Loading...
HomeMy WebLinkAboutC2006-524 - 11/14/2006 - Approved;~ : ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ t; ~ , S P E C I A L P R C~ V I S i O N S ~ S P E C I F I C~ T I O I~ S A N D F O R ~i S O F C O N T R A C'T S A N D B 0 N D S F O R ~C~~~US GHRI S T I ~~+1TE~T I O~+TAL AI~PC~R~ CH I~,LE~ RE PI~CEI++~NT 20O~i ~~~~~~~ ~~,~~a.,. ~s;a , : ' S . st ~ .................. .: ~ Bf~AI~# L ~ENf~ ...... .................. ~-:_ _ E315~ ~ ~~~I :,. _ ~ ~ : 565b S. Staples, Sui_te 110 ~,orpus Christi, Tex~s 78411 Fhone: 36i~1992-?284 Fax: 361/992-2:~8? FOR DEPARTMENT OF ENGINEERIi~~ SERVICE:; CITY UF CORPVS CHRIS~~, TEXAS Phone: 361/880-3500 Fax: 361/880-350i , PROJECT NO: 10008 ~ DRAYJING NO: AP-125 ~ (R~vased i5/OOi CORPU3 CHRISTI INTERNATIONAL AIRPORT CHILLER RBPLACEMSNT 2006 Table of Contents NOTICE TO $IDD$RS (Revised ~!s/ao? NOTICE TO CONTRACTORS - A (Revised May. 2006) Insurance Requirement:s NOTICE TO CONTRACTORS - B (Revised ~/s/oo) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-~' Definitions and Abbreviations A-:-; Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liguidated Damages A-" Workers Compensation Insurance Coverage A-£s Faxed Proposals A-5 Acknowledgment of Addenda A-70 ATage Rates (Revised 7/5/00; A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services .~-33- •-' *•• _ ,a .,. cc • -- (NOT USBD) (NOT IIS~} A-3~- ~'~ ~•• ,a ' (NOT USSD) A-16 Disposal/Salvage of Materials ~--~'~- fl: ,., ,a ~,cc; .. (NOT IISBD) A-18 Schedule and Sequence of ^onstruction ~ }~ Ee~9 (NOT IISBD) (NOT IISSD) *~~ INOT QSBD} A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98} A-23 Znspection Required (Revised ~!5/00) A-24 Surety Bonds ~~-- NO LONGER APPLICABLS (6/11/98) A-26 Supplemental Insurance Requirements A-2; Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-3C~ Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra work and Change Orders ~ A-32 Amended "Execution of Con~ract° Requirements A-33 Coriditions of Work A-34 Precedence of Contract Documents n ~s ~,; ~. *=-~-- ~~ , ., _ ~... _, - - --- - - (NOT USSD) i A-36 Other Submittals (Revised 9/18/00) ~`~~ ~ ~ (NOT IISRD) A-33 Worker's Compensation Co-rerage for Building or Construction Projects for Goverr~sent Entities A-39 Certificate of Occupancy and Final Acceptance A-4J Amendment to Section B-8-6: Partial Estimates A-4, ^""^^ "''..~~e~;} (NOT IISED) A 4~ OSHA Rules & Regulations A-43 Amended Indemnification & Ho1d Harmless (9/98) A-44 Change Orders (4j26/99) A-45 As-Built Dimensions and Drawings l7/5/00) r nr ~~..~ ..F v:.,.t.l, nl.l., -,~-~d Li~}or_t !c 1nn\ (~T U$~~ ~7 1 r ~~ n,.~„~.,.,,.~: - ~NOT USBD) ir~-g v`v'cis~cC-uc-~asccciicr'ci i~irc^~ (7i 5~00) (NOT US .E~) A-45 Amend "Maintenance Guaranty° (6/24/00) A 5C- Airport Safety and Securit}~ Attachment I CCIA Visitor Contractor On-Site Permit Znfo FAP. Order SW 5200.SB - Airport Safety during FAA- Funded Airport Construction and FAA Facilities Maintenance FAA Advisory Circular 150/5370-2E - Jperational Safety on Airports during Construction PART B - GENERAL PROVISIONS PART G- FSDFRAL WAGB RATES AND REQUIRSMENTS PART T - TBCHNICAL SPBCIFICATIONS DiviBion 1 SEC~TFON 01100 - SUMMAF2X OF WORK SECTION 01200 - PROJECT COORDINATION SECTION 01300 - SUBMITTAL PROCEDURES SECTION 01550 - CUTTING, PATCHING AND DEMOLITION WORK SECTION 01600 - MATERIAL AND EQUIPMENT SECTION 01900 - CONTRACT ~~LOSEOUT Division 15 SECTION 15010 BASIC MECHANICAL REQUIREMENTS SECTION 15140 - SUPPORTS AND ANCHORS SECTION 1519Q - MECHANICAL IDENTIFICATION SECTION 15242 - VIBRATION ISOLATION SECTION 15260 MECHANICAL INSULATION SECTION 15510 - HYDRONIC PIPING SEC'FION 15515 - HYDRONIC SPECIALTIES SECTION 15540 - HVAC PUMPS SECTION 15760 - CENTRIFUGAL CHILLERS SECTiON 15940 TESTING SECTION 15950 - DIRECT DIGITAL CONTROLS SECTIdN 15990 TESTING, ADJUSTING, AND BALANCZNG Division 16 SECTION 16010 ELECTRICAL GENERAL REQUIREMENTS SECTION 16200 ELECTRICAL DEMOLITION SECTION 16220 MOTORS AND CONTROLLERS SECTION 16402 ELECTRICAL WIRING SYSTEMS -, -~, _~ ~ LIST OF DRAWINGS G7 LOCATION PLAN AND DRAWING INDEX G;: SITE PLAN M1 MECHANICAL DEMOLITION PLI~N M2 MECHRNICAL EQUIPMENT LAYOUT PLAN M: MECHANZCAL PIPING PLAN M4 MECHANICAL PIPING ISOMETRIC DIAGRAM M5 MEC~iANICAL ELEVATIONS M6 MECFiANICAL DETAILS AND SCHEDULES M%' OPERATIONS AND CONTROL SEQUENCES El ELECTRICAL DEMOLITION PLAN E2 ELECTRICAL PLAN E3 ELECTRICAL EQUIPMENT ELEVATION {DEMOLITION) E4 ELECTRICAL EQUIPMENT ELEVATION (NEW) ES EXISTING ELECTRICAL ONE-LINE DIAGRAM E6 NEW ELECTRICAL ONE-LINE DIAGRAM ~ NOTICE AGRB~MBNT PROPOSAL/DISCLOSURE STATEMENT PERF'~RMAI~CB BOND PAYl~NT BOND NQTICE TO BIDDERS NOTICE TO BIDDERS Sealecl;~roposals, a~dress-~d ~c~ the City of Corpus Christi, Texas for: CORPUS CSRISTI INTERNATIONAL AIRPORT CHILLER REPLACEMENT - 2006; 'Iotal ~ase I3id co~~~ ~ist.~ ~>f inechani cal and electrical demolition to remov~= the e:~i~_.irr~T qas ti~~~d absorption chillers, chilled water ~~amps, conde~ser w,~ter p.mps, installation of: two (2) new 250 ton cer~.tr,_f~aga L cr~~iller s; r,e~: priirary ct~.illed water pumps; new secondary ch~11_ed water pum.~s; ne~ c:~-~:denser water pumps; new controls to c~pF-rar_e the cer,tral plant ; al1 mechariical, electrical and structural woLk associated ~~~ith t~.e installation. Complete all work in ~:- ~ar ~~,nce wi_~'n ~ r~ ~;1~_r >, v~~ecific~ations and contract documents. ~' ~~~ 1 i~e rerei~.~~d a~~_ tt~e c~~fi~~e ot tne City Secretary until 2:00 m. on Nednesda , November 1, 2006, anc~ then publicly opened an rea . Rnv zc recei~~e a er~ c osinq time will be returned unopened. ~ ~~}re-k.id mee~ing ~s sc~h~d~~led for 10:00 a.m. on Wednesda~, Oetober 18~'1 2005, an:~ wi J.L bF . c,nd~acted by t-T~ie City. T-~Iocation o t e rieetina wiii k~e th~~ CorpAs :'r~risti International Airport Conference I o:>m ('_ocated ,,~r•, t:~e 5ec ~nci F'loor caithin the Airport Administration ~ <~~~ i~-~:~~~?, C~~r~;~.a~ ~:'=~ris.i, 'l'h~__ t; bici bond i:~ thf amount ~f. 5$ of the highest amount bid must ~accompany eac~~~ pr~~~posal . F'ailure to provide the bid bond will ~ <~.ist=~_tute a~:en-z~~sponsive ~roposal which will not be considered. F'~i_lurF~ to ~>rovi~+.e requi red perf ormance and payment bonds for c~o=.itr3c~~ts over ~2~ , 000. ~0 wi? 1 result in forfeiture of the 5o bid .t t~,~i~d ~~.; the t'~t.V ~s ~ iqziciat ~d damayes. Bidder's plan deposit is :;u1_~je~~*, to man~.~ate:: y for~=eiture to the City if bidding documents are r o` Y~' ~~rne,~ t~ -:, t}• , C i t v w~t~ l~ i n tw~~ weeks of receipt of bids _ w_ ~ i,in~~, prop~~s~~l r~:rms, sr~e~.: `icatic~ns and contract documents may be ~;r-:~curE:d from the :'it~,~ Eng ineer upon a deposit of Fift and no/100 T~o! lars ($50.00; ~s a guar~a.:tee of ~heir return in goo con ition ~=%~*rhi:: two weeTcs ef bid c~at.e. Doc~sments can be obtained by mail upon ~ ~~~e_-:e.ip~- cf <~n addit ioria ~ {$10.00} which is a non-refundable ~~ostag~/handlinq c~har~P. `C'~,~> bidder ~ s herek>y nc~,t~ ~-iF~~i that the owner has ascertained the wage ~ :~tes which z~revai i in t'~e lc;cality in which this work is to be done ~nd t~,hat s~~ci: wa~~e scGle i s set out in the contract documents ~~~~tain~ble at ~he of~icr~ ~~~f the City Engineer and the Contractor :,hall ~~ay not 1_es_~ t.han thc wage ~ates so shown for each craft or ~ y~e ~` "labor~r, ""~,~~ork~~an, " o~ "mechanic" empl oyed on this project. i'he ~::ity res«~rve~ t_he ~, gh` t,o r~~ject any or all bids, to waive _rreautaritie~~~ anc: tc~ U~ cept the bid which, in the City's opinion, ~~ :~eems most, advantaqe~us ~.o -~t~e City and in the best interest of the r.,ubl i :_ . CITY OF CORPUS CHRISTI, TEXAS ~`s/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7J5/o0 _._.~_....._.......~y„ ,...~..„.... .a..r.~.... ..~-.--...r--. . .+r.=-~..... -~.. _,...~.-~. . ...._._.~.......~..,.+s. ~,.~.. _,.,~~ ..~. ..~,..~„ .... ..,~.... ...-. .-+r+~.,.._.~..~. _ ....,..~_._... ..:~. . . . ._ . _.. ....... ... ......... NOTIC~ TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS -.E .ysed Mc~;, '006 p.~~ rt_ t- cate ~; C r~ ur:,ncF~ in;i:ic<;t ~ r q ~roof o; coveraqe in the following amounts ~. equ:~ed: TYPE OF INSURANCE MINIMCIM INSURANCE COVERAGE 30 Day Notice of Cancellation required on Bodily Injury and Property Damage a11 certificates PER OCCURRENCE / AGGREGATE :or,.*n<rc: i1 Generai Liab' Li_ty iccluding: :~,000,OOG COMBINED SINGLE LIMIT _ . ;:~_>n~n~erc i ~~~.? ~~orm . Fremises - C)perations i. F;xF losior. r:_:d Cc: Lapse ;_~-z,::,d ~i . U~~ceigrour,d Hazar~d ~ ~. Prc ~ucts/ C~~mplet ed t7per at ~_cr.s H3zard . ~'~r,rractua~ Liab, iit-y . Brcad Eor:~ Prcpe?ty Dam~qe . T ~~iependent Cont r actors 9. Fersonal Ir~jury AUTOMOBILE LIABTI,C~I'Y-Ck'NEC idON-O~1NF~D $1, 000, ~00 COMBINED SINGLE L,IM3T JR RENTEJ WH1CH COMPLIES WITH THE TEXAS:WORKERS' t^70t- K?RS' C ~MP~•;N:?AT I.ON COMPFNSATION ACT AND PARAGRAPH I I OE' THIS EXHIBIT rMPLC~YER:;' LIABI1~17'Y $1G0, 000 ~;X(~F,~S ~:TRBILITY $1 ,(i00, 000 COMBINED SINGLE LIMIT PROE'ESSIONAL FOLLUTION ;.IABiLI`'.7/ $2,000,000 COMBINED SINGLE LIMIT FNG'rRONMENTAL IMYAIRMF.N~~ COVFRF~GE Not limi!_e:j to sucder & accider:tal REQUIRED ji~charg?; to include 1c~ng-`err X NOT REQCIRED t~m:is~onm~r_tal imp~~t for the d~spnsal of :or.t~mir:ar ts diJ::~C~ER~' itISK See Sec~ion B-6-11 and Supplemental insurance Requirements REQUIRED X NOT REQOIRED rn~,~TALLA`!'i~J~7 FLGP.7'~~R $I00, 000 Cembined Single Limit ~3ee Sectior: B-6-11 and Supplemental ~ Insurance Requirements X REQOIRED NOT REQUIRE~ Page 1 of 2 T',E Ciryo uf Corpus Christi mu:;t k~=, named as an additional insured on all coverages =xc -c _ w:;rker's ccmpens~*icn l~ability cove~aae. '"te name of the Project ~rust b2 listed under "description of operations" on each _: * ; ~ic ~t~ of in~ _ranc- . T;~ eac~ insurai~ce co -erag~, *he !'ontracr_or shall obtain an endorsement to the ~ -,p~i~~ab'.e insurance ~cl~cy, si~ned ~y the insurer, providing the City with thirty 3C+ da,~s prior ~rL+te. r~:<~t.icc~ ot cancellation ef or material change on any ~ov_z~ge. The Cc:r,tractor ~na:_1 pr,vide to tne City the other endorsements to ins~r3nc = policie~~ cr c~~ve-~agec> w:~ic:h are -~pec~ fied in section B-6-11 or Special ~ ~'rc~°1 sio~~s section ~f the contr~cY . ~. c_,m~le?ez "Disclosure of Interest" must b~ submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTIC~ TO CONTRACTORS - B NOTICE TO CONTR~.CTORS - B WOR~.= ' S CQ"_ =_tiSATION C~VER.AGE ~OR BUILDING Crt C~NSTRUCTION PROJECT'S FOR G:.~'L?.?.TMEN'I' ENTITIES ~ '-~Va.~ law requ,_es tha~ -ost contr-.ctors, subcc::tr~ctors, and ot :=r~ ~rcviding wor ~ cr ser~~_ces for a City building c_ c~nstruction prc- P:-r --1ust be covered by wor;:e~ ' s compensation insura~ce , authorized ~ se1~-_:surance, or Gn ~pp_-^ved worker`s compensa~_~z coverage aqre ~^~,~~. ~ . ;ver. if Texas ~aw does ::~t require a contractor, =ubcontractor " or ctners performing ~roject services (including deZiveries to the job site; ~~ provide 1 c= the 3~crtns of worker's compensatic:~ coverage, the ~._~v will require such ccverage for ail individuals ~roviding work ~ o~ =er~•ices on this Prc~ject. at any time, includinc during the m~:xi: ~_._a:~ce guaranc~.~ perioc. 'totor carriers which ~re required to reg~s-Qr with the Texas Depar~--ent of Transportation unde= 'i'exas Civil S~a~.~~c~s Artic ~ e E575c, and •.~hich provide accidentGi insurance cover~ce under Texas Civi~ Stacutes Articie 6675c, SecL=on 4(j) need not 4~~ov~de 1 of the 3 for~s ~4 worker's compensation ccverage. "'he Contractor aQrees ~_,~ comply with all applicable provisions ot '~'exa:~ Administra~ive c'ode :;tle 28, Section 110.1~0, a copy of wnic'.: « attached and deemea ~:corporated into the p~oiect contract. Pleas~ n~~te that under secticn 110.1Z0: certa~n languaae ~:~ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontraccors and others providing serv=ces for the Proj ecr_ ; the Contractor ~s ~equired to submit ~o the City certificates of c~verage for its employees ~nd for all subcontractors and others providing services on the Project. The Contractor is required ~.o obtain and submit updated certificates showing extension of coverage during the Project; and . the Contractor ~s _-~quired to post the requ;_ed notice at the job site. By s~_.ai:zg this Contract, '_he Contractor certifies thac -= will timely co~r ; ~rith these Notice t~ C-:ntractors "B" requirements . HOTIC~ :0 CONTRACYORS - 8 IRevisea 1/13/98y Paqe 1 of 7 8/7 /~g ~=~i~fe ~S. L~S~..~.~~ CI: T'a~ t II. "I'E~..-~S ~~~OR~i.EF~S' CO'ti1PE~1SATION COl1VIISSIO\ Chapter 11Q. REQL`LF'tED i~`OTICES OF COti~R~GE ~ubcha~rer B. E~ZPLO~"ER ~OTICES ; I10.I1C Reoo--tina t`teauirements for BuiIding or Constr.:ction Projects for Govemmenc3l ~,RtIL1ES - (a) The followine words a.*-.d te:ms, w-nen Lsed in tnis nue, sY:a~fi h~ve che followinQ meanings, unless t~7e cvntext c:early inaicates ot~:erwise. Te :~ns not de~e~ in this n:ie shall hzve the meanui~ oe~ned ~n u`~e Te.~cas La~or Cede, ii so de~nev. ~ i) Cer~inca=° oi cove:~~e ~.ce: :uic: ~e .- ~- c~ay oi a ce: ,~cate ei :~sur~ce, ~ ce: tincate et autiionr~~ ~~ seu-insu:e :ss~ed bv tne c; c:unissier., e: a worice:s' comne:isaLCn coverage asTreer~ent (TWCG81, ~WCC-o"~, Tti~CG53, or I~t7JCC-S+l, showing st<_tutory worke:s' comDensauon insurance coveraee far the pe: son`s or entit~s e:n~ioyees ~inciucing those suojec: to a covera~e a~reement) providine setvices on a aroject :or Lne du:arion of c~ie project. (2) Bui3dine or construc~ion-rias tite mea.^~i.*~~ denned in the Texzs i_abor Code, § 406.096(e)(1). (3) Cor~trctor-~ p~rson tidding for cr a~xarded a building or co:isuuction project by a gavernmentr.! enntv. (4) Coverage-Worke:s' compensauon ins,;rz~ZCe meeting ~he statutory requirea~ents of the ?e:cas I.abor Ccde, § 401.~11(4~1 ~ 7) Covera~e ~2ceemeat-.~_ vmtte~ ~~ee^:ent on form T~VCC-o 1, foizn TWCGS2, form i~VCGS~. er rorm TWCC-S4, filed witn the Texas taor4cers' Compeasation Commission which escaolishes a re4ati~nsbip between the parties for purposes of the Texas Wor4ce:s' Compensation Act, pursuznt to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and esiab~shes w'no wiiS be respoasible for providing workers' compeasation coverage for persons providing services on the project (~) Duranon oi Lhe projec-Ircludes the tiaZe from the beQinr.ing oi woric on che praject uaul t~=~ woric on the ~roject h~s beez compie:e~ ;~:~ accepte~ by the 2overrL~nental er.uty. ~%; Pe: sons crevidin~ se^~:;~s en c.'le oroie~ ("subeenmctor" u. 3 406.096 of the Act)-t~, tch '~e excepuon oz oersons exc:uded under subsecvons (h) and (i) of this section, includes alI pe~ Sa~ °C ent2UCS De:tOt7ninQ alI Or C~1't of thc 5ernces the contractor has underta.ken to periotm on Ihe oroject, regardless o: whether tnat person can~rac:ed directiv witi- the coatractor and re~ardiess of wne.:ner ,ha: person }:as emfliove~s T'r.is inciudes oLt is not timited to inde~endenL contractors, subconuactors. leasing cemcanies, mocor carriers, owner-operato:s, e:nployees of zny such entiry, or emPloYe°s of ~~*~v ennty fi:r.isnin~ gersons :o oerfo:~ se:vices on ~he project_ "~ervices" inciudes but is not li~.^uted ~- '.~OTICE t0 CQNTRAC'ICRS - Revised 1/13/9B1 g/719g htz~ iaru~,~.~ scs.state rV.~.:sit3c.fZS/II/1 i~~/B/110.110 html paqe z ot 7 ., c~.. _: __ -._~i:n~, a.- ec ~.•enn~ e~u;n,:.e :. e: :..~__,...~s. or , ~~ ~~ing izoor, t,-=.~sce::~_:cn. or ot'r~~: ~_. ..._ ~:.._~ :o ~ Pro}ec: '~~:vices" c~oes noc L._......, ~cti•,..:e~ ~..:eiated to the proie~~ =,:cn: s : o ~ ~e . e-~~e •rendors, c=:~e su~p:v desveries, ~::~ c°!iven~ e~ ~orr.a~le toile~s. (~) ?rcie~~-~;ciudes the c::;•.zsion ~f ~~11 se:vices :_.~:ec :o a cu::cu~2 or construc~~on c,,._:rzct for a ~.'.Jt~e:.~r.:°..:~.~ ..itl~', (b) Prc~~a:r.~ or causui~ te ~e ~rov~ded a certincz:e o* ~overaQe ~urSUant to this rule is a = r_prese::-z~ca ov the insure~ :hat a:l emoioyees ei ~.e insure~ ~-~.o are pro~~iding services en the pro~ec: ~ ~ c~•: ered by wortcers' compensauon covera2e, chat the coverage is based on orooer r:~aortin~ ~i ci:~sincation c~ees anc payroll amour.u, a.nd that ai! coveraee a~reements l:ave oeen nlea ~ with L':e a:~~reenate insur~~ce camer or, in the c:se c: a seif-insure~, with the cominission`s Division cf Se:.*-Insur::.ce Reeutztior °rovicing ialse or m~sie: ding ce:~^ca~es or coverage, or :asi:n¢ to prOVjQe c; r; ~u-,ta.in require~ coverage, er failing tc re~on any c;.znQe that materialIy ~e~s the p,avisiea ~i coverage may saaject the conu-actor ar ocher pecson providing services on the groiect to ~ adminisc. ~~z•e cenaicies, cnr.~ina.l penalties, civil oe::zities, or othe: civil actions. (c) A gcve:~.~~a:al eaury c:.~t ente: s into a buiidi:.~ or cansuuc~~on contract on a proje~ s;^:z11: (!)~nc's~~de ir_ t:~e bid speciiic:~~ons, all th° provisiors of para~-z~z t"~ of this subseaien, ~s:ne the 1:3n~u~Ee ; e~ui: ed by paraQrzan (7) of this subsec:ic~ (~) as oz.r. o; ~~e contract, ~si.zg the language re~Li:ed by para~~ii (7) of this subsec:ian, requue ~t:e c~n~2cor to perrerm as re^Lired i~: subsection (d) o: this section; (3 ) Qbtzin ~ c:n rhe contrac~or a cer~ificate of coverz~e for eacn ~e: son providing services on the project, ~rior to L~at oerson be~uiing work oa the ~:oject; ~ (4) obtaln ~em the canLzc~or a netvi cenificate of caverage showing extension of coverage: ... (.y) befcr~ ~r~ end of the c..r. e~t coverage period, L t'~e contraco~s current certificate e~ c~verage shows r~ha~ ;ue ccverage pe^od ends during the Curation of the ~: oiect; and ~ (B) no iate; ~~.:.II seven davs ~~er the e~iration of t?~e cnveraee for each other person vroviding services on t~e project w'nose current certificate snows thai the coverage period ends durin~ the durauon of L'~e project; (5) re;ain ce:tiiicates of coverage on file for the duration of the project and for three years L'-ereafter, (h) ~eovide a c~py of the ce:.incates oi caverage to the commission upon request and to a~-ty person ~ e-~utie~ 'c the:n oy law; and (%) use ~ 7e 12::_~age conta~::e~ ul :he following Fi~ure i for bid s~ecincarians and conua~~, 'h~~out - any a~di~icn2i words or cnanees, except tnose required to accommodate che specific docur.~ent in ~~hich the~~ ze~ containe~ or to impose stncter standzrds of docL:: eatatioa: °' T~gS 1 ; .J ? 10(c)(7) tb~ 40TICE TO CONTRACTCRS - 3 Revised 1/13/981 htip /~.u~.~w~ ;os.state.tx.uslta~'~g;~Li/T IOBI110 1 l0.htrr.l Paqe 3 of ~ g~~~~g ..,. ~.,~ ~ ~~ ,.,,,. .~ ..~,,.. _._4 ~... a _ .... . _ .v ,.~ ___~.~..~... _~..~... ~ ..~. .~.r........_.....,._._ _. ._......... __.~.. r,,~. ~ ~ a caacractor scr~:. .} provice coveraQe ier ics empic: ees croviding se: vic~s on a project, f~- ;::e c~tration of the projec; __sed on proper re::orinQ af classi-;~~~en codes znd p~~TOU amounts a:.c ~:: ~ of any covera~e ~ ~eemencs; `° ~;,3 pro~~de a certi.ficzte ofcovera_e s~owing woricers` cor~oensauon cove:a^<e to the governmencal e.ucy prior to beQinn~.2 wark on ~.e ~~oject; (~) provide the gove:nmental enir;, r^vr to the end of rhe coverage pe:iec. ~ new certificate of c:~verage showing extension oi ceverage, if the coverage period shown or. ~~e ~ontracto~s current - ~~~ificate of cover~~e ends durir.z t:^.e duration of the projea; {~:l obtain from each nerson providi.Zg services on a proiect, and nrovitie te t::e governmental entity: ,.~ (~} a cerri.ficate of coverage, prior zo chat person beginn.inQ woric oa the ~: oieet, so the governcnental e:itiry will have on fi!e cercificates o= coverage shocvinQ coverage for aI1 pe: so*~s providing services an _ ~ e projec~~; and e t"3} no later than seven days afre: : eceipc by the contractor, a new certinczte oi coverage showing extension of coverage, if the coverz~e period shown on the current certiucz:e oi coverage ends durine t~e duration of the projecc; (~) retain alt required ce:tificates o: ~overage on fiIe for the duration oi the project and for one year " thereafter, (6) natify the governmental entity in writing by cercified mail or persona! cesvery, within ten days after the co~tractor Imew or should have i~.nown, of any change that materially a.aerts the provisioct of coverage of any person providing se:vicrs on the project; (7) post a notice on ezch project s~e infocrcu.ng ali persons providing services on the project that they ~ e rev,uired to be covered, ar~d star:ue how a person mav verify cturent c:,ve.~~e and report failure to providt covexage. This narice does not satisty other posting requiranenu i~posed by the Act or other commission ruies. 'I~us notice must be printed with a title in at leasi 30 point bold type and text in at lea~st i9 point norma! type, a~i shall b~ izi both Eng~ish and Spanish and any other language comuian to the worker populatioa The text for the notices shall be rh~ foliowing text provided by the cornsIIission on the sample notice, ~~rirhout a.ny additiona.i words ar changes: REQUIRED WORKE~S' COMPF~tSATION COVERAGE "The law requires that each person woricing on this site or providing services re!ated to this consuttction project must be cove: e~ by workers' compeasation insuranc~. ~~'s inciudes persons ~rovid~ng, haufinQ, or detivering eauiprnent or materials, or aroviding tabor or transportation or other service zelated to the proje~t, re2zrdless of the identity of their employer or stztus as an zmployee." "Call the Texas Workers' Compersacion Commission at 512-440-3789 to ~e~~:ve information on the IeQaI :-equirement for coverage, to veruy wi~ether your ernpioyer has provided the required coverage, or to report an empioye~s failure to provide coverage." NOTICE _~ CON7RACTORS - 8 ~:ttp 1!w~ww.sos.state.tx.us/tacl28/IIll l OB/i 10.1 l0.htmi Re~aged41/~f3~9B} 8~~98 rS i ;".~, . . _ i 10 (~;? ~~~.:~c:ti:~iiv ree~Yre °..: ~. ~e~sea ~~~tn «•;,cr_: :: contrac;~ :.. _"^'~'1CC 5e:-~~c~s e~ a~~o~eet to: (.~) pro~~de caver~2e base:: on cror.er re~or'.z:.z oi dassinc: tion c~ces rnd payreii ~::.ounts and fr3ing o~~ a:.v c.~~~er2ze a~ree:::e^a i~r ~i c~f i:s ?=1=C1C4'e°S DfO~/IaL^.a se^.1ces ee tne proiec:, :~r the duration o~~che praiec~; (3) pre4-ioe a cerviic: ~~ c:~ ~o~'erz~e to che c~a.:3CZOI' DClOr IO L[I~I De:son be~in_~±.^~ •.tior'sc on rhe o: ~ie~ : {C) inciuce in a1E conuac:s ~o oro~~~1e se:Vices cr. cne projec: t_`:e iar.QUaee in subse~.ien (e)(3) of this sectioti ~ (D) provide *he conuac~c:, pnor te ~he end oi u.e coverage pe^od, a^ew certinc.:=e oi coverage s~owinQ estension oi cave-age, i.i the coverage ~e:-iod shown on the current certi~ic:::e of coverage ends du.^no the duratica o: ihe oroject: ~ (v) obt~ir. sam eacn othe: ~erson ~.~rith wnom i: c~ncrac:s, and o: ovide to the cor.:rac.or: (~.) a ce: ~~cate of covera~e, prior «~ the etner ~e:~son t~e~in.^.i--~g wori: on the projec-:; :_^d (u) prior to the end of the cove: age period, a:.ew ceruficate of coveraee showing e~c:e:.sion of the cover~ge perio~ if the ccverage period shown oa the curre :: ce:-~incate of coverzge eads during the duratioa oi the projecz; (~ re*.~n all required ce:tine: tes o~ coveraQe en nle for che duration of the projec: a.^-d for one year there~i e: (G) n~otuy the governmer.cal entiry in writing by cercined mzil or pe:sonal delivery, wir.tun ten days _ after ihe person lrnew or snould have ~mown, of any change that materiaily affe~s '-I:e vrovision of c;avera~e of any persoa providing se:vices on tiie project; and t~ conII-actttaliy ret{uire °wcn other person ~r~t'ti whom it contrzcs, to perform u: e~uired by ~ subparz..~a~hs (A)-{~-~ oi this FaraQraph, with the certificate of coverage to be pro~~idea to the person for whom they are providing services. ~ {e) A person providing secvices on a Qroject, other than a contractor, shall: ( i) p~ovide coverage for its employe~s providin¢ services oa a project, for the dura*_ion of the project "- based en proper reportinQ o~ classincation codes and payroil amounu znd filinQ oi z..ny coverage ~ gree ~e: cs; - (?; provide a certificate ar cove:z~e zs require~ by its contrac: to orovide services en the projec:, pnor to be¢inning work o~ the prcject; - !:3} hzve ci~e following Ian2uage in iu contract to provide services on the project: °3y signing ttus :ontrzc: or providing ar causing to be provided a certificate of coverage, the Qerson siEning this vontrzc is representinQ to the governmental er.tiry that aIl employees of the person siQning this ~ontrac: wno wilI provide servic~s on the project will be coverea hy wori:ers' comoensarien coveraQe NOTICE TO CONiRAC:ORS - B Aevised 1/'_3l9B1 $/7~98 httpJi~~--uw.sos.state.tx.usitad28/II:'11flB/110.110.htm1 paqe s ~r ~ _~r.~.. _~~..~.~~_..._,.. ._..~....,.~....._....~ ._____.. .._..~. _...._. ._._..,,. i. J 1:' .._. l+.- ... i V ter c:.~ :-'ation ot ::.e ~roiect, :r~t tne cc•.e:22e will be ~:sea or, DCOper repor~~zg ot c:assi2ication ~oae~ ~.^.a aayroll z::.ouncs, 2.r-d that ai4 ce~~e:aEe agreer.ze~.s :~v.i be fiied witn the zoorooriate uzs~ss:;.ce ::.rzier or, ~:. the case of a self-irs~.:: ed, wiih t~:e c~r:.mission's Division or Seif-Insuranee ~°~ Re¢i:i2tion. Providin~ iaise or misleading L~or~auon may subiea the cantractor to admirustrative pen~~~es_ c:iininal Fe::2lties, civii penalties. ~r other civii ac'~ons." ~ {4) provice the person for wnom it is ~rev;cing servic;es on 2he pro}ect, priar to the end of the coverage periad showr~ on its current ce:z:: c:te of coverase, a new certificate snowing extensian of co•rera2e, iz t~e coverage period shown on :~ e certi.ncate ei cove:age ends durinra the auraiion oi the projec;; (5~ oocain frorn eaca person providin~ se:-vices on a proiec: ~nder cantraei to it, znd provide as requireci by its contrzct: (A1 a czztificase of coverage, prior to the oL~er gerson be?~~n1ng wark on the project; and ~ (B) p:ior to the end of the coverage period, z new certincaze of covecage showing exiension of the covera~e period, if the caverage period snown on the curreat cerrificate of coverzee ends during the durzcon of the praie~:; (6) re.ain all requirea certincates of coverzue on file for tne duration of the pro}ect and for one year therezite~ (7) noti"ry the govern~ental entity in writine by certified mail or oersona! delivery, of any change shat materirliy aff~cts the flcovision of coveraee of any person groviding services on the projed and senri -~- the notice within ten days after the person i:new or should have known of the cE~anrae; and (8) conuactuaIty require each other person with whom it contracu to: (A) pr~vide coverage based on proper reporting of ctassification codes and payroll amaunu and f~ing of any covera~e agree~enu for all of its e:~~loyees providing services on the project, for the durarion of the project; (B) provide a certificzte of coverage to it prior to that other person be2inning work on the projecz; ~ (C} include in alI contracts to provide services on the praject the language in para~'aph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing exiension of the coveras;e pcriod, if the eoverage pe:~od shawn on tne current certificate of coverage ends durine ~e duration ei the project; ~ (Ej eocsin from eacn ocher person under c~arract to ic to provide services on the project, and provide as reau':rea by its contract: (i) a certificate of coverage, prior to the otne: person beginning work oa the project; and (u) pnoz to ths end of the coverage period, a new certificate of caverage showine extensian of the cove: zee period, if the coverage period shown on the current certificate of coverage ends durin~ the h ~/~~ww sos.state.~c.us/tac128/II/l iOIB/I 10.110.htm! NoTIC~ ro CONTRACTORS - B 8~7~98 ~' Revised 1/13/98i paqe 6 af 7 _~ tr^_~. 1,~..ii~ d~:rz~ion c: :~e conuac:: (i"; ~e.a~~ ~:i :eauireci ce--.~=:.: :~s oi ~overa~e cn nie for ~,he durauon ;,: ::.e project a.zd for one year ther~.zrte~ ~ (CJj nouiv ci:e governme :~~~ e::~~ry ul wn~g dy ce.-u.tied mail or pe:so:.zi delivery, within ten days ai~e~ the pe:son Imew or snould 'nave imown, ot any change that m~cer.~iiy a.ffects the provision of ~ coveraee af a.ny person provicinQ services on the Aroject; and (f~ conrrac:ually feauize eac :;,e: scn with whom ii conuacts, to perier:z as required by this - subparaerapn and subparatirapns !A)-(G) of this paragraph, with the ce: tincate of coverage to be "~ pravided to the person for ~,~•nom they are graviding services. ~f} If any pravision of this ruie or its application to any person or c.ra:.•nstance is held invalid, the ~' invalidiry does not affect otner provisions or applicarions of this rule tnat can be given effect without the invalid provision or apolica:ior~ and to this end the provisions oi this rule are declared to be severable. ~ (g) This n.ie is a~plicable fer buiiding or consuuccion conu-acts adve:~~sed for bid by a governmental eacity on or afrer September 1, 1994. This ruie is also applicable for tiiose building or constniction ~. contracts entered into on or aiter September 1, I994, wizich are not required by law io be advertised for bid. ~ (n) The coveraQe require:r.eat in this rute does not apply to motor car:ie:s wi~o are required pursuant to Texas CiviI Statutes, Article 6675c, to re~ster with the Texas Deozrtment of Transportarion and who provide accidental irsurance coverage pursuant to Texas Civil Statutes, Articie 6675c, § 4G). ~ (i) The cov~nge requirement in this cule does not apply to sole proprietors, partners, and corporate officers wfio meet the requiremcnts of the Act, § 406.097(c), and who are explicitly exclude~ from coverage i.n accorda.nce with the Act, § 406.097(a) (as added by House Bt~l I089, ~4th Legislature, ~` I995, § 1 20}. This subsec.ion a~piies only to sole proprietors, partners, and carporate executive off cers who are excluded from covera~e in an~n~,~*attce poficy or ceruficate of authority to self-insure that is delive:e:i, issueci for delive:y~ or renewe.~ an or after Ianuary 1> 1996. ~ Souree: The provisions of this § I 10. I 10 adopted to be effective Segtember 1, 1994, 19 TexReg 5725; amended io be effec*,ive November 6, 1995, 24 TexReg 86(}9. Return to Secrion Index NOTICE :0 CONTRACTORS - B Revised 1/13/98) gfl~g hup:;/www.sasstate.cx.usitac128/Li/i lOB/110.1 l0.htm1 Paqe ~ or ~ SPECIAL PROVISIONS _ .~ ~~ ~ .~ ._ ~,... ._ ..~,,,___ a. ~ W ~__ .,.. . . ~~ .~.w _ ~_,_.... _...~ .~ ..~ ~._ .. ~~ CORPIIS CHRISTI INTSRNATIONAL AIRPORT CHILLBR RBPLACEMBNT 2006 PROJBCT NO. 100a8 SSCTION A - SP$CIAL PROVISIONS A-1 Time and Place of Receiving Pro osals/Pre-Bid Meetin 7ealed proposals will oe received in conformity with the official <idvertisement inviting bids for the project. Proposals will be received in `he cffice of the City Secretary, located on the first floor of City Hall, ~.201 :,eopard Street, until Wednesday, November 1, 2006, 2:00 pm. Proposals mailed should be addressed in the following manner: City of Corpus Christi ~ City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 A?TN: SZD PROPOSAL - CORPIIS CHRISTI INTBRNATIONAL AIRPORT CSILLSR RSPLPiC~dENT 2006 ` A pre-bid meeting will be held on Wedneaday, October 18. 2006, beginning at 10:00 a.m. The meeting will convene at the Corpus Christi International Airport Administrative Office Conference Room, Second Floor, Corpus Christi International Airport, 100C International Drive, Corpus Christi, TX. and will include a discussion of t~ie project elements. If requested, a site visit will follow. No additional or separate visitations wiil be conducted by the City. A-2 De$initioas and Abbreviations Section B-1 of the General Provisions will govern. A-3 Doscription of project Total Base Bid consists of inechanical and electrical demolition to remove the exiting gas fired absorption chillers, chilled water pumps, condenser water puraps, installation of: twc (2} new 250 ton centrifugal chillers; new primary chilled water pumps; new secondary chilled water pumps; new condenser water pumps; new controls to operate the central plant; all mechanical, electrical, and structural work associated with the installation. Complete all work in arcordance with the plans, specifications and contract documents. A-4 Metl~od of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds. 1. Total Base Bid 2. Total Base Bid plus Total Additive Alteraate AAl The City reserves the right to re}ec* any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Ite~ns to be Subaitted with Pronosal The following items are_r~ired to be submitted with the proposal: Sectioa A - SP (ReviBed 12/15/04) Page 1 of 25 1. 5$ Bid Bond (Must reference Proiect Name as identified in the Proposal) (A Cashier~s Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement -• A-6 Tim,e of Com letion/Liquidated Damagea The working time for completion of Lhe Project will be 210 calendar days. The ~ontractor shall commence work within ten (10) calendar days after receip~ of written notice from the Director of Engineering Services or designee (~~City Engineer") ro proceed. ~'or each calendar 3ay that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $100 per ~ calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City wi_11 sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director ~ of Engineering Services (City Engineer) may withhold and deduct from monies ~therwise due the Coi~tractoz: the amount of liquidated damages due the City. A-7 Wo~kers Compensation Iasurance Coverage If r.he Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the r.equirements of this Contract is not in effect on the effective date of cartcellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers~ c:ompensation insurance coverage must not perform any work on the Project. Furthermore, fcr eacYi calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement worker:' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages wi11 be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract_ Such liquidated 9amages will accumulate without notice from the City Engineer to the :'ontractor and will be assessed and paid even if the permitted time to ~omplete the Project has not expired. In accordance with other requizements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless aZl such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the ~.^ontractor azd the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 c>£ the General Provisions. Section A - SP (Reviaed 12/15/04) Page 2 of 25 A-9 Acknowledgment of Addenda The :'ontractor sha11 acknowledge receipt of all addenda received in the "' apprepriate space provided ir the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of a.on receipt, could have an a@verse ef£ect when determining the lowest resporisible bidder A-10 Wage Rates (Revised '7 5/GOi Labor preference and wage rates for Building Construction. ~-~~ ~eC ..~ 1'revailing waqe Scales - 1Tie CoYpus Christi City Ca~mcii. has detPT,t,;,,a~ ~ q~l Pr~llirbg mininnm hourly wage rates far Nueces Cotmty. Texas as set out in Part C. The Contractor and arty suboontractor rraLSt mt pay less ti~~ th,e specified v,age rates to a11 laborers, wor}anen, and mcx--,ar;~ ~1~3'~ bY t~n in the executicai of the Cantract. The Cca~tractor ar s1~bc~oaitractor shall ° forfeit siacty cbllars ($60.00) per calerr3ar day, or porti~ thereof, for each laborer, worlanan, or mecc:harLic gnpla~,ac3, ; f such p~~~n is paid less than the speCified rates for the ciassiticatimz of wnrk perforn~d. T1~e Contractor and each s~~t~~or ~t accusate record ~P ~ s~"~wijx3 the names and classifications of a11 Zaborers, ~r}rnie.n, arxi me~~nics ~1aY~ b}' than in cornyectic~n with the Project and showirig the actval. wages paid to each wnrk~s . The Contractor wiil make bi- ~.k1y c~rtified payroll suk.mittals to the Ci Ccxitractor will also obtain copies of such certified ~~r ~ oth~rs warkirx~ on the Project. "ihese doc~anents will also ba svbnitted to ~~tractors aryd bi-weekl tY ~3~eer Y- (See _ section for Miimrity/Mimrity Business ~texprise partici.pation R~licy far additi~~al requis~ents ~~ancPrni ~~. p~x form anci ccntent of tl~e payroll sukmittals. ) Or~e and a'~e-half il~) times the specifieci lrnuly •,~age must be p,a,id for all lxrars wor}ced in exc~ess <~f 40 tunzrs in any orbe w~ek and for all ixxtrs worked on S1ux9ays or holidays. (See Section B-1-1, Definitiar~ of Terms, and Section B-7-6, Worku~g Hours,) A-u Cot~peraticn with Pt~blic ~*~+~;p.~ (Revisecl 7/5/00) The Contr~ctor shall coc~erate with a11 public arxi pri~rate agei~ies wit& facilities operating within t.h~e limits of t2-~,e Project. 'I~e p~nY,ractor shall pmvi.c]e a fozty-eigtit (48) hrur nntice to any applicabie agency ~1 ~rk is anticipated to proc,~eed in the vi~ini~, of arty facility by using the Dig Tess at 1-800-344-8377, the Lr~e gtar 1~IOtificaticai C~any at 1- 800-669-6344, arxi the Southwestern Bell I~ocate C~o~p at 1-800-828-5127. Fbr the amtractor's ~rorn~iie3u~e, tY~e follawiuig telep2xme inrmbers as~ listed. City ~hgii~er 880-3500 Bath Er~gir~eex~ng - Brian Metx3e , P. E. 992 -2284 AirpC~rt P~§niuustration 289-0171 ~affic F3~gineerinq 680-3540 ~liCe De~nt 882-1911 Water Departme,nt 857-1680 Wast~ter Deg~artment 857-1818 ~ ~~ 885-6900 Storn- Water Departr~nt 857-1881 Parks & Recreation DepaL~nent 880-3461 Streets & Solid Waste Sei~vices 857-1970 A E P 299-4833 (880-3140 after }7ours) (880-3140 after hours} (885-6900 after hqurs) (880-3140 after krnirs) t693-9444 after hpurs) Section A - SP (Reviaed 12/15/04) Page 3 of 25 5 B C City Street Div. ~or 'IY-aff ic Signa2jFiber Optic Incate Cableuisica-i ACSI (F'ibes Optic ~ KN~ (Fiber Optic} ChoiceCan (Fiber optic) C~ (Fi_bex Opt.ic} Brooacs FibPx~ Optic {~N) A-12 Maiatenance of 3ervices 881-2511 (1-900-824-4424,aftPS houYS) 857-1946 657-1960 857-5000 (857-5060 aftex h~uYS) 887-9200 (Pager 800-724-3624) 813-1124 (Pager 888-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Ni~bile) 972-753-4355 The Contractor shal.i take all precautions in protecting existing utilities, both above and below ground. The Drawings s12ow as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as nuch field work as normally deemed necessary for the ~onstruction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is net guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations ~o preclude damaging the existing facilities_ If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the sez-vices in continuous operation at his own expense. In the event of damage ~o uriderground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. Al1 such repairs must conform to the requirements of the cotnpany or agency that owns the utilitias. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory c:utlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for aIl fines and remediation that may result if sewage or other '~iquid contacts the streets or ground surface. It zs also the Contractor~s responsibility to make all necessary repairs, relocations and adjustment: to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations ef sewer service lines must be provided by the Contractor. A-13 Ar~a Accese and Traffic Control (NOT USBD) Section A - SP (Revieed 12/15/043 Page 4 of 25 A-14 Coastruction Squipment Spillage and Tracking (NOT US~) ~ ------~"'=~--_-`-"_ ~-#.~ e~ea~- - ~..~ ~2a~~~ ~ o~'e ~ a -~ ~-~f3a ti [EIt39 ~--n~ ~-ia~e~.~ : r .. ?~rs-n~ar~r7 '- ~=~z-i-3 6i3 ~~3@ n . }~gi »-ti ncr ti A-15 Bscavation and Bemovals (NOT IISBD) ... TL... .. i ~~ '~~~, ~e-€-~e~-~~~-~h e~ea~L--~~~~. _~zEzea-r~°-~z-_• a,.c • a -'~f'~ ~~3&$ e€-~~a~gs si~e~-z~~~ ~v~~}~--se~e~,~se~ a~~ _ €~~~}~~e~--~'he ~~~~ mtrs~- ~e fr~n-nf ~ ~ ~~e3~e-~ a~. s ~ ~- ~ ,a ,.. v ~ G ~~-~r-~e~e~e ~ e a~~ ~ ~~~- A-16 Digposal/Salvage of Materials De~aolished equipment and other unwanted material becomes the property oP the Contractor and must be remaved from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 FiQld Office NOT IISSD ~c`~--~'t` E-~-}--e~~a}~s ~'~e C-e.n~ie~-s~~~~ tneve ~~e~Q .~ F~,~,a,~~_~_ f~Y' }ll ~- • Y '-+~--ccez'o-c : ' ee;--and---F'-~7~ +-~_cici_., c~~ii~~ . A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on cawe~nx days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three t3) working days prior to the pre-construction meeting. `i'he plan must indicate *he schedule of the following work items: Sectioa A - SP (Reviaed 12/15/04) Page 5 of 25 i, Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule +_-or review. ~. ltems to Include: Show complete sequence of construction by activity, ~dentifying work of separate stages and other logically grouped activir_ies. Identify the first work day of each week. s. submitta_:._Dates: Indicate submittal dates required for all submittals. 4 Re-Submission: Revise and resubmit as required by the City Engineer. 5. Feriodic Update: Submit Updated Construction Progress Schedule to show actual progres:~ of each stage by percentage against initial Schedule. A-19 Coastruction Project Layout and Control (NOT USSDy - , , see~~e~; meast~~e~te~s, ~e-xek ma~~es, ~ase~t~r~,,, e~. ~e~~~ed ~e ee~s~~~e~ a~~aTee~-~~-t-~x~s-~t-~~e. a-~-~we-~-~-}---~e~eh ma~3ee ~eq~~~e~ €e~~~e7ee~ ~aTett~, ~r~~~ ~e ~a,~a ti,. .ti.,,, n. f, a~ C'r~r~asa~ k-~.., n... -; ,... z....,.. p'- ___ __~ __ "~_~~~~ . mt.., n...,.~. ,.~., -9~3~~~.--~-c3~~~-~~-zz-ic..r~- ~l'~T1Pn 1r1r~ mc~.-~niircamr>nt^ ............... .~...~ - - - -- - s ~ °~aa~-a€-~te wa~ ]~ bj w_sb.~ta-n:~~~~~riu~~~ ~~_ ~~ 2y~s~~~ed ~~a€ess~e~a~ ~,a~~ 8tt~vey-z-~T~-S-T ~~ee~se~s}~ ~~3e s~ate ~-~~B~~s- ~e~a~~e~ ar~~~a}~ b~~~~-Esr~~~-a~~e~. ~'~-~f~~ . ~~~-&. ~~.6-s~a~~ ~e a}3p~eve~ ~~-~he E~~~~~~e~ ~e a~~-;ver-#. ~a-rY ~~se~e~a~~~es s~a~~ ~e ~re~ec~~-~~e ~ti~n-,_+... ~..r.,.,....,. ~a v...~.. ea~~a~ee ~e ~~}~-~eg~t~~a~et~--p~~mr~~. ~vi~.vv~iis~rs-v~.aii. .~aii •-•h.~.i..l l.F .i.. ~,F--.*~ ...7 _.« n a..... .. ~- .. . t~....~,,..,.../.....~.,~- ~F ...F.........,,. ~~---~'~3~'~ ~~ ~~~~e~ €~sSr- ~t'F3C . 1-..-.a-1. .-.:.~...-. ..F ,..-~ee~ ~~ a ~(~~-~rte~~~ } s~~ee~-~-~a ~~8 ~=-~~'-e~ ~ar~~a-t-a~~ ~~rt~~~ee~3~- Section a - sP (Reviaed 12/15/04) Page 6 of 25 ^ ~ L ~ ~-1--1 _ - _ 1 / , ____ T~Z ~ a_iL~ l . ~ l ~ ~ _.-_. [+~........... -._ ~~......:.~.:.~ . -w - . • a7~ ~' ,~l i a 71-1 1 t ~ .- : i a ' • ~ A-20 Teating and Certification (NOT IISBD) ~i.-~-~e-~e~~e ~~• ~3~e~--~~ th~-~~r~n.r *-~- ~~;---zee~--€a-~s ~ha~ ~ee~ ~s~ , - ~~e ~,. ~ . ! A-21 Proiect Signs (NOT IISBD) A-~2 Mi~ority/Minority Businesa Baterprise Participatioa Policv (xevised io/9a) 1 Policy It is the policy of tne City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated Octaber, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definitinnc a. Prime Contractor Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, association, or joint venture as work, labor, services, supplies, combination of the foregoing under on a City _ontract_ firm, partnership, corporation, herein identified as providing equipment, materials or any contract with a prime contractor Sectioa A - SP (Reviaed 12/15/04) Page 7 of 25 . Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic ~' origin, Americar Indians, Alaskan Natives, and Asians or Pacific ~slanders Fox the purposes of this section, women are also considered as minorir_ies. Minority person(s) must collectively own, opeiate and!os actively manage, and share in payments from ~ such an enterprise in the manner hereinafter set forth: 1. Owned {a? For a~ole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person , Sbi For an enterprise doing business as a partnership, at least 51.0~ of the assets or interest in the partnership property must be owned by one or more minority person(s}. {cr For an enterprise doing business as a corporation, at least 51.0~ of the assets or interest in the corporate shaxes must be owned by one or more minority per.~on ( s ) . 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s)_ __ 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or m~re of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary 3istribution paid by the business enterprise. d. Minority: See definit.i-on under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51_0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0$ of whose assets or interests in the corporate shares are owned by one or more women. `. Joint Venrure: a joi.nt venture means an association of two or more -- persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy r_he stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to _. he performed by the joint venture. For exampZe, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint_ venture partner has a 50.0~ interest, shall be deemed equivalen*_ to having minority participation in 25.0~ of the work. Minority members of the joint venture must have either financial; managerial, or *echnical skills in the work to be performed by the joir.t: venture. Section A - SP (Reviaed 12/15/04) Page 8 of 25 3• Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract ~. award are as follows: ~° Minority Participation Minority Huainess Snterprise (Percent) Participation (Percent} ~ 25 $ 5 `k b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including ~ approved change orders. The hours of minority employment must be substantially uniform tl~roughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of _ meeting the Contractor~s percentage is prohibited. 4 - Co~liance ~ a. Upon completion of the Project, a final breakciown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhoZd monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. ~~~~.a~_a°ccv~.r3'ed (.{f~~aV~3-9~y~ -,~T c~~_ The Contractor shall assure the appropriate building inspections by the Building Inspection Divisicn at the various intervals of work for which a per~pit is required and to assure a final inspection. a€~e~ ~~e b~'nc~~-na ~, . Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City~s Building Inspection Department, and all other City fees, including water,/wastewater meter fees and tap fees as required by City. A-24 Suretv Bonds Paragraph two (2} of Section 8-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in aay litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance anc3 payment bonds are in an amount in excess Section A - SP (Revieed 12/15/04) Page 9 of 25 of ter percent (10%) ~f the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attcrney that the Surety Company has reinsured the portion of the bond -amount that exceeds ten percent (l0%) of the Surety °- Cornpany's capii:al and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured b;~ any reinst<rer may not exceed ten percent (10~s) of the reinsurer's capital and surplus. For purposes of this section, the " amount of allowed capita'~ and surplus will be verified through the State Board o~ Insuiance as of the date of the last annual statutory finaricial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The ~ Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the S~.irety. For c~ontract_s in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States N Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all t}ie above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issut~d.'~ A-25 3alee Tax Exemption {NOT IISED} ~~~~ae-~s €a~ ~m~~ea ete~~---~a , , ~~~~"'_`-,'_"=~~_ "'_ r'''" ` ~ • ~ e€ '£~~~e 34, £~t~~~e ~'~na~ee-e€ €~c~4r~~~e~ b~Ehe-~-=~,~}~z-~€ n..~ ~~et~~~s e~-~- ~€ ~~e " - -- ~ a--ee~a~~t-~-ea~~~ae~, ~e s~a~: ~ . „i,~ _ 1 ~, r u,., ~ ^ z~r,ns~-s-€i''EIfF! ~~3e ~'~a~e ^ , , ~ 8~~i~ E~33i~'~E9" 3~3 ~}e _ -3i3~ : ~~"z:~-~c-cc. ~-~--~E'AY4~E , ~ - - - - --ccc-~---~~ .> > . ~r.p z i~`^-i $- • ~f.~ ~ e s e€ ~a~~~.a} .- s. ,- ~ w t3~_nrra~ :? ,_~, c ~ 3a3-s. ~€ ~~e ^ -- -~ - ~-~~ e~ee~ ~e aB~r-~r ---aP~-a--se~~~a~e~ ee~~~ae~, ~e a~~ sa~es-~n~---,.,a .,,.,. m z~+g}~ea~~e ~,. ..~. • n ~ <,,,~,_...,. _.,~~ -a~e e~}e €e~ sa~e~ ~a~e--eaee~~~e~e ~€ ~~e 9a~ee~~~.a~ ~.}-se--esr~t~~~ee yr~~~r-~~te abap~--~e~a~~eme~~e ~~te C-An~~a~~e~ attts~ }sstxe--~ ~esa~e -e~i~~~€~ea~e ~e--c~te ^.,-~ ~`c~^^,=~ci-~2t-6~' ai3Q ~~3e~tt~le9£t~~'ae~ei'', ~~3 ~az-~l-,- rfiFlaw i .. .~ r ~. vv ~. .. ~~ . SeCtion A - SP (Reviaed 12/15/04) Page 10 of 25 A-26 Sy~plemental In~YUrance Revuirementa ,.. For each insurance coverage provided in accordance with Section B-6-11 of the ~~ontract, the Contractor shall obtain an endorsement to the applicable ~nsurance policy, signed by the insurer, stating: -~ In the event of cancellation or material change that reduces or restricts the insura~ce afforded by this coverage part, each insurer vovenants to mail prior written notice of cancellation or material ohange to: - ~` 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator ~ 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 ~ 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days ~ after. the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the ~ontractor employed on the Project described in the Contract. Far each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an adc}iti~nal insured under the insurance policy. The City need not be named as additional insured on Worker~s Compensation coverage. For contractual liability insurance coverage obtained in accordanee with Section B-6-il (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: C~ntractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resuiting from such injury, or any damage t~ any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Cc~ntract. The foregcing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Re~oasibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: SeCtioa A - SP (Revieed 12/15/04) Page 11 of 25 Contractor must: provide Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project cr ~vork. Iastallation Floater coverage must be an "All Risk~~ form. Cont~actor must pay all costs necessary to procure such Installation Floater insurance coverage, including any deductible. The City must be .iamed a3ditional insured on any policies providing such insurance covezage. A-~8 Coasideratione for Contract Award and 8xecution To allow the ::ity Engineer to determine that the bidder is able to perform ~'~ irs obligations under the proposed contract, then prior to award, the City Engineer may require a bidder *c provide documentation concerning: '- Whether ar.y liens have been filed against bidder for either failure to ~ pay for services or materials supplied against any of its projects begun within the preceding two ;2} years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the '~ien claim, and the date of the release of the lien. If any such lien has not: been released, the bidder shall state why the claim has not been paid; and 2 Whether there are any outstanding unpazd claims against bidder for « services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the " c3aim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety {90) days prior to the City Engineer's request, siqned and dated by the bidder's owr2er, president or other authorized party, specifying all current assets and liabilities. A-29 Coatractar~s Field Administratioa Staff The Contractor shall employ f.or this Project, as its field ac~ninistration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer_ .~ The criteria upon which the City Engineer makes this determination may include the £ollowing: 1, The Superintendent must have at least five (5) years recent e~erience in field management and oversight of projects of a similar size and complexity to this Project. This e..~erience must include, but not necessarily lirnited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate ' requirements, and City ccntract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 4. Fcremen, if utilized, shall have at least five (5) years receat experience in similar work and be subordinate to the superintendent. Foremen cannot act as st:perintendent without prior written approval from the City. ~oc~entation concerning these requirements will be reviewed by the City IIZgineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintP_r~ent assuming responsibilities on rhe Project. Section A - SP (Revieed 12/i5/04) Page 12 of 25 5uch written appraval of field a~ainistration ataff is a prerequisite to the City ^ E~gineex's abligation to execute a co~ntract for this Project. If such approval is ncst obtained, the award may be rescinded. F~rther, such written approval is also necessary prior to a change in field administration staff during the term of this C~tract. If the Contractor fails to obtain prior written approval of the City ~zgineer concerning any substitutions or replacements in its field achninistration = staff for this Project during the terni of the Contract, such a failure constitutes a ~~asis r_o annul the Coritract pursuant to section B-7-13. A-30 A~eaded "Coriaid~ration of Contract" Requirements ~ Under "General Provisions and Reguirements for Municipal Construction C'ontracts" Section B-3-1 Ccnsideration of Contract add the following text: ~ Within £ive (5; wor;~ing days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must. submit to the City Engineer the following information: I. ~ list of the major components of the work; ~. H list of the products to be incorporated into the Project; -. A schedule of values which specifies estimates of the cost for each . major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5~ The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MB~ firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the C~ntractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on r_he Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Bngineer does not approve alI proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought tc be substituted for or replaced during the term of the contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon whiCh to annul the Contract pursuant to Section B-7-13; A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; Documentation required pursuant to the Special Provisions A-2B and A-29 concerning Considerations for Contract Award and Execution and the ~ontractor~s Field Administration Staff. Section A - SP (8eviaed 12/15/04) Page 13 of 25 °- Dacumentation as requlsed by Special Provision A-35-K, if applicable. 10. Within five (S) days following bid openiag, submit in letter form, information identifying type of entity and state, i.e., Texas (or other atate) Co=poratioa ar Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amomded Po2icy ~~ctra Work and Cbange prders Lhuler "General ~3ovisians and Requirements for Nhuiicipal Construction Contracts" B-8-5 Pol~ on E~ctra Work and Change Orders the present text is deleted and replaced with the - - . - _-- following: Corttractor ac)mowledges that the City has no obligation to pay for aziy extra work for which a change order has not been signed by the Director of Fhgineering ~ Senrices or his designee. The Contractor also ac}uiowledges that the City Etigineer may auttx~rize c}~e orders which da not exceed $25,000.00. The Contractor aclm,owledges that any change orders in an amotmt in excess of $25,000_00 must also bE~ approved by the City Council. '~ A-32 P~neRlded ~SxeCUti~ of Co~t=dct" l~~~i=e~eats Under "Ge~eral Pravisions and Requirements for Municipal Construction Contracts" B-3-S E~cecution of Contract add the following: The award of the Caritract may be rescinded at any time prior to the date the City ~" ~gineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, arx3 City Attorney, or their authorized designees. Contractor has no cause of action of any kirid, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until ~ the date the City Engineei~ delivers the signed Contracts to the Contractor. A-33 Con~itions of P/ork Each bidder musr. familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid ~Seetiag referred to iu S~ecial Pravision A 1. A-34 Pre~edence of Coatract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence ~aill be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard ' Specifications and the General Provisions wili be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Previsions, in that order. Sectioa A - SP (ReviBed I2/15/04) Page 14 of 25 A-35 City Water Facilities• Special Requirements (I~T II38D) n v • i ~-•..,.. ~ . . --~~c- a~- ,~ ~'`~-~r~,~.'°' ~~~c~-ea~d--~~ ~ F +- I 7 n.-=~ :~~~~~ -~e~a~r--~-~~ ~e a€€e~e~--~i3,~- ~ atr~#e~} ~e~-~~ ~~--Wu~ a~~ , ~'g~_-:a,a. t i a€saxa.~.t~oa l.r,. • f- LiL L ~+~~CT 'T X~l ~ ~.a ni ~.' " ' ~ 7 . _' £,~~+1~ ~~~-88]R-~~i'a~c--sil-~--9t3Psr'-t~f~fll9 ~l13$~-aE LTa~.. f ~S- ~'[[iC2Y~- g ~. ~ T [' l •••iZ°~~-_;_•s.9~~~-W3~2~`' e~ d3"'}ia'cs zH EIi3cTi-rcl • x 3~-~-~}~!@9 ~3~~er~~6~-9~~ ~" --~~e~e~z zt~e--~r.~~~~~a~ ~3~e~~ i-~-~~~32 ^~vv'-$i-t~-3~-~9 ~ ~ f~~nrr7' +-^ ifAi~~Fi~P-}~-}} ~~'3E ^~ ct -=~.~T ~-Ec-~-p~e ~ e e'- ~ }3e ~rxa-~-~ t-~~s€ ~ }~e ~i ~ ~~~- .. ~ F'~az F---~1z-~~--~R?TST!*7Rs Ot ° o~rat~~ ~~- -~~ ~a~s z~~~ ec~a~~mPnr ~ee~ ~~-~~P ~e~aa.-~- k:,n,., ~ .. • . . , r i ~ E`f~t3~6i~lN ~ rr-.--a-- ,a • ~ • r ~- Section A - SP (Revised 12/15/04) Page 15 of 25 F. Ee~x-~r-a~~e~1s--~e~ser3~e~ x~s~ w~~ --, a • o ,, ~w __° - ~n~- -~~ti•~c~aa~ e~ag~e~ ee '~s~- f~ . E~~~~ae~e~-~r~----~~~~t~e---~e~ephe~ee €e~ ~~,r,~-r-,nr~,- , r ~~-3i3~ ~cicp:zci:Eo a-r~-zavc 3ix~~3~~e-~9~--EEli~cr3~-~9i~-t}~E'- u nr .-T~ L.,. 1 1 t-, n n T . ..,~ ~ , -~-~~--~~-~e 5. ae ~-~~. , -----_ ...._~ ~,v ,~_ `^ I . • ~e~- ' ~~--€a~~~~~~-~es~~eema Een~~e~e~ ........~.. L"..iv`v'iac--virrr- ' ~3. Pt~~ Ee~r-a~~a~- v~}~~e~ es ~s~ ~e--pa~~~e~ a~ ~es~g~a~e~ s~~e, ~~ a°">~~~~ ~i~r-~~~T-T~ia~e~ Bepa~~me~~~~- ~43~-Ee~~~ae~e~ ve~e~es tgt~st- ~: ^-~~ . ve#ie~e$-a~e-~~~9we~-- -~r 9 PI--~e~e~s wa~e~ '~~ea~me~~ ~~an~ ~1~ ge~se~e~- mt~s~ . , ~~ ~-~,_ ,7~, ~,. ,,a~s s~~e~ ~ha~ €e~ ~e ~~e~--~nez-~ M ~. ,. `..~ ~-. ~ ..^ ~~ T.~~~' ~ q~ } ~~ .~~+ a+a.~c. ~. D TSC E~CZ'3,`CTS[GSSC- ~. Ee~~~a~~e~-~a~€~ea~~erte SE~n ~'pPCDIDCYYOeSCS~C~LT~ZC~7~ ~IL~~SCll3 -._.-..- ._. .-_...._. T /~r1TTT [+ T T T /lLT \ .~.-_.'"' _~_ ~^'' ~~"'-~^, -s}~s~e~t-~s~~~e~ss-~~e€e~a~~~as a~~}e~ ~a ~e a~~ ^"'~~°°~t; `^cgaii~E~ ~n ~~~s Een~~ae~ e~t a~ ~eas~ 3----- ~-e~~age~ ~n ~~e ~~e e€ ~re~~e sgee}€~e~ ~e~n €e~ a~ ~eas~-T~: • -~rs~~e~ ~~a€eas~e~a' B~g~~ee~, a ~e~~~e~ , ~"~6~FB-~~e W6~~E ~`'cqc=rrcv ~n~e:ixo ~pccxTrccrt~tyrr~ sr.-. __.--~E ~~Tg' ^~^a- ~ ~€~x~e~-~s-~~a~~t~~g eet~~se ,~F... ar~ ~x~~eme~~~g--~~e e~eet€re -eemgtt~e~s, ~"'T=~ s-~~ 86~~W~~e .-.a F..., au.., n,. ~ tr.----------I~~ - nr rui.cu~c~ ; , ' ~ • ~u. • ~ nn 'z..~-~~.-,T-e~ ~}3e ~i~'e7eE'~ Si~Qzv r ., ~ ~ m~i:a~-'sz~ -- , , ~ __-F~ _.7 .~3@3'2~~~.. ~------~ ~-~- €t~~~~sh e~~P~..~~-~re~-~-s--~~e--~~~~e-~ a£ e~ ..`""'~„°~ ' ~hP -~fnr~m-F.~ae~~ea~ eae~en~ TaT~e~e ~~-ie~s ~et -g~ae~ea~-.- -~ 1 ~ ~ •- pa~~ e€ a~~ve~ ~~e cv~~~ ~e ~~te Y~ ~a~~~~~ae-~a~€ae~~~--~ Section A - SP (Aevieed 12/15J04) Page 16 of 25 ~- ~~a~~ w-~- ~~,~rPa ~~a,a-L~s~g i~*~~e~ C~~-~a~~s~ -a-~ ` ~ . #~3.~e?:~ ~ ~~n e~ ~e -s~ew ~~e--~L~~~m~~~g as ~ee~e~ a~~ ~e~,-~e- r•.~a*~* ~ ------ ~1~~".~.- --~-s6PIE9 ~Jt~a~e~ ~~e ~~~:--~-PC~~PS ~e ~e ~--~ ~ ~,~- . ~~ ''~ ' eg~asrfrt~~~-~' ~'t a . ~ rt.~ _~ o 7 ~' A-36 OtLer Submittal8 ` 1. Shop _Dra__ win~ Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: _ a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. ~• Reproducibles: In addition to the required copies, the Contractor . shall also submit one (1) reproducible transparency for aZl shop drawings. ~• Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e ScheduZing; Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f Marking: Contractor must mar3c each copy to identify applicable products, models, options, and other data. Supplement manufacturers~ standard data to provide information unique to this Project. g. variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitaLions which may be detrimental to successful performance of the completed work. Section A - SP (Reviaed 12/15/04) Page 17 of 25 h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Co-ltractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made si_nce previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittal~ to subcontractors and suppliers and instruct subcontractors ar~d suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2 Samples: The t.ontract.or must submit samples of finishes from the full range of manufacturers' startdard colors, textures, and patterns for City Engineer's selection. ~ Test and Repair Report When specified in the Technical Specifications Section, Contraetor must subfnit three (±} copies of all shop test data, and repair report, and ail on-site test data ,aithin the specified time to the City Engineer for approval. Otheiwise, the related equipment will not be approved for use on the project. A-37 Amepcied "Arraagegneat and Charge for Water Furaished by the City" (110T IISED) A-38 Wor,~er's Compeasation Coverage for Huilding or Conatructioa Projecta for Government Bntities The requirements of "Notice to Contractcrs `B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Accegtance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of r_he improvements under General Provision 8-8- 9 A-40 AmesRdmeat to Section B-8-6: Partial Satimates General. Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Est.imates is amended to provide that approximate estimates from which partiai payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with decuments, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. Sectioa A - SP (Reviaed 12/15/04) Page 18 of 25 A-41 Osoae Advisory (NOT USBD} _. ~ ""'°_~°~~~~.- ~$er~e~ ~ee~~ €e~-TP~a~=o ~'~e-~-~3~}~22~ .~~ ~_~3'-;r~~ $e~ ~e eet~e.~- ~ A-42 0$1~71 Rules & ReQulationa .. It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. -~ A-!3 Aq~raded Indea-aification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Co~tracts" B-6-21 Indemnification & Hold Aarmless, text is deleted in its " entirety and the following is substituted in lieu thereof: The Contractor shall nold the City, iCs officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or Iiability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever Lrom a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-~ Chaage Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor~s costs and bre~kdowns, cost of materials and equipment, wage rates, etc.). This breakdown inforrnation shall be submitted by contractor as a basis for the price of the change order. A-45 ~s-B~nilt Disneasiqns aad Drawin s{7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all ~acilities. (~=) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (21 Changes in equipment and dimensions due to substitutions Section a - SP (Reviaed 12/15/04y Paqe 19 of 25 (3) ~~N~imeplate" data on all installed equipment. t4) Deletions, additions, and changes to scope of work. {S? Am~ other changes made. A-46 Diaposal of Highly Chlorinated water (7/5/00) (NOT USED1 ~ " _^~,.- -~#~~~~e ~esget~s}~~e €e~ ~~e ~~e~esa~ e€ wa~e~ ese~ €a~ ~esE~~Q~ ~~9~33~2c~~~:= u ~a-~'.~e--€-~~9~~~Q #~ a~ a~~eve~ ~a~e~ Ee~~am~~a~~s -» t~ ~~-;:~~~~-, _ .,.,v,~ e€ e~=e~~ne, vr~~~ ~e x-s~--€e~ ~3 si n€ e e~ 3~~---a~---tria~-~a- .....~.,~~..~~_o....='"---~-~----='-'-1 -.ser~e~-E-~ue a-~~ae. ~'~ese a~e ~ ~.., -.,-ea ~.., -as- '£P3~C~--~-F~;-~~2. ~~~ ~r~-~~-~e--~~e ~e~~~ae~e~~' ~. .,,, ..~~,. ~,a -~~ ~~e=P~s3ee~-~~~ me~~e~s e€ ~3s~~sa~-s~a~~ '~., ~,.~•,..- a .. tL,e n~ r-„ Fl.,. -.L. l.. .. f...i o /'~~..!- v '1 t n: F.. f _.,,. -.- B~t~x-r~-zzvc-i}92 ~?r_-c.s-_.i F ,-,~_Q.7 .~~z .,. ~- -. -, ~ ,. ,~; + r~ti ,"i`.- A-47 Pre-Coastruction Exploratory &xcavations (7/5/00) (NOT USBD) -- n,. ,.~~. ,.i. . 1 ~ .i.~ - i-- - -- - - ~@~6~~ cT33~ 91~R}i~ ~~ ~9 ~~'32 n; ~. r,. ., i }n~iea~x~~---~:.~~--~~-rP~~=-~nes e~eava~e~ a~~ s~~rrei:~~, as we~~ as ~~ -~a~r '---- :~^~o€--~}s~~e~ --t-e-~~ -~~e~te~~-ee~~e~~t~e-~~ ~,m. ....: ..~_-~he-s-~i -.~-~=n-=----~ r-r"'-=---- ~,....~~==~' =~a~z~~s--s~~~~ ~e--~~~ €ar e~~-~~-s~m--~a$fs. .... ~}~~-----=..-„a --=~s. ...-.i,a~~ ;~ ------'~-~--- ..u.^ii i.._ r,...,a c,.... __---a_..,~ .-,.. _ _ ~ _.'" "r ~ _ _ 1~T-~--~'r~- r ~ _ _ _ __~ tl,.. ..t~.L.l :..L..~.a ..,~-: l r-Prz cc .. , , ~. : ~ - ^ ~ w~~'~-e=€e ~ ~ ~ .,., -, ~ ~.. . ~ F ,.,,. .-., ,_ .. +....,... , . ; A-4$ Ovsthead Electrical Wires (NOT US~} t~/5/00) -a'z~98F~ ea€e~~--~e~~~e~e~~$ vti~3~ ~~ga~~-~e r_~__•,:~~1 ~F.-P9~9-~i~l~2L~A~3~~F}~~3iil~f3~ ~e~ea~h ave~~eael- e~ee~~rea~. va~i~~s. '"-~~ ~~~~T-e~e~s~~g ~~e ee~s~~tte~~e~ ~e~~e---~-a~l~~ ~a~s~~u•e~i~:=~et3ze. ^~~~~'~ae~~ ---~=-~se a~~ dtse ~~~~ge~ee~~eea~te~s, etr-~-i~r~u?.2....-~~... .,,...,~~ =~c~,~.l-.--r-~~~_: c--'-?-? ~-- -~i _c ti.-_ _ r-_1 _.. ~.-.,a ~'=`-E~ --- -----1 -- ...~.. Sectioa A - SP (Reviaed 12/15/04) Page 20 of 25 Ec~~-~3et~-~r---~1aa ~ ~ ~~, a ~, vv ~h ~~-a~~ ~r3€e~m e~~fl~t se33 ~SP e€ ~is F~Ai~~~'t3 E~F.t ~ e-~-ar~ 3-r ~~ rr7 * ' a i., a i Seme eve~~ea~-~~ a~e ^~i^v..:~ 3~3~~ ^}"••^'-~ ^~_.~~a~}9~ Sd~3~~2 B''~" ~- s- - LT.'i~fPtu tsi+~+ ~ ,a ~- ~~i~~~-33it28~-i~1P-~-~--9~39i~T33 ~Ft ~}3E ~ - --> A-49 Aa~nded "Mainteaance Guaranty" (a/24/o0) U~er "General Provisions and Requirements for Municipal Construction CanY_racts", B-8-il Maintenance Guaranty, add the following: "Tlie Contractor's guarante ~o benefit the City of expiration of the guarante ~` relinquish any rights or Christi for any claims or c other individual or entity.' ~` A-50 Aixport Safety atad Security A-50.1 Ed~neral e is a separate, additional remedy available Corpus Christi. Neither the guarantee nor e period will operate to reduce, release, or remedies available to the City of Corpus auses of action against the Contractor or any Airport safety and security is a vital part of the Contractor's reaponsibilities during the course of this project. Airport safety and security, nationwide, has come under close scrutiny in the last few years. The following safety and security guidelines and the rules and regulations of the Corpus Christi International Airport and the Federal Aviation A~inistration (FAA} shall be followed by the Contractor and the Contractor's employees, subcontractors, suppliers and representatives at all times during the execution of this project. The Contractor shall be directly responsible for any and all fines or penalties levied against the Airport as a result of any breach of security and safety caused by the Contractor or the Contractor's employees, subcontractors, suppliers or representatives. A-$0.2 ~.i.rport Operatfoas Area (AOA) The Airport Operations Area (AOA) shall be defined as any portion of the Airport property normally secured against unauthorized entry_ The AOA includes all areas specifically reserved for the operations of aircraft and aircraft support equipment and personnel. Generally, the AOA is defined by the Airport's outer security fencing and other security measures at the Airport's terminal building. A-S0.3 ~irport Satety Requirements and Restrictioas The operations of all equipment, mobile or stationary, required for the construction of this project, ineluding, but not restricted to construction equipment, delivered material, visitors, sales representatives, etc., shali be governed by the following regulations while operating at Corpus Christi International Airport. ~~~~ € Sectiou A - SP (Revisad 12/15/04) Page 21 of 25 ~---'£~e ^^^~~,^• s~3a~~-~n~~-~a~s- ~e E~e I~~~€e~~ ~~e~a~~e~s Ma~2~-~ ~e-sa€e~~--~~a~-~~e~~de~ ~~-t-~e-~ipe~r~ e~ ~~~s-aQe~t~ne~~ ~ee-- ~ -~----~}~ . =eat~anee-a€ -~- pie~ ree--~o- - ~~-eeee~ - '~'~t~s ^^-~~-='-'1 aeeer-~<~2ee ~-~~rz~ ~~.--P~aiee~--F~i~~ "-~;~: --=59~~-b3~B ~~, °9ge~a-~rer3u~ 6~€~~~ ~.. ~~...},- ~ _ ~e Ee~~~e~ ~--~ ~a~----la~- -ae~~e~es t}se~-~;-~~~ -_ sz~ev~.-. ~a,.~~ ar~~`-~~~--€e~ ----- ~~•-..-.....'~;•- -~~~ee~ eentmt~~~ea~3et~~*i~~ ~h~ ~~z~ ..,.~.- r.,, i „m....., "£~a €~e- ~_~~~---3'~~~~--~~-r- . ~t~at~e~--~~}~ -,~ a €~eq~ene~~-e€ ~~~ 9 ~93~~ S~et~~ ee~s~~e'= _ ,=~a-'t, -~~~. .s~: ~F ,~.~ .. ~~~~~~ ~~~ -~~~~~ -~~~~ , ~~3e- . '~ke-Een~~a~Ee~ s~a~~~ have ar} a~e~a~e ~;tt~~~--~~ .. ~adiea-~~{nai~~~i~r ee~=}eai-~T-~~-~~~-~~~as s€ wer~. ~#~Ee~~~~~e~-~Q a-~-~' ~'-sc~ir~c~ ~--cis~--•;s~i- nl.,, L. ~, G~ j, , ~.e ~ ~ we~le~~ w}~~r~~ ~3~e on ~~~1-ee~~~e~e ~~ ., . • ,.c .-..,. ...,~ -~e-ass~9~ ~~ ~~a€€~e ~w~u;.,-,.-~..~ a,...:~ ,,.-_.,,,~:.. . vte~- w~~h~~ ~~~~9~:-~~- ~~ t.. L-.a~...a r,. , _ _- -- - ~ ~. .~-r -~-z ~~ r es~~er ~-ar~~a_ __--Ea~~ae~9~ sha~-~-~e ~eqt~}~e~ ~a-~~e~r~-~~~-ee~~~t~~ t~.i~,.,~.,. ..,ti.~. '.'- ~~-3~ , _ £r~gx F:ee~ . 3 -'"'~~ •.^^•r~^~^~~ _^~'~-~€er-~ a}~ ~h~es~e~~ ~e~seaztar~s, ~t3see~~a~esas. ~a~e~en~ ma~)e~~g ane ~a~-~~eac~~~ t~~~ee~raee w~-~~ ~~e r; i .-..a n~-,a,~,.,.,. ~ia--ua-~--vi vcr.~~ ~. =r~-_.~~ ~ n,.~,a ~-~ „ti,-. _ a~~- ~~s-~~te~e~ -a~ea w~e~he~---n~gh~ e~ ~~..~_s3~a~~~ ~-.,. ....v,.a -~v-~~ ~' -a~~~~-n~~- •°~~ e~ee#~~~d---€~age. - ~'~e Ee~~~-~~6e~~}~~-~ ~.,.; .,a L_.,.-. ~_._:,~~ _~~ ..~..~,. '-~-a----- -- __, - €~r"k~9 ~ ~a~-€e~ ~ss~ee ~e ve~ie~e ~ . ~~e~,~. .. s. ., i~-i~~. = ••_.~..-.:. ;~.^ , .- .- ~.., a ,. a . ° - ------ --~`---ee~r+P~~~ w~~~ ~~ese s~ee-~€~ea~~ens w~~~ ~e _..,..~_..~ ~= ----•-°='- €~eat--~~e-j-e~: b all vehicies, equipmer.t, materials, etc., not aetually being used for constrsetion purposes, will be restricted from the landing areas and shall be placPd or parked in ~reas designated by Airport personnel. 7. Material deliveYies wi'i1 be strictly controlled. No deliveries shall be made without prior instruction by the Contractor's representative. 8. No equipment will be operated nos will be permitted to cross-existing paved areas ~nless ~he equipment is pneumatic-tired, or until special means approved by the City have been provided to protect the pavement. 9 The Contractor shall provide barricades to restrict access from taxiways ±.c~ the construction area. The barricade signs shall each be equipped with two flashing lights and shall be secureiy fastened to the pavement. Section A - SP (Revieed 12/15/04) Page 22 of 25 10. Any employee of the Contractor not considered by the City to be in suitable physical condition for the performance of this work will be pro~ptly removed from Corpus Christi International Airport by the Aviation Department ~ of Public Safety and will IIOt be allowed to work on the project again. 11. 6~e~~-~ • ~a ,.~ .,v~: , ,.~~~~ia~ ~~~~~ ~~ma~~~--~e~ ~e ~ ~~~~-~e~ tir~E~~~ ~59 e€ ~re-- „~r.-~.., :~ ~ ae~~~e---~tr~~~a-TS a~ a~~ ea~ ' --€e~ -~s- ~e~Y~ee ~ai~}~~~ ~}~e ~5Aze~3~ l ~ mi t---rh-,1 l~v -- - : «.w ,... __, _, _ ~~ ~ ~ ~'~'~e~ ~~a€€~e. The location of any stockpile material ~ shall be coordinated with and approved by Airport Operations. ~~~.:.2. ~~ ..,.. ~..s-9 i~}}}--3l6~ ~E-~e~i9Ft~-~GE~--z~- kam~~r~r-j~ i • 7t..~ • 7 c --- .aet. '' ~~z~c - 13. Construction equipment shall not exceed a heiqht of 150 feet above the airport surface. Any equipment exceeding a height of 75 feet shall be observation-marked and lighted at night, and when not in use, lowered to its .. stowed height. No separate payment sha21 be made for the work included in *hC cost of the var~ous contract items. The City will furnish a Safety Representative to insure that the Contractor's ~•^ personnel and those operating the Contractor's vehicles, including those deliveriYlg materials, are at all times conforming to the requirements of these specifications. Refer to the attached FAA Advisory Circular 150/5370-2E and FAA Order SW " 5200.5B €or further infornlation on Airport safety. A-~S0.4 7-irport Security Requirements Contractars involved in construction as described in these specifications and plans will be required to follow the procedures listed below for security clearanee during construction. 1. A pre-construction conference wi11 be required with the Operations Manager, the Project Manager, the Engineer, and all Contractors involved. This meeting will be scheduled following the award of contract. L Contractors wi11 be required to provide the following information to the Operations Manager. This information is required for a security clearance ch~ck only. 1 List employees who, at one time or another, will be working on the job site. 2. Texas Driver's License numbers of those same employees, date of birth and race. 3. List of vehicles and their respective license plates, which may be used on the job site. The security precautions are an FAA requirement to the operation of the Airport. Any conflicts and/or problems in the area of security should be relayed by the Contractor to the Operations Manager. All efforts will be made by the airport staff to permit construction and security work in harmony_ Sectioa A - SP (xevieed 12/15/04) Page 23 of 25 Samples of forms for security badges, background checks, letters of authorization, etc. are included for your familiarity. They follow FAA Advisory Circulars on Airport Safety. The Airport reserves the right to iimir the number of badges issued to Contractor personnel. See "tittachment I" follow.~ng cnis section, which will take precedent over other special provisions ir even*_ of conflict, for additional requirements: .-. ~i°csir=cacxoxrzbt~mr~ • FAA ORDER SW 5200.5B - Airport Safety During FAA-Funded Airport Construction and F'AA Facilities Maintenance • FAA Advisory Circular 150/5370-2E Operational Safety on Airports During ~onstruction_ Cozpus Christi International Airport Visitor/Contractor On-Site Permit informatioa ia also iacluded in the Appendix. Section A - SP (Raviaed 12/15/04) Page 24 of 25 3UBMITTAL TRANSMITTAL FORM PROJECT:CORPIIS CHRISTI INTgRNATIONAL AIRPORT CHILLBR REPLACffi`iBNT PROJSCT NO. 10008 Oq1~TER: CITY OF CORPUS CHRISTI SPIGINESR: BATH ENGINEERiNG CORPORATIONS CdNTRACTOR: SW3MITTl1L DATE: SIIBMITTAL NtINNlBER: APPLICA$LE SPBCIFICATION OR DR~iWZNG SIISMITTAL Sectioa A - SP (Revieed 12/15/04) Page 25 of 25 FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 3 General Pecisic~n Number~ TX030063 07114/20~5 TX63 Stiperseded Genera2 D2ci~,ion Number: TX020063 St at e: ~exas Cc>nstruction 1'~~pe Building Cc~urities: Nueces and San Patri~:.i.o Counties in Texas. BUILDiNG CONSTRUCTION PROJECTS (does not include residential censtruction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date ~ 06/23/20~3 1 0?/13,2004 ? OS/28~2004 3 Z2/24/2004 4 09/23/2005 S O1/13;~2006 6 02/03;• 2006 ~ 06/02/2006 g 07/i4%2006 * BRTX0001-005 OS?~1;2006 Rates Fringes Bricklayer..._. . ....... $ 19.00 6.40 -------------------- ELEC0278-001 08/28%2005 Rares Fringes Electrician.... ... ... ..._$ 17.45 4.50+7~ ------- - ------- IRON0066-002 Ol/Oi/2003 Rar_es Fringes Ironworker. ..._....$ 16.10 4.65 ----------- PAIN0130-!~O1 07 j 01,'2005 Rates Fringes Painter ..... .... _.......$ ]5.15 4.42 --- - --------- SLTTX1987-002 03/O1/198% Rates Fringes t,arpenter.... ..._ ..... .$ 9.95 ~.ement htason/Finisher ...... .$ 72.50 3~aborer_...... -.. _...._ .$ 5 56 Mason Tender... ... ....._ .$ '.14 http:l/www.wdol.gov/wdoUscafiles/davisbacon/'I'X63.dvb 10/9/20Q6 .... ~,...a..~._.~ ~ .~.. M. ._.~ __.~,~...~..,._.....~ ,_...... ~._..~,~.,. ~.._.__. ....,.,._...., _.r_.... _.,~ Page 3 of 3 200 Constitutior. Avenue N_W Washington, DC 20210 2? If the answer to the c}uest~on in Z.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part i.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue N.W. washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information iwaqe _ payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not Eavorable, an _.. interested party may appeal directly to Lhe Administrative Review Board {formerZy the Wage Appeals Soard) Write to: Administrative Review Bcard tl_S. Department c>f Labor 200 Constitution Avenue, N.W. Washington, DC 2U210 4.} Al1 decisions by the Administrative Review Board are final. END OF GENERAI. DECISZON http:/hvww.wdol.gov/wdoUscafiies/davisbacon/TX63_dvb 10/9/2006 A G R E E M E N T TSE STATE OF TEXAS ~ COUNTY OF NUECES § THIS AGREEMENT is entered into this 14TH day of NOVEI~ER, 2006, by and between the CITY OF C~RPUS CHRISTI of the County of Nueces State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Malek, Inc. termed in the Contract Documents as "Contractor." upon these terms, performable in Nueces County, Texas: In considerat._on o~ the payment of $703,900.00 by City and other obligations of City as set out herein. Contractor will construc* and complete certain improvements described as follows: CORPUS CHRISTI INTERNATIONAL AIRPORT CAILLER REPLACEMENT 2006 PROJECT NO. 10008 (TOTAL SASE BID + ADD.ALT.AA1: $703,900.00) according to the attached Plans and Specifications in a good and workmanlike manner for tne prices and conditions set out in their attached bid proposal stipplying at their expense such materials, services labor and insur.ance as required by the attached Contract Documents, inciuding overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for ~his project and are made a part hereof Agreement Page 1 of 2 HASB HID _ _= i=i v I~ 4~ Dmscriptioa Total 1 1 Mechanical and electrical demolition LS to remove exiting gas fired (Lump absorption chillers, chilled water Sum) pumps, condenser water pumps, installation of: 2 new 25Q ton centrifugal chillers, new primary chilled water pumps, new secondary chilled water pumps, new condenaer water pumps, new controls to operate the central plant, all mechanical, electrical and structural work associated with the installation. Complete all work in accordance with the plans specifications and contract documents, complete and in place per .,~, L,~ s~. s~ $, 900 TOT11L BASS BID : (Bid Item 1) ADDITIVB ALT$R,NATB s G2~ .900.`~' ~ __ =i= v _~ 4'~ De~criptioa Total AA1 1 Provide temporary chilled water to LS supply chilled water to the airport (Lump throughout construction. Chilled Sum) water requirements are a miniraum of 400 tons available frora the start through the completion of the project. Thia includes all construction of temporary facilitiea, maintenance and operation. The Owner will supply power for the operation of the temporary chillers, in accordance with the plans, specifications and contract documents, complete and in place per ~p L~ $,~. , s ~9 0~ TOTAL ADDITIVS ALTSRNATB: (Bid Item AA1) $T_7~ O Ot7 ° • Proposal Foxm Page 3 of 7 HID 3tJ~ARy TOT71L 87188 SID (BID ITm[ 1) TOT]1L ]1DDITIVE !-LT3RN3-T3 (SID IT~ 1~. 1~1-1) TOT1\L HJ188 BID + TOT71L 1-DDITIV3 AI.TE~N1-TS , o• S (~~~:900 ~ $__ ~ l_ ~~ o e ~---- $ Q Q coe Proposal Form Page 4 of 7 The Contracto~ wil~ commence work within ten (10) calendar days frcm date they recei~~e written work order and will complete same within 210 CALENDAR DAYS after construction is begun, Should Contractor default Contractor may be liable for liquidated damages as set ft~rth in the Contract Documents, Cit~~ will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown ab~?ve . ATTEST: CITY OF CORPUS CHRISTI , 4~ ~`~~ -- - B~~~~~ Cit~r Secretary Ronald F. Massey, Asst. Cit gr. of Public Works and Utilities APPR D 715 TO LLGAL Ft)RM : ~ r BY ~ _ ' ~" ~L.~~ ~~~ - 'tfI-3 . BY ; ~ ~~-~'~~--~ / 0 6 ASSt. C1t~J AttorTle~ Angel . Escobar, P.E. Director of Engineering Services CONTRACTOR : (~` ~orpa~at~t.on) -~y ~ / ' '_ -- -- ~ ~ ~ 6 . I~ ~~ for a~p~~ ac~ ~r~a~d~ent~ ~t~t t~ifl~tf on ta~ a.f~) Malek, Inc. _ ~ By: Title ~.' ~' ~ ' P.O. Box 679 (Address) Corpus Christi, TX 78403 (City) (State) (Zip) 361/888-8281 * 361/882-7257__ (Phone) (Fax) Agreement Page 2 of 2 ~ ~~ ..~~~.~15..45';~~si.'- ~~~--°~ ~~ o~ o~ _~...~.~~._~~~~. _~~ ~~ ~- ~~. ..:.,~...~-'.~' ..~-~°M ° ~ ~F ~k~~ ~, ~ e' ~ P R O P O S A L F O R F O R M CQ~~tPUS C~IRI3TI INTSRN~TIONAL AIRPORT CHILLBR RLPLAC~MSN'I' 2 0 0 6 DEPARTMENT OF FsNGINEFs'RING SERVICfiS CITY OF CORPUS CHRISTI, TEXAS Proposal Fozm Page 1 of 7 P R O P O S A L Place: City of Corpus Christi Date: ~vemhPr 1~ 2006 Pioposal of Malek, Inc. , a Corporation organized and existing under the laws of the State of Texas OR a Partnership or Individual doing bueiness as ~vb The City of Corpus Chriati, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work r_equired for: CO~tPQB CHAISTZ I1iTEByt1-TIOlA7-L J-IRPORT CSILL3R R8pL1-CmLi11T Z006 a~ the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: Proposal Form Page 2 of 7 BASB BID r i= =ii v IT~ 4'~ Descri tion Total 1 1 Mechanical and electrical demolition LS to remove exiting gas fired (Lump absorption chillers, chilled water Sum) pumps, condenser water pumps, installation of: 2 new 250 ton centrifugal chillers, new primary chilled water pumps, new secondary chilled water pumps, new condenser water pumps, new controle to operate the central plant, all mechanical, electrical and structural work associated with the installation. Complete all work in accordance with the plans apecifications and contract documents, complete and in place per L"m~ Stft°. ,., s 62 ~, goD TOTAL HASS BID: (Bid Item 1) ADDITIVB ALTBRNATB $ G 2~ . 9oc~' ~ _ _= III V =T~ 4~ Description Total AAl 1 Provide temporary chilled water to LS supply chilled water to the airport (Lump throughout construction. Chilled Sum) water requirements are a minimum of 400 tons available from the start through the completion of the project. This includes all construction of te~aporary facilities, maintenance and operation. The Owner will supply pov,rer for the operation of the temporazy chillers, in accordance with the plans, apecifications and contract documents, complete and in place er P ~ vo Lump Sum . S~9 D GD TOTAL ADDITIVE ALTBRNATB: (Bid Item AAl) $ ~~. DOa "• T Proposal Form Page 3 of 7 BID SD~ARY TOT~I, B~88 SID (BID IT~[ 1) TOTAL AD~DITIVB AI.TERNJ-TE (SID IT~[ NO. ]17-1) TOT11L 87188 BID + TOTAL 11DDITIVE ]1LT8btNlaTB Proposal Form Page 4 of 7 $ ~~~ 900 ~~~ ee S `~g_ c`~00 s ~~ .90 0 ~•~`- ., .,,,.. w.,.- ..,_ .-. .d .,,~,,,,_.,,_..,,,,~.,~,,,~~..,._. oM~,.,,, ,,,,~, , u .. . ~__,... ,.,_._....m...,~~,,,„. ..R.,,,,~.. -.-..... r...~.~_,.~.....,~.. ,....._.....~.,~., The undersigned hereby decl~ares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor, Upon notification of award of contract, we will within ten (10) calend~r days execute the formal contract and will deliver a Perfornrance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and c~terials. The bid bond attached to this proposal, in the amount of 5+t of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. D~faority/atiaority Buaineas $aterprisa Participatfoa: The apparent low bidder shall, within five days of receipt of bids, submit to the Cit~ Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be ~erfornted and its dollar value for bid evaluation purpose. l~nber of Sigaed Sets of Documeata: The contract and all ~onds will be prepared in not less than four counterpart. (original signed) sets. Time of Com~ letion: The undersigned agreea to complete the work within 210 calenaar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and ap~aratus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. ?~leipt of the following addenda is acknowledged (addenda number): Respectfully submitted: Name: John Hu sain By: {SEAL - IF BIDDER IS (8 ) a Corporation) Address: P 0 Box 679 (P.O. Box) (Street) C~rnus Christi TX 78403 ~ (City) (State) {Zip) Telephone: 361-888-8281 ~TE: Do not detach bid from other papers. Fill in with ink and aubmit complete with atta~d papera. (Revised August 2000) Proposal Foxm Page 5 of 7 P E R F O R M A N C E B O N D STATE OF TEXAS § BOND NO. PRF08822869 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Malek, Inc. ~~r NUECES County, Texas, ~EiEi~'df~r=~ Cali2d "?rl:":~~ pG~'_", d`lc~_pIpELITY & DEPOSIT CO. OF MARYLAND~* d _; r~~_~r at ~_ n c r-~G~.._z~ _, :~~~ l ~ : t._ la~~~ ,~ ~ the State of r MARYLAND ~ ~3r.~ ~:u_~,~ at:r_r~ =_ ~. _ .,_ nusi ~~> ir tne State of Texas ~~e_eiraftE~r ~~~n _ ~e.~i "S~.a: ~* , ,~", ~re ~,~?. ~I and ~irmly bound unto the :'i ty f=' _;rp~:. r~~ ~~_, _ rn_::: ~~;~~a i orpcrat:=on of Nueces County~ I'~xa~, h~r einatt~~i c;,ll~~~ "C;_t~,r~', in ~ ne penal sum of SEVEN HUNDRED THREE THOUSAND, NINE HUNDRED AND NO/100 ($703,900.00) DOLLARS, i~wf~~' money ~;~ ~he U~;~r_~ ~-~~ ~t.ates, to be paid in Nueces County, "~~~a~, i~~ t~~ :~~ ~r.'-.1t ~;? ~,t,i:,'; sum: ;:e11 and truly to be made we ~ind ~_.rselv~~, a~~ ~e~r _, executors, administrators and _ ~c<= ssc~ - , j ~~~ -. ~ ~: ~~i =~ ~-_ e ~ . _ ~ ;~, ~ _ r~m,~~ y by t.r,ese presents : THE COZIDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ~~..n.i~a~~: enterE._: ~-_~o ~ ~~~er~~in ~c;r.tract with the City of Corpus ~`h ~~:* ~~-, t:~~e~~ -~~~:~=~ 14TH :~~~r NOVEI~IDER , 20 06 , a copy of which is ~e`e-~= a'~ t~che~~ -_r~:~~i n~~ac~e a~a~-~ her~of, for the construction of: - CORPUS CHRISTI INTERNATIONAL AIRPORT CHILLER REPLACEMENT 2006 PROJECT NO. 10008 ~ (TOTAL BASE BID + ADD.ALT.AA1: $703,900.00) NOW, THEREFORE, if -~= -~ in~~~.~;? ;1,:all faithfully perform said ~ ~~o~ k ~~ n "-~or~:c ~c~~ ~,~rith ~~~~~ p1an:>, specifications and contract ~+o -un~ent;;, in~.~.~^:i:,:,~, ar , - a~.~ ~ ~ r guaranties, and if ~ _ ~~~~s, ~r:tenslons, -h~~ 1_~rint:i~al _"-~i . ~epai~~ -~ ;'or r~pia~e al~~~ aefects due to faulty r~a*~.er~i31~_ ~~~nd%~,~~_ ~,~~~r'rma: ~"~.p ~_~~;at ar~pear withi;-; a period of one (1) ~,~ear f rorrl the ~G r_e -~ ~,,m~~ ~r~-_ ~n an~~ acceptance of improvements by _r,~ ~__ry-, ;_h~n - ~, . ~ ~~1 i ~~ .~ ~: -~7; sr~a 1 ' .-~.e vo~d; otherwise to remain ,, ~, - ~_ ~ _. _t. _^_ _.. ~~._. _ _, ~ _... . _~. ~~ _. PROVIDED FURTHER, ~ ~'~_- ~ , a:~ ;~ ]_r~~ay act~on be filed on thi_s t.~ .~ ~~, rer:~~~~- s:~:~~_ ~_ _ _ _ _ . .~ . _ _. ~~:~ur~, •~,, Texas . ~ _~ ,~~ld - ;at s~ ~.~; ~ _. ~-e~ °,- _ .. ~aiu~ ~~e -~ei-~~ed hereby stipulates that ~~ v~;a~ge, Pxr_ =1 ~- ~~~~n ct *_ -n:-, ~lter ~t ~_~n ;;r addition to the terms _" ~f rr.e c~,~,~. ra~~t, =~ ` ? _'~~~ ; ;,~ ~ per~ ~r~:•~.ed there under, or the plans, ~pc~i ~~ ~._cdt ~:_on~, ,ir~;,~ ,_n~s, ~~ -, , c,r .~~rr,panying the same shall in ar:~,;~wis- ~f ~ect ~: '_~ ~ b ~ ~ ~~ r ; _,-~ ~~n ~_hi.~ bond, and it does hereby ~ ~.aa~v~ ~oti ~e ~~ ;r~l ;u:-" ^ ~r~ ~~, e~ ~ e~-_sion of time, alteration or ~~~~7,~t ~~-;n ~~ ~~ ~t~~~~ t~ r~~s __ ~-!~7= cc7r,t rG~~ ~, or to the work to be per`c~~~med -:here~~_~r~~. ~~er. *'` C' :L~ `N IAL A~IERICAN ~"A,~T~~.,~T'~ S.':RETY C0. pe*- ~ _rmar.~ N r~n~ .-i f~qe 1 ~t ~ Tr. ~ :- bc~:- : . __ ~ °-~~~. ~ ~ E-.= t ~ ~c ~eqairerents of Article 5160, . -r :~~ _7' ~, "i~-~ ; ~r_ar_ ;t~=~ ~~~~,xas, -~r, : ofi'r.er ~pplicable statutes of t 'ne : ~a•_F of IF. ~.as . Th~~~ under~,i:~nr~~~ ag~~.nt_ is :~ere~y designated by the Surety r~er.== ~. n:~_ the N~~ept RPsi~~-~~r,r_ -n Nueces Ccunty to whom any requisite r.~t ~ es : ay ~:e ~e~1 .-e~ed ~r~~' :~n wrom service of process may be had ~~. mat`ers ar~~.~~ng our ~~r such ~uretyship, as provided by Art. ~ . 1 :~-1, `~.'erno~~~:' ~~ Te~~:av Ir~~~,u!arce Cc~de. IN WITNESS WHEREOF, ~_n_~~ inst:Vument is executed in 4 copies, - eac ~ or:e of t.-ynicr: shai '~ ~~ deemed an original, this the 29Tx Cld y~ ~~ f N(?VEMBER , ~' ~' 06 . PRINCIPAL MALEK, INC. ---- _ -- ~ ' i - ~ •,,> , 0 j c.. ~tv ~~ ~` ~ t~ C~E (Pr~~:. '~',1T~ & m,i' ~e~ .. ATTEST ~ ~-~ ~"1,~~~ - Secr~~tar~~ ~ ~ - ~; ~.~ L ~,~.~ !~ ~r_rr ^1~~,.. SURETY FIDEIITI' & DEPOSI:T COMPANY OF '~IARYLAND ~ C~;~LONIAL AMERICAN CASUALTY & SURE'FY CO. ...- /~i 't.~ ~ . ~ ~~`_ _~-~~ -~ A~~tor~~~~~~ ~~r~-fact ~?ARY ~LLEN MOORE ~pr -nr n1<.T= The Agency: ~?'ANTNFR a GOKI~ON INSURP.NCE AGENC~ Contact Person : MARY ELLEN 6900RE AddreSS: P. ~. BOX 870 CORPLTS CEiRISTI, TEXAS 7~403 Phone Number: 3h1-883-1711 -- ~J~.: . Da-- ,f '~ ~-.~. ~_ B-_: _ _ _ _ ~~a rr _ ~ __ aate ~` ,entract) (Revised 9%021 ~'erformar,ce Bond page , ot , .. : ..,. _~ ~.. __ __ _ _ ... ._._..~ .. _..... ,_ ~.. ~.... .,.~.....,..... ,.~. ..~.. _,~...___ ......,, .,. _ .~,,. ~ _ _ ~_ __ ,,,~. .~ _,.~,,., _. _..._ . , .~ .,.. P A Y M E N T B O N D STATE OF TEXAS § BOND NO. PRF08822869 COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Malek, Inc. of NUECES County, Texas, hereina~ ter cal ,~_ed "Prir:~ i~al", an~ FIDELITY & DEPOSIT CO OF MARYLAND**~ ~ C'?:pG'_~cit1C~T"1 '', q3"i ' Z~d '_'_Cl~?r t~F' .L3w5 Of th2 Stdt2 Of MARYLAND , ar:d du'~~~. aurr:~~riz ~d t~= ~z~~~ b~as-_ne~s in 4_he State of Texas, r~:ere~na~ter ca~'Led "~urety", are he~d and ~irmly bound unto the _~.it;;= of 'orpt~s ~~~:nr~ st,~, _._ rrt:nic~pai ~~orporation of Nueces County, T~.x~~, ~1~ ~e,_nar'_ r °~ ~ e ~a~le.~ '"''~~ty", an_~ unto a11 persons, firms and ~ ~_ ~:~r~~~ra ~~r_i ~~ns s,;~pl1 ~nq i~~b ~~ and ma?~~erials in prosecution of the ~aork ref~rred ~o ;_ -~ ~he =:tt ached contract, in the penal sum of SEVEN HUN'I)~tED THREE THOUSAND, NINE HUNDRED AND NO/100($703,900.00) DOLLARS, lawft;' mcr. ey of th= United States, to be paid in Nueces ~`~urkty, "exas, foL the ~ayment of wnich sum well and truly to be ~r~adF~ we ~.~~inc <_~~_irse ~Lves, ~ur heirs, executors, administrators and ~ s~c~~ess~:_~~~r~., -i ~i~~:t'~,~ and s=~v~,~-~lly, firmly by -hese presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ~ r ri~~~~c ip~i ent~Y~ed ~ ~~;t:: ~ =-tair°, ~~nr,ract with the City of Corpus ~'~.r~~~ti, ~~ate~~ ~~i~e 14TH ~:~~a~~ NOVEI~ER , 20 06 , a copy of which i~ ':F-~e+c att-~,- e z nd ma :e . part heY~of, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT , CHILLER REPLACEMENT 2006 PROJECT NO. 10008 (TOTAL BASE BID + ADD.ALT.AA1: $703,900.00) NOW, THEREFORE, i_f -~e principal shall faithfully perform its dut~es ~nd ~ake pro^.pt paymer.t to all persons, firms, s~~ab~-cntr a~tors , c,orpc~rat!on s and c~'~-aimants supplying labor and materia~i in t r;e p~_ ose~~~t~ i ~~~, of ~he work provided for in said conr_raet and ~:iy ~nd a ~ i ,-1~~.i1y ~.;ti,:orized modification of said ~,~n~_ract ' hat T:~; :~< r~- ~~,~` t ~r be .;,~ide, notice of which modification _ ~ ~~e ~;uret~. ~:; :ere~~, .~;~ressl l~~ .Naived, then this obligation sha:_i b<== -~oi~i; t;~e: ai~e , ~ama;~r. i~, full fo r~e and effect. PROVIDED FURTHER, t:~,~t ~ i- an~;.~ ~e~a1 action be filed upon this bon_~, venue sha-~ 1 1=~ ~n ~J ~~ _~~s Cou~ ~~;~, Texas . ~n~~' that s:~~~:~ ~;~ret~ t_~~~~ va~ue received ~ereby stipulates that no ~~~?~~ange, exter-~sio~,, of ~ ir~e, alteration or addition to the terms ~~ the :,c~ntract, ;~r to t~:;~ s~i~~~rk perfo~med thereunder, or the plans, ~ s~e=~ific-,a~ions, ~~~ra~s~incs, etc., accompanyinq the same shall in any~ktirise G~ffect ir_s obii:_; ~tic~n on this bond, and it does hereby wai-Te notice or an~~ sUCh cnange, ~xtension ot time, alterat ion or ~ add'~tio~_ to tl-~e, t~~rms ~ f ~~he cc,nt-~act, or to the work to be perrc:rmed thez,eander . : ~.ym~r, r 3c:. =i ~ ?~ge _ _~ **C( I,;=NIAL AMERICP.N i'AF' ALTY 5 ST'RETY CO. Z'h : bc~~: ~ ~_~ ~,_en ~~ ~ F~er_ r;e requiren~~ents of Article 5160, ~~. ~r~~~c n' : ~i~°i~ ;r_a* i~es ~~ ~~.xas, ~r~:~~ other applicable statutes of t _,e ta ~ ~= o~ T~ xas . ~'he t- _ -r.s "~:':. a ;lmant", "',abor" and "Material" -1~ ~~~e:.~ ne~r~ :~ ~r , „ ~ ,, ~-can:~~~ ..,ith anc~ as defined in said F,rt;; 1e ~I'hF_ undersigne E~ agr~~nt is hereby designated by the Surety r;er~~i n.~~ *~he F.gent Residen': ~n NuF~ces Cour.ty to whom any requisite " ~~:~~t ~ces r~~ay be ~el i- rered ~r~c ~n whom, service of process may be had i: T~3t'e:~s aris~~q car ,f ,uch ~.~r~r_yshi~, as provided by Art. ~~ , 1~,_l, t~~~~non' = "'e:x_ as In~u~,~ r~ce Cc~de. IN WITNESS WHER~OF, thi~ ins~rument is executed in 4 copies, eac~~: or.e of ~a'_-~ich shal- t~~e deemed an original, this the 29Tx , ~~ay c~~~f NOVEMBER , 20 (>6 PRINCIPAL MALEK, INC. (~ '. v V B y ' -----;~ ~ ~-~--~- .--~ - - c~ ~ }-~ U S S~} ~ r~1 c=~ ~ 'Pri~r Nam.~~ 4 Titi. ATTEST _ ~ g~'//1>_ J~ )~ _ / / Lf~~ Secr_eYar~,~ ~~C.t_~- _ ~__~__f~}'~ . ~° -~* ,~3_r,.: SURETY FIDELI TY & DEPOSIT CO~IPANY OF I-".ARYLAND COLON_] AL FutiIERICAN CASUALTY & SURETY CO. i i y.~./_~ _~ . iP ,--~~"/ ..'~-~ /G ~= 2-~ ~~ttorr.~~-~ r~ -fac` ''lARY ELLEN MOORE P r = ":~ ~ldm- s is: Agency: Ccntact Person Address: Phone Number: ~WANTNF;R & GORDON LNSURANCE AGENCY MARY ELLEN MOORE _ P.O. ~OX 870 CORPU~ CHRISTI, TEXAS 78403 361-883-1711 ~~,~~TE: Dar~ f e°a :^zr.r~t 2,~. i m~s- ,_. . ~~r~_;r ~:!y-e ~~_L ~~nrract) (Revised 9/02) F~ymer*_ 8~~,-, c ~ ~ e ~ ._ Power of Attorney FIDEI.lTY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESEN"1'S: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the ~ COLOTtIAL AMERICAN CASLJALTY AIVD SURETY COMPANY, corporations of the S aryland, by PAUL C. ROGERS, Vrce President, and T E. S'vtITH, Assistant Secretary, in pursuance of u ti$ Article Vl, Section 2, of the By-Laws of said Companies, which are set forth on the reverse ' er o '~ed to be in full force ~ and effect on the date hereof, does hereby nominate, consti o a q en MOORE, R. M. LEE, I3iann EISENHAUER, Michaet A. WHI a~ us Christi, Texas, EACH its true and lawful agent and Attorney-in-F a °, te , r, and on its behalf as surety, and as its act w and deed: any and all bo a~~~l" s s ehalf of Independent Executors, Community Survivo~-s and Co ~ a~ans of such bonds or undertakings in pursuance of these presents, shall be as binding i o~g~~~ and amply, to all intents and purposes, as if they had been duly executed and acknowledged b 1 cted officers of the Company at its office in Baltimore, Md., in their own proper - persons. This power mey revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R. M. LEE, Diann EISENHAUER, Michael A. WHITNEY, Irene BLUEMEL, dated July 22, 2003. 'I'he said Assishant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, m Secrion 2, of the By-Laws of said Campanies. and is now in force. IN WITNESS WHEREOF, the said V~ce-President and Assistant Secretary have hereunto subscribed their names and affixed the C`orporate Seals of the said FIDEL[TY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERIC.AN CASUALTY AND SURETI" COMPANY, this 13th day of October, A.D. 2003. A'I`TF ST: ~~,o ~°os~' ~,~b ~ ~ ~ . w' °~ BiAL ~ o ~ '~ ~~ ~ ~ , State of Maryland ~ ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY ,~ , ~~.~~ T F.. Smith Assis•tant Seeretary By: ~ Paul C. Rogers Vice President On this 13th day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commis~ioned and qualified, carr~ PAUL C ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY" AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SL RET'I' COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding insirument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direcrion of the said Corporations. (N TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above wratten. ~~'"~ a ~ o~ ~i .r..~.c...+ wrtrs '~~~-~' Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 PUA-F 168-9883 o~ Fic~elity and Deposit Com an of p Y Maryland ~~~~_ _,,,r_ ~ome =~ffice: P.0 Bor I~'^, Baitimore, MD ?1203-1227 v~ CNIPORTAIVT ~'vOTICE To obtain intormation or make a complaint: You may caJl the Fidelity and Deposit Company of Vlaryland, Colonial American Casualty and Surety Company, and/or Zurich .American Insurance Company's toll-free telephane number for inforrnation or to make a compfaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain inforrnation ~n companies, Loverages, rights, or cnmplaints at: 1-800-252-3a39 ~~ou may write tlie Texas Deparnnent of Insurance: P.O. Bo; 1a9104 :~ustin, TX ~8714-9104 F'.1Y # (512) ~75-1'771 PR~iVIIUIY[ OR CLAI~.j DISPUTES Should }~ou have a dispute conceming tlie premium or _zbout a cla~m, you should first c~~ntact Fidelity and Deposit Company of N[ai-vland or Colonial ~inerican Cas~~alty and Surety C~mp~ny. [~' ~he dispute is not resolved, you may contact ~rh ~7epartment of lnsurv~ce e TcYas .~TTACH TEII,S NOTICE TO YOUR PO.LICY: This notice is f~r information only and does ~~ot become a part ~,r con.jition oF the ~tt~ched docurnent. ~ , t`( ,,:,,~~ . ..~.~... ,..,.~. .. ..~. ....~.~. ..... .,~,,. ..~:. .s.w...,:.~.» _ ~ ..~..._..__._ ..-,..... ...... ,.. . .. _ _:..... ,_~._~,...,.__...~.~.........,..w,....~,.n...., .~...~..- ~-...._~._.....~....._..~,.....,...,.~..._ ......._..... .,._........,.., ............~........_...,.,. . ~ Disclo~re Statement Z U RI C H Court Bonds - BC ZURICH AGENT/BROKER COMPENSATION DISCLOSURE Dear Policyholder: On behalf ~ Zurich, we are glad you have chosen us as your insurance company. We look forward to meeting your insurance r~eds and want you to understand clearly our business relationship with the agent or broker you chose to represent yaur corrt~any's interests in the placement of insurance coverages. As is the case with many insurance companies in the United States, Zurich distributes many of its insurance products through age~tts or brt~kers. This me~s that your agent or broker is not employed by Zurich and, in fact, may represent many insur~nce companies. Beca~e we do not employ your agent or broker, the way they are compensated may vary. We recommend you discuss these arrangements with your agent or broker. Like many other insurers, when Zurich compensates your agent or broker, they may receive two types of payments. The first type of compensation is known as "base commission," and the second is called "contingent compensation." For an explanation o~ the nature and range of compensation Zurich may pay to your agent or broker in connection with your business, plea~se go to http:/lwww,zurichna.com. Click on the information link located on fhe AgenUBroker Compensati~n Disdt~sure section. VWhere appropriate, insert the Access Code provided below, and you will be able to view this infcxmati~. Atternatively, you may call {877) 347-6465 to obtain this type of information. Thank you Access Cods: 2Q16104474 U-RET-E-402-A CW (09/Ofi) Page 1 of 1 ~ ~ CtTY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Gorpus Christi Ordinae~ce 17112, as amended, requires a11 persons or firms sesking to do business with the City bb provide tl~e folbwing infonnation. Every quesUon must be answered. If the question is not applicab~e, answer with "NA". FIRM NAIIAE Malek Inc . STREET: 2521 Antelope St C~N: Corpus Christi TX Z~p; 78408 FIRM is: 1. Cc~poration x 2. Partnership 3. Sole Owner 4. Association 5. Ot#~er DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. ' State the nau~nnes of each "employee" of the City of Corpus Christi having an "ownership interesY' constituting 3% or mt~re of Me ownership in the above named "firm". ~a~ Job Title and City Department (if known) 6 N/A N/A ~ ~tate the n~ries of each "of~cial" of the City of Corpus Christi having an "ownership interesY' constituting 3% or more of the awnership in the above named "firm". Narrn Title N/A N~A ~ State the names of each "boand membe~' of the City of Corpus Christi having an "ownership interest" constituting =~"en ~ more of the ownership 1n the above named "firm". '~~~~ Board, Commission or CommitEee N/A N/A 4. State the n~nes of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matt~ relatsd to the subject of this contract and has an "ownership interesY constituting 3~0 or more of the owne~ahip in the above named "flrm". Name Consultant N/A N/A CERTIFICATE I ce that ail informatlon provided is trus and correct as of the date of this statement, that I have not knowin wti~~ disclosure of any i~formation requested; and that supplemental statements will be promptlY u to the City crf Corpus Christi, Texas as changes occur. CertifyinyPe~sor~• John Hussain CEO Title: (Type or Print) _ ~-_. , Signaturo of Ce~fying Person: Date: November 1, 2006 I I ~ l Proposal Form ~ Page C, of ~ ,. ,,~. _,.,~ .,_ .M... ... .,,,f., ,... .~.~...,..._ . . ~...~... DEFINITIONS a. "Boar~ M,mb~p~, q nlember of any board, commission or committee appointed by the City CouncN of the City of ~;orpus Christf, Texas. b. "Empi~ee". Any pe~n employed by the City of Corpus Christi, Texas, either on a full or part tip~ baais, but not as an independent cor~tractor. c. "Firm". Any entity operated for economic 9aln, wh~ther professional, industrial or ~rn~'N~cia~ e~d wheth~ estab~shed to produc~ or deal with a prodnct or service, i~cluding Mit naR lirx~d to, en/ltlss op~ratsd in the f+orm of sol~ pr+opristo~ship, as self-employed M~~O~+ P~~e~+~, carporation, joiM stock company, joMt venture~ receivership or trust and a~tities which, for purppses of taxation, a~e troated as non-profit orgaAizations. d• "Offic~l". The Mayor~ members of the City Councli~ City Manager, Deputy City Manager, ~5~~ C~Y ~~9~~ ~epartment and Divfaion Heads and Municipai Court Judges of the Cih- of Corpus ChMsti, Texas. e- "Owntt~hip Interest". Leyal or equitabls intere~t, whether actuaily or constructively held, in a ~rm~ inoludM$ wh~n ~rch inbrest is held through an agont, trust, estate or holding entity. "C°~sM~cti~-s~Y hNd" rMers to holdiny or controi established through voting trusts, proxiss or a~pecial terms of ventun or partnership agresments. "Cons~Itant". Any pseson or firm~ such as engineers and architec~, hired by the City of Corpua Christi for the purpose of profesaional consultation and recommendation. Proposal Form Page 7 of 7 ; AcoKD, ~EF~TIFICATE OF NABILfTY INSURANCE ~S DATE~MMIDDIYYYY ' R,ou~eF -__._~!. _. _~ ~ 2 (~j ' MALEK-2 I 11/29/06 ~~ THIS CERTIFICATE IS ISSUED AS A MATTER OF ~ Swant:ner 6 Gorctor Ins . Agcy-C INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE ~ p ~ B,~X ~;., ~ HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR C~_rp~s hr.sti ^k ~84u~ 'J870 ~ , ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. - P:~aone. vc51- 883-17; 1 Fax 36i-844-0101 - INSUR£D - _ _. -_--- -- . -_ . _ INSURERS AFFORDING COVERAGE NAIC # _ --- - _ __-._ I ~ iNSURER A. TeXgS Mutual Insurance CO ~ ~`` i Maiek Inc NsuRER e Association Cas Ins Co 35629 ~ -_.- i , , P O Box 6? 9 ~ rvsuReRC Clarendon America Ins Co ~--- `..OZ'PllS ~:.f1Z'1St1 TX 78QQ3 ~!NSURERD. ~ COVERAGES jiNSURER E I 7~hE POIICIES OF INSURANCE USTED BELCW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICV PERIOD INDICATE~ NOTWITHSTAN ~ ANY REOUIREMENt TERM OR CONOITION OF ANV CONT DING RACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAV BE ISSUED OR MAV PER'AIN, THE INSURANCE 4FFOROED 8Y THE POLICIES DESCR~BED HEREIN IS SUBJECT TO AL T P L HE TERMS, EXCLLISIONS AND CONDITIONS OF SUCH pLIGES AGGREGATE LNNITS SHOWN MAY HAVF BEEN REDUCED BY PqID CLAIMS ----.- _..__ . LTR NSR TVPE pF INSURAMCE POLICY NUMBER I ' P LI Y N L x N DATE MMIDD/YY DATE MMIDD/YY ~ , GENERAL ~IABq,RV ~ ~ LIMITS ' EACH OCC B X COMMERCIAL GENERAL LIA6iLiT' ' i , C~9003583~5 ' URRENCE 3 1~ OOO ~ OOO 12/31/05 12/31/06 PREMIS , ~ ~LRiMS MADF ~ OCCUR i ES(Eaoccurence) s 100~000 V j / MED EXP (Any one person) $~j ~ ~ ~ ~ 1~ ~ i PERSONAL & ADV INJURY S]. ~ OOO ~ OOO -- :~ ~~: GEN'~._ AGGRE~ATE ~JM~TAPPUES PEF ~~~ I GENERALAGGREGATE ~2 ~ OOO ~ OOO ~ I POLICY I}{ ~ EC ~ ~OC I PRODUCTS-COMP/OPAGG ~2 ~ OOO~ OOO . AUTOMOBILE CIABILITV ~~ '~-- -~ E7R Ben. 1~ OOO ~ OOO B X I aNV ~..,~ ~~ CAP9OO21 B2 G 6 ~ ~ COMBINED SINGLE LIMiT 12/31/05 ~ 12/31/06 (Eaacc~dent) .a 1,000,000 _ ALL(_ ~WhEDAL,TO`~~ l ~ , ~ _t SCHEUULEDAUTpz-. ~ ~ ' ~ ~ ,~ BODILY INJURY I P 3 ,.. . X HIREU A~•rOS ; 1 ( erperson) ~~. ~ X NON-OWNEDAU7CS . BODILYINJURY , i S (Per accidenq ~ _ _ ~ ___ _ _- - ~ -t ~ 1 ~._~ I PROPERTY DAMAGE (Per accidenq $ - '. GARACdE LIABILlTY . ~~' - :.4NYA-i'TG AUTO ONLY - EA ACCIDENT j ~ I h-~ ~ ~~ OTHER THAN ~ ACC S ~-- ~ EXCESS/UMBRELU LIABiLRY ~ AUTO ONLY: AGG $ g ~ ~X J OCCUR C~ ;~qIMS MADE !' CUQQ1 938 EACH OCCURRENCE 3 5~ ~0~ ~ ~0~ ~ i ~ - ~ 12/31/05 12/31/06 AGGREGATE S rJ. ~~pQ~00o i ~ I ~ ~ DEDUCTIELE ~ F-__' I ~ 3 - _ ~~ ~X ~ RETENTION S Z O l OOO I ~ WORKERS COMPENSATIDN AND ~ $ ~ A EMPIOYERS' LIABILRY X TORV LIMITS ANYPROPRIETORIPARTNER/EXECUTNE ! TSFOOO1139~I13 OFFICER/MEMBER EXCLUDED? ER 12/31/05 12/31/06 E.LEACHACCIDENT 3 1~ OOO ~ OOO if yes, desvibe under ,~ SPECIAL PROVISIONS bebw I ~ E.l. DISEASE - EA EMPLOYEE S 1~ ~QO ~ ~ ~Q ~ OTHER - El. DISEASE - POUCY LIMIT S 1~ OOO ~ OOO C Equipment Floater DCT000006758 ~ I 12/31/05 12/31/06 Sch E t C Installation Fltr 'DCT00000675B ~ $150,000 DESCRIPTIpN OF OPERATIONS I LOCATN~IS / VEHICLES / EXCLUl1pNS ADDED BY ENDORSEME T?SPEC LOPROViStONS ~ 31 / 0 6 ~ Per OCC $ 3 95 ~ OO O Add'1 Insured as required by written insured contract in favor of Certifi- cate Holder applicable to General Liability ~ Auto.Waiver of Subrogation as required by insured written contract in favor of the Certificate Holder ~ applicable to Worker's Compensation, GL 6 Auto. See Endorsements Attached. PROJECT: CC Int~rnational Airport Chiller Replacement 2006. Project #10008 CERTIFICATE HOLDER CANCELLATION ~ CICC-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOR~i'HE E7(PIRATIO C1 t Of CO DATE THEREOF, THE ISSUING INSURER WIL~ ENDEAVOR TO MAIL 3O ~/DAVS WRITTEN Y s'pus Christi At tn : Engineeri ng S@rV 1 CG S NO71CE TO TME CERTIFICA7E HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL P• O, BOX 927'~ IMPOSE NO OBLIGATION OR LWBILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR COZ'~t1S C~1Z'].St1 T}C 78469-9277 REPRESENTV7~vFc ACORD 25 (2Q01/08) " ~~~ ~~C/ ~ O ACORD CORPORATION 1988 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 hoider in lieu of such endorsement(s). If SUBROGATIQN 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 ot 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. 25 (2001/08) COMMERCIAL GENERAL LIABILITY CG20 ]0 ]0O] THIS FNDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY ~ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: ./ COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Ciry of Corpus Christi Department of En~ineering Services s~ Attn: Contract Administrator P. O. Box 9277 Corpus Christi, T'exas 78469-9277 (]f na entry appears above, informatian required to c~mplete this endorsement will be shown in the Declaration as applicable to this endorsement.) .4. Section II - Who Is An Insured is amended to inciude as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. H. ViJith respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exciusions T'his insurance does not apply to "bodily injury" or property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project CG20101001 Insured: Malek, Inc.; Malek Services, Inc.; Tropical Pol # Air Conditioning, Inc.; Standard Compressors, Inc. Effective: 12/31 /OS ., - ~, ~ ,~ ~ ~ r. '. ~,~~:• :~ ~ _ ~ ~~ , ~ Randal M. Lee Authorized Representative CMP900358305 ~ Managing Partner Title: ~ ADDITIONAL INSURED This endorsemeni modifies insurance provided under the following: ~ BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM I'his endorsement chanuec thP „~~~~., PffP~r;.,o ,.,. *t.e :..,.,._a__ ~_._ _r_~_ TE 99 Ol B ----- ---- --•- --.-~ • ~ Endorsement Ef~'ective ._ ~»~~ ... ...., ~,~~ uu,cs~ anu~ner aate ~s ma~catea below: Policy Number 12/ ~ 1 /OS ~ f CAP900218206 ~ Named Insured - Malek, Inc.; Malek Services, Inc.; Tropical Air ? /. "~~` ~ ~~ ~ Conditiot~ing, Inc.; Standard Compressors, Inc. / Countersigned b~~y~~,y ~ ~~ ~( `~ '' ~ ~~C ~ ~ ..~._._ ~, y q ~ -"`.:' ~~~ ~ .~''.~ i~f~". -t~onzea xepresentatlve) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator ~ P. O. Box 9277 Corpus Christi, TX 78469-9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The addi~ional iasured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are ~thorized to act for the additional insured in all matters pertaining to this insurance. We will ~ail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the sdditional insured. The addi~onal insnred will retain any right of recovery as a claimant under this policy. FORM TE 99 Ol~ - ADDITIONAL INSURED Texas Standard Automobile Endorsement Preseribed by March 19, 1992 ATTACHMENT 2 20F2 COMMERCIAL GENERAL LIABILITY CG02OSO196 THIS ENDORSEMENT ('HANGES THE POLICY - PLEASE READ IT CAREFULLY ; TEXAS CHANGES - AMENDMENT OF CANCELLATION j PROVISIONS OR COVERAGE CHANGE i'his endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABIL]TY COVERAGE PART ~ LIQL'OR LIABILITY COVERAGE PART OWiv'ERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS ! COMPLETED OPE.RATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the evemt of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to tt~ail prior written notice of cancellation or material change to: SCHEDULE Ciry of Corpus ('hristi Dept. Of Engineering Services ~ Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 Number of days advance notice: THIRTY (30} ~ Named Insured: Ivlalek, Inc.; Ma[ek Services, Inc.; Tropical Air Conditioning, Inc.; Standard Compressors, Inc. ~ Policy Number: CMP900358305 .~ Effective Date of This Endorsement: 12/31/OS Authnrize~ Renrecentativa~ Title (Prit~ed): CG0205 (~1/96) Managing Partr-er ATTACHMENT 3 1 OF 3 ~_ .,,~.. .,...,,. _~,. n... _ .~. ~,~.,,~ .~. ~„~,~.~.., _ . Name (Pr~ttedj: R. M. Lee TE 02 02A ~ CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Thi~ endorsement modifies insurance provided under the following: / BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endt~rsement chan es the olic effective on the ince tion date of the olic unless another date is indicated below: ~ Endorsement Effective Policy Number ' l2/~1iOS CAP900218206 ~ Named Insured ~ µ ~ ~- K ~i' '`. ... Malek, It~c.; Malek Services, Inc.; Tropical Air " ~,y' ;~ E Conditioni~g, Inc.; Standard Compressors, Inc. / Countersign~~i b,~y ;~~ ~~~~ ~'S,+s~ ,~~~~4~j '"~Authorized Representative) ~ THIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice l~ of the cancellation or change to: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 ,/ Corpus Christi, TX 78469-9277 Authorizeci Representative ~ ~, .. ,~.,.. Name (PrEnted): ~`_R,._ A~I.~e _ . -. - Title (Pri~ed): Managing Partner FORM 'TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Staadard Automobile Endorsement (Ed. Effective 3/92) ATTACHMENT 3 2 OF 3 WORKERS COMPENSATIO'~ AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 O1 (ED. 7-SS) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endarsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. ~~~ 1. TVumber of days advance notice: 30 Schedule 2. Notice wilt be mailed to: City of Corpus Christ'r Department of Engineering Services ~Attn: Contract Administrator P O Box 9277 Corpus Christi, TX 78469-9277 This enck~rsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation ofthe policy.) Endorsement Effective: ]~/31/OS Policy No. TSF0001139713 ~ Endorsement No. lnsured Malek, Inc.; Malek Services. Inc.; Tropical Air Conditioning, 1nc.; Premium $ ~ Standard Compressors, Inc. Insurance Company Texas Mutual Insurance Co. Countersigned By: r'~ • ~ / y'~ ~ ,,,-„ ~-u ~~ WC 42 06 01 '~'°"`}"'~:;:. -~ ., ~`~ t~~~.. xb.:~~"': Name (Printed): R. M. Lee ' (Ed. 7-84) Title (Printed): Managing Partner ATTACHMENT 3 30F3 GE'vERAL ENnORSEM~NT Name of Person or organization insured ~ Malek, Inc.; Malek Services, Inc.; Tropical Air Conditioning, Inc_; Standard Compressors, Inc. Date this endorsement takes effect Policy Number DCT000006?58 ~~~ 12'31 /O S Endorsement Number Policy Period 12/31/OS - 12/31/06 Builders Risk / Installation Floater Name of Com,~any issuing this endorsement Clarendon America Insurance Co. (W'e °.~ill not fill in the above unless we issue this endorsement after we issue your policy) In concideration af no change in premium, add the following as an additional insured: City of Corpus Christi: Department of Engineering Services Attn: Contract Administrator ~ P O Box 9277 Corpus Christi, "1'X 78469-927? Should the above described policy be canceled or materially changed before the expiration date thereof, the issuing company will mai130 days written notice ta the above named. Signature: ~ ,; ,. ~; ;~;,~ ~ ..~-'~- Authorize~';tI'gent ^'''~ ~` ' KK-GLQO ATTACHMENT 4 lofl _ ~.,_Y,.,.. ., .~ ,.,.. ~ . _.W ..,... ~.. -.~,.~,,..~..~.~ :