Loading...
HomeMy WebLinkAboutC2007-335 - 10/30/2007 - Approveda? Van Fleet Construction SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS RACTS AND BONDS FOR O. N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY 2007 -2008 Colwell & Associates, Inc. 4444 Corona Drive Suite 105 Corpus Christi, Texas 78411 Phone: 361/857-7094 Fax: 361/851- 8179 FOR WATER DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 V wMw ∎ r 1 DRAWING N : NiA 2007-335 10/09/07 M2007-258 }yY City of Corpus Christi %.".".•• ADDENDUM NO. 1 September 24, 2007 TO: ALL PROSPECTIVE BIDDERS PROJECT: 0.N. . TEVE T WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2 0 0 7 - 2008 PROJECT Igo. 8590 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provi fl r f i r i r T 1 A y f f LA L_1 O. N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE NCE PROGRAM FY 2007 - 2008 PROJECT NO. 8590 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised May, 2006) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensations Coverage for Building or. Construction Projects for Government Entities SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion /Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A -9 Acknowledgement of Addenda A-10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A -13 Area - Access and Traff -ic Co,.., e (Not Used) : ipm nt Spillage and Tra k (Not Used) A -15 E C (Not Used) '' (Not Used) A -17 Field Office A-18 Schedule and-Sequence of Construction (Not Used) (Not Used) -- Testing and - C (Not Used) A-21 Project a 4gn (Not Used) A-22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -3 A-24 Surety Bonds (Not Used) NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements A -27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A-35 City Water Facilities Special Requirements A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities (Not Used) A-40 Amendment to Section B-8-6; Partial Estimates A -41 Ozone Advisory (Not Used) A-42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99) (Not Used) A 46 Dio oo l f- gh1 - Chlorinated ate -r7 /5 /01,) (Not Used) P -c _ Csuction Exploratory - -E• eav .'.3 r 7 / 5 / ,) (Not Used) A -48 Overhead Electrical Wires (7/5/00) 11 (Not Used) A-50 Reporting Requirements A-51 Contract Tern and Renewal A-52 Final Acceptance and Warranty Attachment O. N. Stevens Water Plant Visitor /Contractor On-Site Permit PART B - GENERAL PROVISIONS AND REQUIREMENTS FOR MUNICIPAL CONSTRUCTION CONTRACTS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART T - TECHNICAL SPECIFICATIONS DIVISION 13 SPECIAL CONSTRUCTION Section 13308 Section 13308 Section 13308 Section 13308 Section 13308 Section 13308 Section 13401 Section 13420 Section 13420 Instrument Maintenance Services Attachment A, Instrument Database Listing (condensed) , O. N. Stevens Water Treatment Plant and the River Station (all records) Attachment B, Instrument Database Listing (condensed), O. N. Stevens Water Treatment Plant and the River Station instruments requiring preventative maintenance) Attachment C, Instrument Database Listing (condensed) , Remote Sites Attachment D, SCADA Drawings Attachment E, Area Map Process Control Systems Ec Instrumentation Maintenance Work Instrumentation Documentation Requirements Attachment A, Example Loop Drawing, Loop *TT-840-02 ENGINEERING STANDARDS Section E15060 Piping Specification LIST OF DRAWINGS - (NOT USED) NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS f-1 r f NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: 0.N. TEVE1 S WATER TREATMENT PLANT ON- GOING INSTRUMENT MAINTENANCE PROGRAM FY 07 -2008: consists of providing for one calendar year (12 calendar months) of preventive maintenance services for instrumentation, analyzers, laboratory instruments, and personal computers (PCs) . The contract will have one base year wi NOTICE TO CONTRACTORS INSURANCE REQUIREMENTS Revised May, 2006 A A Certificate of Insurance indicating proof of coverage in the following is required: amounts TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILT'i'Y- -OWNED NON -OWNED OR RENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY I■M- EXCESS LIABILITY $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100, 000 $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden E. accidental discharge; to include long-term environmental impact for the disposal of contaminant s BUILDERS' RISK INSTALLATION FLOATER $2,000,000 COMBINED SINGLE LIMIT O REQUIRED • NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements ❑ REQUIRED • NOT REQUIRED $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements ❑ REQUIRED • NOT REQUIRED Page 1 of ❑ The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ❑ The name of the Project must be listed under "description of operations" on each certificate of insurance. ❑ For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty ( o) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of NOTICE TO CONTRACTORS - B 1 r 11 T D • NOTEIQ CONTRACTORS_- B WORKER'S COMPENSATION COVERAGE FOR BUILDING CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others Providing work or services for a City building or construction pro di � must be covered by worker's compensation insurance, authorized c,� self-insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor r project services (including deliveries to the job or others performing provide 1 of the forms of worker's compensation . coverage, site) individuals or�ov�da�x�g work the City will require such coverage for all • this Project ect at any time, including during the or services on � motor are required to ai ...ef f guaranty period . otor carriers which a.. regis:er with Texas ar en Transportation under Texas ivil Statutes Article 6675c, and which provide accidental insurance Civil Statutes Article 6675c, Section 4(j) need cover�g under Texas C� not provide 1 of the 3 forms of worker's compensation coverage. ees to comply with all applicable provisions of The Contractor ar � , ' Code Title 28, Sect ion 110.110, a copy of Texas Administrative which is attached and deemed incorporated into the project contract. �.c�� Please note that under section 110.110: t language must be included in the Contractor's City and the Contractor's contracts with Contract with the � the F • subcontractors and others providing services Project; 2. is required to submit o the City the #Contractor' � � and for alb certificates of coverage for its employees # subcontractors and others providing services on the Project. . is required to obtain and submit *updated The Contractor � during the certificates showing extension of coverage Project; and 3. the Contractor is required to post the required notice at the job site. • the Contractor certifies that .t will timely By s�g�ng this Contract, comply y with these Notice to Contractors "Ell requirements. I b. t I NOTICE :O CONTRACTORS B ( e n ea 1/13 /96 ) Pace 1 of 8/7 eye ... £: ! iU.i LU d) A contractor shall: r aI 4 1) coverage for its errs i yees providing services on a project, fc. the duration of the project rased on proper reporzing of classizacarion codes and payroll amounts and Eine of any coverage agreements; ' provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project (3) provide the governmental entity-, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current ertificate of coverage ends during the duration of the project; obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on fie certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter, notify the governmental entity in writing by certified mad or personal delivery, within ten days after the contractor knew or should have 'moves of any change that materially affects the provision of coverage of any person providing services on the project; post a notice on each project site informing all persons provi 2STAC 10.110 with � � �-� .,�o�ie services o:: a project to: (8) c rat: ac : 1 require each ve scfl with ho it contras s : , ;. • .. � reporting of classification codes and payroll ::unt and fihing provide coverage based on proper rc�,ort�.� of . #* � . � the for the duration �� its � rov�o*�2 se. ��c..s on rr�e pror°c:. of any corerase ree:::e ^: for i� :�r.�,. .� of the project; provide a certificate of coverage to the contractor prior to that person beginning work on the proje ; ` • services project the I�ua�e in sube.�.�cr� (e)(3) of this (C) include � contracts to provide e: v�c�. cry the pr � .. soon .. � - the covee period, new certificate f coverage vice the contractor, prior to the end of .� ..� ci:» �o . �. shown the current rttc :t o coverage showing extension of coverage, coverage peso ends dig the duration of the project; ,. � �, with whom it contracts, and provide to the contractor: (E) obtain from each other person .,. to the ocher person �*�:� work the project; and certificate of cerae� prior r � ate of cver� showing extension o e end f the coverage period, new certo prior the u .,� certificate of coverage :� during the coverage period, if the coverage period shown on the curare. duration of the project; � Ede for the duration o project and for one year retain all :�. n required cecates of coverage n thereafter, . �. - • - n� or personal delivery, ithist ten days governmental entity writing by certified . . (G) notify the of materially affects the provision of after the person mew or should have know of any change that ma y an providing services on the roes and ooverae of y person p �. • • it contra, to perform as required by contractually require each other person with whom p , . person (H) � �� ,� - of coverage to be provided to tie subparagraphs of this paragraph, with the certificate for whom they are providing services. project, other than a contractor, shall: m on *ec person providing services p � '' on a project, for the duration of the project provide coverage for its employees providing services o (1) � • �. - is and fin of any coverage r er reporting of classification codes and payroll amounts g based on p .� agreements; • � of required its contract to provide services on the project, (2) provide a certificate or c as recd by prior to being work on the project; have the following g lan cage its contract to provide services on the project "By signing this the person �� thus providing or causing to be provided a certificate of coverage, P . contract or � � f �e person ��g this is representing to the governmental entity that all employees o contract � will • # project will be covered workers' compensation coverage contract who � prov�ce services on the rod by ,1' . os.state.t .t itac/2 /E 10/B/1 10.1 10.huril NOTICE C CONTRACTORS - B Revised 1/13/98) Rage 5 cf 7 8/7/98 A.0 ..' . LL .1lV ... - .�,. � will on proper reortixa f classi duration of the contract: (F) retain ail required certificates of overage on e for the duration of the project and for one year thereafter • �- , t • ., • writing certified mail o r personal delivery, rim ten days (0) notify the e��.�at emir/ by .. • • after the person knew or should have Known, of any change that materially affects the provision of coverage of any person providing services on the project; and with whom i PART A SPECIAL PROVISIONS O. N. STEVENS EVEN WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receivin Pro • osals /Pre -Bid Meetin Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p . m. , Wednesday, October 10, 2007. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - O. N. STEVENS WATER TREATMENT PLANT ON-GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008; Project No. 8590 A pre -bid meeting will be held on Wednesday, October 3, 2007, beginning at 10:00 a.m. The meeting will convene at the Department of_ Engineering Services Main conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A-3 Description of Project The project consists of providing for one calendar year (12 calendar months) of preventive maintenance services for instrumentation, analyzers, laboratory instruments, personal computers (PCs). The contract will have one (1) base year with two one (1) year extensions. These maintenance services are support for components of the site SCADA system, Programmable Logic Controllers (PLCs), and SCADA equipment at the O. N. Stevens Water Treatment Plant, the Smith Drive River Station raw water pumping facility on the Nueces River and at three remote site locations throughout the City's Water Distribution System; all in accordance with the plans, specifications and contract documents. A-4 Method of Award The bids will be evaluated based on the Total Base Bid, subject to the availability of funding. • The allowance amount {s} shown in the Base Bid Section 1, of the Bid Proposal Form are included for bidding purposes only. Actual quantities will be determined by actual field conditions and may be zero or a credit to the City. Actual charges against the allowance(s) will be approved by the Engineer, negotiated and paid for through the City's regular change order process and authorized by the City Engineer. Section A - SP (Revised 12/15/04) Page 1 of 24 z. • The Supplemental Bid Proposal Cost Allowance for additional preventative maintenance services is included to establish unit prices for services in excess of those defined in Base Bid Section 2, of the Bid Proposal Form. No work under this provision of the contract is authorized by the Director of Engineering Services. Services under this provision of the contract will be negotiated when the City determines that they are required. Any work to be done under this provision of the contract will be authorized by a Change Order. Upon approval by the City Council, this contract may be renewable for up to (2) two additional (1) one calendar year periods, (12 calendar months per calendar year) - refer to A -51. The City reserves the right to reject 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. The City staff and Council shall use absolute discretion in evaluating the acceptability of the Bidder's qualifications including: Statement of Qualifications and information and documentation required by items A-28, A-29, A-30 of these Special Provisions that are required to be submitted with the Bid Proposal Form. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference: O. N. STEVENS WATER TREATMENT PLANT ON- GOING INSTEDMENT MAINTENANCE PROGRAM FY2007 - 2008; Project No. 8590, 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. Qualification Statement, included with Bid Proposal Form. 3. Disclosure of Interests Statement, included with Bid Proposal Form. 4. Information and documentation retired by items A-28, A-29 and A-30 of these Special Provisions. A-6 Time of CompletionLiquiitd_pamagea The working ing time for completion of the Project will be 365 calendar days. Upon approoval by the City Council, this contract may be renewable for up to two additional (1) one calendar year periods, (12 calendar months per calendar year) - refer to A-51. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. +r_Wy— engineer) may withhold and d• Contraator the amount of 1icjuida A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Section A - SP (Revised 12/15/04) Page 2 of 24 1 1 i i 1 1 1 1 1 1 1 1 of �r 4 lend dad including or � ces � �' rth� r for each c o the Contrast until ' damages t r rr r employees yee A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate aerate with all public and private agencies with facilities cperating within the limits of the Prof ect . The Contractor shall provide a forty -eight (48) fir mice to any applicable agency when wark is anticipated to peed in the vicinity of any facility by using the Texas Excavation Safety System (Dig T SS) 1- 800 - 344 -8377, the Lone Star Notification Ccmpany at 1- 800 -669 -8344, and the Soutstern Bell Date Group at 1- 800 - 828 -5127. For the Contractor's convenience, r ce, the following telephone are listed. City Engineer A/E Project ivlanager/Engineer Traffic Engineering Police Department Water Departnent Wastewater Department Gas Department Storm Water Department Parks Recreaticn Department Streets & Solid Waste Services AE P S B C City Street Div. for Traffic Signal/Fiber Optic Locate Cablevisican ACSI (Fiber Optic) INC (Fiber Cptic) C oice:crt (Fiber optic) CAPROC (fir optic) Brooks Fiber Optic (NON) A-12 Maintenance of Services 826 -3500 Michael E. Colwell, P.E. Colwell & Associates, Inc. 4444 Corona Drive, Suite 105 Corte Christi, TX 78411 857-7094, fax: 851 -8179 S brie: 774 -6208 826 -3540 882 -1911 857 -1880 (880 -3140 after hours) 857 -1818 (880 -3140 after hours) 885 -6900 (885 -6900 after hours) 857 -1881 (880 -3140 after lours) 826 -3461 857 -1970 299-4833 (693-9444 after Yours) 881 -2511 1-- 800 - 824 -4424, after hours) 857 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935-0958 972 -753 -4355 857 -1960 (857-5060 after hours) (Pager 800 - 724 -3624) (Pager 888- 204 -1679) (Pager 850 -2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not gw.ranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Section A - SP (Revised 12/15/04) Page 4 of 24 oncountered-and Sewage or oth -into other oe with the app a Mteriaio- 1ineo -mu t A-13 Area Access and Traffic Control (NOT USED) - -- - - -- - - - of tempo t be used t nicnce to of to shed -1 s-aibility of the - A-14 Construction Equipment Spillage and Tracking (NOT USED) Contract-p rior: t . ,.e -_o th T � site or-ad' -_i_ go t reef r = A-15 Excavation and Remova l e (NOT USED) *eaievelnlese-ethorwise noted, Section A - SP (Revised 12/15/04) Page 5 of 24 dIng-but-not linitd to - -erw + + theefore, no direct payment will- be -mad., to Cofttr.,cam. A-16 Dis • osal /Barra# a of Materials (NOT USED) 4 A -17 Field Office ••_; _ -' _ -- -- ngin er or his r r o n - eve --w4 - field o f ice at the - conctruetio -i e .- The field office - muot -i h -an inclined table that - -me o o- t , c o 3 ,' i as -- -required by the City Engi FAX mac ; a4- - by the ntra r . - -' field office ; - The Contractor is not required to furnish a field office for this project. However, if the Contractor desires to locate a portable building at the O. I. Stevens Water Treatment Plant for use of Contractor's employees (for storage of tools, parts, etc.), this is acceptable to the City. The size and location of the building at the site must be approved in advance by the City. The City shall have no liability for any of Contractor's property in such a building. The Contractor should be aware that: 1. There are several other trailers currently at the site. As a result, the space available may not be in a location convenient to the work to be performed. 2. Water, sewer, and telephone utilities may not be available in the immediate vicinity of the Contractor's trailer. The cost of extending these utilities to the trailer would be the responsibility of the Contractor. 3. The cost of any building, utility, or other permits required extending utilities and netting up the portable building are responsibility of the Contractor. 4. No City shop facilities at the site are to be used by the Contractor. A-18 Schedule and Sequence of Construction (NOT USED) The Contractor shall for the t - City Engineer at l ae thr (3) working dam prior to the oonotruct -ion meeting. Section A - SP (Revised 12/15/04) Page 6 of 24 t to the City Enginee for review, cte sequence of „b., i tt.., D a ca -;- - - Indicate submittal for all submittale, A-19 Construction Protect- Layout and Control UNTOT USED) • - requi red for on—t4ie- dr wings , will—be provided b - the = ur the - -work . 1 line o, Lslop an be eotabli -ontr. etor. dgence wi I Su*voyer at the expenee—ef—the—Genteeter, A-20 Testing and Certification cntretor. . The Contractor must provide all applicable certifications to the City Engineer. Section A - SP (Revised 12115/04) Page 7 of 24 A-21 Project Signs (NOT USED) T c Ce t a t r- - must - -- furnish and inrstail 1 Pi Contractor. The location f thcs s will City Engineer. A-22 Minority/Minority 10/98) 1. Policy Business Enterprise be determined - - -t e- cl the Participation Policy (Revised It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans, and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). Section A - SP (Revised 12/15/04) Page 8 of 24 (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor, or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.015 or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minorit : See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.015 interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority mercers of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business 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 (Percent) 30 Minority Business Enterprise Participation (Percent) 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 Section A - SP (Revised 12/15/04) Page 9 of 24 substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Comelianct a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make hi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to subunit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) NOT USED) -.-,.he--appropriate building ino ections by the Building---- Inspection -D n - at the various intervals-- -- of -- -work permit io required and to ccu a - -inal in3pection after the building io sin- - 2 of the General Provioiono is hereby amended in that the Contractor muot- pay -- -i din Inopeotion epar ent,- and all other City fees, including A-24 Surma Bonds Paragraph two of Section B-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 any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (1 of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (1O%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000, the bond must be executed by a Surety company that is Section A - SP (Revised 12/15/04) Page 10 of 24 certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NOT USED) f flow l in lieu thcrcof. marts -- A_� ' --- prvementc to real prop r -exemptions of Sales, under x ; ; and Ui a Tas l. ei the Co,t r ctot-el- ots - -t3 operate - - orated contract -- .�__ b y separated contract, Identi i _ _- pace on the 1]nrp ad into the arc , rrovide rcGale r t i f i a e ; pp erg proposal value-of m terialr , pay-fe*-all-Saleesieeice, and Use Taxe �cc tractor nd_r, .-, 3 b,•„- ,,.,tom... -tcto f ale certificate - to his Rupp e. f A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material chan.e to: Section A - SP (Revised 12115/04) Page 11 of 24 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 Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death, or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims (NOT USED) amended to in ude; Ln3uran and in Section A - SP (Revised 12/15/04) Page 12 of 24 A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the 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 lien 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 unpaid 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 claim, 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 ( 9 days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be pre sent , on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Section A - SP (Revised 12/15/04) Page 13 of 24 Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of contract, add the following text: All Bidders , the three C3) ppatren must submit to the City Engineer the following information with their Proposals: 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. 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 MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must 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 Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City 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; nor at the Section A - SP (Revised 12/15104) Page 14 of 24 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. With Proposal Wit in five (5) dayo following bid opt, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name (s) and Title (s) of individual(s) authorized to execute contracts on behalf of said entity. 11. For the levels of competency described in paragraph 1.08 of Section 13308 of the Technical Specifications, provide the number of technicians available at each level who are expected to do work under this contract, and provide resumes for those technicians. Also provide the total number of personnel currently employed by the company in each of these levels, even if some of those personnel are not expected to do work covered by this contract. 12. A listing of existing and previous contracts of a similar nature, with a notation of which are current contracts; references (name and phone number) for all contracts of a similar nature completed with the past three years. A-31 Amended Policy on Extra Work and Chan e Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Chan.e Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Execution of Contract" Re Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract, add the following The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in pecial Provision A -1. Section A - SP (Revised 12/15/04) Page 15 of 24 A -34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the technical specifications, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ATM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements 1. Visitor/Contractor Orientation Prior to performing work at any City water facility, the Contractor, his subcontractors, and each of their employees must have on their person a valid card certifying their prior attendance at a Visitor/Contractor Safety Orientation Program conducted by the City Water Department Personnel. A Visitor/Contractor Safety Orientation Program will be offered by authorized City Water Department personnel for those persons who do not have such a card, and who desire to perform any work within any City water facility. For additional information refer to Attachment 1.. 2. Operation of City -Owned Equipment The Contractor shall not start, operate, or stop any pump, motor, valve, equipment, switch, breaker, control, or any other item related to City water facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City Water Department. 3. Protection of Water Quality The City must deliver water of drinking quality to its customers at all times. The Contractor shall protect the quality of the water in the job site and shall coordinate its work with the City Water Department to protect the quality of the water. 4. Conformity with ANSI /NSF Standard 61 All materials and equipment used in the repair, reassembly, transportation, reinstallation, and inspection of pumps, or any other items, which could come into contact with potable water, must conform to American National Standards Institute /National Sanitation Foundation (ANSI/NSF) Standard 61 as described in the Standard Specifications. Such materials include all solvents, cleaners, lubricants, gaskets, thread compounds, coatings, or hydraulic equipment. These items must not be used unless they conform to ANSI /NSF Standard 61 and unless such items are inspected on the site by authorized City personnel immediately prior to use. Section A - SF (Revised 12/15/04) Page 16 of 24 The Contractor shall provide the Engineer with copies of written proof of ANSI /NSF Standard 61 approval for all materials which could come into contact with potable water. 5. Handling and Disposal of Trash All trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at the water facility site. Blowing trash will not be allowed. The Contractor shall keep work areas clean at all times and remove all trash daily. 6. Contractor's On-Site Preparation a. Contractor's personnel must wear colored uniform overalls other than orange, blue, or white. Each employee uniform must provide company name and individual employee identification. b. Contractor shall provide telephones for Contractor personnel. Plant telephones are not available for Contractor use. c. Normal working hours for preventive and scheduled corrective maintenance will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. Preventive and scheduled corrective maintenance can be performed outside these hours only with the prior approval of the O.N. Stevens Water Treatment Plant Process Optimizer, Maintenance Superintendent, or their designates. There are no time restrictions on call -out maintenance. d-. _ Ge -. r.., c t ..rte w t not aloe any- City - a i i -its e. All Contractor vehicles must be parked at designated site, as designated by City Water Department staff. All Contractor vehicles must be clearly labeled with company name. No private employee vehicles are allowed at O. N. Stevens Water Treatment Plant. All personnel must be in company vehicles. During working hours, contractor employees must not leave the designated construction area nor wander through any buildings other than for required work or as directed by City Water Department personnel during emergency evacuation. 7. Contractor Qualifications -- SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any work to the computer -based monitoring and control system must be performed only by qualified technical and supervisory personnel, as determined by meeting the qualifications 1 thru 9 below. This work includes, but is not limited to, modifications, additions, changes, selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in operation all hardware and/or software specified or required by these specifications. The Contractor firm or h4s subcontractor firm proposing to perform the SOADA work must be able to demonstrate the following: Section A SP (Revised 12/15/04) Page 17 of 24 to industry-. c. The Contractor firm or subcontractor firm has been actively engaged in the type of work specified herein for at least 5 years. Esc citiono e. The Contractor firm or subcontractor firm employs personnel on this Project who have successfully completed a manufacturer's training course in configuring and implementing the specific computers, 1 TU ' s, and software proposed for the Contract, or will successfully complete this training prior to being certified as a qualified Level III Technician for the O N. Stevens Water Treatment Plant (refer to Section 1.07C of Technical Specification 13308 for the requirements for qualification as a Level III Technician). f. The Contractor firm or subcontractor fir maintains a permanent, fully staffed and equipped service facility within 400 miles of the Project site to maintain, repair, calibrate, and program the systems specified herein. will be ' -Prof ect w as i 5 ■r TL. a Cr.r t tee+ e , 8. Trenching Requirements All trenching for this project at the 0. N. Stevens Water Treatment Plant shall be performed using a backhoe or hand- digging due to the number of existing underground obstructions. No trenching machines shall be allowed on the project. Section A - SP (Revised 12/15/04) Page 18 of 24 A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmi A-46 Disposal of Highly Chlorinated Water (7/5/00) ORM USED) The—Gentr-aeter—ehall - be responaib d- infi-, and line flu = water ,- -part iulrly high le - ccccd thc pern►iooi = - '"°�; EPA, etc. the requirement It will -fo disinf� n,a eat- _ � - appr There shall be no water . Contractor- - ohai of contaminated water A-47 Pre - Construction Exploratory Excavations (7/5/00) SNOT USED_ ) ,a "„t� mit it to thc Engine 4 r cxploratory cxcav tiens i A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP &L and inform CPO, of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A - SP (Revised 12/15/04) Page 22 of 24 A-4_9 ,Amanda l -- "Maintenance Guaranty", (8/24/00) (NOT USED) Under "General Provisions and Requirements for iuni - ,gip - -- - of t- r Contracts," B- -11- Maintenance-Guaranty, add the following: J L T z e Contractor's guarantee icy - a s pares -tee - additional remedy available -te benefit the City of -Corpus Christi. - - - -N ith the guarantee nor a pi at4en of the guarantee-period- will -- operate to reduce-,- -ref c o , r any rights—or rer edi-ee•- a -i1a i -- to the i- ins -or causes of action against the Contractor or any other- i-i4a1 or entity. A-50 Reporting Requirements The Contractor shall satisfy all reporting and documentation requirements detailed in Technical Specifications 13308 and 13420. Failure to do so will be grounds for the City to assess liquidated damages. In particular, the Contractor shall communicate with the appropriate City contact (s ) for the equipment being worked on, as described in Specification 13308. A-51 Contract Term and Renewal The term of this contract shall be one calendar year (12 calendar months) from issuance of Notice to Proceed by the City of Corpus Christi for this contract. This contract may be renewed for up to two additional (1) one calendar year periods, (12 calendar months per calendar year), upon the City Staff's evaluation of the Contractor's successful performance (during the base year) of the contract, approval by the City Council and agreement by the Contractor, with equitable adjustments made for addition and deletion of equipment or adjustment of required preventive maintenance frequencies. A- 52 Final Acceptance and. _Warranty Each item of work performed under this contract shall be subject to inspection and acceptance by the City's representative. The Contractor shall notify the Inspector when each work item is completed and shall submit a completed work order or calibration form to the City's representative. The City's representative will then make a final inspection of each work item; and, if the work is satisfactory and in accordance with the specifications and contract, he will sign the work order or calibration form and certify such completion for Final Acceptance. The Contractor shall warrant all materials and equipment furnished by Contractor and all labor and workmanship for a period of one year (12 months) from the date of Final Acceptance of each work item. Section A - SP (Revised 12/15/04) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PROJECT : 0 . I. STEVENS WATER TREATMENT PLANT ONGOING INSTRUMENT MAINTENANCE PROGRAM FY 2007 — 2008, PROTECT N . 8590 OWNER : CITY F CORPUS PUS CHRISTI ENGINEER: COLWELL Sc ASSOCIATES , INC . CONTRACTOR SUBMITTAL DATE: SUBMITTAL NUMBER APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A SP (Revised 12/15/04) Page 24 of 24 A G R E E M E N T THE STATE OF TEXAS 5 COUNTY OF NUECES § THIS AGREEMENT is entered into this 30TH day of OCTOBER, 2007, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and R.E. Rabalais Constructors, Ltd. dba Rabalais I &E Constructors termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $338,780.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: O.N.STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY 2007 -2008 PROJECT NO. 8590 (TOTAL BASE BID: $338,780.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 O.N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 Base Bid - Section 1 I II III IV V ITEM QTY Description Unit Price IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE) 1A 12 Calendar Month L.S. Annual Preventive Maintenance Services for Field and Board Instrumentation at the 0. N. Ctc,rcna w=1,.., + m ni- Plant, complete in place, including labor and supervision for required installation of spare parts and other miscellaneous components per Monthly Lump 10,215 $ 122,580 Sum 1B L.S. * MANDATORY allowance for spare parts and other miscellaneous components furnished by Contractor to be invoiced at Contractor's cost plus fifteen per cent (15 %) mark -up. $ 25,000 $ 25,000 1C L.S. * MANDATORY allowance for additional Annual Preventive Maintenance Services for Field and Board Instrumentation at various locations City -Wide, complete in place, including labor and supervision for required installation of spare parts and other miscellaneous components per Lump Sum. $ 25,000 $ 25,000 BASE BID - SECTION 1: $ 172,580 (Bid Items 1A +1B +1C) Proposal Form Page 3 of 13 O.N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 Base Bid - Section 2 II III IV ITEM QTY Description Unit Price IN FIGURES V BID ITEM EXTENSION (QTY X UNIT PRICE) 2A 200 HR Services to update City's Instrumentation Data Base on a monthly basis, complete and in place per Hour. $60.00 $ 12,000 2B 120 HR Services to update City's instrumentation Loop Diagrams on a monthly basis, complete and in place per Hour. $60.00 $ 7,200 2C 3000 HR Services for Journeyman Electrician(s) throughout the contract performance period. It is anticipated that a minimum of 10 hours per week and up to 80 hours per week will be required. The nature of the work is associated with the typical maintenance and minor repairs for municipal water treatment plant and pump stations, complete and in place per Hour. $49.00 $147,000 BASE BID - SECTION 2: $ 166,200 (Bid Items 2A +2B +2C) O. N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 * The allowance amount(s) shown in the Base Bid Section 1, above are included for bidding purposes only. Actual quantities will be determined by actual field conditions and may be zero or a credit to the City. Actual charges against the allowance(s) will be approved by the Engineer, negotiated and paid for through the City's regular change order process and authorized by the City Engineer. BID SUMMARY BASE BID - SECTION 1: (Bid Items 1A +1B +1C) BASE BID - SECTION 2: (Bid Items 2A +2B +2C) TOTAL BASE BID: $ 172,580 $ 166,200 $ 338,780 O. N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 Supplemental Bid Proposal Cost Allowance for Additional PREVENTIVE MAINTENANCE SERVICES The following unit prices are established for services in excess of those defined in Section 2A, 2B and 2C of this contract: 1. COST ALLOWANCE for additional services to update City's instrumentation data base, per Hour: $75 nn (unit price) per Hour 2. COST ALLOWANCE for additional services to update City's Loop Diagrams, per Hour: $75.00 per Hour (unit price) 3. COST ALLOWANCE for additional services for journeyman electrician(s) to perform "after- hours" work and emergency call but work, per Hour: $75.00 (unit price) per Hour No work under this provision of Director of Engineering Services the contract will be negotiated are required. Any work to be contract will be authorized by a the contract is authorized by the . Services under this provision of when the City determines that they done under this provision of the Change Order. The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within ONE CALENDAR YEAR after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTE City ecretary APPRO D AS TO GAL : B Y Asst. City Attorney ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF CORPUS CHRISTI By: y%� f -oo w• 40/07 RuLk r' l'tu goy , AL. City MyL ui ubli ' WuiRs nd ULilities K.GSv_cur,z,�., P,IG. By: 10-2/07 STS --'S Director of Engineering Services CONTRACTOR R.E.Rabalais C.nstructors, Ltd. %— at a =.cf= dba By: Con Title: I- /PENT ructors P.O.Box 10366 (Address) Corpus Christi,TX 78460 -0366 (City) (State)(ZIP) 361/242 -3121 * 361/242 -2678 (Phone) (Fax) Agreement Page 2 of 2 M AIThUKIL J dY CCURCI SECRETARY P. P R O P O S A L F O R M F O R O. N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 J DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of 13 Proposal of P R O P O S A L Place: Corpus Christi, TX Date : 10/10/07 a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as R. E. Rabalais Constructors, Ltd. dba Rabalais I &E Constructors TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: O. N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 at 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 13 O.N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 Base Bid - Section 1 I II III IV V ITEM QTY Description Unit Price IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE) IA 12 Calendar Month L.S. Annual Preventive Maintenance Services for Field and Board Instrumentation at the O. N. Stevens Water Treatment Plant, complete in place, including labor and supervision for required installation of spare parts and other miscellaneous per Monthly Lump 10,215 $ 122,580 components 1B L.S. * MANDATORY allowance for spare parts and other miscellaneous components furnished by Contractor to be invoiced at Contractor's cost plus fifteen per cent (15 %) mark -up. $ 25,000 $ 25,000 1C L.S. * MANDATORY allowance for add i..i.ivual .t iuivai Preventive Maintenance Services for Field and Board Instrumentation at various locations City -Wide, complete in place, including labor and supervision for required installation of spare parts and other miscellaneous components per Lump Sum. $ 25,000 $ 25,000 BASE BID - SECTION 1: (Bid Items 1A +1B +1C) Proposal Form Page 3 of 13 172,580 O.N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 Base Bid - Section 2 I III Iv ITEM QTY Description Unit Price IN FIGURES v BID ITEM EXTENSION (QTY X UNIT PRICE) 2A 200 HR Services to update City's Instrumentation Data Base on a monthly basis, complete and in place per Hour. $60.00 $ 12,000 2B 120 HR. Services to update City's instrumentation Loop Diagrams on a monthly basis, complete and in place per Hour. $60.00 $ 7,200 2C 3000 HR Services for Journeyman 1,'l ar+i -ri ri �n f a 1 �1^�rn��rrl�n�it tho contract performance period. It is anticipated that a minimum of 10 hours per week and up to 80 hours per week will be required. The nature of the work is associated with the typical maintenance and minor repairs for municipal water treatment plant and pump stations, complete and in place per Hour. $49.00 $147,000 BASE BID - SECTION 2: $ 166,200 (Bid Items 2A +2B +2C) O. N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 * The allowance amount(s) shown in the Base Bid Section 1, above are included for bidding purposes only. Actual quantities will be determined by actual field conditions and may be zero or a credit to the City. Actual charges against the allowance(s) will be approved by the Engineer, negotiated and paid for through the City's regular change order process and authorized by the City Engineer. BID SUMMARY BASE BID - SECTION 1: (Bid Items 1A +1B +1C) BASE BID - SECTION 2: (Bid Items 2A +2B +2C) TOTAL BASE BID: $ 172,580 $ 166,200 $ 338,780 O. N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 Supplemental Bid Proposal. Cost Allowance for Additional PREVENTIVE MAINTENANCE SERVICES The following unit prices are established for services in excess of those defined in Section 2A, 2B and 2C of this contract: 1. COST ALLOWANCE for additional services to update City's instrumentation data base, per Hour: $75.00 (unit price) per Hour 2. COST ALLOWANCE for additional services to update City's Loop Diagrams, per Hour: $75.00 per Hour (unit price) 3. COST ALLOWANCE for additional services for journeyman electrician(s) to perform "after- hours" work and emergency call out work, per Hour: $75_00 per Hour (unit price) No work under this provision of the contract is authorized by the Director of Engineering Services. Services under this provision of the contract will be negotiated when the City determines that they are required. Any work to be done under this provision of the contract will be authorized by a Change Order. STATEMENT OF QUALIFICATIONS This section will be used by the Owner and Engineer for consideration of the bid Award. The Contractor, subcontractors, and supplier shall be qualified and experienced in the performance of the work as described in the Special Provisions, Items A -30 and A -35. The following statement shall be filled out in order to demonstrate compliance with the qualifications and experience requirements. All questions must be answered and the data given must be clear and comprehensive. This statement must be submitted with the proposal. If necessary, questions may be answered on separate attached sheets. Do not attach general advertising and marketing literature; non- relevant materials will not be considered as part of the proposal. Failure to complete the Qualifications Statement completely and accurately shall be sole cause for the proposal to be considered non - responsive. Proposals with an incomplete Qualifications statement will not be evaluated and will be rejected. Information and documentation required by Items A -28, A -29 and A -30 of the Special Provisions for this contract shall be submitted and submitted with the proposal. COMPANY INFORMATION 1. Name of Firm /Company submitting Proposal Form (Prime Contractor only) : R.E. Rabalais anstartcrs, Ltd., cia RRhalai.s I8E anstactcrs 2. Permanent main office address and telephone number: 11200 Up River Rd. (78410), P.O. Box 10366, Corpus Christi, TX 78460 3. When organized: incorporated: 09/84 If a corporation, where 4. Contracts on hand: 9 (Provide a schedule of these, showing name and address of Owner, amount of each contract and the approximate anticipated date of completion.) See Attached 5. Have you completed all contracts awarded to you? x Yes ^ No. If no, submit details: Proposal Form Page 8 of 13 6. Have you ever defaulted on a contract? _ Yes x No If yes, where, why, name of project, name and address of Owner, and name of bond carrier: 7. Is your firm presently engaged in litigation with respect to any claim regarding contract performance: Yes X No. If yes, submit description and state case number, style of case and court in which pending or in which judgment was entered: 8. Has your firm ever been assessed liquidated damages on any project? x Yes _ No. If yes, submit details, including name and address of the owner of the project. City of Cbrcus Christi, P.O. Bac 9277, ChtrpLE Christi, 9X - Wi l liarrs Street / Canty cab L.S. 9. Have the principals of your firm been engaged in the instrument and electrical contracting business under any other name within the past five (5) years? If so, please provide the name of such principal(s) and the name and address of the former business; N/A Proposal Form Page 9 of 13 LIST OF FIRMS SUBCONTRACTING ON THIS PROJECT In conformance with the Contract Documents, listed below are the names, addresses and phone numbers of the firms subcontracting on this contract and to what extent they will be used if awarded this contract. This list shall not be modified except as requested of and approved by the Owner, in writing. State if no subcontractor firms will be used. Name and Address of Subcontractor Type of Work N/A Proposal Form Page 10 of 13 O. N. STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY2007 - 2008 Project No. 8590 The undersigned hereby declares 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) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5t 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. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 1 (one) Calendar Year. (12 Calendar Months) from the date designated by a Work Order. This contract may be renewed for up to (2) two additional (1) one calendar year periods, (12 calendar months per calendar year) - refer to A -51, upon approval by the City Council. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned Work rnvp.rp i hy $-hi a nrnrinmai i r ctrl r't arvrvnrrianrc w41-11 tha, rnrn4 -rani- documents and the requirements pertaining thereto, for the sum or sums above set forth. Recei f the following addenda is acknowledged (addenda number): No. (SEAL - IF BIDDER IS a Corporation) Respect Name: By: (SIGNATURE) Address: P.O. Bic 10366 / 11200 Up lhr Ri. (P.O. Box) (Street) Q Ipis Christi, TX 78460 -0366 (City) (State) (Zip) Telephone: 361-242-3121 NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Proposal Form Page 11 of 13 (Revised August 2000) P E R F O R M A N C E B O N D BOND NO. 5004666 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT R.E.Rabalais Constructors, Ltd. dba Rabalais I&E Constructors Of NUECES County, Texas, hereinafter called "Principal ", and SURETEC INSURANCE COMPANY a corporation organized under the laws of the State of TEXAS , and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of Three Hundred Thirty -Eight Thousand, Seven Hundred Eighth and No/100($338,780.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 30TH of OCTOBER , 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of: O.N.STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY 2007 -2008 PROJECT NO. 8590 (TOTAL BASE BID: $338,780.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 8TH day of NOVEMBER , 20 07 . PRINCIPAL R.E. RABAT, By: STy CTORS / TD. DBA RABALAIS I & E CONSTRUCTORS !tea LLYEL L i s .D 7 (Print Name & Titlef ATTEST Secretary Secretary 200A..eA �tXCGM£ U� (Print Name) SURETY SURETEC INSURANCE COMPANY By: Attorney- fact MI RV ELIZIL Ii1E, (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 361 - 883 - -1711 (NOTE: Date of Performance Bond must not be prior to date of contract)(Revised 9/02) Performance Bond Page 2 of 2 STATE OF TEXAS § COUNTY OF NUECES § P A Y M E N T B O N D BOND NO. 5004666 KNOW ALL BY THESE PRESENTS: THAT R.E.Rabalais Constructors, Ltd., dba Rabalais I &E Constructors of NUECES County, Texas, hereinafter called "Principal ", and SURETEC INSURANCE COMPANY ,a corporation organized under the laws of the State of TEXAS , and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of Three Hundred Thirty -Eight Thousand, Seven Hundred Eighty and No /100($338,780.00)DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 30TH day OCTOBER, 2007, a copy of which is hereto attached and made a part hereof, for the construction of: 0.N.STEVENS WATER TREATMENT PLANT ON -GOING INSTRUMENT MAINTENANCE PROGRAM FY 2007 -2008 PROJECT NO. 8590 (TOTAL BASE BID: $338,780.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 8TH day of NOVEMBER , 20 07 PRINCIPAL R.E. RAB By: ORS, D. DBA RABALAIS I & E CONSTRUCTORS ATTEST Secretary , `evefL.l.e -t 1 d`Czc�24� (Print Name) SURETY SURETEC INSURANCE COMPANY By: Attorne fi' -fact MARY E EN MOORE (Print Name) The Resident Agent of the Surety in Nueces County, Texas, -foamy} delivery of notice and service of process is: Agency: SWANTTRR CnRnnN TNSURANC V AFNCY Contact Person: MARY ELLEN MOORE Address: P.O. BOX 870 Phone Number: CORPUS r1=1R -LCTC, mgrs 7890.3 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 POA #: 4221023 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Randal M. Lee, Mary Ellen Moore, Kristi Roberts, Leroy A. Ryza, Diann Eisenhauer of Corpus Christi, TX its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment shall continue in force until 12/31/08 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons asAttorney(s)-in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolver, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 204 of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. TEC b RANCE COMPANY State of Texas County of Harris SS: By: reside t On this 20th day of June, A.D. 2005 before me personally came B.J: King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. =Michelle eo sale of lkos ee Michelle Denny, Notary lie August My commission expires August 27, 2008 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 8TH daY .s "Afj, Brent Bea , 20 07 , A.D. istant Sec tart' Any Instrument Issued in excess of the penalty stated above is totally vold and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1- 866 - 732 -0099. You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin, TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1 -800 -252 -3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714 -9104 Fax #: 512 -475 -1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shah not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio- hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 11.11.03 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". FIRM NAME R. E. Rabalais Constructors, Ltd., dba Rabalais I &E Constructors STREET: 11200 Up River Rd. CITY: Corpus Christi ZIP: 78410 • FIRM is: 1. Corporation 2. Partnership X 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Consultant N/A CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that 1 have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Bob Cuvel 1. , Title: Signature of Certifying Person: Proposal Form P flo 1') ..F 1 President Date: 10/10/07 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee ". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm ". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self- employed person, partnership, corporation, Joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non -profit organizations. d. "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership interest ". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal Form Page 13 of 13 CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner & Gordon Ins. Agcy -CC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2. 0. Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403 -0870 Phone:361- 883 -1711 Fax:361- 844 -0101 INSUHfD CSR CM DATE IMM(DDIYYYY) RABAL -3 09/26/07 PRODUCER Rabalais I &E Constructors P 0 Box 10366 Corpus Christi TX 78460 INSURERS AFFORDING COVERAGE INSURERA Texas Mutual Insurance Co INSURER IL. Praetorian SpneiaitY Insurance .._.. _,_._.,... .__ INSURER C: Southern Insurance Co linuRI:Rn. Amer Intl Spec 1,ns Ins Co INSURER L ..__..., .. COVERAGES THL POLICIES OF INSURANCE LISTED BELOW INVE BEEN ISSUED TO TIME INSURED NAMED ABOVE FOtR THE POLICY PERIOD INDICATED. NOTWITI'STANDING ANY REQUIREMENT, TERM OR CONDI RON OF ANY CONTRACT OR OTHER DOCUMENT Wll'H RESPECT 10 WHICH THIS CERTIFIC.ATL MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED 13Y THE POI ICIE S DESCRIBED HEREIN IS SUBJECT TO ALI THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AI1TP1- LTR INSR TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL. GENERAL I IARII.IIY 1 CLAIMS MADE X 1 OCCUR GI:N'L AGGREGATE LIMIT APPLIES PER- POLICY IX jFCT h I.00 AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON OWNED AUTOS GARAGE LIABILITY ANY AU 10 EXCESSIUMBRELLA LIABILITY 1 OCCUR 1 CLAIMS MADE X B B DESCRIPTION OF OPERATIONS J LOCATIONS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMEN POLICY NUMBER PSITX0002571 DATE (MMIOD)E 10/01/07 POLICY TE (MMIDDIY))N 10/01/08 7 NAIL 22945 LIMITS EACH OCCURRENCE UAMAC+k 1U RENTED- PREMISES (Ea ocarence) __ MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS . COMP /OPAGG Emp Ben. $1,000,000 $200,000 $ 501,000 $ 1,000,000 v(2,000,000 $2,000,000 1,000,000 DEDUCTIBLE RETENTION $10,000/ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PIIOPRU TORJPARTNE RIEXCCUTNI: OFFICI:RJMEMLIER EXCLUDED 11 yes. desuthc rimer SPECIAL PROVISIONS below OTHER Installation Fltr. PSITX0002571 10/01/07 10/01/08 Equipment Fltr. PSITX0002571 10/01/07 10/01/08 T !SPECIAL PROVISIONS BAP5635511 4943913 s TSF0001183839 10/01/07 10/01/07 10/01/07 10/01/08 10 /01 /08 10/01/08 COMBINED SINGLE LIMIT (Ca accident{ BODILY INJURY (Per person) BODILY INJURY (Per accident) !'ROPIER I Y OAMAGL (Per accident) 1,000,000 $ $ $ AUTO ONLY• FA ACCIDENT 3 EA ACE: $ AGO $ OTHER THAN AUTO ONLY. EACH OCCURRENCE $15,000,000 AGGREGATE ,.` -_. _.....__ $15,000,000 S 1 $ Uslr X I WC STATU. I TORYLIMI_FS_l_._._.I_LR_.._. . _ E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE EA t_MPLOYEE $ 1 , 000000 E.L DISEASE - POLICY LIMIT $ 1 , 000 , 000 Each Inst Rntd /isd Project: O.N.Stevens Water Treatment Plant On -Going Instrument Maintenance Program FY 2007 -2000 - Project No'. 8590. The City of Corpus Christi is named/ as additional insured on all General Liability and all Auto Liability policies. *30 Day NOC not applicable to Umbrella Policy. CERTIFICATE HOLDER CANCELLATION CICC -CC City of Corpus Christi Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi TX 78469 -9277 ACORD 25 (2001/08) $500,000 $500,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOREj'I4E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *3 0 ✓ ✓DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 5O SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AU ORIZED RE' - • SENTA VE OACORD CORPORATION 9988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement an this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACOR❑ 25 (2001108) COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 'I-1 IlS ENDORSEMENT CHANGES TI"1F: POLICY - PLEASE ASE READ 1'1' CAREFUT,LY /ADDI'T'IONAL INSURED - OWNERS, LESSEES OR CONTRACTORS — SCHEDULED DULEI) PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: V COMMERCIAL GENERAL LIABILITY COVERAGE PART SCI-1 EDU I,I Name or Person or Organization: City or Corpus Christi Department of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, 'Texas 78469 -9277 (If no entry appears above, information required to complete this endorsement will he shown in the Declaration as applicable to this endorsement.) A. Section 11 - -- Who is An 'Insured is amended to include 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. 13. With respect to the insurance aifitrded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or properly 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 Tor a principal as part of the same project (G 20 10 10 01 Insured: Rabalais T & E Constructors Effective: 10/1/2007 Randal M. Lee Authorized Representative Pol f1 PSYI'X0002571 Managing Partner Title: v' ADDITIONAL INSURED This codoisement modifies insurance provided under the following: 1 BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE CORM TE 99 0111 This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: T;.rrdorscment Effective Policy Number 10/1/2007 f3AI'563551 I i� Named Insured Countersigned by (Authorized Representative) The provisions and exclusions that apply to 1.1A BRAIN'. COVF,RAGE also apply to this endorsement. Additional Insured: City of Corpus Christi / Dept. Of Engineering Services l/ 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 ot'a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium aind any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will retail the additional insured notice of any cancellation of this policy. lithe cancellation is by us, we will give ten days notice to the additional insnretl. The additional insured will retain any right of recovery as a claimant under this policy. FORM 'TE 99 0111 - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 A'T TACI I ME NT 2 2 OF 2 COMMERCIAL GENERAL LIABILITY .ITY (Xi 02 05 01 96 T'IIIS ENDORSEMENT C1 -TANG[ S THE POLICY - PLEASE READ IT CAREFULLY v TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CIIANGE "Phis endorsement modifies insurance provided under the fbllowing: COMMERCIAL GENERAL LIABILI'T'Y COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNFRS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE I..IABI1.ITY COVERAGE PAR'!' I n the event of cancellation or material change that reduces restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1 City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 Number of days advance notice: 11 -iIRTY (30) Named insured: Rabalais 1 &E Constructors Policy Number: PS1TX0002571 Effective Date of This Endorsement: 10/1/2007 Authorized Representative: Name (Printed): R. M. Lee Title (Printed): Managing Partner CG0205 (01/96) ATTACIF1MTNT 3 1 OF 3 TF, 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Policy Number BAP5635511 Endorsement Effective 10/ 1 /2007 Nained Insured Rabalais .1 &. l.; Constructors J Countersigned by (Authorized Representative) THIRTY (30) clays before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice 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 Authorised Representative: V Name (Printed): Title (Printed): FORM TE 02 02A - R. M. Lee Managing Partner CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective 3/92) ATTACHMENT 3 2 ON 3 WORKC,RS COMPENSATION AND EMPLOY LIABILITY INSURANCE POLICY WC 42 06 01 (cm). 7 -85) TEXAS NOTICE OF MA"I'ERIAI. CHANGI; 1?NI)ORSfi.MENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 1/ 2. Notice will be mailed to: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator 1 >0 3ox 9277 Corpus Christi, TX 78469 -9277 This endorsement changes the policy to which it is attached and is etlective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation oldie policy.) Endorsernent Effective: 10/1/2007 Policy No. TSf. 0001183839 Insured Ialaalais 18c E Constructors insurance Company WC 42 06 01 ([d. 7 -84) Texas Mutual Company Insurance Countersigned Hy:/ Endorsement No. 1 Premium $ Name (Printed): R. M. Lee Title (Printed): Managing Partner ATTACHIMENT 3 3OF3 GENIiRAL.. ENDORSEMENT Name of Person or organization insured Rabalais 1 & E Constructors I)aie this endorsement bikes effect 10/1/2007 Endorsement Number Policy Number PS11 X0002571 Policy Period 10/1/2007 Installation Floater Name of Company issuing this endorsement Praetorian Specialty Insurance Company (We will not lilt in the above unless we issue this endursemenl after we issue your policy) In consideration of no change in premium, add the following as an additional insured: City of Corpus Christi: Department of Engineering Services Attn: Contract Administrator P 0 Box 9277 Corpus Christi, 'I'X 78469 -9277 Should the above described policy be canceled or materially changed before the expiration date thereof, the issuing company will mail 30 days written notice to the above named. Signature: K K- 0:1_,00 Authorized Agent ATTACI[M ENT 4 1 Of 1