Loading...
HomeMy WebLinkAboutResolution - 2005-R0358 - Contract - Minnix Commercial Partners LTD - Building Renovations - 08_08_2005Resolution No. 2005-RO358 August 8, 2005 Item 26 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Contract for the municipal building renovations, by and between the City of Lubbock and Minnix Commercial Partners, Ltd. of Lubbock, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 8tb day of AugWt f , 2005. MgDOUGAL, MAYOR ATTEST: Reb cca Garza, City Secretary APPROVED AS TO CONTENT: Harlan Stauffer, Facilit' anager APPROVED AS TO FORM: 7 � f J M. Knight, Assis nt City `Attorney gs/ccdocs/Res-Contract-Minnix Commercial Partners Ltd July 26, 2005 ^nIkITO A ^-r K10. 6105 , CITY OF LUBBOCK SPECIFICATIONS FOR R-ENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM ITB #05-080-'CIA Plans & Specifications may be obtained, at the bidder's expense, from THE REPRODUCTION COMPANY http://pr.thereproductioncoMpany.com/ Phone: (806) 763-7770 R^M CHECK ff- 1ST RATING ICENS IN TEXAS FATE BY "A City OfPlanned Progress" CITY OF LUBBOCK Lubbock, Texas Office of Purchasing P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 • Fax (806) 775-2164 August 10, 2005 NOTICE OF AWARD Minnix Commercial Partners, Ltd. Attn: Jerry Smith j P.O. Box 64895 Lubbock, Texas79464-4895 RE: ITB #05-080-MA — RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM CONTRACT #6105 Dear Mr. Smith: This is official notice that award of the above -referenced project is made to your firm, in accordance with the terms and conditions of the bid and subject to contract. The value of the award is ONE -HUNDRED SEVENTY-EIGHT THOUSAND NINE -HUNDRED EIGHTY-FOUR AND N0/100 DOLLARS ($178,984.00) including tax. This award does not constitute a contract. You have ten (10) business days from this notice, exclusive of the day of notice, to provide a Contractor's Bond (Performance and Payment Bond), contract with the duly authorized signatures affixed thereto, your original Insurance Certificate and original Insurance Certificates for all sub -contractors. All Insurance Certificates must be in compliance with "CONTRACTOR'S INSURANCE" under Section 28 of the General Conditions of the Agreement and with the following additional insured endorsement: "City of Lubbock, its officers, agents and employees are named as primary additional insureds on General Liability and Automobile Liability policies, as respects to ITB #05-080-MA, Endorsement #: ". The endorsement number must be included in this statement. The Insurance Certificates shall also include a Waiver of Subrogation in favor of the City of Lubbock on General Liability, Automobile Liability, and Worker's Compensation policies. The Certificate Holder will be City of Lubbock, c/o City of Lubbock Purchasing & Contract Management Department, 1625 13`s Street, Room 204, Lubbock, Texas 79401. Upon satisfactory fulfillment of these requirements, a written Notice To Proceed will be issued. The Contractor's Bond (Performance and Payment Bond) is to list the City of Lubbock as obligee. - THIS LETTER IS NOT A NOTICE TO PROCEED. A NOTICE TO PROCEED WILL BE ISSUED BY THE PURCHASING AND CONTRACT MANAGER AND OWNER'S REPRESENTATIVE UPON RECEIPT OF THE EXECUTED CONTRACTS, ALL APPLICABLE _ SURETY BONDS, INSURANCE CERTIFICATES IN COMPLIANCE WITH SPECIFIED INSURANCE REQUIREMENTS, AND SIGNED NOTICE OF AWARD. The work is to be fully completed within ONE HUNDRED FIFTY (150) CONSECUTIVE CALENDAR DAYS from the date of commencement specified in the Notice to Proceed and with the understanding that time is of the essence. `? Bidder hereby further agrees to pay to Owner as liquidated damages the sum of TWO HUNDRED FIFTY AND NO1100 DOLLARS ($250) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, as more fully set forth in the general conditions of the contract documents. The Contractor is requested to acknowledge receipt and acceptance of this Notice of Award by signing in the space provided on the second page and RETURNING BOTH ORIGINAL PAGES to the City of Lubbock Purchasing & Contract Management Department within TEN (10) BUSINESS DAYS as specified in the bid documents. Failure to return the executed documents within TEN (10) BUSINESS DAYS, the Buyer will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid to be abandoned and as a forfeiture of other remedies and relief available to the Owner by law. Congratulations on your efforts and we look forward to working with you on this project. ISSUED BY Owner: CITY OF LUBBOCK this 8th day of August, 2005 by: Victor Kilman Signature Title: Purchasing and Contract Manager ACCEPTANCE OF NOTICE Receipt of the foregoing Notice of Award is hereby acknowledged Company: MINNIX COMMERCIAL PARTNERS LTD. Bid: ITB #05-080-MA Contract No. 6105 by: �PX �l rn} Signature ,s Title: Date: Office of Purchasing P.O. Box 2000 Lubbock. Texas 79457 (806) 775-2167 9 Fax (806) 775-2164 August 10, 2005 NOTICE OF AWARD Minix Commercial Partners, Ltd. Attn: Jerry Smith P.O. Box 64895 Lubbock, Texas 79464-4895 RE: ITB #05-080-MA — RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM CONTRACT #6105 Dear Mr. Smith: 7 This is official notice that award of the above -referenced project is made to your firm, in accordance with the terms and conditions of the bid and subject to contract. The value of the award is -j ONE -HUNDRED SEVENTY-EIGHT THOUSAND NINE -HUNDRED EIGHTY-FOUR AND N0/100 DOLLARS ($178,984.00) including tax. This award does not constitute a contract. You have ten (10) business days from this notice, exclusive of the day of notice, to provide a Contractor's Bond (Performance and Payment Bond), contract with the duly authorized signatures affixed thereto, your original Insurance Certificate and original Insurance Certificates for all sub -contractors. All Insurance Certificates must be in compliance with "CONTRACTOR'S INSURANCE" under Section 28 of the General Conditions of the Agreement and with the following additional insured endorsement: "City of Lubbock, its officers, agents and employees are named as primary additional insureds on General Liability and Automobile Liability policies, as respects to ITB #05-080-MA, Endorsement #: ". The endorsement number must be included in this statement. The Insurance Certificates shall also include a Waiver of Subrogation in favor of the City of Lubbock on General Liability, Automobile Liability, and Worker's Compensation policies. The Certificate Holder will be City of Lubbock, c/o City of Lubbock Purchasing & Contract Management Department, 1625 13t' Street, Room 204, Lubbock, Texas 79401. Upon satisfactory fulfillment of these requirements, a written Notice To Proceed will be issued. The Contractor's Bond (Performance and Payment Bond) is to list the City of Lubbock as obligee. THIS LETTER IS NOT A NOTICE TO PROCEED. A NOTICE TO PROCEED WILL BE ISSUED BY THE PURCHASING AND CONTRACT MANAGER AND OWNER'S REPRESENTATIVE UPON RECEIPT OF THE EXECUTED CONTRACTS, ALL APPLICABLE SURETY BONDS, INSURANCE CERTIFICATES IN COMPLIANCE WITH SPECIFIED 3 INSURANCE REQUIREMENTS, AND SIGNED NOTICE OF AWARD. The work is to be fully completed within ONE HUNDRED FIFTY (150) CONSECUTIVE CALENDAR DAYS from the date of commencement specified in the Notice to Proceed and with the understanding that time is of the essence. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of TWO HUNDRED FIFTY , AND N0/100 DOLLARS ($250) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, as more fully set forth in the general conditions of the contract documents. The Contractor is requested to acknowledge receipt and acceptance of this Notice of Award by signing in the space provided on the second page and RETURNING BOTH ORIGINAL PAGES to the City of Lubbock Purchasing & Contract Management Department within TEN (10) - BUSINESS DAYS as specified in the bid documents. Failure to return the executed documents within TEN (10) BUSINESS DAYS, the Buyer will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid to be abandoned and as a forfeiture of other remedies and relief available to the Owner by law. Congratulations on your efforts and we look forward to working with you on this project. ISSUED BY Owner: CITY OF LUBBOCK this 8th day of August, 2005 , by: Victor Kilman Signature ni Title: Purchasing and Lontract Manager i ACCEPTANCE OF NOTICE Receipt of the foregoing Notice of Award is hereby acknowledged Company: MINNIX COMMERCIAL PARTNERS LTD. Bid: ITB #05-080-MA Contract No. 6105 by: Signature u,m Title: Date: CITY OF LUBBOCK INVITATION TO BID FOR TITLE: RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM ADDRESS: LUBBOCK, TEXAS [ W-0.1 WUNZ coll 4 a I uIll ro H1.11 I UT Ell PROJECT NUMBER: 2510.90394 CONTRACT PREPARED BY: PURCHASING & CONTRACT MANAGEMENT DEPARTMENT Fil r rl 1. 2. 3. 4. 5. 6. 7. 8. .._ 9. 10 6 INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL - BID FOR LUMP SUM CONTRACTS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT CURRENT WAGE DETERMINATIONS SPECIFICATIONS I NOTICE TO BIDDERS Is NOTICE TO BIDDERS ITB #05-080-MA Sealed bids addressed to Victor Kilman, Purchasing & Contract Manager, City of Lubbock, Texas, will be received in the office of the Purchasing & Contract Manager, Municipal Building, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 6th day of July, 2005, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM" After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing & Contract Manager and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid k is actually in the office of the Purchasing & Contract Manager for the City of Lubbock, before the expiration of the date above first written. Bids are due at 2:00 o'clock p.m. on the 6th day of July, 2005, and the City of Lubbock City Council will consider the bids on the 28th day of July, 2005,,at the Municipal Building, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful bidder will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. Said statutory bonds should be issued by a company carrying a current Best Ratin of B or su erior. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the bid submitted. There will be a non -mandatory pre -bid conference on 29th day of June, 2005 at 10:00 o'clock a.m., in TRAINING CONFERENCE ROOM L01, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405. PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE BIDDER'S EXPENSE, FROM THE REPRODUCTION COMPANY, b tp://pr.thereproductioncompgp.cy om/, Phone: (806) 763-7770. Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing & Contract Manager of the City of Lubbock, which document is specifically referred to in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. L, The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid openings are available to all persons regardless of disability. If you would like bid information made available in m a more accessible format or if you require assistance, please contact the City of Lubbock ADA Coordinator at (806) 775- 2018 at least 48 hours in advance of the meeting. CITY OF L BOCK VICTOR KIL PURCHASING & CONTRACT MANAGER I GENERAL INSTRUCTIONS TO BIDDERS I 1 GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE - 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM per the attached specifications and contract documents. Sealed bids will be received no later than 2:00 p.m. CST, the 6th day of July, 2005 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB #05-080-MA, RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Victor Kilman, Purchasing & Contract Manager City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 14 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing & Contract Management Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS, W; 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non -mandatory pre -bid meeting will be held at 10:00 a.m. June 29th. 2005 in TRAINING CONFERENCE ROOM LO1 Lubbock Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. .. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at http://www.RFPdgpot.corn. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing & Contract Management Department. At the request of the bidder, or in the event the Purchasing & Contract Management Department deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing & Contract Management Department. Such addenda issued by the Purchasing & Contract Management Department will be available over the Internet at htip://www.RFPdepot.com and will become part of the proposal package having the same binding effect as provisions of the original ITB. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a 4 Col request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing & Contract Management Department no later than five (5) days before the bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing & Contract Management Department in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 6 EXAMINATION OF DOCUMENTS AND RE 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing & Contract Manager and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing & Contract Manager prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be.included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing & Contract Manager before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline i to release such information initially, but please note that the final determination of whether a particular i_ portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under I Section 552.110 of the Government Code and Section 252.049 of the Local Government Code then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open j Records Act. 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. ' 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the r General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS .. It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice .a to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS I 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing & Contract Manager if anlanguage, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the City of Lubbock Purchasing & Contract Management Office no later than five (5) calendar days before the bid closing date. A review of such notifications will be made. MARTA ALVAREZ, SENIOR BUYER City of Lubbock 1625 13th Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: MAlvarez@mylubbock.us RFPDepot: htlp://www.RFPdgpot.com 13 TIME AND ORDER FOR COMPLETION ( 3 13.1 The construction covered by the contract documents shall be substantially completed within ONE HUNDRED FIFTY (150) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice J to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- - contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will be furnished one set of plans and specifications, and related contract documents for his use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the bids have t been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the bidder. ! (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the ' location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, at Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. �x 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATWE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 25.2 PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL ; BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in these contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors engaged at the site of the work shall not later than the seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The Contractor must ' classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Bids submitted containing any conditions which provide for changes in the stated bid price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder without being considered. 29 PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City. All blank spaces in the form shall be correctly filled in and the bidder shall state the price both in words and numerals, for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the price written in words and the price written in figures, the price written in words shall govern. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. :. 7 30 31 If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 28.3.1 Bidder's name 28.3.2 Bid for (description of the project). 29.4 Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBNHTTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS � J Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder's Submittal. (d) Statutory Bond (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. - G) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to bidder for his inspection in accordance with the Notice to �. Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF BIDDERS The bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the ` bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the bidder to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the bidder. 8 1� (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole } discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid amount. f 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may m result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the r State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COADUT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. L, 9 pq BID SUBMITTAL I BID SUBMITTAL LUMP SUM BID CONTRACT DATE: July 6, 2005 PROJECT NUMBER: #05-080-MA - RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM Bid of M i n n i x Commercial Partners, Ltd. (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performiin�g, the workrequired under the contract documents. MATERIALS: fon Two 7t'alseW /,�l -41 /AIL I`i���iPX� ($ SS Z., 333. 00 ) SERVICES:A1lWjY-P1)C %tpUAA& Sli; tt7&yQ jap GfT/ 0AIP— AWgAf($ �%� & `.Od ) TOTAL BID{ ,1 j[,t,fp SI✓1&JUV'r �i6*r i21i0tn_ k*i—" 06ttT'Y 7 le_ tl� 17 . 9 Ff4 •oc� ) (Amount shall be shown in both words and numerals. In case of discrepancy, the amount shown in words shall govern.) Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 150 (ONE HUNDRED FIFTY) consecutive calendar days thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to Owner as liquidated damages the sum of $250 (TWO HUNDRED FIFTY DOLLARS) for each consecutive calendar day in excess of the time set forth herein above for completion of this project, all as more fully set forth in the general conditions of the contract documents. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. i The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. i Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (50/6) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid Bond in the sum of 5 percent greatest bid Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the bid is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date_ Addenda No. Date Addenda No. Date Date: July 6, 2005 4nzed Signature Jerry Smith (Printed or Typed Name) Minnix Commercial.Partners, Ltd. Company P. 0. Box 64895 12302 S1ide:.Road Address Lubbock Lubbock City, County TX 79464-4895 State Telephone: 8 0 6 Fax; 806 Zipp Code 798-7335 M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder And Attached to Bid Submittal I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid/proposal. �'�� — (Z ' Cont t Signature) Jerry Smith Contractor (Print) CONTRACTOR'S FIRM NAME: Mi nni x Commercial Partners Ltd. (Print or Type ) Lubbock TX 79464-4895 Name of Agent/Broker: David Tate Insurance A g e n c y i Address of Agent/Broker: 5233 7 9 t h City/State/Zip: Lubbock, TX 79424 Agent/Broker Telephone Number: ( 8 0 6) 7 9 4 -1 1 7 7 Date: July 6, 2005 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid/proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing & Contract Manager for the City of Lubbock at (806) 775-2165. BID #05-080—MA — RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM 4 SAFETY RECORD QUESTIONNAIRE (Must Be Submitted With Bid Submittal) The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding bids on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: QUESTION ONE -J Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such citation: $ Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. a I QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the bidder, or the firm, corporation, partnership, or institution represented by bidder, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. ACKNOWLEDGEMENT _ THE STATE OF TEXAS XO iMM"i1ARIJ:7:Ti140M I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my bid to be rejected. Managing Partner Title I J i 7)&duvzZs OOMa/,r ~~ 2 M..rt eo BONDING CO. Mutual BID BOND Know all men by these presents: That Minnix Commercial Partners, Ltd. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock (hereinafter called the Obligee) in the full and just sum of (I """--------"""-- 5% ) Five Percent of Greatest Amount Bid-------------------------------------------------------------------------------------- Dollars good and lawful money of the United States of America, to the payments of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this 6th day of July 2005 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Renovation of Second Floor Executive Conference Room according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. W itne By i A Minnix Commercial Partners, Ltd. n Principal (Mutual) 1-5-013 By -Fact POWER OF ATTORNEY Merchants Bonding Company (Mutual) Nations Bonding Company Bond No. KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kevin J. Dunn, Angela S. Goff, Harold Binggeli, Mike Henthom, Ron Stroman and/or Cara D. Hancock of Lubbock and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) Dollars and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of September, 2004. • ON D1�q'�•. • �c�o�P09 . c) 0. • : 2003 .aa: .•,fib, STATE OFIOWA •••••'•••• COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By �� President On this 1 st day of September, 2004, before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. p CINDY SMYTH � Commission Number 173504 1/ My Commission Expires STATE OF IOWA 5U March 16, 2006 Notary Public, Polk County, Iowa COUNTY OF POLK ss. I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING 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 still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 6 th day of July g005. .• ND)N•. • �•. •��o�POA.;:D Z _ :Z• °'• 2003 a NBC 0103 (9/04) ••O�NG C�'%o• ;moo?ORP09 .q• -o- o A.. 1933 c• •y '••00 Secretary No Text I �r PAYMENT BOND I BIOND CHEC9 BEST RATING LICENS N TEXAS DATE m BY t, Bond No. TX 623 047 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $25,000) ! Minnix Commercial KNOW ALL MEN BY THESE PRESENTS, that Partners, Ltd. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (hereinafter called the Surety s), a}s,,S,urety s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of �Ane" h,,nc r� P1 g if`�i � ht�t � tS dDollars ($178, 984.00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8th day of August ,20 05 ,to Renovation of Second Floor Executive Conference Room and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 24th day of August 2005 . Merchants Bonding Company (Mutual) Surety t *By itle) Cara D. Hancock, Attorney -In -Fact 11 Minnix Commercial Partners, Ltd. (Company Name) By: 3M yh11 r -i (Printed Name) i�4 (Si ture) —Mft l#61&b e1 1 AIR (Title) fl !l The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Merchants Bonding Company (Mutual). Surety * By: (Title) Cara D. Hancock, Attorney -In -Fact Approved as to form: City of Lubbock e By: _----- Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. 1 POWER OF ATTORNEY 1 Merchants Bonding Company (Mutual) Nations Bonding Company Bond No. TX 623 047 KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the Statg of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kevin J. Dunn, Angela S. Goff, Harold Binggeli, Mike Henthom, Ron Stroman and/or Cara D. Hancock Of Lubbock and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligafions in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) Dollars and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of September, 2004: <b�( RP ri • • C0 q • �Z,2o.Q: : 2003 a • IV STATE OFIOWA ••�•.•.••• COUNTY OF POLK ss. MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By 77� President On this list day of September, 2004, before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. CINDY SMYTH Commission Number 735?�tl: , uw , u 1 04 - -. . My Commission Expires 41% . STATE OF IOWA March 16, 2006 Notary Public, Polk County, Iowa COUNTY OF POLK ss. 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING 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 still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this24thday of August,, 2005 NBC 0103 (9/04) Secretary POWER OF ATTORNEY Merchants Bonding Company (Mutual) m! Nations Bonding Company Bond No. TX 623 047 KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organized under the laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Kevin J. Dunn, Angela S. Goff, Harold Binggeli, Mike Henthorn, Ron Stroman and/or Cara D. Hancock of Lubbock and State of Texas their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) Dollars and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attomey-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of September, 2004: •'�1•D f/y•• `•� oAP0,94..n` �;' • Q:Q Z: 2003 D; STATE OF IOWA COUNTY OF POLK ss. • • • " • • . .• • 01%G • C0�•.. :a'• 1933 . J• C'Y. MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By /--e-Z7 77g!�- President On this 1st day of September, 2004, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to the foregoing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day -and year first above written. �a CINDY SMYTH . . Commission Number 173504 My Commission Ex STATE OF IOWA Tres March 16, 2006 Notary Public, Polk County, Iowa COUNTY OF POLK ss. 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING 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 still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 2 4thday of August,, 2005 'D't'' •. R` .co •.�'•, 2003 r NBC 0103 (9/04) Secretary Bond No. TX 623 047 t STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) Minnix Commercial Partners, Ltd. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (hereinafter called the Surety(s), as Surety(s), are held and firmlybound unto the City of Lubbock (hereinafter called the Obligee), in the amount of nineuniunedre�eeig i ye ur h8UYT6dDollars ($I78, 984, 00) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, fum-Ay by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 8th day of August ,2005,to REnovation of Second Floor Executive Conference Room and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent 1 as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said g article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 24th _1 day of August , 20 05 . Merchants Bondi ,Comafry (Mutual) Surety * By: f (Title) Cara D. Hancock, Attorney -In -Fact a Minnix Commercial Partners. Ltd. (Company Name) By: 7J4-wm SM a T1t (Printed Name) (Si ature) mlft plbli ld/(\ PITIZ1 jr( (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Kevin J . Dunn an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. I I Merchants Bonding Company (Mutual) Surety By: , (Title) Cara D. Hancock, Attorney —In —Fact Approved as to Form City of Lubbock B � J 14ttomey,Zg * Note: If signed b an officer of the Sure Company,there must be on file a certified extract from the by-laws showing � Y h' Y g that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Merchants Bonding 63 nm i Company NOTICE- DISCLOSURE OF TERRORISM PREMIUM In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Merchants Bonding Company (Mutual) is the surety. DISCLOSURE OF PREMIUM The portion of the premium attributable to coverage for terrorist acts certified under the Act is Zero Dollars ($0.00) DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable Insurer deductible. P.U. Box 26720 - Austin. Texas 78755-0720. 512-343-9033 - I-800-252-9656 • Fax 512.343.8363 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (9/04) I Fl, CERTIFICATE OF INSURANCE ACORD. CERTIFICATE OF LIABILITY INSURANCE 0DATE 7/0MIDD 07/07/2005005 PRODUCER (806) 794-1177 DAViD TATE INSURANCE AGENCY, LLP 5233 79TH LUBBOCK TX 79424- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED MINNIX CONNIERCIAL PARTNERS, LTD BOX 64895 LUBBOCK TX 79464— INSURER A D.ALI-AS FIRE INSURERS: INSURERC: INSURER U INSURERE: LiT-i�3 TTcT:1�9 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LI TR TYPE OF INSURANCE: POLICY NUMBER D� (MM�( ONY)Y) CTIVE DATE EXPIRATION LIMITS A GENERALuaBIUTY DGL068178 07/07/2005 07/07/2006 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR / / / / PREMISES .Eo re. $ 100,000 MED EXP (Any one ) $ 5,000 PERSONAL&ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEWL AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPMJPAGG $ 2,000,000 POLICY JECOT- LOC AUTOMOBILE LIABILITY ANY AUTO / / / / COMBINED SINGLE LIMIT (Es accident) $ ALLOWNEDAUTOS SCHEDULED AUTOS / / / / BODILY INJURY (Per fin) $ BODILY INJURY (Peraccident) $ HIREDAUTOS NON -OWNED AUTOS / / / / PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO / / / / OTHER THAN EA ACC $ $ AUTO ONLY: AGG EXCESSNMBRELLA LIABILITY / / / / EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE S $ DEDUCTIBLE / / / / $ RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY / / / / TO Y UM TI — OER E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $ OFFICER/MEMBER EXCLUDED? If yes, describe under / / / / E.L. DISEASE- POLICY LIMIT $ SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS/LOCATKWSNEHICLEStEXC LUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS %omm I mv^ i C mvLLICK GANGt:LLA 1 IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT CITY OF LUBBOCK FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE BOX 2000 INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE LUBBOCK, TX 79453- ACORD 25 (2D01108) © ACORD CORPORATION 1988 kINS025 (01oe)05 ELECTRONIC LASER FORMS, INC. - (e00)327-0545 Page 1 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AGVRD 25 t2001108) * INS025 (oioop5 Page 2 of 2 Sub -Contractor List for Renovation of Second Floor Executive Conference Room Mechanical and Plumbing Electrical Drywall and Ceilings Millwork and Doors and Hardware Painting and Drywall Flooring W Armstrong Mechanical South Plains Services Hamilton Hallgren ProTech Painting Paul Graham VV. .AC,OCERTIFICATE OF LIABILITY INSURANCE, o; o PROW" (lDS)79Z-SW4 fAX C IM-9344 unfwd Usurama AgwKy 53o! mmHg 1M Avs. P.O. am MAM <.IMbm*, lx 7%13 THiSC£RTIFICATE"INU IEDASAMA O TION � CENTUICCATE DOE 00 WON" NOT AM m,, EXTE ro w3 ALTER TmgBY THE POLICIES BELOK MUMMI APVORDK40 COVERAGE NAIC 0 IMatMas ft" an caCo.. Uc. P. 0. DrMm w 3430 Lubbock, TX 79452 ?MA: Wlayers 4—m—wral Uivir d public PM—M & A. l*G.InsurMCt nrl■+ole: nwuw(R Os vaurm ra THE POLICIE6 OF eiS AOXF LWISO MMOW HAVE SEEN OWED TO TM INSURED RAMEO MOVE FOR THE POLICY PER100 MIOICAf ED. NOMMMSTANOINi ANY WOIARMMT, TERM OR COMDITION OF ANY CONTRACT OR OTTER MUMNT WFrH IW SPWr 70gHICN M45 ONITIV LATE LIMY 0E INNUED OR SPAY PER WHA*E aAPP ED Y "G POLOnKx wD HERE W3UGCT TO All THE TERMS. MUMOM AND WNDf K*e Or SUCH rnEOFMMIwWCR PaWWAINq! EXrMRMM UVII0/200S wn A wlseuu u�wm x coweranLa xKuwanm OWWRM�AN aocaw TCP-4462441 11/3b/2004 T�IMOCM MPM I 1 000 DAMAC�1Tf1{MTED MEDWIM►r.,wlm 300 ,000 •_ S PUMML■AwSr s 1 bob >r ContrMctml Cj b t 2 000 9m t A"p"AT! W r APPL" pM POLICY Lw PRODUCT! • COIMpP"a I Z (tea ,0011111 A AUTOPOMIUIIMlUY x AMAWO AU.OIYNEOA MN 60"emil" AUTOA IaleDAtr7ve NWOINIlDAIf106 RAA-M&W il/30/2004 11/30/2001 r I I NoaiwaeuMn `- momwo 4 — Zt090, SMYWMJRV (p- .r■:weips� ' PURoPaTnnAAMaE s .AIIAaelwwnY / AMft" AuloulaT.eAAcerallr y OTriR1rIAM iMAOC Auto Mr.. ,M S M ameamm.M.Mdw u..pnY X OCWR Cj MARA1GMAM -1 OMPJCTim wrwnxm EROMOSS32 11/ 0/2ON 11 /30/2005 Z—maeeu■new■■ . 1.a0Oj, AOOROWM f A "ANO ,,,M pgp, asnaewaafM■ataaw■osdt L'+A�Pi1oY14ioNOera. MG1"7419 11/3 0 4 12/30/2005 A siATu �• ELL GAGM ACCIMff t11.010lAtE•EA M 500 eL.0MZW-P0U6CVW T ! S00 O GTIM;R ■eO0W►M oPOPW"nMW/LDMWWMIvef■a■■/EKCIYa00AVOW Mr■weoWWAWr/WMALMWWv W City of Lubbock ■HDlao ATn oP TII[ Aron ■nawROPouan w oAwsiAm a,awla TTIS ■1aw•1"W MT■TWMMW.riMl■AMM■MYMMWMA.■fM■ "M Te■IM Minns x Conatructiom 1P—DWSWA MW,CMTOT■■CVMMWTCMMAM "AM T9 TIM LM P. 0. Box 64895 WTFAlLMTnWA,M=ROTIQMM "MMOMEMaOSMn"ORVpA% Y Lubbock, TX 79464 O•wY■7Aup" 7M■ mwoornoR . - AIRRawMfas6fl�ESIfATNE AGORA ,AftCMW OhAPOWATM ISMS Monday, August 22, 2005.max AUG-23-Z NS 16:13 SANFORD AGENCY WIS 792 9344 P.01 PRoolrc= (806) T92-55 4 PAX (306)T -9344 Sanford Insurance Agency 6903 Indiana Ave. P.O. Box $4790 Lubbock, TX 71411 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS OERTIFICATE DOES NOT AMEND, EMND OR ALTER THE COVERAGE AFFORDED BY THE POt ICtES BELOW, INSURERS AFFORDING COVERAGE NAIL 9 MUREo simth Plains Service P.O. Box 9 Lubbock, TX 794011 INSURMA: The Hartford INSURURS: INm ic; weul�aol INSURER fi: BnUMIDA02CQ THE POLIES OF INSURANCE USTED MOW HAVE BEEN ISSUED TO THE INBUREO NAMED ABOVE FOR THE POLICY PFIRIOO INDICATED. N'OTWITHSTANDINI ANY REQUIREMENT, TOM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFIOATE MAY 96 UVGD OR MAY PERTAIN. THE IM3URANCB AFFORDED W THQ POLI0I19 VWRISE H IIN 1 SUBJECT To ALL THE TERMS, EMI.USIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN RSOIJCID lY PAN) IYMOP DRAWS POU6T MNIIIUEA LAWS A OQIIRAL UAMM X 001019IC4+I Qahwp y Ly y1ry CLAIMS mm ® 00cm 46 SB 14RI0172 01/24/2005 51/24/2006 EACH occuRRwce s 1 000 00 DAMAGE TO RENTED I 100 0 MEO CKP (" me Mrw) S 5 PERSONAL A MN INAM s 1.000.00d 6114SA y. AGOREwTfs s t 000 UK WOREOATE �LpWp R APPUE� PER: rom jW LOC PF40UCTG • COhWOP A00 I 2,000, 0 A AYTOYOl�: X X X UANUIT MYAvro ALL OWNED MMS fi IWkX90AUTOS HMO AU`W NON-MlIMAUT08 46 UEC TW8129 01/24/2005 01/24/2006 DOME"NeD MS uMIT = 300 eoolLv IN,nlrrr (Pwowaa ) e PIPDILr INIURY (►N a0dd0111) 9 PROPERTYDAMAAE (P0� Pcltlanq , OARAOCUARIM ANY AUTO AUTO ONLY -EAA0@00+T 1 OTFIER IVAN FA ACC AUTOONLY: A00 I satelslAwalL■Luw�nrrY OCCUR MAf IS WOE MucnBLE RSMPMON s Ow"00CWIRENCE s AGGREGATE I S INIPtDYEW UA@U V rMOMMU""'Trve I_fyy�a+,.daealb�Yndr BPECrMa"0v1910N6WAow WC A E.L EACH ACCIOEN7 1 �_ EL DL4EA6£- EI►EMPLOY I LL,04SEAM-POLICY WAIT = OTMER oESCRIPTroN OF OP6p YMS I LOCATIOIA/ YpsCL; I ENCLUMN ADDED BY lMDOItseMUrff I 441IOIA4 ►ROVIUIOW MK INOMO AM Or TM AVOW 06SCIUM POUMB BE CAMCNAAD UIR00! TUN E><MRATION DATE TWBUM, TM OWPO NIURER WILL PouvoR Tv WX OAys wmr rm Pimm To Tm owTIPIOA= mxm NAMED To ?a LEA. city of Lubbock MR MUM 70 MAR. #UGN NOTICE MALL BMW NO o■ P.O. dOX 2000 Of ANY X" WOWT A LUBMXX, TX 79453 AUMVAMREP ATNe ACORD 26 (2001W'All 1sM AUG-23--2M5 16=13 SANFORD AGENCY 806 792 9344 P.02 IMPORTANT if the certificate holder Is an ADDITIONAL INSURED, the polWies) must be endorsed. A statement on this cerdflcate does not confer rtghte to the cart hate holder In lieu of such andarsement(s). If SUBROGATION IS WAIVED, subject to the terms end conditions of the policy, certain policies may reors on endorsement. A statement on this Cemtlf3c4its dose not confer rights to the ceraf ate holder in lieu of such endoreement(a), DISCLAIMER the Certificate of insurance on the reverse side of this form does not constitute a contract between the issuing inswer(s), authorized reprsoontafive or producer, and the certlecsto holder, nor does R aMrmativaly or negatively am", oAand or alter the coverage etfarded by the policies listed thereon. ACOND 24 (2001106) TOTAL P.02 AUK-23-05 TUE 4:04 FM STATEFARM HELD JETT FAI K0, 7933477 P, Z CERTIFICATE OF INSURANCE This certfte that STATE FARM FIRE AND CASUALTY COMPANY. Bloomington, Illnoir •tl STATE FARM GENERAL INSURANCE COMPANY. Bloomington, Illinois ❑STATE FARM FIRE' AND CASUALTY COMPANY, Scarborough, Ontario o STATE FARM FLORIDA INSURAMCS COMPANY, Winter Haven, Florida Q STATE FARM LLOYDS. Dallas, Texas ' insures the following polhyholder for the coverages Indicated be": Pollcynotder SQVTH PLAINS SERVICE LLC Address of pollcyhoWe► P.O. BOX 9, LUBaOGK, IX 19409-0009 Location of operations 111 Df A—V-r, T, LUBBOCK, TX 1 415 Description of operations -. )GLECTRIC111, The policies listed below have been is&UW to the policyholder for the policy cy periods shown. The Insurance described in thefe policies is subleet to all the terms. exclusions. and conditions of those Dolleles. The tiniln of liability shown may have been reduced by any paid claims. POLICY Plemb LIMITS OF LIA139M POLICY NUMBER TYPE OF INSURANCE tillhWAI t Date ; radon Deb (at beginning of policy patin Comprehonsive BODILY INJURY AND - This kmrance•includes:� Business Liability I Products - Completed Operations •.................... PROPERTY DAMAGE Contractual I.Mlity Earn Occurrence S Q Personal Injury [3 Advertlaing Injury General Aggregate O ❑ Products - Completed $ ❑ Operation Aggregate EXCESS LIABILITY O=Y PERM Effective Date ; E q*adw belle BODILY INJU RY AND PROPERTY DAMAGE (Combined Single Limit) ❑ Umbrella Each Oocurrenee S ❑ Other Aggregate S POLI ERIOD Part I - Workers Compensation - Statutory Effective Date I °"Otto 93-TO-3613-1 Workers' Compensation Part II - Employers liability 09/01/09 09/01/06 and Employers Liability c Each Accldenl S 1mm Disease - Each Employee $ 1tmm Disease - Policy Llmil S imm POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD Effective Data ; Expltellon Date LIMITS OF uAINUTY (at beginning or pellay period) TH RTI A t]F INSURANCE IS NOT A WRYWC—T OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS,15XTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. Name and Address of Cer"efils Holder CITY OF LUBBOCK P.O. BOX 2000 LUBIOCK, TX 79453 558-9rt..5 Rev. 1 f-0B-20DI POW In U.SA M If any of tha described pollcles are cencoled before their expiration date, State Farm will try to mail e written notice to the vertiiicate holder 30 days before cancellation. If however, we fell to mail such notice, no obligation or Ilebility will be imposed on S s Farm or its agents er representativet . , 819rlgtWre of AutlWised ROprosentalive AGLNT 00/21/05 Tnle ball NELDA JETT Agent Name Telephone Number 903793-2837 Auenra Code Stamp Agent Code 6706 AFO Code 064 Vol LJ/ LtIM) iJ. JO /7J10L7 1111k.c nal-.t I -w V&I ac ACQ !aQ, CERTIFICATE OF LIABILITY INSURANCE is/23/""� 200S "IDOXu (806) 797-4131 FAX (806)793-1629 Ince Insurance Agency, Inc. P. 0. Box 64850 Lubbock, TX 79464 Shirley Louth THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EaRBND OR ALTER THE COVERAGE AFMKDED NY T ES SELOW, INSURERS AFFORDING COVERAGE NAIC 0 wmpw H. s ruct on System, Inc. DBA: Hamilton Roofing Co A Hamilton Acoustical P.O. Box Z703 Lubbock, TX 79408-2103 INBuRmA: First rcu nsuranca wultmk Am States of Texas INLIuRERa Texas fttual Insurance MURERo: r�uRLST r• rnveoer_ee THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. RMR TYPE OF NSURAHM POLICY HUMEER Lung A MNERAL LwILTY X COMMERCIAL GL:NMRAL LIMELRY CLAIMS MADE 0 OCCUR FM O 906 07/ 1/2005 07/ 1/20 EACH OCCDPUIENCE f 1.000.00 DAAwGE TO Re14TIED f 50 MPD W (AM we PWM 1 f S PERSONAL a ADV INJURY / 11000, OEILEMLAOpITEOATE s 2 000 GEM AGGREGATC LWT APPLIES PER POLICY LOC PRODUCTS • COMPIOP AOG f 2,000, B AUTOMOOLE LIAaHHY ANY AM ALL 0%%990 AUTOS X SCHEOULEDAUTOS X HRMAUTOS X NDNIMVWDAUTOS 04 BA 479418 02 1Z/01/2004 12/01/ZOOS 0Owaw2O SINGLE LIMIT (Ea @"MGM) I 1 000 EODILY INJURY (PwP'°O") I 6po1LYiI IRY (PwvAk t) I PROPERTY DAMAGE (Par owjftm GARAGB LIABILITY ANY AUTO ALTO ONLY . FA ACCIDENT I OT WR THAN GA ACC Arno ONLY: AGG f ' I EXCEBEIUMBRELLA LIABILITY OCOUR CLAIMS MADE DEOUCnBLE R6TUMON S EACH OCCURRENCE f AGGREGATE f f f I C IRORKGRB OOMPENSATION AND EMPLOTERS' LIABILITY ANY PROPRIETORIPARTNEWEIECUTNE OFPICERVMEMBER EXCLUDED? Mn esnsBS UAEK CNAL PR0VIWf4W bel" TSF00105S8202 12/01/2004 12/O1/2005 . wC STATU. I FTH. EL. EACH ACCIDENT f 1 OOO 000 EL DISEASE . EA EMPLOYINI I 1 OOO 00 LL D1W. A9E - POUCY UMT 11 1 000 OTHER "c' Ity o° t -' ecoYOn I �oar O"E °xecAu°�ip1% a ENTcncepioorovlaoNo Certificate holder is additional insured Minix ConlBercial, Inc. Carla PO Box 64995 Lubbock, TX 79424 aaULB ANY OF THE AMM oefclTIBEO POUC<B n CANDELM WOW THE W 0LATMN DATE THEIgW, THE 1=04 M"w1 MRL INWAVOI! TO MAIL IO DATE wwrTIN NOTICE TO THE C®tMCATE HOLUM NAMED TO THE LEFT OUT PAILI)RE TO MAIL 80" NOTICE /MALL IMPOSE NO DBLNIATIDM ON L WHUTY OP ANY ItIID IUPaN THE MUREN. M AGENTS GR WMI[lBNTATNEI. ACORD 25 (2001/05) FAX: 722-3057 9 CACORD CORPORATION IM Vol LJ/ LUUJ 1J. JO / 7JlQZ7 11\�!L HVV! JI IHI'IYVI\VLI� IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate dues not confer rights to the certificate holder in lieu of such endorsement(s). M 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively mend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/0t) Aug 24 05 04:19p Minnix Commercial 806-722-3087 p.2 08/24/2005 16:12 FAX 808 468 0450 Upshaw Ins. Agency 4 002/005 —t i A i RATS (MANOWTYY) Acona CERTIFICATE OF LIABILITY INSURANCE ,gyp 06124100 PRIODUC@R 0p@haw rnaurance AQanoy, ruc P . O. Svc 1293 Amarillo TX 79105-1299 Phone 1 906-668-0600 taxi 806-468-0450 TMIS CORTWIGATO IS ISSUED AS A MATTER Ot INFORMATION ONLY AND CONFERS NO MIGHT$ UPON THE CERTIACATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICING BELOW. INBURER6 AFFORDING COVERAGE NAIC 0 rJBURED Wfild! T7 8huTy rNSINMER A: C K I Lloyds INSIAQA B: Central Kutual INSURERL` All Aw"Aca snaw"acs em-MA- . 20222 INSURER 0: Ale INSURER It COVERA096 THE POLICIES OP INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURE NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOVIRDAENT, TERM OR CONDITION CP ANY COWTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INOUIRANCE AFFORDED BY THE POUC165 BEMUSED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONOrnoNS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMINA ATE MMIO A ILAM GENERAL LMIBILITY EACH OCCURRENCE S1,000,000 X X COLp,�fldALGENERALLIABMITY 1 CLAIMS MADE Fx_� OCCUR CLP7958616 (TX) 10/15/04 10/15, PREMISES(wa=wvnca S 100,000 MEO EIIP (Any ompartan) 85,000 PERSONAL A AOV INJURY t 1, 000, 000 X Coatraotual Liao X Za7aludee aCC! GENERAL AGGREGATE S 21000, 000 PRODUCTS .COMPIOPAGO s2,000,000 GENLAGGREGATE LIMIT APPLIES FM POLICY Fz_1 T& F1 Lac Sw Ben. 5001000 C AUTOMOBILEL.IAOKM ANY AM SAP7957716 (TX) 10/13/04 10/15/05 COMBINED SINGLE LIMIT (Ea auldanl) 110430,000 ALL OWNED AUTOS X SCHox m AUTOS ppe INJURY penonl X HIRED AUTOS x NON -OWNED AUTOS BODILY INJURY (PeraccidenO 8 PROPERTY DAMAGE (Par ocidonQ _ GARAGE WBIIITY AUTO ONLY- GA ACCIDENT S OTHER THAN GA ACO I1UT0 ONLY. WClG + ANY AUTO s H ESCESVLONASS I A LIAILITY x OCCUR F] CLAIMSMAOE CX97957719 10/15/04 20/15/05 EACH OCCURRENOE 41,000,000 _ AGOMEaATE $ S 000,000 umbrella $ ODEDUCTIBLE por _ X RETENTION $10, 000 D WORKERS COMPV45ATION AND rrY IMPLDreRIETOR AR ANY PROPfl1ETORlPARTN Ecurrve OPPICERMEMBER EYCLUDED'► Mq�yei GOCAW und& IAL PROVISIONS btftw WC9543143 TX, wv, M, Az 10/15/04 20/15/05 X I Tony LIZIN I I ER E.L. EACH ACCIDENT S 500 000 E,L DISEASE. EAEMPLOYE S 500,000 EA, DISEASE - POLICY LIMIT I 9 500, 000 Bfl A EQuipuent/Property CLP7956616 10/15/04 10/15/05 Shored $500 ded materials PfIONOPOPERATI0N0 TIONBAVEHE:LESAES01. ADOeDBYEN00RSEMiNT PROYIEIDNS P3oject:City of LUMOCk Conference ROCIIL Renovation@ OIL:City of Lubbock is named as additional insured (GL Per attached 9-1932 (10/01)). ACORD DQDi-LV1 SHOULD ANY OPTHE ABOVE DESCRIBED POLICIES Si CANCELLED @SPORE THE IEWRATIO DATE r"ORNP, THE ISSUING NSURER WILL owgAVOR TO AAA. 10 DAYS WXTTEN NOTICE TO THE CBRTV ATE HOLDER NAMED TO T11E LEFT, BUT FARIMI TO DO 150 SHALL ninnix Commewaial Construction WOW NO OBLIGATION anLUUuLrtYOFANY KIND UPON THE INSURER ITS AG@RSOR B.O. NON 64095 REM OBLNTATIN" Lubbock TX 79464 ApnqMM ►R TIYp'�' , i Aug 24 05 04:19p Minnix Commercial 806-722-3087 p.1 P.O. BOX 64895 LUBBOCK, TEXAS 79464 OFFICE: 806.798-7335 FAX: 806-722-3087 Fax To: From: ORG: A August 4,6 200S 6 Pages: Inc. cover Fax: JIT, Re: '&A , ACC: Urgent FarRevApw Please Comment Please Reply Please Recycle jj� '�6 'ct c� 08/24/2005 10:42 18067940196 DAVIDTATEIN PACE 01 / 02 A0 280. CERTIFICATE OF LIABILITY INSURANCE —A DA re (M2a1wDDmMONM) YY PRODUCER (006) 794-1177 DAVID TATS ZN$LTRANCB AGENCY 3233 79TH LUBBOCK TX 79424- THIS CERTIFICATE S ISSUED AS MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE OLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC 0 owl.waD POEHL, DEWAYNE BOX 65398 LUBBOCK TX 79464- MVRR A: BSai+CON POURER 6: _ INSURE C• INSURER 0; k WSURERE; r-AUV RA r.RfR THE POLICIES DF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY TH2 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIGNS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NOR LTR AOD L NSR TYPH OF INSURANCE POLICY NUMBER EFFECTIVE PATE (MM POLICY ]EXPIRATION DATE MMM lim"s A OENBRALLIADILITY =38263 03/19/2005 03/19/2006 EM:HoccURRENCE s 500,000 P xE�A SES cEa oNca�rDencel ; 100,000 X COMMERCIAL GENERAL UA8ILITY CLANS MADE a OCCUR / / / / MHD EXP (Any one person) s 5,000 P„RSONALII.ADVINJURY t 500,000 GkNERAL A06KOATIJ s 1,000,000 GEN'L AGGREGATE L�IIMpIIT. APPLIES PER; POLICY JECT LOC P ROOUCTS - COMPfOP AGO t 1,000,000 AUTOMOBILE LIABILITY ANY AUTO / / / / CDMBINED SINGLE LIM IT 1[A eWlGenl) t ALL OWNED AUTOS SCHEDULED AUTOS / / / / 0aVILYINJURY ow pa A) t HIREO AUTOS NON-0�fED AUTOS / / / / 6101LY INJURY (F-ar ae6leanl) t PROPGRTYDAMAG6 t GARAGE LIABILITY AJTO ONLY - EA ACCIDENT ANY AUTO / / OTHER THAN EA ACC S S AJTOONLY: AEG EXCES6NMRRELLA I lAWLITY OCCUR 7 CLAIMS MADE / / / / EACH OCCURRENCE s A ;CeREGATE It t DEDUCTIBLE RETENTION S t WORKERS OOM►ENSATION AND EMPLOYERS LIAMLRY / / / / —Ti-mow LAA1T ID nmr E L EACH ACCIDENT i ANY PROPRIETO"ARTNERIEXECUTtVE Oyes, eeoe IMscrlDe urger EMBER EXCLUDED? yes, , / E L DISEASE - EA EMPLOYEE S L 018EASE - POLICY LOT s SPECIAL PROVISIONS below OUCRWT)ON OF OPERATMNB/LOCATIONSMBf)CLE3IERCLUSIDNE ADD10 BY ENOORSEMENTIOMCIAL PROYIBIONS CERTIFICATC HOLDER CANCELLATION _ SNOVLD ANY OF THE ABOVE DEBCVBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE '"LING INSURER WILL ENDEAVOR TO MAIL i0 DAYS WRITTEN NOTHM TO THE COMI' OATZ HOLDER NAMED TO THE LE ". BUT P 0 BOX 000 2000 OF K FAILURE TO 00 SO SHALL IMPOSE NO (IELMIATION OR LIABILITY OF ANY KmO UPON THE ITS AGENMOOk R TA -WEB. AVTMORIM R6PM311NTATNE LUBBOCK TX 79457— r� CORD 25 (200i/01!) t0 ACORD CORPORATION 198lf 'IT"-INS025 (oioe> os ELECTRDNIC LASER FORMS, INC.. (EDD)p7y Pep.) of 08/24/2005 10:42 18067940196 DAVIDTATEIN PAGE 02/02 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed- A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 certificpte holder in lieu of such endomement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this farm does not constitute a c mtract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. INS025piM.o�5 LJ Pave 2 of 2 AUG-24-2005 11:16 FROM:J E MURFEE 8067630863 TO:806 722 3087 P.2/2 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(/2 4/2MM100PoYVY) 080U5 PRODUCER J. E. Murf-ee & Son THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1310 Texas Avenue HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Lubbock TX 79401 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, INSURERS AFFORDING COVERAGE NAIC 9 INSURED Paul Graham Company, Inc. wSuRm A: Travelers Lloyds 1415 Avenue N Lubbock TX 79401 INSURER S: INSURER C: Travelers Indemnity Of Connecticut INSURER D; INSUIRFR : 'Texas Mutual insurance Company nnwr0AcVc THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I WL FO POLICY NUMBER UCY EFFECtNE JAL Ex N UM GENERAL LIASILTY I44091(LI4332•I*IX04 10/06/2004 10/06/2005 EACH OCCURRENCE 1000000 !t COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PMEMISE$(EAoptlrLntel _•_-___ 100000 _•--•• — - -' S000 CLAIMS MADE - I OCCUR MED EXP An one Penton)_ _ PERSONAL & ADV ImjURY S 1000000 GENERAL AGGREGATE $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER:PROaIx, .2. CAMP/OP ACC ? GOO X POLICY 0PRO LIB A AUTOMOBILE LIABILITY ILCAP3181<282704 10/06/2004 10/06/2005 COAUMED SINGLE LIMIT f 1000000 X ANY AUTO (E„We„ dl) BODILY INJURY f ALL OWNEDAUTOS SCHEDULEDAUTOS (Parperaon) BODILY INJURY f X HIRED AUTOS X NON•OWNEDAUTOS (permcidaq) PROPERTY DAMAGE f (Per accidem) GARAGE LIABLTY AUTO ONLY- EA ACCIDENT I ANY AUTO OTHER THAN EAACC AUTO ONLY: AGO 4)(CUSAIMINVILLALMMITY ISMCIJPIISK7759TCT04 10/06/2004 10/06/2005 EACH OCCURRENCE s 2 00000 AGGREGATE.. f 2000000 AIOCCUR CLAIMS MADE DEDUCTIOLE S MENTION E WORKERS COMPENSATION AND TSrool0427102 10/06/2004 10/06/2005 X I WCSTATU• OTH' E.L. EACH ACCIDENT f 500000 EMPLOYERS' UAEILITY ANY PROPRIETORIPARTHEWEX£CU7Ne; 50000 OFF10EWMEM2EREXCLUDED7 F_.L. DISEASE - EA EMPLOYE i I l.almroewaer S below E.L. DISEASE •POLICY LIMB 500000 OTHER D6ICIUPTION OF OPERATIONS I LOCATIONS I VEHICLES i EKCLUSKM ADDED BY ENDORSEMENT I SPECWL PROVISIONS City of Lubbock Conf. Room --Blanket additional insured endorsement attached to the GL policy as required by written contract. CERTIFICATE HOLDER rANrFI I wrinra SHOULD ANY OP THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOJd){/ THE EXPWATM Minnix Companies DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN 12302 Slidc Road NOTICE TO THE CERTIFICATE HOLDER NAM91) TO THE LEFT, BUT FAILURE TO DO 60 SHALL Lubhock TX 79424 IMPOSE NO OBLIGATION OR LIASIUTV OF ANY HIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORV.ED REPRESENTATIVE ACORD 25 (2001108) V V ACORD CORPORATION 1983 ll`IL,G Ht7t,Y JI-IFAFI ]UKk3r-M r(Aut ulIb1 ACORD CERTIFICATE OF LIABILITY INSURANCE O8/31/m 200 PaaaWED (806) 797-4131 FAX (806) 793-1629 Ince Insurance Agency, Inc. I' . 0. Box 64650 Lubbock, TX 79464 Shirley Couch THIS CERTIFICATE Is ISSUED AS A MATTER OF INFIDRMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED IDY THE POLICq'S @FLOW. INSURERS AFFORDING COVERAGE NAIC 4 Insulin H. Construction Systems, Inc. ORA; Hamilton Roofing Co & Hamilton Acoustical P.O. Box 2703 Lubbock, TX 79408-2703 INsvAERA. First Mercury Insurance INsuRERB: Am States of Texas INsuPERC: Texas Mutual Insurance Company INSURER D: INSURER E; rf7VCOA6CQ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NarWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TOALL THE TERMS, EXCLUSIONS AND CONDTnONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 4,D,09i TYPE OP #MRANCL POLICY NUMm 07/01/200 POLICY F�IRAMONITR 07/ol/zoo6 LIMAS AIF-- GENERALLIABILTY X COMMERGAL GUM RAL LIABILITY CUUMSMADE (E 000UR FMTX000906 EACHDCCURrNCE $ 1 o00 DAMAGE TO RENTED $ 50,000 MEDE(P(AnyuneP=QrI) S S 00 PEF40PM A AM INJURY $ 1,0006000 000W AGGREGATE $ 21OW1000 OEIPLAGI; C. TELIMITAPPLIESPER: POLICY r7 JEC'f LOC PROpuCTS-COMPICPAGG $ Z MO 00 g AUTOMOBILPLIAWLR( ANY ALITO ALL OWNED AUTO$ OCKWI-ECAUTOS HIREDAUTOS NON-0-NEOAV1% 04 RA 479419 02 12/01/2004 12/01/200S Comm m,ELIMIT (d° ate) 1 ! 0000.YINAW (PorPwmn) s X X BOOILYIKK)nY (Parew{dem) $ X PROPERTY DAMAGE (PeraeWenl) a OAPA"LIMLITY ANY AM AUTO ONLY -EA ACCIDENT. ; OTHER THAN FA ACC AUTO ONLY: AGG S S EXCESSA MBRELLA UABILITY OCCUR CLAIMS MADE D6DI1CTiBLE RETENTION S EACH OGWRRU41 $ AGOR12GATE $ S $ S 100OM R&COMPENBATIONAND EMPLOYERS' LLAMLRY ANYPRORETCR (ECUTIVE OFlEMLMEREd Ryes d"CrIbounder SPEC IALPROV1SI0NSIIWIow TSFOOlOS99202 12/01/2004 12/01/200S vrc ATLL oTl+ ElEACNACC{ON S D00 000C E.L. DIWACE - EA KUPLOYEM $ 1 OOO E,LDIS13A8E-POLICY UMIT $ 1 On 00 OTH M r cats �r a it � nsur or t� a ene�a ��a ty and Autopolicies. variTterof subrogation applies to the workers Compensation. r00TIMf1ATP un1 ncA I -A VPCt I A nnu SHOULD ANY OF THE "ME DESCRIBED POU025 BE CANCELLED IMTORE THE EX�P/I�RATION DATE THEREOF. THE IN I8MlHG SURE VML @IpEAViXt TO MAIL City of Lubbock ,• 10 VAV8WRRTEN NOTICE TO THE 0MTIFMATE HOLDER NAMIID TO THB LEFT Lisa Hutchins BUT' FAILURE TO MAILSUCN NOTICE sHALL IMPOSE NOOBLIeAT10M OR UAMLUY PO BOX 2W0 OF ANY HINOUPON THEINl1WJMITS AGENTS 0 PAVAEMTATTYINI, AWMRLIEDREPI ESM t� Lubbock, TX 79408 ACORD 25 (2001/08) FAX! 775-3316 OACORD CORPORATION 1988 ----- �11�L. HU'a r �nHMMUMUtR NAGS U2/02 IMPORTANT If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endow. A Statement on this certificate does not canter rights to the certificate holder in lieu of such endorsement(s). 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 carrier rights to the certificate holder In Ileu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing Insurer(s), authorized representative or producer, and the certificate holder, nor does It affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon, TX REPORT * * TRANSMISSION OR TX/R% NO 2115 CONNECTION TEL 97929344 SUBADDRESS CONNECTION ID ST. TIME 08/30 16:02 USAGE T 00'54 PGS. SENT 3 RESULT OR CITY OF LUBBOCK HUMAN RESOURCES DEPARTMENT P.O. BOX 2000 162513.. STREET, ROOM 104 LUBBOCK, TEXAS 79457 PHONE NUMBER 806/775 2311 FAX NUMBER 8061775-3316 TO: 2aa-Wxv- FAX NUMBER: 7qa - 9�� DATE: s(47,0l"" NUMBER OF PAGES: _ FROM: PHONE NUMBER: MESSAGE: fL 0,, " 4-o) &A4w,& uc, CITY OF LUBBOCK HUMAN RESOURCES DEPARTMENT P.O. BOX 2000 1625 13' STREET, ROOM 104 LUBBOCK, TEXAS 79457 PHONE NUMBER 806/775-2311 FAX NUMBER 806/775-3316 TO: 'llm� FAX NUMBER: Wd 9 � DATE: NUMBER OF PAGES: FROM: PHONE NUMBER: % 5 ac2 7� MESSAGE: i 1-1 08/24/2005 14:46 8067634328 ARMSTRONG MECHANICAL PAGE 01/01 Monday, August 22, 2005.max 00/24/2005 08:20 FAX UOb(44(UOI ziuuln rLnina atnVlvc AUG-23-2005 16:13 SANFORD AGENCY v�Iy vA.l % 9, .f Dwe .. — %-- --- - - - -- - - - 806 792 9344 P.01 PRODODER (806) 792-SS 4 PAX (506)7112-044 1 Sanford Insurance Agency 6908 indi ena Am P.O. Box $4790 Lubbock, TX 75411 THI8 CERTIFICATE IS ISSUED AB A MATTER OP E1PQ�MATIO/! ONLY AND CONFERS NO RIGHTS UPON 1NE CERTIF""MAI HOLDER. THIS CERTIFICATE DOES NOT AMEND, END OR 7 R THE COVERAGE D D BY THE PQLXMS SELOW, INSURERS AFFORDING COVERAGE NAIC MUREDS66th P141ns Service P.O. Box 9 Lubbock, TX 79408 n+suR A- The Hartford IHaumRo I►+BUIaERC wauRlR rh INsuaal s: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIPu ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TH16 GERTIFIOATE MAY BE NSVED OR MAY PERTAIN, THE INSURANCE AFFORDED SYTHE POLIDIIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. OMLW ONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE SEEN RMXVBD OY PAID CLAIMS. ?09OP 04MAHoI POL$r moll A umm A anon& uAm" x COWIP CNt G&dpA LI,, UTY CWMSMADE Moo" 4d SB MRI0172 01/24/2005 01/24/2006 EAcH orcURRIN01 s _ 1.000.0001 DAMAM TO QWN I 100 O MEDIMP (A�AM/Ar") I S .0001 PERs0N&&ADVINAW f 1.000.0 604juL A40"CukTa i 21000. LpIMpUT, APPUM PM W^ 40MOATE �CT POUCr JCLOU PRODUCTS I colploo A" I Z.000.00( A AUTOMOiLH UMUTT AWAVro ALLOWNEDAUTOS X SOWULM AUTOS k NIRFD AVrOi x Ha+o~AUToo 46 UEC TF13129 01/24/2005 01/24/2006 DOMBINED BINtiI! LMNT �" "', ' 100 eoOkLY "AM (pw P�iOnl a SDD0.r INJURY c►«.�I III I PROPERTYGAMAOE cPEr.�cra.nq QAMaI LImmilY ANY AUTO AUTO ONLY - EA ACCIDENT I OT HM THAN FA ACC AUPOONLY. AOO I a •ISIS{l{MARAL.A L AIlVff Oom Wiens MAOR Di ucnvu RirENTION i FAOH Of,'CURRENN S ACCREOATE i i YWINUMB ODYPEWTION Ally AMPLOYEBC LMIIIJTY OFFF1AWr��EJ"UQW9 CVn �r N MOVISI afts A M WC A 1• EL EACH AIrC10EM i ct DISEASE - EA EMPtA I E.LDISEA36-PNICY UMIT I DEAORIP'R (W OPAMT10" I LOCATWW I VEMI(t / IMMUMN AOOED SY EHDORI;YAHT I NORM Pi"low City of Lubboa P.O. Box 2000 LUBROCX, Tx 79451 SHOULD AM OF T" ASPV6 DEBCRISW POUGM BE LAMMLOO SSPOA+! TIM EJIPIRATION GATE THERNIF, THE A,SIINS 000RIb%WLL POWAVOR TO MAIL 10 DAYS WWMN PUTM To THS ,QWr+P lM HUU" NAMED TOM Ll", Sur PAILYRI TO AWL AYCH NOTM #HALL SIFOSE NO nsL �7 OF ANY WNO D►OM 7Hr MAr� fJR%P- i AGiMTt Oq ; AM AUTHOR= REPIMMINIPAWA 0% 1 Tl r A00RD 25 (2001" LJACORD COAPORATION 1119111 7 TO: CITY OF LUBBOCK P.O. BOX 2000 LUBBOCK, TX 79457 DATE: TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LiNurs DATE DATE GENERAL LIABILITY 0 Commercial General Liability General Aggregate $ ❑ Claims Made -C Productsomp/Op AGG $ 0 Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ 0 Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ 0 Scheduled Autos Bodily Injury (Per Accident) $ 0 Hired Autos Property Damage $ ❑ Non -Owned Autos GARAGE LIABILITY 0 Any Auto Auto Only - Each Accident $ 0 Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'SRISK ❑ 100% of the Total Contract Price $ 0 INSTALLATIONFLOATER $ EXCESS LLABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LLABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: �a Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and Automobile Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. 1 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 filling 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; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 (10) days after i 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 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: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A I CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE ' CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON �- THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. f 2 "The law requires that each person working on this site or providing services related to this construction project must (see reverse) be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512)440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (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 LJ this rule; (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 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 (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. ❑ E-� U O U _._._ _..._. .......__�.. ._�� f.. .._..._.__ .,. ,.,« _..,.� �.«.__. .. ..._ __ .._ ,., . m _ 3 CONTRACT #6105 STATE OF TEXAS COUNTY OF LUBBOCK _.j THIS AGREEMENT, made and entered into this 8TH day of AUGUST , 2005 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and MINNI[X COMMERCIAL PARTNERS LTD. of the City of LUBBOCK, County of LUBBOCK and the State of TEXAS hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #05-080-MA - RENOVATION OF SECOND FLOOR EXECUTIVE CONFERENCE ROOM - $178,984 and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. Minnix Commercial Partners, Ltd.'s bid dated July 6, 2005 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the bid submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS Texas in the year CITY OF L A7TT: CiVSekretary APPROVED AS TO FORM: Attorney the parties to these presents have executed this agreement in Lubbock, Lubbock County, above written. (OWNER): CONTRACTOR: M COMMERCIAL PARTNERS, LTD. By: P NAME:Ij?/ TI : 1 COMPLETE ADDRESS: Minnix Commercial Partners, Ltd. P.O. Box 64895, 12302 Slide Road Lubbock, Texas 79464-4895 ATTEST: Corporate Secretary GENERAL CONDITIONS OF THE AGREEMENT I GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit MINNIX COMMERCIAL PARTNERS, LTD. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative HARLAN STAUFFER FACILITIES MANAGER, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Bid, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES W� Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. I 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished by the Owner's Representative whenever Owner's Representative deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall 2 suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be 7 deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. I IT CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and bome by the Contractor at its own cost and expense. A 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21, OBSERVATION AND TESTING The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any j such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has 4 I previously accepted the work through oversight or otherwise. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual 3 expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered , by Contractor's bid, except as provided under Changes and Alterations herein. r- It is agreed that the Contractor shall perform all extra work under the direction of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workmen, such as ' foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of } the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the. method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cast to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same , shall be included in the "actual field cost." _J No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C)(1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. J 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the bid, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that 6 such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of bids. 26. RIGHT OF OWNER TO MODIFY METHODS AND EOUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be famished to the City and written notice of a cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. Y All policies of insurance, required herein, including policies of insurance required to be provided by Contractor 7 and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR A. General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Premises and Operations Explosion & Collapse Hazard Fire Damage (any one fire) Products & Completed Operations Hazard Contractual Liability Independent Contractors Coverage Personal Injury Advertising Injury B, Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Primary Additional Insured and Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; ' Bodily Injury/Property Damage, $100,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. The City is to be named as a primary additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. I! D. Builder's Risk Insurance/Installation Floater Insurance. The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract rice (100% of potential loss) naming the City of Lubbock as insured. E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) — NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000. 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 0406.096, Texas Labor Code) - 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. 2. 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. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: r. 4 (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. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and m for one year thereafter. 7. 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. 8. 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. 9. The Contractor shall contractually require each person with whom it contracts to provide services. on the project, to: 11 (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 1 (b) 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; (c) 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; (d) obtain from each other person with whom it contracts, and provide to the Contractor: 1 a certificate of coverage, prior to the other person beginning work on the project; () g,p p g g P J and 11 (2) 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and �..� 10 (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. 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 worker's 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. 11. 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. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) 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 filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the _ governmental entity prior to beginning work on the project; 11 (c) 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; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) 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 (ii) 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) 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; (g) 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 Texas Worker's Compensation 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: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 8001372-7713 or 512/804- 4000 (http://www.twcc.state.tx.us/nvcccontacts.latml) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and F °f (h) contractually require each person with whom it contracts to provide services on a project, to: j (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; i (iii) include in all contracts to provide services on the project the following language: { 12 } "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 reprinting 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."; (iv) 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; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) 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; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in 13 any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to bidding. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner, and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to bidding and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising therefrom. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 14 `' 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the contract documents, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $250 (TWO HUNDRED FIFTY DOLLARS) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. f 35. TIlVM AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TM E OF PERFORMANCE The Contractor agrees that it has submitted its bid in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, r acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than twenty (20) calendar days of written submission 15 by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workmen, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the bid proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. V 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall J determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. F43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. a.� 17 45. 46. 47 CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or worlananship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. PAYMENT WITHF-IELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed. (b) Claims filed or reasonable evidence indicating possible filing of claims. (c) Damage to another contractor. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. 18 After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the evert the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving a 19 of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LRvHTATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions - conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority L to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or !! 20 `j effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, .in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. [["'1 21 CURRENT WAGE DETERMINATIONS RE: RESOLUTION NO.2002-R0483, NOVEMBER 14, 2002 0- Craft riAcoustical Ceiling Installer Air Conditioner Installer F Air Conditioner Installer -Helper Asbestos Worker Asbestos Supervisor Bricklayer Bricklayer -Helper Carpenter Cam, enter -Helper Cement Finisher Drywall Hanger Electrician Electrician -Helper Equipment Operator -Heavy Equipment Operator -Light Fire Sprinkler Fitter -Journey Fire Sprinkler Fitter -Apprentice Floor Installer Glazier Insulator-Piping/B oiler Insulator -Helper Iron Worker Laborer -General Mortar Mixer Painter Plumber Plumber -Helper Roofer Roofer -Helper l Sheet Metal Worker Sheet Metal Worker -Helper Welder -Certified City of Lubbock Building Construction Trades Prevailing Rates 1 Hourly Rate 11.50 12.00 7.50 9.00 12.50 12.50 7.00 11.00 7.00 9.00 11.00 15.00 8.00 10.00 9.00 18.00 10.00 9.50 10.50 10.50 7.00 11.00 6.00 6.00 9.50 12.50 7.00 9.00 7.00 10.00 7.00 11.00 IWA101111,398 Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman 9.00 Asphalt Shoveler 7.50 Concrete Finisher 9.00 Concrete Finisher -Helper 7.50 Electrical Repairer -Equipment 12.50 Flagger 6.50 Form Setter 8.00 Form Setter -Helper 6.50 Laborer -General 6.00 Laborer -Utility 6.75 Mechanic 9.00 Mechanic -Helper 7.00 Power Equipment Operators Asphalt Paving Machine 9.00 Bulldozer 9.00 Concrete Paving Machine 9.00 Front End Loader 9.00 Heavy Equipment Operator 9.00 Light Equipment Operator 8.00 Motor Grader Operator 10.25 Roller 7.00 Scraper 7.50 Tractor -Trailer 8.50 Truck Driver -Heavy 8.00 Truck Driver -Light 7.00 2 Prevailing Wage Rates Overtime Rate ri The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. Prevailing Wage Rates Legal Holiday Rate jThe rate for legal holidays shall be as required by the Fair Labor Standards Act. 1 SPECIFICATIONS