY CONTROL AND DATA ACOUISITI( Any work to the computer based monitoring and control system must be performed only by qualified tcchnictial and supervisory personnel, as includes, but is not limited to, modifications, additions, changes, selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in operation all hardware and/or software specified or required by these specifications. The Contractor or his subcontractor proposing to perform the SCADA work 1, He is regularly engaged in the computer based monitord— control system busines,, preferably as applied to the municipal water and wastewater industry. complexity as required in this Contract on at least three prior projects. 4, He has been actively engaged in the type of work specified herein for at lest 5 years. 4, He employs a Registered Professional Engineer, a Control Systems Engineer, or an Electrical Engineer to supervise or 1: perform the work required by thisspecifications. - - o c . o- -c- -- o -o __--O - . completed a manufacturer's training course in configuring and implementing the specific computers, RTUS's, and software proposed for the Contract. le Section A-SP 1-0 (revised 12/15/04) Page 15 of 22 L (�- He maintains a permanent, fully staffcd and cquippcd service I facility within 100 miles of the Project site to maintain, repair, calibrate, and program the systems specified herein. He shall furnish equipment which is the product of one 11 manufacturer to the maximum practical extent. Where this is not practical, all cquipmcnt of a given type will be the product of one manufacturer. 4, Prior performance at the 0. N. Stevens Water Tre-atmcnt Plant will be used in evaluating which Contractor or subcontractor programs the new work for this Project. 11 4, The Contractor shall produce all filled out programming blocks rcquircd to show the programming as needed and required, to add these two systems to the existing City SCADA system. Attached is an example of the rcquircd programming blocks which the Ci - requires to be filled in and given to the City Engineer with oll changes made during the programming phase. The attached sheet is an example and is not intended to show all of the required sheets. The Contractor will provide 11 p q q blocks used. Trenching Requirements 11/ All trenching for this project at the 0. N. Stevens Water Tr atmcnt Plant shall be performed using a backhoe or hand digging due to the number of existing underground obstructions. No trenching machines shall be allowed on the project. A-36 Other Submittals 1. Shop Drawing Submittal : The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. Reproduciblcs: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s) , and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e• Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. t Section A-SP (revised 12/15/04) Page 16 of 22 I f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. im 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 Eir by City Engineer and clearly identify all changes made since previous submittal. Lis j . Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and 1: 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. A 37 Amended "Arrangement and Chargc for Water Furniohcd by the City" NOT USED Under "Cencral Provisions and Requirements for Municipal Construction Contracts", B-6 - 15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation endDrought Contingency Plan as amended (the "Plan") . This includes implementing 1: , Engineer will provide a copy of the Plan to Contractor at the pre construction meeting. The Contractor will keep a copy of the Plan on the Project site im throughout construction." }1-38 Worker's Compensation Coverage for Building or Construction Projects for Government 1: Entities The requirements of "Notice to Contractors SB'" are incorporated by reference in this Special Provision. b.-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. Section A-SP Lor (revised 12/15/04) Page 17 of 22 Al 41 Ozonc Advi3ory NOT USED 11 Priming and hot mix paving operations must not be conducted on days for which an ozone advisory has bccn is,ucd, except for repairs. The City Enginccr will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: 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. 11 The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc. ) . This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. Section A-SP (revised 12/15/04) Page 18 of 22 I A 47 I'rc Conotruction Exploratory Exctiavation3 (7/5/00) NOT USED Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the projcct that cross within 20 feet of proposed pipelines of thc project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. im For existing pipelines which parallel and arc within tcn feet (10' ) of proposed pipelines of thc projcct, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet maximum O.C. Im Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Engineer and until Contractor rcccivco Enginccr'o approval of report. 11r Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair 110 associated with exploratory excavations shall he paid for according to the established until price of pavement patching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc. , to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. im 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 I Section A-SP (revised 12/15/04) Page 19 of 22 L A-50 Amended Prosecution and Progress Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract." A-51 Electronic Submittal of Bids The following paragraph modifies Paragraph B 2 7 Preparation of Proposal, of the General Provisions: The bidder has the option of submitting a computer generated print out, in lieu of, the Proposal (SHEETS: 1 THRU 13 OF 13) , INCLUSIVE. The print out will list all bid items (including any additive or deductive alternates) contained on Proposal Sheets (3 THRU 10 OF 13) . If the Contractor chooses to submit a print out, the print out shall be accompanied by properly completed proposal pages 1, 2, 11, 12, and 13. A "sample" print out is shown in Attachment 1. In addition, the print out will contain the following statement and signature, after the last bid item: (Contractor) herewith certifies 1/ 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 11 Amount shown will be read as Its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown in this print out by the respective estimated quantities shown in the Proposal (Column II) 11 ,end 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 Procedures, of the General Provisions, which states: "After award of the contract, the Contractor may develop and submit, to the City Engineer, Value Engineering Change Proposals (VECP'S) identify potential reductions in the contract cost by effective changes to the contract plans and specifications." Therefore, the Contractor shall fully examine the plans, specifications and contract documents, as well as, the project location, construction phase schedule in Appendix C, traffic control plans, method of award, contract calendar days and liquidated damages, and all other major items involved in the scope of the project to judge for itself the circumstances and difficulties affecting the work to be performed and obtain all information required to make an intelligent proposal. The Contractor's attention is further directed to paragraph B-2-3 Examination of Plans, Specifications and Site of the Work, of the General Provisions. In other words, the Contractor shall complete it's proposal to the best of it's ability, as currently provided. Section A-SP (revised 12/15/04) Page 20 of 22 11 A 53 Duot Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kcpt moist with watcr or applications of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. A 54 Dewatering and Disposal This item shall be considered subsidiary to thc appropriate bid items where dewatering is needed to keep the excavation dry, as approved by thc Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm cater 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 arca or by manmade berms prior to entering 1: the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without oxi3ting otorm watcr oyotom, provided that thc quality of groundwater i3 equal to or performed by City, at the City' s cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. The Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area 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 o- --__ -o . e -- _ o. : rater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Prc treatment Coordinator at 826-1817 to obtain a— "no cost" permit from the Wastewater Department. The City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a s4.rort trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. L C I I Section A-SP (revised 12/15/04) Page 21 of 22 L 1 SUBMITTAL TRANSMITTAL FORM PROJECT: American Bank Center Selena Dressing Room Renovations Phase 1 OWNER: CITY OF CORPUS CHRISTI, TEXAS ENGINEER: Chuck Anastos Associates LLC 1 CONTRACTOR: BARCOM COMMERCIAL, INC SUBMITTAL DATE: 100% Final Plans a SUBMITTAL NUMBER: - APPLICABLE SPECIFICATION OF DRAWING SUBMITTAL I 1/ I I i I 1 I I I I 1 Section A-SP (revised 12/15/04) Page 22 of 22 I lik AGREEMENT r THE STATE OF TEXAS § COUNTY OF NUECES § tor S THIS AGREEMENT is entered into this 29th day of September 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 $438,218.87 by City and other obligations of +� City as set out herein, Contractor will construct and complete certain improvements :" described as follows: r LARGE JOB ORDER CONTRACT (RFP 2012-02) American Bank Center Selena Dressing Room Renovations Phase 1 PROJECT NO. E13076 TOTAL AMOUNT: $438,218.87 1,4 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 to drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Page 1 of 3 Rev.Aug-2014 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 180 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. it City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Sr Signed in 4 parts at Corpus Christi, Texas on the date shown above. r S S S S ea r S kt Page 2 of 3 Rev.Aug-2014 S CITY OF CORPUS CHRISTI APPROVED AS TO LEGAL FORM � By: By _ /A _A 2 ,v AL,v-_ s-/Ronald L. O son Asst/ ity Attorney City Manager REC' ' N'E► 16� - �;r� - • Gustavo on alez, P. . V ie Gray, P.E Assistant City Manage of Public Works and In = im Execu iv- Director of Public Works Utilities lk. ,1# 12-- Date Date VA+ 1 11 APP OVED: +• Director of Management & Budget ding Dept. Appr v I (Dept. Head) NO 520130-1030-1-3695--E1307 Funding Source E\3C1UL11L3L-X CONTRACTOR ATTEST: (If Corporation) Barcom Commercial, Inc. 1\OAry R T1QAWLBy: 604./AliA. . (Seal Below) Title: ?psi ire (Note: If Person signing for corporation is not President, 5826 Bear Lane attach copy of authorization (Address) to sign) Corpus Christi Tx 78412 (City) (State) (ZIP) (361)851-1000 (361)851-1717 (Phone) (Fax) 10 Justinm(a�barcom.cc (E-Mail) wr ler Page 3 of 3 Rev.Aug-2014 f L PROPOSAL/DISCLOSURE STATEMENT rw No IIESARCOM COZY , OFNERAI,CONTRACTOR pa- Proposal September 22,2014 Proposal# 16507 E-Mail:GraziellaM@cctexas.com TO: City of Corpus Christi Engineering Department PROJECT:American Bank Center Mn:Gracie Mesa Selena Dressing Room Renovations 1201 Leopard St Phase 1 Corpus Christi,TX 78401 PF We propose to furnish labor and material to perform the following: Price to include: Labor,material and equipment required to perform work as shown on drawings dated 6/27114. Renovations of the American Bank Center Selena Auditorium Dressing Room Phase 1. Price to exclude; r All unforeseen items,and items not shown on the plans,Glass tile as shown on the plans(one band of glass tile only),light fixture types as shown on the plans(incorrect manufacturer detailed in the lighting schedule),replacement cost for owner salvaged carpeting(no guarantees that this carpet can be removed and salvaged),epoxy grout,thickset method of installing tile,sales tax,data/security wiring and devices,relocating main sprinkler lines,night and weekend work. TOTAL AMOUNT OF PROPOSAL: $438,218.87(excluding taxes) Four Hundred Thirty Eight Thousand Two Hundred Eighteen and 87/100 Please allow 10 days from NTP to mobilize and 180 calendar days for construction. 'rs Respectfully submitted, BARCOM COMMERCIAL, INC. Michael Douglas Project Manager it MD 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: 5826 BEAR LANE CORPUS CHRISTI,TEXAS 78405 TELEPHONE:(361)851-1000•FAX:(361)851-1717 www.barzomsc l r-- r "` it !l'"" l >i i' It"" ., 4,-. r fir- Preliminary Estimate, by estimates BAR C Barcom Commercial Inc.-Mike Douglas Barcom Commercial Inc. 2009 Corpus Christi,TX JOC-2009 Corpus Christi,TX JOC-First Option- 1/01/2010 to 12/31/2010 ABC Selena Dressing Room 1 &1a Renovations-16507 Selena Dressing 1 & Estimator:Mike Douglas ABC Selena Dressing Room 1 &la`Renovations Division Summary(MFO4) 01 General Requirements _ 26-Electrical 02-Eiast Conditions 27-Communications 03__Concrete. . ....... ___,.. 28-Electronic Safety.and_Secuniy...... 04-Masonry 31-Earthwork 05-Metals 32-Exterior Improvements 07-Thermal and Moisture Protection 34-Transportation 08_ Plastics,and Composites __ _____ _�.. 33-Utilities O6 Wood, ransportation ning3 m _ 35 Waterway and Marine Transportation 09-Finishes ..._ 41 Material Processing and Nand Es ent 10-Specialties 44-Pollution Control Equipment 11-Egtpnent...__._..... 46-Water and Wastewater Ersirnent 12-Furnishings 48 Electnc Power Generation 13-S,pedai,Construction Alienates $454,827.30 14-ConveyEquipmenl Trades 31-:-Fire Staipression Assemblies 22-Plumbing FMR 23-Hea lin ,Ventilating,and Air-Condition (HVAC _.. MF04 Total(Without totalling compenents1_ 5454,827.30 Totalling Components Priced Line Items 5446.287.30 2010 Corpus Christi JOC Nonpriced MuitipMer (11.0000%t 5939.40 RSMeans CORPUS CHRISTI,TX CCI 201403,86.20% S!µ1,587 65) 2010CorpusChristi JOC Bond (2.5000%k 510.335.35 2010 C Christi JOC priced Multta?iier/5„0000%). 519,234,98 2010 COMM Christi JOC Permit (3,500076 $14 469.49 NorpriceLi,Items .$ 540.00 2010 Corpus Christi JOC Permit Fee/E) Material,Labor,and Equipment Totals(No Totalling Components) Priced/Non-Priced Malone!: $277,056.15 Total Pnced items: 123 $446,287.30 Labor 5163.525.85 Total Non•Priced Items 1 $8,540.00 1.88% Equipment $1,595.30 Other. 512,650.00 124 5454527.30 Laborhours: 2,375.40 Green Line Ilems.13 568,527,80 Grand Total $438,218.87 Printed 22 SEP 2014 12.24PM v2.622 Page 1 or 10 ABC Selena Dressing Room 1&la Renovations-16507 Selena Dressing 1 &la rroorM1 � ""' )P"� '" ilk it r g"""' rem* Ili Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Mike Douglas Totalling Component Details Description Item Count Applicable Amount Applied Amount Applied Result Balance Priced Line Items 123 5446,287,30 $446287.30 $446.287.30 Included in Tat:.Yes Type Total,Master Format Type.MFo4 Values. Total Includes Paced Fitedng:(nonet RSMeans CORPUS CHRISTI,TX CCI 2014Q3,86.20% 5446,287.30 (13.8000)% 5(61_587.65) 5384 699.65 Included In Total Yes Type RSMeans CCI(Project Lovell RSMesns CORPUS CHRISTI.TX CCI 201409,86.206= Subtotal based on 1 OM'Pnced tare pans° 2010 Corpus Christi JOC Priced Multiplier 5384,699.65 5.0000% S19,234,98 5403.934.63 Included in Total:-Yes Type'..:Percentage Subtotal based on 2':tMts.'Priced tine Ilan 'RSMeans CORPUS CHRISTI,TX CO ICurentl" Nonpriced Line Items 1 $8,540.00 $8,540.00 $412,474.63 Included In Total.Yes Type Total.Master Format Type MF04 Values Total Includes.Non Priced Fi tang.krone) 2010 Corpus Christi JOC Nonpriced Multiphier 58,540.00 11.0000% 5939.40 $413;41403 includes s In Tat'.Yes Type Percentage Subtotal based ant lents.'Nonpncad Lane Items` 2010 Corpus Christi JOC Bond $413,414.03 2.5000% $10,335.35 $423,749.38 Included M Total Yes Type Percentage Subtotal based on 5Items.'2010 Corpus Chase JOC Nonpnced Mulephter.'2010 Corpus Christi JOG Priced Mttoplief'Noronced Line Items",'Pnced lane Items'.'RSMeans CORPUS CHRISTI,TX CCI(Current' 2010 Corpus Christi JOC Permit $413,414.03 3.5000% $14,469.49 $438,218,87 Inducted in Total Yes Type Percentage Subtotal based an 5 Dents.'2010 Carpus Chide JOC Nanpnced Mulbpi er,'7010 Corpus Christi.10C Priced Multiplier"Nurtpriad tine Items'.'Priced tine nets iiSMeana CORPUS CHRISTI,TX CCI(Currentr 2010 Corpus Christi JOC Permit Fee $438,218.87 Included in Tot:'.Yes Type. Motet(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 22 SEP 2014 1224PM v2.622 Page 2 of 10 ABC Selena Dressing Room 1&1a Renovations-16507 Selena Dressing 1&1a r"•--"+ '."" "'." ("^'°_ >l " 7 i rm.". "'' °" -ate Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Ron Taylor ABC Selena Dressing Room 1 &1a Renovations item Description UM Quantity Unit Cost Total Book Alternates 1 01-56-16-10-1080 Oust barriers.temporary,dust partition,6 mit polyethylene.2"x 4"frame S.F. 600,0000 $0.92 $552.00 CUSTOM p M,L, 06P 2 01-74-13-20-0100 Cleaning up,cleanup of floor area,final by General Contractor at end of job M.S.F. 5.0000 $96.00 $480.00 CUSTOM p M,L,E. O&P 3 01-76-13-20-0020 Temporary protection,flooring.1/8"tempered hardboard,taped seams S.F. 900.0000 $1.18 $1,062.00 CUSTOM P M L, OSP � .�4 02.41"19-19-0800 Selective facility services demolition.rubbish handling,the following are to be Week 16,0000 $800,00 $12, - � . ._�_ _ 800.00 CUSTOM added to the demolition prices. Dumpster,weekly rental,includes one dump per M 06P week.30 C.Y.capacity,7 tons 5 02-41-19-19-0920 Selective facility services demolition,rubbish handling,the following are to be Ea. 8.0000 $259,00 $2,072.00 CUSTOM P added to the demolition prices,dumpster,alternate pricing for dumpsters,haul, M 04P average for all sizes 6 02-41-19-19-2200 Selective facility services demolition,rubbish handling,the following are to be C.Y. 190.0000 5113.00 521,470.00 CUSTOM P added to the demolition prices. Load,haul,dump and return,51'to 100'haul.21 L,. OSP to 40 riser stairs,hand carried _ 7 02.41.19-25.1220 solid,per inch of depth saw cutting,masonry walls hydraulic saw,block walls, LF, ._. 145,0000 $8.10 $1,174.50 CUSTOM o6P...r, m .., � �� �.._ _______ __ __-_ .. 8 02.42.10-20-0140 Deconstruction of building components,buildings one or two stories only, Ea. 4.0000 556.50 $228.00 CUSTOM P excludes material handling,packaging,container costs and transportation for C.rn L 05P salvage or disposal,,deconstruction of plumbing fixtures,floor mounted water closet 9 02-42-10-20-0200 Deconstruction of building components,buildings one or two stories only, Ea. 3.0000 $151.00 $453.00 CUSTOM p excludes material handling,packaging,container costs and transportation for Gm,L. 065 salvage or disposal,deconstruction of plumbing fixtures,shower,single 10 02.42-10-20.0610 Deconstruction of budding components,buildings one or two stories only, LF, 275 0000 $2850 $7,837.50 CUSTOM p excludes material handling.packaging,container costs and transportation for Gm.L. 06P salvage or disposal,deconstruction of millwork and him,cabinets,wood 11 02-42-10-20-0620 Deconstruction of building components,buildings one or two stories only, L.F. 275.0000 511.30 $3,107.50 CUSTOM p excludes material handling,packaging,container costs and transportation for Gm,L, 06P salvage or disposal,deconstruction of millwork and trim,countertops 12 02-42-10-20-0660 Deconstruction of building components,buildings one or two stories only, LF. 420.0000 $1.89 $793.80 CUSTOM P excludes material handling,packaging,container costs and transportation for Gm L, 06P salvage or disposal,deconstruction of millwork and trim,base.3/4"to 1"thick 13 02-42.10-20.0730 Deconstruction of building components,buildings one or two stories only. Ea. 10:0000 $118.00 $1,180.00 CUSTOM p excludes material handing,packaging,container costs and transportation for co M L 06P salvage or disposal,deconstruction of doors and windows,doorswrap,solid core,exterior or interior,single Printed 22 SEP 2014 12.24PM v2.622 Page 3 of 10 ABC Selena Dressing Room 1&1a Renovations-16507 Selena Dressing 1&la I"'' lam" r r"", f r'"°," r" r T."-, !' ' " r 1` ` Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Ron Taylor ABC Selena°°Dressing Room 1 &1a Renovations Alternates Item Description UM Quantity Unit Cost Total Book 14 02-42.10-20.0740 Deconstruction of 51.5 0 ..S . , of building components,buildings one or two stories only, Ea. 1.0000 5151.00 5151 00 CUSTOM P excludes material handling,packaging,container costs and transportation for Gm.M.L OW salvage or disposal,deconstruction of doors and windows,doors,wrap,solid core,exterior or interior,double 15 02-82-13-39-0200 Asbestos remediation plans and methods,asbestos abatement remediation plan Ea. 1.0000 51,475.00 $1,475.00 CUSTOM P 16 02-82.13-42-0310 Preparation of asbestos containment area,separation barrier,t x 4~4 16".112" S.F, 300.0000 $7,10 $2,130,00 CUSTOM p plywood each side.12'high M.L ow _ 17 02-82-13-42-0400 Preparation of asbestos containment area,personnel decontamination chamber, S F. 10.0000 $8.70 587.00 CUSTOM p 2"x 4"a 16',.314"plywood each side M.L CWP 18 02-82-13.42.0560 Preparation of asbestos containment area,cover surfaces with polyethylene S.F. 1400 0000 50.90 51,260.00 CUSTOM p sheeting,including glue and tape,walls,each layer,6 mil M L OSP 19 02-82-13-42-0900 Preparation of asbestos containment area,set up negative air machine 1,000 to Ea. 3.0000 5148.00 5444.00 CUSTOM p 2,000 CFM per 25 MCF volume L. OW 20 02-82-13-43-5000 Bulk asbestos removal,includes disposable loots and 2 suits and 1 respirator S F. 900.0000 $2.26 $2.034.00 CUSTOM p filter per day per worker..remove VAT and mastic from floor by hand M.L OSP 21 02-82-13.45.0110 OSHA testing,certified technician.maximum Day 2.0000 5330.00 5660.00 CUSTOM p OSP 22 02-82-13-45-1110 OSHA testing,cleaned area samples,PCM air sample analysis,NIOSH 7400, Ea. 3.0000 $163.00 $489,00 CUSTOM p maximum M.L OW 23 02-82-1347-5020..., _ Asbestos waste xn mapackaging. handing,and disposal,disposal charges.not C.Y. ry 5,0000 $395.00 S1,975.00 CUSTOM p including 24 0382-1310-0900 Core drying,including bit cost,layout and set-up time,reinforced concrete slab Ea. 15 0000 591.00 51,365.00 CUSTOM p up to 6'thick,8-diameter core M L E. OSP 25 03-82-13-10-0900-0950 Core drilling.each added inch thick in same hole,add(Modified using Ea. 30,0000 54.25 $12750 CUSTOM .p 03-82-13-10-0950) M 1,E, OW 26 03-82-16-10-0300 Concrete impact drilling.including bit cost,layout and set-up lime,excluding Ea. 200.0000 $11.35 52,270.00 CUSTOM p anchors,up to 4'deep in concrete or brick floors or walls,holes,112"diameter M L OSP 27 03-82-16-10-0300.0350 Concrete impact drilling.for each additional inch of depth in same hole,add Ea. 400.0000 $2.27 5908.00 CUSTOM p (Modified using 03-82-16-10-0350) M L. OSP 28 04-05-05-10-0460 Selective demolition,concrete block walls,reinforced alternate courses and S.F. 250.0000 $1 13 5282.50 CUSTOM p vertically 48"O.C..8"thick 29 04-22-10-24-0200 Concrete block,exterior,C90,2000 PSI,includes mortar and horizontal joint S.F. 930 0000 511,45 510,648.50 CUSTOM p reinforcing every other course,excludes scaffolding,grout and vertical M L OSP reinforcing,tooled joints 2 sides,norma,weight.8"x 16"x 8"thick 30 05-05-05-10-0020 Selective demolition,metals,excludes shores,bracing,cutting,loading,hauling, Ea. 50,0000 51.50 575.00 CUSTOM p dumping,remove nuts only,up to 3/4"diameter I OW Printed 22 SEP 2014 12:24PM v2.622 Page 4 of 10 ABC Selena Dressing Room 1&la Renovations-16507 Selena Dressing 1&to r.,.',,,, r l ["" ,".-, r-i r ' r.-' Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Ron Taylor ABC Selena Dressing Room 1 &la Renovations Alternates Item Description UM Quantity Unit Cost Total Book 31 05-05-21-10-0050 Cutting steel,hand burning,Including preparation,torch cutting and grinding. L.F. 45.0000 $2.09 594.05 CUSTOM p excluding staging,steel to 1/4"thick M L E. oar 32 05.05.21-15-1930 Drilling steel.drilling and layout for steel,up to 1/4"deep,no anchor,holes,3/8" Ea. 45.0000 $7.05 $317.25 CUSTOM p diameter M.L Dap 33 05-05-21-15-1930-1935 Drilling steel,for each additional 1/4"depth,add(Modified using Ea. 45.0000 52.41 $108.45 CUSTOM p 05-05-21-15-1935) M 041' 34 05-05-23-25-0120 High strength bolts,including washer and nut,A325 Type 1, structural steel. Ea. 10,0000 56.90 569.00 CUSTOM P bolt-nut-washer set,1/2"diameter x 2"long Gm,M L OaP 35 05-05-23-90.0100 Welding rod,steel,type 6011.1/8"diameter,500 lbs to 2,000 lbs Lb. 380.0000 $2.15 $817.00 • DaP P 36 05-12-23-40-0476 Lightweight framing,structural steel,field fabricated,Including cutting and L.F. 300.0000 547,50 $14,250.00 CUSTOM P welding.angle framing.3"x 3"x 3/8" Om.M LE. OSP 37 06-22-13-15-5110 Moldings,base,classic profile,5/8"x 5-1/2",red oak L.F. 800.0000 $4,93 $3,944.00 CUSTOM p M.L O&P 38- 06-22-13-15-5110-5400 Moldings,base,for pre-finished,stain and dear coat,add(Modified using L,F. 800.0000 50.50 $400.00 CUSTOM p 06-22-13-15-5400) sr 39 07-65-12-10-8500 Fabric and mastic flashing and counter flashing,shower pan,bituminous S.F. 100 0000 55.20 $520.00 CUSTOM p membrane.7 ounce M.L O&P 40 08-05-05-10-2000 Selective demolition doors,frames.including trim.metal Ea. 13.0000 571.00 5923.00 CUSTOM p L O4P 41- 08-17-13-20-0500 FRP doors and frames,stainless steel,foam core,prehung door 14 gauge,3'-0" Ea. 14.0000 53.975,00 $55,650.00 custom p x 7'-0",single M.L 05P 42- 08.71-2015-2550 Hardware,average,door hardwareschool,classroom,ANSI F84,lever handle Door 14.0000 $1,125.00 $15 750,00 CUSTOM P M L 06P 43 08-71-20pad,aluminum Ea. 14.0000 50-1300 Door stops.wall bumper,4"diameter,with rubber _....en $30 SO $427.00 CUSTOM p M.L. 08P 44 08-71-20-90-1800 Hinges,full mortise,high frequency,stainless steel base,4-1/2"x 4-1/2".US32 Pr. 28.0000 5114.00 53,192,00 CUSTOM p M OaP 45 08-83-13-10-2000 Mirrors,float glass,1/4"thick,stock sizes,one way transparent S.F, 212.0000 $29.50 $6,254,00 u oaP P 46 09-05-05-10-0240 Selective demolition,ceilings,ceiling,drywall,on suspension system.including S.F, 2.300.0000 51.26 52,898,00 CUSTOM p '.. system L O&P 47 09-05-05-20-0400 Selective demolition,flooring,carpet,bonded,including surface scraping SF, 1,000.0000 50.45 5450.00 CUSTOM p L. OaP 48 09-05-05-20-0900 Selective demolition,flooring,vinyl composition tile.12"x 12" S.F. 150.0000 50,90 5135.00 CUSTOM P L. OaP 49 09-05-05-20-2020 Selective demolition,flooring,tile,ceramic,mud set S.F. 200.0000 $1,45 5290,00 CUSTOM p L. Dap Printed 22 SEP 2014 1224PM v2.622 Page 5 of 10 ABC Selena Dressing Room 1&to Renovations-16507 Selena Dressing 1&to r"- r r" r r r ° r r--1 r r r' r° ,- r.. Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Ron Taylor ABC Selena Dressing Room 1 &1a Renovations Alternates Item Description UM Quantity Unit Cost Total Book 50 09-28-13-10-0070 Cementitious backerboard,cementitlous backerboard,on floor,3'x 4'x 1/2" S.F. 100.0000 $3.04 $304.00 CUSTOM p sheets U.L OLP 51 09-28-13-10-0150 Cementitious backerboard,cementitious backerboard,on wall,3'x 4'x 1/2" S.F. 200.0000 $4.11 $822.00 M OM P sheets 52 09-29-10-30-3050 Gypsum board,on watts and ceilings,nailed or screwed to studs,518"thick,on S.F. 120,0000 $1.89 $226,80 CUSTOM p ceilings,standard,taped and finished,level 4 finish M.L OW 53 09-30-13-10-1800 Ceramic tile.bathroom accessories,average(soap dish,tooth brush holder) Ea. 5.0000 524.00 3120.00 CUSTOM P M.L, O&P -_----�. ,...� ___. ,�._ ..a�.W .,...�..._......e. _. _ ._._.. ....._ ....._,......�_ CUSTOM _. 54 09-30-13-10-3310 Ceramic tile,floors.porcelain type,one color,color group 2,2"x2-or 2"x 1",thin S.F. 190.0000 511.20 $2,128.00 M L OSP P set 55 09-30-13-10-5820 Ceramic tile,walls,interior,thin set,12"x 12"tile S.F. 600.0000 510,35 56,21000 CtSTOM P M,4, 0&P 56 09-30-13-45-0100 Ceramic tile accessories,spacers,118" C 800.0000 $2.18 51,744.00 CUSTOM p Al, 0&P 57 09-30-23-10-0600 Glass mosaics,3/4"Zile on 12"sheets,standard grout,color group 7 S.F. 100.0000 $60.00 56,000,00 CUSTOM p M,L O&P $14,250.0058 09-51-23-30-0820 Suspended ceilings,complete,includingstandard,suspension system,excluding S.F. 2,500.0000 $5.70 CUSTOM p 1-1/2"carrier channels,mineral fiber,legular,2'x 2'x 5/8"tile on 9116"grid U.L, 06P 59 09-51-23-30-1800 Suspended ceilings,complete,including standard,suspension system,excluding S.F. 180 0000 56.30 $1,134.00 CUSTOM p 1-112"carrier channels,tile,2 bar suspension,5/8"mineral fiber tile M.L. OSP 60 09-65-10-10-3600 Latex underlayment,latex underfayment,cemeribkous for resilient flooring,1/8" S.F. 1.000.0000 $4,37 $4,370.00 CUSTOM p thick M.L. O&P 81 09-65-19-10-7050 Miscellaneous resilient tile flooring,vinyl composition tile,12"x 12",1116"thick, S.F. 1,000.0000 $3.42 53,420.00 CUSTOM p embossed M..L os1 62 09-68-05-11-0107 Flooring transition strip,clamp down brass divider,12'strip.vinyl to carpet Ea. 5,0000 528.00 5140.00 CUSTOM p M.L. O&P 63 09-68-13-10-1100 Carpet tile,tufted nylon,24'x 24",hard back,24 ounce S.Y. 40.0000 538.00 51.520.00 CUSTOM P M.L O&P 64 09.68-16-10.4110 Sheet carpet,commercial grades.direct cement,wool.level loop,40 ounce, S.Y, 84.0000 5151,00 512,684.00 CUSTOM P medium traffic M,L 08P 65 09-81-16-10-3100 Sound attenuation blanket,thermal or acoustical batt above ceiling,3"thick S.F. 2,680 0000 $1.46 $3,912.80 CUSTOM p M,L O&P 66 09-91-23-62-1400 Electrostatic painting,on site,irregular surfaces(furniture,door frames,etc.),two S.F. 450,0000 $7.65 $3,442.50 CUSTOM p coals M_L O&P 67 09.91-23.72.3310 Walls and ceilings,interior,masonry or concrete block,latex paint,paint three S.F. 6,300,0000 51.65 510,395,00 CUSTOM p coats,sand finish,roller M 4. OSP 68 10-05-05-10-1910 Selective demolition,specialties,toilet cubicles,remove Ea. 2.0000 S113.00 $226,00 CUSTOM P L, O&P Printed 22 SEP 2014 12.24PM v2.622 Page 6 of 10 ABC Selena Dressing Room 1&la Renovations-16507 Selena Dressing 1&is r- ". r-• 1r w 1r-, ""'` s "" r--• I " r-"'"' r-" r--- r Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Ron Taylor ABC Selena Dressing Room 1 &1a Renovations Alternates Item Description UM Quantity Unit Cost Total Book 69 10-05.05-10-4320 Selective demolition,specialties,door signs,interior,on door 6"x 6" Ea. 12.0000 522.50 $270,00 CUSTOM p L, OaP 70 10-0505-10-5250 Selective demolition,specialties,cabinets,recessed Ea. 3.0000 $100.00 5300.00 CUSTOM p t, OAP 71 10-14-23-13-1050 Engraved panel signage.interior,flexible door sign,adhesive back,with braille, Ea. 13.0000 $65.00 $845.00 CUSTOM p 518"letters,6"x 6" M,L OW 72 10-28-13-13-0300 Commercial toilet accessories,curtain rod,stainless steel.5'long,1-1/4" Ea. 5.0000 $77.00 $385.00 custom p diameter M,L OW 73 10-28-13-13-0300-0360 Commercial toilet accessories,for vinyl curtain,add(Modified using S.F. 150 0000 $1.21 $181 50 CUSTOM p 10-28-13-13-0360) M,L, OAP0360) 74 10-28-13-13-0610 Commercial toilet accessories,dispenser units,towel dispenser and waste Ea. 5.0000 $370.00 $1,850.00 CUSTOM p receptacle,18 gallon capacity M I. OWP 75 10-28-13-13.1300 Commercial toilet accessories,grab bar.straight,1-112"diameter,stainless steel,Ea. 1.0000 565.50 $65 50 CbSTOM P 36"long M.L OAP 76 10-28-13-13-1310 Commercial toilet accessories,grab bar,straight,1-112"diameter,stainless steel,Ea. 3.0000 $79.00 $237.00 CUSTOM p 42"long M,L ow 77 10-28-13-13-1900 Commercial toilet accessories,grab bar,tub bar,end tub bar,1"diameter,90' Ea. 2 0000 $167.00 $334.00 CUSTOM p angle 16"x 32" M L. OW 78 10-28-13-13-2010 Commercial toilet accessories,grab bar,tub,shower or toilet,two wall,36"x 24" Ea. 3.0000 $139.00 $417.00 FCUSTOM p OW 79 10-28-13-13-3300 Commercial toilet accessories,mirror,with stainless steel 314'square frame,72" Ea. 6.0000 337500 $2,250.00 CUSTOM p x 24" M.L OW 80 10-28-13-13-5000 Commercial toilet accessories,soap dispenser,recessed stainless steel.Nqurd Ea. 5.0000 $208,00 $1,040.00 CUSTOM p M L, OAP 81 10.28-13-13-0100 Commercial toilet accessories,toilet tissue dispenser,surface mounted,stainless Ea. 5.0000 $38.50 $192.50 CUSTOM p steel,single roll M L OW 82 10-28-13-13-6500 Commercial toilet accessories,towel bar,stainless steel,30"long Ea. 5,0000 $150.00 $750.00 CUSTOM p M L OW ..._..... ......... ......... 83 10-44-16-13-2100 Portable fire extinguishers.dry chemical,pressurized,ABC all purpose type, Ea. 2.0000 $87.50 $175.00 CUSTOM p portable.20 lb. ki O&P 84 12-36-61-16-2300 Solid surface countertops,acrylic polymer pricing for orders of 1 to 50 L.F.or L.F. 40.0000 $183.00 $7,320.00 CUSTOM p greater.countertops,25"wide,premium patterned colors M L. oap 85 12-3countertops &-61-16-4100 Solid surface countert s.a is r,pricing for orders of 1 to 50 units, Ea. 10 0000 $108.00 $1,080.00P op � polyp. p � CUSTOM sinks,cutouts for sinks L. OW 86 12-36-61-16-5000 4'x8'Moz Aluminum Panels EA 4.0000 $2,135.00 $8,540.00 CUSTOM N OW 87 12-36-61-19-0170 Quartz agglomerate countertops,25"wide,4"backsplash,color group D, L.F. 50.0000 $200.00 $10,000.00 CUSTOM '.. maximum M.L. OAP Printed 22 SEP 201412 24PM v2 622 Page 7 of 10 ABC Selena Dressing Room 1&la Renovations-16507 Selena Dressing 1&la r--- r r r r"'"y" rem, * r,,." ' If""'' Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Ron Taylor ABC Selena Dressing Room 1 &la Renovations Alternates Item Description UM Quantity Unit Cost Total Book 88 12-56-43-10-1300 Dormitory furnishings,desk top.built-in,laminated plastic,24"deep.maximum L.F. 100.0000 $172.00 $17,200.00 CUSTOM p M. L, O&P __ .. _. _ .m, _ „ 89 21-11-13-16-0180 Pipe plastic,CPVC,fire suppression,(C-UL-S.FM,NFPA 13.13D&13R), L.F. 75.0000 $36.50 52,737,50 CUSTOM p socket joint,excluding couplings and hangers,SDR 13,5,(ASTM F442),3" M.L O&P diameter 90 21-11-13-18-0370 Pipe fittings,plastic,CPVC,fire suppression,(C-UL-S.FM.NFPA 13.13D& Ea. 2.0000 5147.00 5294,00 CUSTOM p 13R),socket joint,tee,3" N L O&P 91 21-11-13-18-0880 Pipe fittings,plastic.CPVC,fire suppression.(C-UL-S.FM,NFPA 13,13D& Ea. 2.0000 546 50 593.00 CUSTOM 13R),socket joint,cap.3" Al.L OSP 92 21-13-13-50-1960 Wet-pipe sprinkler system components.flexible spnnkler head connectors, Ea. 15.0000 $120.00 51,800,00 CUSTOM p braided stainless steel hose with mounting bracket,1/2'and 3/4"outlet size,80" M d.. O&P length 93 21-13-13-50-3780 Wet-pipe sprinkler system components sprinkler heads,excluding supply piping. Ea. 15,0000 $54.50 5817.50 CUSTOM P standard spray,pendent or upright,brass,135'to 286'F,314"NPT, 17132" Al.a.. O&P orifice 94 21-13-13-50-6160 Wet-pipe sprinkler system components,tamper switch,valve supervisory switch Ea. 1.0000 $151,00 $151.00 CUSTOM p m.i.„ O&P 95 22-05-05-10-1220 Plumbing demolition,fixtures,including 10'piping,lavatory,counter top Ea. 1.0000 $87.00 $87.00 CUSTOM p L. O&P 96 22-05-05-10-1420 Plumbing demolition,fixtures,including 10'piping,water closet,wall mounted Ea. 1,0000 599.50 599.50 CUSTOM p L, O&P 97 22-05-05-10-2250 Plumbing demolition,water heater,40 gallon Ea. 1,0000 5116.00 $116.00 CUSTOM p L. O&P 98 22-33-33-10-4160 Commercial electric water heaters.commercial,100'rise.electric,50 gallon.36 Ea. 1.0000 57 CUSTOM 00..:.... 57,400,00 p kW,148 GPIl.208 volt Al_L O&P 99 22-41-13-44-1150 Toilet seats,solid plastic,white,industrial,excluding cover,open front,elongated Ea. 5,0000 561.00 $305,00 CUSTOM p bowl M.L OSP 100 22-41-16-10-0640 Lavatories,Including trim,white,vanity top,porcelain enamel on cast iron,33"x Ea. 4.0000 5955.00 53,820.00 CUSTOM p 19"oval m O&P 101 22-41-23-20-3210 Showers,stall,including drain only,excluding valve,door and curtain,fiberglass. Ea. 4:0000 $1,000,00 54,000,00 CUSTOM p one piece,with 3 walls,handicap,1-1/2"O.D.grab bars,nonskid floor,48"x M L O&P 34-1/2"x 72"corner seat 102 22-42-16-34-1050 Laboratory countertops and sinks,laboratory sinks,corrosion resistant,stainless Ea. 5 0000 $2,300 00 $11,500 00 CUSTOM P steel sink,bench mounted,with plug and waste fitting with 1-1/2"straight threads M L. OLP single bowl,two drainboards,backnut and strainer,includes faucet and drain, 18-1/2"x 15-1/2"x 12-1/2"sink,54"x 24"0.0. 103 22-42-16-34-1740-1980 Laboratory countertops and sinks,for rough-in,supply,waste and vent,add Ea. 9 0000 5980.00 58,820 00 CUSTOM p (Modified using 22-42-16-34-1980) MLO&P Printed 22 SEP 2014 1224PM v2.622 Page 8 of 10 ABC Selena Dressing Room 1&la Renovations-16507 Selena Dressing 1&1a r,,,..4 IF "rw r" f"."' r'""°."" ■ ' r"' Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator: Ron Taylor ABC Selena Dressing Room 1 &1a Renovations Alternates item Description UM Quantity Unit Cost Total Book 104 22-42-39-30-3600 Carriers and supports,for plumbing fixtures,lavatory,concealed arm,waft Ea. 9.0000 $415,00 $3,735.00 CUSTOM p mounted,in stud or masonry,high back fixture M L OSP 105 22-43-13-40-3320 Water closets,bowl only,one piece,vitreous china,including seat and flush Ea. 5.0000 $3,325.00 $16,625,00 CUSTOM p valve,ADA compliant,18"high,floor mounted,bariatric,1,200 lb.capacity, M:L 051' elongated bowl 106 23-31-13-13-0100 Rectangular metal ducts,fabricated rectangular,including approximately 25% Lb. 275.0000 $29 00 $7,975.00 CUSTOM p fittings,joints,supports,allowance for flexible connections and field sketches, M L. 051. excluding"as-built dwgs."and insulation.Fabrication and installation are combined as labor cost,aluminum,alloy 3003-1114,under 100 lb. opposed blade damper,ceiling,rectangular.1 to 4 Ea. 22.0000 $390.00 58,580.00 CUSTOM 107 23-37-13-10.1180 Diffusers aluminum, n9 way P blow,24"x 24" M,L OLP 108 26-05-19-90-0940 Wire,600 volt,copper type THWN-THHN,solid,#12 CLF. 42.0000 573.00 53,066.00 CUSTOM p M,L O&P 109 26-05-19-90-1250 Wire,600 volt,copper type THWN-THHN,stranded,#10 G.L.F. 3.0000 $90.50 $271.50 CUSTOM p M.L, OLP 110 26-05-19-90-1350 Wee,600 volt,copper type THWN-THHN.stranded,#6 C.LF. 2.0000 5170.00 $340.00 CUSTOM p M,L OLP 111 26-05-33-13-5020 Conduit,to 15'high,Includes 2 terminations,2 elbows,11 beam clamps,and 11 L.F. 175.0000 $5.85 $1,023.75 custom p couplings per 100 L.F_.,electric metallic tubing(EMT).314"diameter M,L oar 112 26-05-33-13-7000 Conduit,to 15'high,electric metallic tubing(EMT),EMT to conduit adapters, Ea. 12.0000 $13.25 5159.00 CUSTOM p compression,112'diameter M.L, oar 113 26-05-33-13-7020 Conduit,to 15'high,electric metalkc tubing(EMT),EMT to conduit adapters, Ea. 12.0000 516.45 5197.40 CUSTOM p compression,3/4"diameter M L, oar 114 26-05-33-13-8700 Conduit,to 15'high,electric metallic tubing(EMT),couplings,compression Ea. 75.0000 $12.20 5915.00 CUSTOM P steel,112'diameter Li L oar 115 26-51-13-50-8750 Interior lighting fixtures,decorator,accent fights,on floor or edge,0.5W low volt Ea. 20,0000 $174.00 $3,480.00 CUSTOM p incandescent,Including transformer and fastenings,based on 100'lengths.step M,L OLP edge to 72",lights 6'OC,In bronze extrusion 116 26-51-13-55-1110 Interior LED fixtures,including lamps.mounting hardware,and connections, Ea. 22,0000 $645.00 S14,190.00 CUSTOM p troffer retrofit kit,46",55 watt Gm,M,t., 05P 117 26.51.13.55.1200 Interior LED fixtures,including lamps.mounting hardware,and connections, Ea. 22.0000 $720.00 515,840.00 CUSTOM p troffer,volumetric recess mounted.2'x 2' Gm,M.L Obi 118 26-51-13.55-2020 Interior LED fixtures,including lamps,mounting hardware,and connections,strip,Ea. 7,0000 51,175,00 $8,225.00 CUSTOM p surface mounted,two light bar 4'long,80 watt Gm.M.L OLP 119 26-52-13-10-0700 Emergency lighting and battery units,twin sealed beam light,25 watt,6 volt Ea. 7.0000 $885.00 56,195.00 CUSTOM p each nickel cadmium battery operated M L 05P face ig ngfixtures,exit light ceding or wall mount,LED with .y..i «: «:< _ ,20_ 120 26-53-13-10-0260 Exit lighting battery unit,double Ea. 7.0000 5315.00 $2,2D5.00 CUSTOM p Gm,M L. CSP Printed 22 SEP 2014 12.24PM v2,622 Page 9 of 10 ABC Selena Dressing Room 1&la Renovations-16507 Selena Dressing 1&la r-.... r-' r"""" lI r r r.-.41 r'""" '' if"°-' Ir., tom' r r"." lam" Barcom Commercial Inc. Preliminary Estimate, by estimates Estimator:Ron Taylor ABC Selena Dressing Room 1 &9a Renovations Alternates Item Description UM Quantity Unit Cost Total Book 121 28-31.23-50-3800 Alarm panels and devices,excluding wires and conduit,fire,alarm control panel, Ea. 1.0000 $1675.00 $1,075.00 CUSTOM p 4 zone M.L OSP 122 28-31-23-50-4020 Alarm panels and devices,excluding wires and conduit,fire,alarm control panel, Ea. 4.0000 $340.00 $1,360.00 custom p alarm device M.L oaP ...__ ____.____ 123 28-31-23-50-5620 Alarm pane Is and devices.excluding vires and conduit,fire,visual alarm(ADA Ea. 8.0000 $208.00 $1,664.00 CUSTOM p type) M L OSP 124 28-31-46-50-5240 Smoke detectors,excluding wires and conduit,smoke detector,ceiling type, Ea. 9.0000 $345.00 $3,105.00 CUSTOM p M t, Ow addressable type _._.._..__ Alternates Total $454,827.30 Estimate Grand Total 438,218.87 Printed 22 SEP 201412'24PM v2,622 Page 10 of 10 ABC Selena Dressing Room 1&1a Renovations-16507 Selena Dressing 1&la L r. L Building success, one job at a time . BA R O M LCONSTRUCTION._INC. ABC Selena Dressing Rooms r Schedule of Values General Conditions $ 37,816.00 Permit $ 4,900.00 Demolition $ 11,000.00 CMU $ 27,860.00 Tube Frames $ 11,730.00 Powder coating $ 3,900.00 Millwork&Trim $ 14,929.00 Doors,Frames&Hardware S 21,580.00 L Install Doors $ 3,160.00 Acoustical ceiling S 8,960.00 Flooring $ 11,750.00 Tile S 30,000.00 Painting $ 13,200.00 Countertops $ 6,000.00 Aluminum Panels $ 4,270.00 Interior signage $ 697.00 Toilet accessories $ 4,560.00 Mirrors $ 4,575.00 Threshold Transitions $ 3,780.00 Plumbing $ 81,579.00 HVAC $ 4,994.00 Fire Protection $ 8,654.00 Electrical $ 54,000.00 Fire Alarm $ 8,000.00 Labor Burden $ 7,207.00 firm Bonds $ 7,480.00 Overhead $ 18,692.00 Profit $ 18,692.00 Insurances $ 4,270.00 LSales tax Exempt Total $ 438,235.00 I I I L 5826 BEAR LANE LCORPUS CHRISTI,TEXAS 78485 TELEPHONE.)161)851-2000"FAX:(351)8514717 c tro i L Building success, one job ata time BA R C O V CONSTRUCTION, INC. L ABC Selena Dressing Rooms r Schedule of Values thri General Conditions $ 37,816.00 Permit $ 4,900.00 Demolition $ 11,000.00 CMU $ 27,860.00 Tube Frames $ 11,730.00 Powder coating $ 3,900.00 Millwork&Trim $ 14,929.00 Doors,Frames&Hardware $ 21,580.00 Install Doors $ 3,160.00 Acoustical ceiling $ 8,960.00 Flooring $ 11,750.00 Tile $ 30,000.00 Painting $ 13,200.00 Countertops $ 6,000.00 Aluminum Panels $ 4,270.00 Interior signage $ 697.00 Toilet accessories $ 4,560.00 Mirrors $ 4,575.00 L Threshold Transitions $ 3,780.00 Plumbing $ 81,579.00 HVAC $ 4,994.00 Fire Protection $ 8,654.00 Electrical $ 54,000.00 Fre Alarm $ 8,000.00 Labor Burden $ 7,207.00 Ito Bonds $ 7,480.00 Overhead $ 18,692.00 Profit $ 18,692.00 Insurances $ 4,270.00 LSales tax Exempt Total $ 438,235.00 I I I L 5826 SEAR LANE LCORPUS CHRISTI,TEXAS 78405 TELEPHONE-(361)851-1000-FAX (361)851-1717 • PERFORMANCE BOND BOND# 106156050 Contractor as Principal Surety Travelers Casualty and Surety Company Name: Barcom Commercial,Inc. Name: 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 Same as above 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: Corpus Christi,Texas 78401 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 Project No. E13076 Telephone(main number): 281-606-8400 American Bank Center Selena Dressing Room Renovations Phase 1 Telephone(for notice of claim): 267-675-3000 Local Agent for Surety Name: C.A.McClure Award Date of the Contract: 9/29/2014 Address: 13823 Schmidt Road Cypress,TX 77429 Contract Price: $438,218.87 Telephone: 281-890-9294 Bond E-Mail: alm@southemamericanins.com Date of Bond: 10/09/2014 (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) i notice of claim should be sent may be obtained Said Principal and Surety hove signed and sealed from the Texas Dept.of Insurance by calling the this instrument in 4 copies,each one of which shall following toll-free number:1-800-252-3439 be deemed on original. Performance Bond 00 6113-1 Corpus Christi Standards—Lrg JOC 3-4-2014 • • 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 pursuant to the terms and provisions of Chapter2253 and Chapter2269 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 County,Texas for any legal action. Contractor as Principal Barcom Comm- cial,Inc. Surety Travelers Casualty and Surety Company of America Signature: T2QJ",14 A • i a Signature: t✓v-_ Name: Name: C.A.McClure Title: TOO ha4aA4 Title: Attorney in Fact Email Address: CAI M Q trcw►•C[ Email Address: alm@southemamericanins.com (Attach Power of Attorney and place surety seal below) • L END OF SECTION • Performance Bond 00 6113-2 Corpus Christi Standards—Lrg JOC 3-4-2014 • • 'WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AA POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 227687 Certificate No. 0 0 5 9 5 5 6 4 1 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint C.A.McClure,K ly J.Brooks,Kenneth L.Meyer,and Michelle Ulery of the City of Cypress ,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. 18th IN WITNESS WHEREOF,the Compa es thave caused this instrument to be signed and their corporate seals to be hereto affixed,this June 11`4+ day of 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 ,.SUTY ,. 'S I•!/. ,\0.E'6 % N IM INS tY AN FY G % }{J Y• 7" JP� O S �,NOwflFlyC 1 OpFOq, L V � G � 7q QpRPOR .7 lG:. tiC G9 � �lc fi c, INCORPORATED m. m tt >F i ;W cold OkAI�:1� I P ticcrfurroI c 1 9 8 2 0 1977 4.aa '^A ix: -._ o W HARTFORD, t H4'iTrOFq < % 1 ' i moi, n °�: o CONN. koNN......:;si N t896q� 951 t se AL�cI =�;ssEL�r ;, _J,S' ""rE��D �' �sJam: yi 1b4. T", 6,4 4'0 AHI / State of Connecticut By: 4 City of Hartford ss. Robert L.Raney, enior Vice President 18th June 2014 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. tATETIn Witness Whereof,I hereunto set my hand and ocial seal. * official My Commission expires the 30th day of June,2016. * '0!/81.10 * W�/" 'Marie C.Tetreault,Notary Public 'ti9V!CCfi 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 Powe;of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 9th day of October 20 14 . Kevin E.Hughes,Assistant Sec tary px6U4,4). ` n t�ac a *N has +�agtr T tx ANO SUA TY 02' �, � 6 *. eOr�.......G,➢ Eu '�Yp e#' ' 6 $ MCOflPofWiE9' m' o ° ,,,"'f ,, 4;�pn►waarEn s��� 1977 B � + t � i; ;o � HaarFORo •cs`�Ro,15 'wpm 1951 ".7>' f ;SE AL A" CONN. $ CCM. sy Js Y ;y .l o � i �:$$�.L?t � o � 0 1896 �y A� ! I4 c, d S.. N a! sf:... :a d •$�\\\f,Y ��N/1 �,,,.w�" ` ! ,A t 1 .+ ,41 1 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'. 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: CIaims 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 711714-9104 (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# 106156050 1V Contractor as Principal Surety Travelers Casualty and Surety Company Name: Barcom Commercial,Inc. Name: 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 Same as above Name: City of Corpus Christi,Texas 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 Project No.E13076 Telephone(main number): 281-606-8400 American Bank Center Selena Dressing Room Y Renovations Phase 1 Telephone(for notice of claim): 267-675-3000 Local Agent for Surety Name: C.A.McClure Award Date of the Contract: 9/29/2014 Address: 13823 Schmidt Road Cypress,TX 77429 Contract Price: $438,218.87 Telephone: 281-890-9294 Bond E-Mail: alm@southernamericanins.com Date of Bond: 10/09/2014 (Date of Bond cannot be earlier than Award Dote of The address of the surety company to which any Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed this from the Texas Dept.of insurance by calling the instrument in 4 copies, each one of which shall be following toll-free number:1.800 252-3439 deemed an original. _ Payment Bond Form 00 61 16-1 Corpus Christi Standards—Lrg JOC 3-4-2014 • Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment 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 pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of 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 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 County,Texas for any legal action. Contractor as Principal Barcom Commer.:al,Inc. Surety Travelers Casualty and Surety Company of America Signature: Ej. �� ._reu Signature: ri. Name: E(a i nt R Rot- Name: C.A.McClure Attoreny in Fact Title: f P S i.en+ Title: Email Address: e atn g ) rQm, Email Address: alm@southernamericanins.com c L (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 Corpus Christi Standards—lrg 10C 3-4-2014 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AM. 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. 227687 Certificate No. 0 0 5 9 5 5 6 4 6 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 l of the City of Cypress ,State of Texas ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any°al tions 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 18th day of June 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company G,.s U, ,,ytiv '1 P,, F\RE 6 1 MSU TY As? at'''', LR �ZY ? <rF 01:0.°01.,,,tz' 4 c 0.1...,11...111.4:04. JP+. Ny .3 s a f)y \p49OP. r pRPOR4>'� 1.1. m (k't 'o O o WCORPDRgTED�' m' �. a + W iPORgT.pi :P i \^u 1982r O 19/! ill!" n""� �P• f: �fl. HARTFORD W'ITFOFiD,I ? ct�' r i 1951 -�' ! " / -ASE AL)o? " 'o w CONN. o �cCNN. l e ;J, 1896 �d 4t �j'0.1 10 > ~ i a l';.71...1,0 � J/ °stS8lLLjs r $y, _ (, -,(4,.,,,,„ -- tS.AN 1R......:�� d1 • ,,a „«�.„ AMrd�'- State of Connecticut By: / -.''� City of Hartford ss. Robert L.Raney, enior Vice President On this the 18th day of June 2014 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. "TINIn Witness Whereof,I hereunto set my hand and official seal. � My Commission expires the 30th day of June,2016. A PU l.0 * Ncf\ Marie C.Tetreault,Notary Public . CITE'$ 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 • WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • This Powenof Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 9th day of October ,20 14 . Kevin E.Hughes,Assistant Sec tary ety '41Y M < �� ' 0���-IyS09 Jet�x34q' t Jp�Tr nNps Cxp wgFryc \DyyTYA� � fYc 4t.(‘'°"44 V.. ,�,s � � co, mcoRRoaatTD f mI o _ .•:'d+"►rt�rE:.�t y �* .� ' .9. 19� k.«� •caZ t n i HARTFORD, < 3•HARTFORD, I a m a 1951 �.,���'' SEAL o" " ° '" +N R e N 896 i �t�% s�� E o 1>z,----`0 s.,. `{as ar ay "lam Awe 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 I,2001. L djSUPPLIER NUMBER TO BE ASSIGNED BY CII Y PURCHASING DIVISION CITY OF CORPUS CHRISTI Corpus City of Chnsti DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Barcom Commercial, Inc. P.O.BOX: STREET ADDRESS: 5826 Bear Lane STATE Corpus Christi, TX ZIP: 78415 FIRM IS: 1. Corporation x 2. Partnership3. Sole Owner 0 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A L 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title N/A L 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee N/A I 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant N/A I L L L L FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in generalora substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a slatted writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that 1 have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Elaine R. Hoffman Title: President Signature of Certifying (Typr or Print) „I) /) / Date: Person: (//2 tyl ';• 01/4,-r( ,• October 24, 2012 DEFINITIONS a. "Board member." A member of' any board, commission, or committee appointed by the City Council of the City of Corpus Christi.Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. “Employee.- Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official.- The Mayor, members of the City Council, City, Manager, Deputy City Manager, Assistant City Managers. Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. -Constructively held- refers to holdings or control established through votimz, trusts, proxies, or special terms of venture or partnership agreements." 14. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. DATE AIllerw.CCORD CERTIFICATE OF LIABILITY INSURANCE 1o�srzo�a 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 AFFd DED 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 NAOM(E CT Renee Terrell Swantner&Gordon Ins.Agency PHONE3618831711 1 FAX ( C.Ne) 361-844-0101 A Higginbotham Company E aL4 Fur 361-883-1711 P.O.Box 870 ADDRESS:Merrell@s-gins.COm - Corpus Christi TX 78403-0870 INSURERS)AFFORDING COVERAGE NAIC 0 INSURER A:Valley Forge Insurance Company 120508 INSURED BARCO6 INSURER B:Westchester Fire Insurance Company 21121 _ IBarcom Construction, Inc. f wsuRERC:Transportation Insurance Company 120494 !Barcom Commercial, Inc. INSURER D:Continental Casualty Company 120443 15826 Bear Lane !Corpus Christi TX 78405 INSURER E:Travelers Property Casualty Co of A 25674 INSURER F: COVERAGES CERTIFICATE NUMBER:522364800 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 1Mi1CH 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. INSRT AUDL SUER POUCY EFF POUCY EXP LTR TYPE OF INSURANCE !NSD WVD POLICY NUMBER I(MM/DDIYYYY) (MM/DD/YYYYI I UNITS C X 'COMMERCIAL GENERAL LIABILITY 04034064756 9/12/2014 /12/2015 1 EACH OCCURRENCE I$1,000,000 .___'CLAIMS-MADE IXC OCCUR I PREMISES(Ea occurrence) I$100,000 • r -- — ! {MED EXP(Any one Peon) $5,000 _ ' I I PERSONAL&ADV INJURY I$1,000,000 I GEN'L AGGREGATE LIMIT APPLIES PER j GENERAL AGGREGATE $2,000,000 I _ 'POLICY X EC L 'LOC i I PRODUCTS-COMP/OP AGG $2,000,000 I 1 OTHER: S D I AUTOMOBILE LIABIUTY 1 C4034064790 9/12/2014 9/12/2015 COMBINED SINGLE LIMB $ (Eaaeeidem) 1,000,000 _ X ANY AUTO i I / BODILY INJURY(Per person) S Alt OWNED ^ SCHEDULED �/ BODILY INJURY(Per acC deM)I S AUTOS NON-OWNED -14TOPER1'YDA n(`E X ,HIRED AUTOS ' X %AUTOS !(Per accident) $ TI IS E X UMBRELLA UAB : X ' OCCUR I IZUP91M1439A14NF 9/12/2014 19/12/2015 I EACH OCCURRENCE i$15,000,000 .�EXCEss LIAB I !,CLAIMS-MADE I I 1 1 / AGGREGATE $15,000,000 { DED I X I RETENTION$10,000 I I I S A I WORKERS COMPENSATION I WC434064773 /12/2014 19/12/2015 I X I PTATUTE I 1 pe- 1 ,AND EMPLOYERS'UABIUTY YIN :ANY PROPRIETOR/PARTNER/EXECUTIVE /Fit._L-EACH ACCIDENT 51,000,000 OFFICER/MEMBER EXCLUDED' YIN/A i (Mandatory in NH) I I E L.DISEASE-EA EMPLOYEE 51,000,000 _1 If yes describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT!S1,000,000 B Builders Risk X121081838003 10/12/2014 9/12/2015 Location 57,000,000 !Occurrence 510,000,000 1 I I 1 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) (Please see attached addendum for additional policy and coverage information. I See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Department of Engineering P.O.BOX 9277 AUTHORIZED R PRESENTATIVEyE Corpus Christi TX 78469-9277 I ®1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: BARCO6 LOC#: ACORD ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Swantner&Gordon Ins.Agency Barcom Construction, Inc. Barcom Commercial, Inc. POLICY NUMBER 5826 Bear Lane Corpus Christi TX 78405 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 . FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.(Contractor's General Liability Extension Endorsement G-18652-J 07/12). The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status.(Blanket Additional Insured-Owners,Lessees or Contractors-With Products-Completed Operations Coverage-Form G-140331-D 01/13). The General Liability policy includes a primary&non-contributory provision only when there is a written contract between the insured and certificate holder that requires such provision.(Blanket Additional Insured-Owners, Lessees or Contractors-With Products-Completed Operations Coverage-Form Form G-140331-D 01/13). The Auto Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.(Contractors Extended BA Plus Coverage Endorsement-Form CNA63359XX 04/12). The Auto Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status.(Texas Additional Insured- Form CA2048 02/99). The Workers'Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. (Texas Waiver of Our Right to Recover from Others Endorsement-Form WC 42 03 04 A 06/14). 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. (Specialty Commercial Umbrella Liability Policy-Form S0001). Contractors Professional Liability and Pollution Incident Liability Policy info: 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#105677128,09/12/14-15,$1,000,000 Per Occurrence Limit. RE: Project#E13076 American Bank Center Selena Dressing Room Renovations Phase 1 ACORD 101(2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD