Loading...
HomeMy WebLinkAboutC2007-397 - 11/20/2007 - ApprovedS P C I L Mal, Inc. P R O V I S I O N S S P E C I F I C A T I O N S AND FORMS F C O N T R A C T S AND FOR BONDS BEN GARZA GYMNASIUM HVAC SYSTEMS REPLACEMENT - 2007 • ....".........‘A‘. ..........\.ic.1F /67,11 - , ..'.f. the $*: ' + 1 f f JWlobil, ,i�. . w 0. 7a .. ,k ,k,.'..:4cigl. ' t -rte vtA6Netimeeiele itql" 1 FOR PARKS AND RECREATION DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3460 Fax: 361/826 -3864 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 ETIOJECT N : 3327 2007 -397 11/20/07 M2007-300 S P E C I L P R O V I S I O N S S P E C I F I C A T I O N S A N D F O R M S OF C O N T R A C T S AND F O R BONDS BEN GARZA GYMNASIUM HVAC SYSTEMS REPLACEMENT - 2007 PROJECT NO : 3327 FOR PARKS AND RECREATION DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3460 Fax: 361/826 -3864 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 f Tel SCO ''IDE • .*.ir tstsi a .. /o /5/a7 (Revised 7/5/00) BEN GARZA GYM/sTASIUM HVAC SYSTEMS REPLACEMENT — 2007 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS — A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS — B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A — SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A-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 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00 —12 int n n ce o . rv, ceo (Not Used) A- 13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking valra (Not Used) A-16 Disposal /Salvage of Materials —1 F; , icc (Not Used) A-18 Schedule and Sequence of Construction A1-9- ConotruetIen—StakIng (Not Used) A-20 Testing and Certification (Not Used) A-22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds A-25 Sa a Tax Exempt (NO LONGER APPLICABLE ) (6/11/98) A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29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 11Eecution of Contract'! Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A-36 Other Submittals (Revised 9/18/00) * (Not Used) (Not Used) 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 Ozon - (Not Used) A -42 A-43 A -44 A-45 t . A -47 A-48 A -49 A -50 OSHA Rules & Regulations Amended Indemnification & Hold Harmless (9/98) Change Orders (4/26/99) As- Built Dimensions and Drawings (7/5/00) Pr- Construction Exploratory Excavations Overhead Electrical Wires (7/5/00) Amend "Maintenance Guaranty" (8/24/00) Asbestos Limited Survey (09/19/07) Part A Special Provisions Attachment A (Not Used) -(1-/S/00) (Not Used) PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART T - TECHNICAL SPECIFICATIONS Specification for Asbestos Removal (10/02/07) Division 01 01210 Allowances 01230 Alternates 01500 Temporary Facilities and Controls Division 15 15000 Mechanical and Electrical Specifications (Common Conditions) 15010 Mechanical General Conditions 15020 Starting of HVAC Systems 15030 Mechanical Demolition 15060 Hangers and Supports 15080 Mechanical Insulation 15180 Refrigerant and Equipment Drain Piping 15779 Packaged Rooftop Air Conditioning Units 15810 Ducts 15860 Air Cleaning Devices 15975 Automatic Temperature Control Systems 15990 Testing, Adjusting, and Balancing (TAB) Division 16 16000 Electrical Specifications LIST OF DRAWINGS Sheet No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Description Ti Title Sheet M1 HVAC Roof Demolition Plan - Upper M2 HVAC Roof Demolition Plan - Lower M3 HVAC Roof Plan - Upper Roof M4 HVAC Roof Plan - Lower Roof M5 HVAC Floor Plan and Schedules M6 HVAC Details El Electrical Floor Plan E2 Electrical Roof Plan Al Architectural Demolition Plan A2 Architectural Demolition Plan A3 Architectural Roof Plan - Upper A4 Architectural Roof Plan - Lower AS Architectural Roofing Details Roof Roof - Upper -- Lower Roof Roof Roof Roof NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: BEN GARZA GYMNASIUM HVAC SYSTEMS REPLACEMENT - 2007; consists of the replacement of eight packaged rooftop units with associated ductwork, curbs, supports, piping, and controls. Other work includes demolition /disposal of existing rooftop units and disconnecting, extending, rerouting and reconnecting of associated electrical feeders. Modifications to roofing including asbestos abatement, as required to accommodate new and existing roof curbs and new ductwork. Alternate Bid Item No 1 includes specified condenser coil coatings for all new packaged rooftop units condensing coils. All work to be complete with all appurtenances, in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until p.m. on Wednesday, November 7, 2007, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for A0:00 a.m. , Thu sda ,_ vembe�r,..l_,_ 2007 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer, "workman," or. "mechanic" employed on this project. 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, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS // Angel R. Escobar, P.E. Director of Engineering Services // Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE of INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on 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 $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY -- -OWNED NON-OWNED OR RENTED 1, 0, COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT 0 REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements D REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limi t See Section B -6 -11 and Supplemental Insurance Requirements X REQUIRED D 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 nd rs ment to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500 Page 2 of 2 NOTICE TO CONTRACTORS - B DIOTICE TOONTFACTQRS B WORKER'S COM EN SAT I o COVERAGE FOR . - BUILDING OR C NST T T ON PROJECTS FOR OVE N11EMT ENTITIES `etas law requires that most contractors, subcontractors, and others providing work or services for a City buildi J. k .I . * Ir.: Title 28. D Part IL TEXAS WORKERS' COMPENSATION C i IS S ION Chapter 110. REQUERID NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terns, when used in this rule, shall have the following meanings, unless :ear indicates otherwise. Terms not defined rule shall have the mean deed in the �r�te� �y the Texas Labor Code, if so defined, Certificate of cove: ate ce fic te:, — A copy of a certificate of insurance, a certificate of authority to cif insure issued by the rrauission, or a workers' compensation coverage azreement TWCC -S 1 TWCC-82, TWCC-83, or nvcc -s , showing statutory workers' s' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. Building or construction- -leas the meaning. defined in the Texas Labor Code, § 406.096(e)O). Contrz.ctor—A person bidding for or awarded a building or construction project by a government entity. (4) Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44). (5) �ement — C overa ,� written asreer ent on form T CC- i, form TWCC-32, form TWCC-83, . � form - filed with the Texas Workers' Compe^.sation Commission which establishes a or �orrn T�CC � I relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to r F r 0 Subchapters F and G, as one of employer /employee and the Texas Labor Code, Chapter # p establishes who will be responsible for providing workers' compensation coverage for persons abhs p providing services on the project. Duration . of the probe — Includes the time from the bezinning of r r' on the project until the work on the project has been completed and accepted by the 2overnmental entity_ (7) Persons i .. r the project ' "subcontractor" it § 406.096 of the Act _ the . sans prv�d�r� services on t� p exception of persons exc#uded under subsections (h) and (i) o ft is section, includes all persons or i - services the contractor has undertaken to perform n the project entities performing a or part of s with and whether • # whether ' � traced directly ith the contractor and re ardless f` rerd�ess o� t�.t person core directly ,. that person has employees. This dudes but is not united to independent contractors, subcontractors. e s. This in leasing companies, motor carriers, owner-operators, employees f any such entity, or employees of �,,+ �` services on the project. �� r ices" includes but not h teo � entity furnishing persons to perform s � NOTICE T O CONTRAC'T'ORS Revised 1/13)98) Page 2 o t 1 http:/ www so s.state.t :.us tact ST i 1 TB 110.1 I .htmi 8/7/98 2S T..!..0 . . Pate cf6 to * a .... ....�: or deliverina equipment or �.•z: r +:s. or providing labor, tra= soc::a icry, or othc, service : e:a: to project. 'Services" does not activities urzelated to the r j ; : s.,:ch as footheverae vendors, oEce supply deliveries, ai delivery ofortable toilets. r c]ec thciudes the provision of all services reizted to a buiicizzig or construction contract act for a governmen:22. entity. r ovi iir or causing to be provided a certificate of coverage pursuant to this rule is a representaticr. by the insured that all employees of the insured who are providing services on the project a* a covered by workers' compensation cover age, that the coverage is based on proper reporting of c #assifcation codes and payroll amounts, and that all coverage azreements have been filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Se, f-Insura ce Regulation. Providing false or misleading certincates of coverage, or faiiine to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to admix str ive penalties, criminal penalties, civil peraities, or other civil actions. (c) A Qoverarnental entity that eaters into a building or cons-t c -ion contract on a project shall: (1) include in the bid specifications, all the provisions of paragph (7) of this subsection, using the lanuae required by paraaph of this subsection; as part of the contract, using the language required by parazrap (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of covet-ace for each person providing services on the project, prior to that person beginning work on the project; obtain frcm the contractor a new certificate of °average showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expira.tion of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter, provide a copy of the cer ficates of coverage to the commission upon request and to any person entitled to them by law; and use the language contained in the following Fizure 1 for bid specifications and contras ,without any additional words or canes, except those requi AC 110.110 page 3 of : A contractor shall: 1 provide coverage for its empic yees providing services on a project, for the duration of the project used on proper reporting of cla_ssiEcalion codes and payroll amounts and EEZ2 EE: of any coverage arreer ents; provide a certificate of coverage sowing workers' compensation cover age to the governmental entity prior to beginnine 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 ccvera e, if the coverage period shown on the contractor's current certificate of coverage ends durinz the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginninz 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, (6) notify the governmental entity in writing by certified mad or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; post a notice an each project size informing all persons providing services on the project that they are rewired to be covered, and Stang how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and tent in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the noti Pain 4 or 2S TAG 1:0.11 cortrac uaily require e2.ch oer son with whor.-: it contrac s :o .-ore services c. : projcct to: provide based sed n proper r r porri �. of classification cotes and payroll amounts and Eng ... � for the duration coverage are er for ail of its npi �ees pro ^ g services n the project. f of and o of the project; provide a certificate of coverage � to the contractor prior to that e. son beginning work on the projec:: include ■ ell contracts to provide services c+ � �� project � language '��1in of this (e)(3) section • • o r the end of the coverage period, new rti c :e of coverage provide the contractor, prior to th of coverage � p, of • �. period � o the current certificate o showing extension of ,ov: age, the coverage mod s ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: 0) a . �. to the other person beginning work on the project; �.d certificate of coverage, prior �o (ii) � new certificate of coverage showing ex-tension of the prior to the end of ce.as period, a � .,. r the • - period shown on the current certificate of coverage ends during coverage period, ��e coverage prnc duration of the project; retain - of coverage o file for the duration of the project and for one year (F) retn required certificates of thereafter; by certified mail or personal delivery, within ten days (G) notify the governmental entity in writing �� F the � vision of have no of any change that materially affects . -e pro aver the person lte or should �, coverage of any person providing services on the project; and (H) contractually rewire each other ffer pes n with whom it contracts, to perform as required by provided to the person of this paragraph, .wt the certificate of coverage to be proms ubpara.�ph -� p �. for whom they are providing services. person providing services on project, other than a contractor, shall: (e) p g p (1) providprovide coverage for its employees providing services on a project, for the duration of the project based on proper reporting orti of classification codes and payroll amounts and fling of any coverage agreements; provide a certificate of cover age as required by its contract to provide services on the project, �. prior to beeinning work on the project; • provide services on the project: "By signing this have the follow language in its contract to pro p a certificate of coverage, the person sing this contract or providing or causing to be provided �. • governmental entity hat a employees of the person sing this contract �s representing to the er nrrnent • � '. � ;ion coverage contract who will provide services on the project will be covered by workers compensation g p http://www.sos.state.tx.usitad2S/EUI 1 0/ 110.11 NOTICE 7O CONTRACTORS - B Revised 1/13/96) Page 5 cf 7 9 tV. L 1V rage: or f. y -� . - cc #•e;a a wi 1AL., 11U.11U Page 6 of 6 duration of :he contract: (1) retain ail required r c :e of coverage on file for the duration of zhe project and for one year thereafter, �' the governmental entity in writing by certified mail or person delivery, within ten days (0) notify ... vi 'on of after the rt person knew or should have known, of any change that materially affects the pro p coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this - subparagraph and subparagraphs (A><G) o f this paragraph, with the certificate of coverage to be p �.. . provided to the person for whom they are proving services. (I) If ` any provision of this rule or its application .'x lication to any person r circumstance nce is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without 'valid provision or application, and to this end the provisions of this rule are declared to be the m p p severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who P rovide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 4j). (1) The coverage requirement in'this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from i coverage in accordance with the Act, § 406.097(a) a added by House 1089, 74th mature, 1995, . This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self -ire that is delivered, issued for delivery, or renewed on or after January 1, 1 996. Source: The provisions of this 1 I o. 110 adopted to be effective September 1, 1 994 19 Tie you p p 5715; amended to be effective November 6, 1995, 20 Tex Reg 8609. RQturn to Section Index http://www.sos.state.musitac/23/11/1 ] 110.11 0.html NOTICE TO CONTRACTORS •- B Revised 1/12/98) Page 7 of 7 8/7/98 PART A SPECIAL PROVISIONS BEN SARA GYMNASIUM HVAC SYSTEMS REPLACEMENT - 2007 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, November 7, 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 - BEN GARZA GYMNASIUM HVAC SYSTEMS REPLACEMENT - 2007; PROJECT NO. 3327 A pre -bid meeting will be held on Thursday, Nove ber 1, 2007, beginning at 10 :00 AM. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, T. and will include a discussion of the project elements. If requested, a site visit will follow. No additional or se•arate visitations will be conducted b 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 the replacement of eight (8) packaged rooftop units with associated ductwork, curbs, supports, piping, and controls. Other work includes demolition /disposal of existing rooftop units and disconnecting, extending, rerouting and reconnecting of associated electrical feeders. Modifications to roofing including asbestos abatement as required to accommodate new and existing roof curbs and new ductwork. Alternate Bid Item No. 1 includes specified condenser coil coatings for all new packaged rooftop units condensing coils. All work to be complete with all appurtenances, in accordance with the plans, specifications and contract documents. A-4 Method of Award The bids will be evaluated based on the following priority order, subject to the availability of funding: 1. Total Base Bid -OR- 2. Total Base Bid plus Alternate Bid Item No. 1. 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. 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 "BEN GARZA GYMNASIUM HVAC SYSTEMS REPLCAEMENT - 2007; PROJECT NO. 3327" as identified in the Proposal) A Cashier's Check, certified check, money order or bank draft from any State or Iational Bank will also be acceptable.) Section A - SP (Revised 12/15/04) Page 1 of 22 2. Disclosure of Interests statement 3. Documentation as required by Special Provision A-28, A- 9 , and A-30. A-6 Time of Completion /Liquidated Damages The working time for completion of the Project will be One hundred ford (140) calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering ervices or designee "City Engineer") to proceed. Work will be permitted within the building Monday through Friday from 8:00 A.M. to P.M. Work will be permitted outside the building and on roof at any time as scheduled by Owner. Proj A-8 Faxed PrsEpsals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided i A-12 Gas t Storm water Department Parks & Recreation Department Streets & Solid Waste Services AE P S B C City Street Div . for Ttf f is Sim, /Fiber Optic Locate Cablevision BSI (Fiber Optic) INC (Fiber Optic) Choicecan (Fiber Optic) CAPRCCK (Fiber Optic) Brooks Fiber Optic () Maintenance of Services NOT USED 885 -6900 (885-6900 after hours) 857 -1881 (880 -3140 after hours) 880 -3461 857 -1970 299-4833 (693 -9444 after hours) 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 hers) (Pager 800-724-3624) (Pager 888 -204- 1679) (Pager 850-2981) Mobile) existing utilitice Teasertabolebtaned from existing s boil t o c, -w,., r.. t r, , c t o... of this type of prof -- . uaranteed . It is the Contractor ' o s c ., ntain the services - -- - le -tin facilities. - in conti ' drawings, the C „ -. t .-.c _ back in service-te—elanAltifieiN -the utilitieo. rid---are interfered with i : e . - -- c-ekei , r liquid must be handled ina of tents to the satisfact A- I3 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the museum and public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this Section A - SP (Revised 12/15/04) Page 4 of 22 document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Construction Equipment Spillage and Trackim The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation and Removals NOT USED be filled wit of-providing a g... .f , ; .� filled ; dirt must be free of to- -f-rrn its appearance or - rtherc_* eT o idewalks and driveways must grass. applied with seed/sod and removed „, , s - otherwise noted. imited to pipe, driveways, A-16 Disposal /Salvage of Materials to Contractor. Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A- I7 Field Office NOT USED field office at -th w Y Y M + f a f T � least 30" ble space. The field office an&wer; ng ,e .v e , and FAX machine paid for by t separate - for the field office. A-18 Schedule and Sequence of Construction per day The Contractor shall submit to the City Engineer a work plan based only on aktamumR days. This plan must detail the schedule of work and must be Section A - SP (Revised 12/L5/04) Page 5 of 22 submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. Work will be permitted within the building Monday through Friday from 8:00 A.M. to 5:00 P.M. Work will be permitted outside the building and on roof at any time as scheduled by Owner. Project equipment replacement shall be scheduled to minimize occupant discomfort during facility occupied time periods. Facility will be continuously occupied before March 17, 2007. Scheduled outages will be allowed contingent upon Owner schedule. Facility will be unoccupied from March 17 through March 30 to allow Contractor uninterrupted access to the facility. Additional unoccupied times or outages will be allowed contingent upon Owner schedule. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-- Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Construction Pro-iect Layout and Control NOT USED eeet-ienc, measurements, nos ry include: line °, slopes, grades, bench marks, baselines, etc -. -- - -that - arc normally w -the City or Consultant Project Engineer. control of the work. ich all lines, clopec and measurements necessary for mat - -- - -bexh mark, the Contractor shall provide the City or Consultant r eetabliched by the City or Consultant Project Engineer as ncco nary, -at no coot t the Contractor . Control poi tc or bench marks damaged as a result of th ntractor'c negligence will be restored by the City or Consultant PreIeet-Engineer at the expense of the Contractor. that the Contractor furnish a maximum of two ( ) pe*eennel for the purpose of assisting the measuring of the comp -t Section A - SP (Revised 12/15/04) Page 6 of 22 I v er f o 7^r l\ t /Y ` `4 l i c by the-City ���s � r � _ t r r compliance to any ro Strccts: Z e_.,,z er _ Z -Party Surveyor and ccrt -ice Watcr: - 1 top of valves—be-x-1- vault rim; -- - Stor'mwatcr -nt e-rcect ions , A -20 Testing d certification -- - I III I! �� rr� -� -- -- All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A- 21 Pro j ct Signs NOT USED n-- nrta11 1 Projcct The signs must Z amity Enginccr. A-22 Minorit Minorit Business Ente • rise Partici • ation Folic (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated Section A - SP (Revised 12/15/04) Page 7 of 22 October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 1.O 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 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0 of whose assets or partnership interests are owned by one or more Section A - SP (Revised 12/15/04) Page 8 of 22 i women, or a corporation at least 51.O% 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 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 15 b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. - Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the Wilding work Section A -- SP (Revised 12/15/04) Page 9 of 22 is completed - - . _ - . . - - Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as 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 reinsures (s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10%) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exempt_ NOT USED Section B-6-22, Tax Exemption Provision, is deleted in its entirety and the following substituted in lieu thereof. Contracts for improvements to real property awarded by the City of Corpus Chrioti - -do not qualify for exemptions of Sales, Exc1ee7 and Use Taxes unless the Contractor- elect- to—operate under a separated contract as defined by Section 3.291 of -Chats- , Ta Administration of Title 34, Public Finance of the Texas Administrative Code, or such other rules or regulations as may be promulgated by the Comptroller of Public Accounts of Texas. 2. Identify in the - appropriate -apace on the "Statement of Materials and Other Charges" in the proposal form the cost of materials physically incorporated into the Project. 3. Provide resale certificates to suppliers. Section A -- SP (Revised 12/15/04) Page 10 of 22 = C p~ropoal value of matei4ale. and Usc Ta ?L.-26 SupOementai_Insurance Rirements The ontraet r r.,tm ., and the su t_r. e r , __ t,,r 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 restri 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 Paragraph (a) General Liability of Section B -6 -1I of the General Provisions is amended to include: Contractor must provide Bu l r-' s Ri ek _ ..r _ Insta1lat ion Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Proj 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 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 ►ended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: With the Bid Proposal Form ALL Bidders apparent- lowest all bidders (based on the Bice Bid only must submit to the City Engineer the following information: 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. Section A - SP (Revised 12/15/04) Page 13 of 22 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; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 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 the Bid Proposal. Form, ALL Bidder's shall 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. A -i Amended Policy _tetra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Poll on tetra Work and chat• a 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 ended "cecutian of Contract" Recir+ents 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 Proj ect . 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 Special Provision A -1. Section A - SP (Revised 12/15/04) Page 14 of 22 A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 Cit Water Facilities: s • ecial Re * irements NOT USED * Vioitor/Contr-z.,,c,. Per to performing w.rk Contractor, at any City eeo must their prior attendance •• - conducted by the Z L Z. For additio C. operate t itc customers at Departme tr :sae -tat rei notallation, and inspc t ' eenferm- to American Z i# Gi Zo a l 'i wr.ti r ar ra r-y Fd t i t u t N a t i o n 1 ibed in the Section A - SP (Revised 12/15/04) Page 15 of 22 ZZ Z eubeentracters, must be contained at all timer at the watc traoh will not be allowed. The Contractor keep -work areao clean at all tims and remove all -rah daily. hour—c will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. F t e mot- provide own oanitary fa ilitie . eeffi . employees mutt not leave the designated con3truction evacuation. K. Gen ra ctor Qualificationo ADA (SUrERVISORY CONTROL AND DATA ACQUISITION) be performed only by qualified technical and supervisory prnnl, —.-ti t e, ,,.,,,... ,r.. c d by-- celectiono, furnihing, installing, connecting, regrammin , eu for i z in , debugging, calibrating, or placing in these cpecificationo. The C ,•,tr.. to hic aub ontr'a for propooing to perform the SCADA gaged—in—the---computer-based ec L municipal water and wa3twater industry. and complexity ao required in this Contract on at lc of wee prior prof et . ---- - He hac been actively engaged in the type of work opecified Section A - SP (Revised 12/15/04) Page 16 of 22 - He- employs a Rcuzsistered Iirefescional Engineer, perform the-work required by this-specifications. software proposed - -for the Contract. 6. He maintains a o'mnent , - - --fully staffed and equipped service facility within 400 miles of the Project site - -to maintain, repair, calibrate, and program the systems specified herein. 8. Prior performance at the 0. N. Stevens Water Treatment Plant will be used in evaluating—which Contractor -- -e Z Z 9. The Contractor shall produce all filled -out programming blocks required to show the programming as needed and CADA system. Attached is an example of the required programming blocks which the City requires to be filled in and given -to thity - Engineer with all changes made during the programming phase. The attached sheet is an example and is not - intend - -t- show all of the required sheets. The All trenching for th-i-G project at the 0. N. Stevens Water Treatment number of existing underground obstructions. No trenching machines shall be allowed on-the project. A-36 Other Submittals 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in Section A - SP (Revised 12/15/04) Page 17 of 22 accordance with the requirements of the Project and Contract documents. e. scheduling: Contractor must schedule the submittals to expedite the Proj A-39 Certificate of occupancy and Final Acceptance NOT USED Vie-issuance of a -- certificate constitute- ficceptan a, of occupancy for A-40 Amendment to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 ozone Advisory NOT USED notify Contractor about ozon A -42 OSHA Rules Regulations - - - -- - - - -- - -- - -days for which It is the responsibility of the Contractor (s) to adhere to all applicable OSHA rules and regulations while performing any and all City- related projects and or jobs. A-43 Amended Indemnification S. Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. Section A - SP (Revised 12/15/04) Page 19 of 22 A -4 As -Built Dimensions and Drawing (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. ( ) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" ►eplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. ti: 46 i sposal o f Highly Chlorinated water (7/5/00) NOT USED h C.-., trcctor• shall be -- -_ -- - • _ - __ _ i A i 7 1�t �eot and line - f 77 a1h f# g 7 n� y� -app +� � P971T7Tr � �� -� 7 _ _ ZZ d ma r _ Cont A-47 Pre- Construction Exploratory Excavations (7/5/00) NOT USED pipeline a00-4eet-maximum 0.C. report. Z s of th 1-in s . Z O. C. and C Section A - SP (Revised 12/15/04) Page 20 of 22 ry o eavations shall. be paid- - fer 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 CPC, AEP and inform cr&L AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-8-11 Maintenance Guarant , add the following "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Asbestos Limited Survey (09/19/07) Limited Asbestos Survey, Ben Garza Gym, 1815 Howard Street, Corpus Christi, Texas prepared by All Points Environmental, LLC. Refer to Attachment A to Special Provisions, Section A •- SP (Revised 12/15/04) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT : BEN GARZA GYMNASIUM EVAC SYSTEMS REPLACEMENT - 2007; PROJECT No. 3327 OWNER: CITY OF CORPUS CHRISTI ENGINEER: STRIDDE, CALLINS & ASSOCIATES, INC. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 22 f 22 PART A - SPECIAL PROVISIONS ATTACHMENT A LIMITED ASBESTOS SURVEY (09/19/07) All Points Environmental, LLC Wiwg' Asbestos Consulting Industrial Hygiene 0 Safety Indoor i t Quality a Training Environmental 1 utp: /ww iv.aflpoiniseii it i iiei iai_fiei 500 N. Water St., Ste. 401 • Corpus Christi, Texas 78 471 (3 61) 882 -3393 • Fax: 61 883-1511 CITY OF CORPUS CHRISTI ASBESTOS LIMITED SURVEY BEN GARZA GYM 1815 HOWARD ST. CORPUS CHRISIT, TEXAS CA.126.097 All Points Environmental, LLC Asbestos Consulting Industrial Hygiene 4s. Safety t y Indoor Air Quality t Training Environmental h!t :+ :, ww. aIIpoiitts ri _ir iimentaImet 500 N. Water St., Ste. 401 • Corpus Christi, Texas 78471 (361) 882-3393 * Fax: (361) 883-1511 Mr. Kevin Stowers City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 Asbestos Material Identification Survey Ben Garza gym 1815 Howard St. Corpus Christi, TX 09/ 19/ 2007 s H. Griffin, President DSO Consultant License # t05563 1-xpiration Date: April 25, 2009 CA. 1 26.097 SO INI PURPOSE 1. To determine the presence or absence of asbestos containing roofing material from the Roof & A/C unit ducts located at 1815 Howard in Corpus Christi, TX. The determination ofthe asbestos content of suspect materials is to be based on the analytical results of bulk material samples. 2. To develop an asbestos containing material inventory list, which identifies the location and quantity of asbestos containing roofing materials. SUMMARY OF INSPECTION On September 17, 2007, Mr, Josh Lopez, a Texas Department of State Health Services (TDSHS) Licensed Inspector (TDSFIS No. 602377) along with an assistant from All Points Environmental, a Licensed Asbestos Consultant Agency TDSI -IS No. 10 -0099) conducted a asbestos survey at the Ben Garza Gym Roof for Asbestos Containing Materials (ACM). Bulk samples were collected from the roof and the A/C ducts of urt. These samples were subsequently submitted to a Department of State Health Services licensed Asbestos Laboratory (APEX Precision Analytical Services, Inc., DSHS S License No. 30-0312). Data necessary to establish an inventory of asbestos containing materials was collected during the field activities. SUMMARY AND DISCUSSION OF RESULTS A total of Fifteen bulk samples were collected from the roofing & mastic materials suspected of asbestos content. Of the total samples collected, eight of the samples were reported to contain asbestos concentrations greater than one percent (1%) as determined by PLM visual estimate. Black mastic Eight samples of black mastic material were collected. Alt of the samples were reported to contain asbestos concentrations greater than one percent (1%) as determined by PLM visual estimate. B&oflniMae I roi!- nand h -rno e Seven (7) samples of roofing material were collected. None ofthe samples were reported to contain asbestos. CONCLUSIONS Asbestos Containing Materials (ACM) requiring regulatory compliance is present in the mastic materials On the A/C ducts located at 3204 Highland in Corpus Christi, Texas. Category 1 non-friable ACM was identified in the Black mastic material around the A/C Units from both the upper and lower level roofs Sample # CO 1- 12. C01-016, contained chi C 1 -02 0, 001 -024. C 1 -048, C01-052, contained 5` -n C h l o i i l e C01-028, CO-O56. contained i fr L iii y oUU lc . SAMPLE COLLECTION AND ANALYTICAL METHODOLOGIES Bulk samples were collected on the basis of suspected asbestos content. As bulk samples of suspect materials were collected, a specific sample number was issued. Random numbers from ILA Fisher and F. Yates, Statistical Tables for Biological, Agricultural, and Medical Research, Table XXXlfl, Random Numbers, were utilized to reduce the possibility of bias by the laboratory technicians during the analysis phase. A chain of custody was established for all samples collected to verify transfer of possession. The laboratories employed to perform analysis of the samples are licensed by the Department of :., State Health Services to perfomn the required analysis. Asbestos content was confirmed or denied by means o f Polarized Light Microscopy (P LM) as outlined in the E.P.A. Interim Method for the Determination of Asbestos in Bulk Insulation Samples (EPA 600/R-93 - 1 l6) Samples were examined under a stereomicroscope for gross sample appearance and visual estimate of fiber concentration. After homogenizing the samples, a representative portion of each sample was examined under the Polarizing Light Microscope for several characteristics including: 1 Morphology, Pleochroisr Extinction angle and characteristics, (4) Birefringence, (5) Sign of Elongation, and Dispersion staining color. r RECOMMENDATIONS Under the current N S AP's regulation 40 CFR 61.145, each owner or operator of a demolition and/or renovation activity must remove all regulated ACM before activity begins that would break up, dislodge, or similarly disturb the material or preclude access to the material for subsequent removal. Prior to demolition and/or renovation, the friable, damaged friable and non - friable, which could become friable ACM is regulated by the Texas Department of State Health Services. Any removal of Asbestos Containing Material shall be removed by a ISIS License Asbestos Abatement Contractor. Also prior to demolition and/or renovation. the DSFIS Demolition/Renovation Notification Form must be completed and postmarked at least ten days prior to the project start date (except for emergencies or order demolitions). • CITY OF CORPUS CHRISTI BEN GARZA GYMNASIUM 1815 HOWARD SAMPLE LOCATIONS Bulk Sample Locations Asbestos Containing Sample Locations , :it\ of Co rp us Christ i [:fl (iat17'41 111 Ben Garza Gym 1815 Howard Corpus Christi, Texas •it\ or(i'orptt. Christi Ben Crar-r," (ivm (•A.1.)6.097 Roofing material from the Northeast comer of the upper level roof Lab Results: Black Roofing Material None Detected Sample # C01-001 Sample 4 C01-004 Roofing material from the center of the upper level roof Lab Results: Black Roofing Material <1°-.6 Chrysotile �x. (:it .. or •cis` i ;' L-en Gym i 'A, 1 i6.097 Roofing material from the Southwest corner of the up- per level roof Lab Results Black Roornliz Material,' None Detected Sample # C01-008 Sample # C01-012 Black mastic and insulation from the Northeast HVAC Unit riser- Lab Results: Black Mastic 13'n lu- t iI Light brown insulation None Detected � ;a/ City of o l pus _ IFi i � () in Sample # CO -016 1 Iftrar Sample tl COI -010 A .126.097 Black mastic and insulation from the North - egt HVAC Unit riser Lab Results _ Black Mastic ;i-1 �? . Tan insulation f' None Detected Black mastic and insulation from the Southeast HVAC Unit riser Lab Results: Black Mastic 1 5" of Light brown insulation /None Detected (ii:\ or( .t1')i (1111.1S i ia11i 0 111 Sample # 1 -024 Sample C01-028 A . 1 7)6.09 Black elastic and insulation from the Southeast FIVAC Unit riser Lab Results: Black Mastic ". Chi soti Tan insulation . None Detected Black mastic tic and insulation from the outh t FIVAC Unit riser Lab Results: Black Mastic / � ���t� --lirvsotile (iitv t) It'orptis .. hfl sti Bell (1ai'zi ( t i 11 1 Sample # CO I Sample O1. -036 I 2 (-) 09 7 Roll -on roof-11w material and insulation from the center of the upper-level roof Lab Results White, lte, black roll on roolmE.4 material None Detected Light brown insulation F None Detected Roll -on roofing material and insulation from the South- west corner of the lower- level roof Lab Results; White, black roll on roofiii2 material None Detected Light brown insulation None Detected i \- ()f ( h BC11 Sample # C01-040 .1 Sample it C01-044 2 .1 / Roll -on r ofum material from the northwest base of the upper-ievei Lab Results: White, black roll on rooting material None Detected Roll -on roofin material and insulation from the South- east corner of the lower -level roof Lab results: White, black roll on rooting material None Detected Lidit brown n innsulation None Detected -1 Of COrpti Chrkti Beu (_ - - Sample 4 C01-048 Sample COI-052 ( A.1 )6.097 Black mastic from I ' ducts from the lower-level rooftop HVAC Units Lab Results: Black Mastic C1 'h - sotile Black mastic from HVAC ducts from the lower- level rooftop HVAC Units Lab Results: Black Mastic City of Corpus Christi Ieri Ciarza 0vm CA.126,097 Black mastic from HVAC ducts from the lower-level rooftop FIVAC Units Lab Results: Black Mastic / n C131-VSOI Sample # CO1-O56 • IME APEX PRECISION ANALYTICAL SERVICES, INC. Chain of Custody Date Sent: Date Collected: CO I 9 J on Contact : A. Medina Remarks: Company: All Points Environmental, LLC P.O#: 191 Address: 500 North Water St. Suite #401 Corpus Christi, TX 78471 Phone: 361482-3393 [- Turn Around Time: Critical ASAP: I r 4 Hr Job #: .. tpki 1%01D,6111 APASI #: "a 361-883-1511 -- ProjectName: emit eitnu ¥vc*jfLSpere Tra "ames Evugal/Mold spore count by Airmail# Cyclex (d), ioC ll, or other spore trap cassette/device Rush: 24 Routine: _3 ay_ Day Phase Contrast ros i ' C -Air Sa • es Fiber Concentration by NIOSH Method 7400 Issue iildTHv2iene-4k4 Bulk &maks Total Nuisance qua tr by NOSH Method 0500 Total Respirable (Air) y NIOSH MCthod 0600 C1) Refractory ramlc Fiber (Bulk) Ident ation isuai Estimation b Polarized': . t M1atsao Mysskjuad&tii_p_A ED Sam ks FungidThfold Identification — bulk sample, tape lid, swab .alarms l h Mersa (F� -Bulk a Asbestos Identification is ai Estimation) by EPA 600/R-93/116 Method AAbestos Identification (Point Count) by EPA 600/M4-82-020 Metnod- Asbestos Identification So w by Gravinietrio Reducticin Location Descri s don: Volume Instructions i -0 t tatMeniMINMIONTIIIIIiiiMEMME Milliiiiiiiii in AL k i ' I Mragili=11111111111111111 tiF'iO4 Rai n ii�. , %_ � C 1i .l 9 1r t .�illi.1 ISM id MEI INNIMIMMMil IMDEMIIMMIIM INAMMIWEEIM r IMMTOEMalt Mala kit 1 1 L Li Li -oiU t 0 1 Resin h • by: .. Date: Time: Received by: Date: Pifintill" - Time: CV APEX PRECISION ANALYTICAL SERVICES, INC. 3526 FM 528 SUITE 1001 FRIENDSWOOD, TX 77546 1281-648-9918 281- 648-9595 FAX 1 WO .vrr:x Y12L�'U1SION ANALYTICAL SERVICES, INC. AN INDEPENDENT LABOR A R PROVIDING CONVENTIONAL AND ON-SITE A SIS PLM (Bulk) - Asbestos Analysis Report - Visual ID (EPA Method 600/R-93-116 Visual Area Estimation) Client: All Points Environmental, LL. 500 North Water St.1 Suite 401 Corpus Christi, TX 78471 361-882-3393 Contact: Armando Medina Report Number: 1307 -1946 Report Date: September 19, 2007 Samples Collected: September 17, 2007 Date Received: September 18, 2007 Turn- around time: 24 Hours Job ID Site: CA.126.007 / Ben Garza Gyre - _ Client Sample Lab Sample Number Number (by layer) -.�, . - -- - - - -- -- - -, - Color / Description / Fibrous 1 Asbestos Content NonElbrous / Homogeneity Type & % -- 41■■=11 - - -- - o -- _I Black / Rodin Material / Fibrous / Non- Asbestos Fibrous Type & % Matrix %Ai 1-UIJ I 1 0T- 1940 1 l"Io to el�oous IVO�e u t tea rtorous i.)1a5 hinder C01-004 1307-1946-02 Black / Rooting Material / Fbrou / Chryso5le Homogeneous 1 Fibrous Glass 3% Binder 01.008 - - 1307 - 1946.03 track / Roofing ing l latei�lai Fibrous/ - - - -„ - - - None Detected - -- -- - F roes Glass 3% Binder — 01-01 w .�. 1307-1946-04A Black / Mastic / Fibrous Homogeneous Cbrys the 3% Cellulose Fibrous Glass — Binder % 130 -i - 4 Ugh. Brown n / Insulation / Fibrous / None Detected Homogeneous Cellulose Fibrous Grass 4 + Binder C01 -016 1307-1946-05A -r Blade / Mastic ! Fibrous / Homogeneous brysotr1e - - 3% Cellulose Fibrous Glass Binder 3% - - - ∎....m. ∎ -- 1 307- 1946 -0 B - -- - - ■ - ■ - - - - - - Tan / insulation / Fibrous / Homogeneous None Detected Cellulose 80% Binder 001-020 1307-1946-06A Black / Mastic ! Fibrous / Homogeneous hryso le 5% Cellulose Fibrous Gass Bindef 3% 1307 -1948 light Brown Insulation lrlbro�u ! None Detected Homogeneous Cellulose 459 Binder C01.O24 1307-1946-07A I Black !Mastic / Fibrous ! Homogeneous hry oldie 5% Fibrous Glass 3% Binder ■ - -- I \ . Simmons 1 Laboratory Manager Analytical resu1s and reports aye generated by Apex Precision Analytical Services at the request of and for the exclusive use of the person or entity (client) named on such report. Result, reports of ohs of serve will not be released by Apex Precision Analytical Services to any third party without the written mufti st from client These results only repesent ▪ the materials submitted. Supporting laboratory documentation Is available upon request. s report cannot be used to represent conditions al any other location, dale Of tirne •rid does not imply that this space is free from these or any other contaminants. !o responsibility or liability is assumed for the manner In which these results are used or Interpreted. � rn,st r be used to claim product endorsement by NVL.AP or any government agency of the United States. Apex Precision Analytical Services reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise Specified. NVLAP Lab Code: 200633.0 PLM TDSHS Asbestos Lab License#: 30-0312 PLM/PCM 3526 P.M, 528. Suite 100, Friend wood, Texas 77546 Office (281)648-9918/Fax (281)648 -9595 ., APEX PRECISION ANALYTICAL SERVICES, INC. AN INDEPENDENT LABORATORY PROVIDING CONVENTIONAL AND ON-SITE ANALYSIS PLM (Bulk) Asbestos Analysis Report. Visual ID (EPA Method 600/R-93-116 Visual Area Estimation) Client: All Points Environmental, LLC. 500 North Water Sts 1 Suite 401 - Corpus Christi, TX 78471 361-882-3393 Contact: Armando Medina - Job ID /Site: CAA - 126.0971 en Garza G m o r -MN Report rt uml er: 1307 -1946 Report Date: September 19, 2007 Samples Collected: September 17, 2007 Date Received: September 18, 2007 Turn- around time: 24 Hours Client Sample Number wi -- C01-024 C01 -028 C01 -032 Lab Sample Number by layer) Dolor / Description Fibrous 1 NonFlbrous / Homogeneity Asbestos Content Type 1307-1946407B an /Insulation /Fibrous / Homogeneous None Detected 1307-1946-08 Black/Mastic/ Fibrous / Homogeneous White, Black I Roll Roofing I Fibrous 1 1307 - 1946 -O9A Homogeneous Chrysollle Non-Asbestos Fibrous Type & % --vv_ Matrix Cellulose 90% Binder Binder i Binder 3% 40 Binder Binder 10% None Detected 1307 -1 94EO9B Light Brow / Insulation Fibrous/ Homogeneous • C01 -036 leg 1307-1946-10A 1307 - 1946 -1 V While,Biack I Roll Roofing / Fibrous / Homogeneous Light Brown / Insulation / Fibrous 1 Homogeneous C01-040 1307- 1946 -11 C91.044 1307- 1946 -12A 1307 -1946 -128 C01.049 None Detected None Detected None Detected None Detected Fibrous Glass Synthetic Cellulose Fibrous Glass Synthetic Cellulose 40% Fibrous Glass Synthetic Fibrous Glass Synthetic Cellulose 40% White,Black / Roll Roofing 1 Fib ou I Homogeneous None Detected While,Black / Roll Roofing 1 Fibrous / Homogeneous Ugh! Brown / Insulation / Fibrous 1 Homogeneous 1307-1946-13 Black i Mastic I Fibrous / Homogeneous None Defected None Detected Chrysohe 3 % 2% 2 3 2% 3% B der Binder Birder Bin Binder 5% Cellulose 3% Binder Fibrous Glass 2% Laboratory Manager Analytical results and reports are generated by Apex Precision Analytical Services at this request of and for the exclusive use Other person or entity (client) named on such report. Result. reports or copies of same will not be released by Apex Precision Analytical Services to any third party without the written request from client These results only repesent the materials submitted. Supporting laboratory documentation is available upon request. This report cannot be used to represent conditions et any other iocatJon, date or time and does not Imply that this space is free from these or any other contaminants. No responsibility or liability is assumed for the manner In which these results are used or Interpreted. This must not be used to can product endorsement by NVLAP or any government agency of the United Males, Apex Precision Analytical Services reserves the right to dispose of al samples after a period of thirty (3) days, accords to all suite and federal guidelines, unless otherwise specified. NVLAP Lab Code: 200633-0 PLM TDS1-15 Asbestos Lab License#: 30-0312 PL I/P M 3526 E.M. 528, Suite 100, Friendswood, Texas 77546 Office (281)648-9918/Fax 81 )64819595 • No r APEX PRLCISION ANALYTICAL SERVICES, INC. AN INDEPENDENT LABORATORY PROVIDING NV I Tio AL AND OIL -SITE ANALYSIS PLM (Bulk) - Asbestos Analysis Report - Visual ID (EPA Method O0 /R- 93.116 Visual Area Estimation) Client: All Points Environmental, LL, 500 North Water St, Suite 401 Corpus Christi, TX 8471 361482.3393 Contact: Armando Medina Job ID Site: CA. 26.0 71 Ben Garza G rm Client Sample Number Report Number: 1307.1946 Report Date: September 19, 2007 Samples Collected: September 17, 2007 Date Received: September 18, 2007 Tura- around time: 24 Hours Color / Description 1 Fibrous l NonFl#prous 1 Homogeneity Asbestos Content Type % Non.Asbestos Fibrous Type & % C01-052 COt-056 1 307 - 1946 -14 Black 1 Mastic / Fibrous / Homogeneous 1307-1946-15 .V" Black J Mastic I Fibrous 1 Homogeneous Chrysotile 5% Fibrous Glass Chrysotile 1C None Detected Matrix Binder Binder yr rr Sirs s Laboratory Manager Analytical results and roods are generated by Apex Precision Ana#ytkal Services at the request of and for the exclusive use of the perms or entity (client) named on such report. esull, reports or copies of same will not be released by Apex Precision Analytical Services to eny third party without the written req ue t from client These results only rrepe ent the materials submitted. Supporting laboratory documentation is available upon request This report cannot be used to represent oondltions at any other location, date or lime and does not Imply that this space Is free from these or any other contaminants. No responsibility or liability Is assumed for the manner to which these results are used or interpreted. This must not be red to claim product endorsement by NV LAP or any government agency of the United dales. Apex Precision Analytical Services reserves the right ra dispose of all samples after a period of thirty (30) days. ac,comfing to all stale and federal guidelines, unless otherwise spa fed. NVLAP Lab Code: 200633 -0 PLM TDSFIS Asbestos Lab License#: 30.0312 PLM/P 3526 F.M. 528, Suite 100, Frienciswood, Texas 77546 Office (281)648-9918/Fox (281)648 -9595 PART C FEDERAL WAGE RATES AND REQUIREMENTS General Decision Number: TX070063 08/31/2007 TX 63 Superseded General Decision Number: Tx2003003 State: Texas Construction Type: Building Counties: Nueces and San Patricia Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of . single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 02/09/2007 1 05/11/2007 2 05/18/2007 3 07/20/2007 4 08/31/2007 BRTX0001 -005 05/01/2007 Rates Fringes BRICKLAYER 20.00 6.50 * ELEC0 7 -001 08/27/2006 Rates Fringes ELECTRICIAN , $ 18.45 .7 +75 * IRONOO -002 06/01/2007 Rates Fringes IRONWORKER 17.40 5.00 * PAIN0130 -001 07/01/2005 Rates Fringes PAINTER $ 15.15 4.42 * SUTx1 7 -002 03/01/1987 Rates CARPENTER $ 9.96 Cement Mason /Finisher 12.50 LABORER: Mason Tender $ 7.14 LABORER 5.85 Plumbers and Pipefitters (Including H7A) , .... 10.05 Fringes Power equipment operators: Backhoe $ 7.84 ROOFER, Including Built Up, Composition and Single Ply $ 9.20 TRUCK DRIVER $ 7.50 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . In the listing above, the " SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, I.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, I.W. Washington, DC 20210 4. All decisions by the Administrative Review Board are final. END F GENERAL DECISION .8 ;j A G R E E M E N T THE STATE OF TEXAS COUNTY OF NUECES THIS AGREEMENT is entered into this 20TH day of NOVEMBER, 2007 by and between the CITY OF CORPUS CHRISTI of the County of Nuee, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Male Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $143,015. by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: BEN GARZA GY AS I UM RAC SYSTEMS REPLACEMENT 2007 - PROJECT NO. 3327 (TOTAL BASE BID ALT .BID ITEM 1 .1 : $143,015.00) 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, plate. 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 The Contractor will commence work within ten (1 0) calendar days from date they receive written work order and will complete same within 140 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary APPRO D AS TO By: Asst. City Atto (If Corporat (Seal Below) (Note: It' Person signing for corporation is not President, attach copy of authorization to sign) -1 fs CITY O' CORPUS CHRISTI By: AX044041d 414?' Ang mgr , of Public Works and Utilities Escobar, Interim Asst. City By: BSI Kevin Stowers, Interim Director of Engineering Services CONTRACTOR Mal k Inc. By:i Title: • P. .B X 679 (Address) CORPUS CHRISTI, TX 78403 (City) (State) (ZIP) 361/888""8281 * 361/888 -7257 (Phone) (Fax) Agreement Page 2 of 2 dY AUTWAIM- 12/07/2e07 11:27 3618887257 E• MALEK INC PAGE 01 Po BOX 679 • 2521 ANTELOPE u CORPUS CHRISTI, TEXAS 940 • (381) 8884281 • FAX (381)888-7257 December 7, 2007 To Whom It May Coate: 1 Sue Malek, President of Haler Inc, give Frank Mal k, Vice President of Malek Inc, authorization to sign any and all legal documents for Malek Inc, Sin cprely, 77) 0-62-1( Sue Malek President State of Texas County of Nueces Before sue, a notary public, on this day personally appeared Sue Malek. known to me to be the person whose name is subscribed to the foregoing document and, being by me firs duly sworn, declared that the statements therein contained are true and corms. Notary Public's Signature -• - - -_ (Personalized Seal) Regulated by the /T Texas fit. of licensing eRey W Qn Pia aux 12157, Austin, TX ' 1 73 11, 1-800.803-9202, 1.512 4599, Ie No TA LA000540 Re cr1 t by e Texas Mete rd of Plumbing Examiners, P.0. Bo 200 Amer, TX, 615, 5S - ' , License No. A4-11255 AIR CO 1 lTJ IN • HEATING • SHEET METAL • REFRIGERATION • CONTROLS • PLUMBING PROPOSAL F R 1 F BEN GARZA GYMNA3IVM HVAC SYSTEMS REPLACEMENT - 2007 PROJECT NO. 3327 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form Page 1 of P R O P O S A L Place :City of Corpus Christi, TX Date: November 7, W07 -- Proposal of Malek Inc. , a Corporation organized and existing under the laws of the State of Texas OR a Partnership or Individual doing business as 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: BEN GARZA GYMNASIUM HVAC SYSTEMS REPLACEMENT - 2007 PROJECT NO. 3327 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 TOTAL BASS BID: „ I I .... III - IV Iv ITEM QTY Description - AB- 1 Total BB -1 One (1) Lump Sum �r.. ,rte, One (1) Lump Sum All necessary labor and materials to provide the replacement of eight (8) packaged rooftop units in accordance with the Contract Documents , complete and in place per Lump Sure . w. . ... '., .two • C1591 ' BB-2 Asbestos abatement in accordance with Specification 'for Ab e atom Removal and1 applicable amendment(s), complete and in place per Lump ._*III r +rr..Mr�nr v�r ,'11 _ BB-3 One (1) Lump Sum Allowance c omp l e t I and in place per Lump Sum. ' - 15,000 TOTAL BASE BID: (Bid Items BB -1, BB-2, and BB-3) TOTAL ALTERNATE SID ITEM NO. l: 38- I i II III IV ITEM - --- - -- 0 TY -- \ -- - --- - Description fir. Total �-- -- - - - - -- - AB- 1 - --- - - One 1 Lump Sum - - - - - -- � - All necessary labor and materials to provide specified condenser coil coatings for eight (8) new packaged rooftop units in accordance with the Contract Documents, complete and in lace per Lu • Sum. $ Li 3.50c1. ,` - TOTAL ALTERNATE BID ITEM NO. 1: Bid Item AB-1) TOTAL BASE BID PLUS TOTAL ALTERNATE BID ITEM NO. 1: (Bid Items BB-1, BB -2, and BB -3 4- Bid Item AB-1) *NOTE: Allowance amount show is for bidding purposes only and may be zero or a credit to the City. Actual use of thi 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 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 .a ■ tir *...r r.. .i i p / #71..ti s 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 140 _- calendar days from the date designated by a Work Order. 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 covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged (addenda number): #1, #2 Respectfully submited: Name: k 414.14k By: ---- - -- ''46 (SEAL - IF BIDDER IS (SIGNATURE) E a Corporation) Address : "4" 674 _ 1544 AlAhhoe (P.O. Box) Street) �• 7f00.3 (City) (State) (Zip) Telephone : 3(o!- 1- V NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Proposal Form Page 4 of (Revised August 2000) f • PERFORMANCE B N D BOND NO. PRF0891 4 5 STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES 5 THAT Male Inc. of NUECES County, Texas, hereinafter called "Principal", andFIDELIT DEPOSIT COMPANY OF MARYILND, a corporation organized under the laws of the State of_liamajbd n - - -- 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 ONE HUNDRED FORTY-THREE THOUSAND FIFTEEN AND NO/1000143 01 . 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 20TH of NOVEMBER , 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of: BEN GARZA GYMNASIUM HVAC SYSTEMS REPLACEMENT 2007 - PROJECT NO. 3327 (TOTAL BASE BID - ALT.BID ITEM N .1: $143,015. 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. *t COLONIAL AMERICAN CASUALTY & SURETY CO. Performance Bond Page 1 of 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 _Amu day of DECEMBER , 20 07 . PRINCIPAL MALE . INC. ..- , F (Print Name & Title) ATTEST L:)A06..ikAAAN Secretary Thee sR_ Mese 4;3 (Print Name) SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY C. By:• Attorney-fact MARY ELLEN MOORE (Print Name) • • The Resident Agent of the Surety' in Nueces County, . TOtas, for delivery of notice and service of process is: Agency: SWANTNER & CORDON INSURANCE AGENCY Contact Person: MAY ELLEN MOORE Address: P.O. BOX 870 - -- PUS CHRISTI. TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Performance Bond crust not be prior to date of contract) (Revised 9/02) Performance Bond Page 2 of 2 PAYMENT B O N D BOND NO. PRF08910455 STATE OF TEXAS COUNTY OF NUECES THAT Mal k, Inc. of NUECES County,. Texas, KNOW ALL BY THESE PRESENTS: hereinafter called "Principal", andFIDELITY & DEPOSIT COMPANY OF MARYLAND a corporation organized under the laws of the State of iND 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 ONE HUNDRED FORTY -THREE THOUSAND , FIFTEEN AND NO /100 14 , 1. . wrr.rw_ 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 20TH day NOVEMBER , 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of BEN GARZA GYMNASIUM HVAC SYSTEMS REPLACEMENT 2007 - PROJECT NO. 3327 (TOTAL BASE BID + A, T .BID ITEM N . 1 : $143,015.O0) 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. ** COLONIAL AMERICAN CASUALTY & SURETY CO. Payment Bond Page 1 of This bond is given to meet the requirements t 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 4TH day of DECEMBER , 20 07 . PRINCIPAL MALEK, INC. By: /14,J,1- re2 0.1 vT1 L 1,?-1C (Print Name & Title) ATTEST n\i"\M.C‘-\(\i\gi Secretary CAUM r J (Print arse) SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY C. By: Attorne Fn-fact MARY ELLEN MORE (Print Name) f r The Resident Agent of the Surety in .Nueces County,_ _Texas', delivery er of notice and service of process is: lge n aVANTNER & GORDON INSURANCE AGENCY Contact Person: utty ELLEN MOO Address: Phone Number: P.O. ROY. 870 et. :48 361 -883 -1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the - s aryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, pursuance of - u . � i Article VI, Section rye P of the By-Laws ' . ,, , �: - Laws of said Companies, which are set forth on the reverse - � w �� er rt red to be full force and effect on the date hereof, does hereby nominate, nate, constr k en MOORE, R. 1i. LEE, Diann EISENHAUER, A. �f . � - us hristl, Texas, EACH its true and lawful agent and Attorney -in -F . � .�, .�;- - � - : . � � � :� :.. � r, and on its half as surety, and as its act and deed: any and all bon . w 0� .` le +i ► s 1 i ehalf of Independent Executors, Community Survivors and Co a . pans . lorjVioillaWNk of such bonds or undertakings in pursuance of these presents, shall be as binding o , � . t% . Al and amply, to all intents and purposes, as if they had been duly executed and acknowledged b 1 - c ed officers of the Company at its office in Baltimore, Md., in their own proper persons. This power * me revokes that issued on behalf of Leroy A. RYZA, .� y ,Mary Ellen MOORE, R. M. LEE, Dann EISENHAUER, Michael A. WHITNEY, Irene BLUEMEL, dated July 22, 2003. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article la, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice- President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPAW, this 13th day of October, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: T E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland City of Baltimore On this 13th day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA-F 168-9883 Dennis R. Hayden Notary Public My Commission Expires: February 1, 2009 EXTRACT ACT FF M BY- LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND D "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the Senior Vice-Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice-Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, renizans, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instalments in the nature of mrtgags,...and to affix the seal of the Company thereto." EXTRACT ACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the Senior Vice- Presidents or Vice- Presidents specially authorized so to do by the Board of Directors or by the Executive Commiftee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice- Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instrumnts in the nature of mortgages, ... and to affix ix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT MPAW/ OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanicall y reproduced signature of any Vice- President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 31-3 _...... day of DECEMBER , 2007 Assistant Secretary Fidelity and Deposit Company of Maryland Home Office: P.O. Box 1227, Baltimore, MD 21203 -1227 1MPORTAjT NOTICE To obtain information or make a complaint: You may call the -Fidelity and Deposit Company Maryland, • Colonial American Casualty � and Company, and/or Zurich American Company's toll -free telephone i forx ation or to make a complaint at: number for � 1-800 -654-5155 You may contact the Texas Department of Insurance to obtain n in'rmtrn on mni, Coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of I uranc : P.O. . Box 149104 Austin, TX 78714 -91 FAX t# 12 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or about ,a claim, you should .first contact Fidelity and of Maryland r Colonial ricn Casualty and Surety Company. n . if the dispute is not resolved, you may contact off`Insurance. ' act Texas ATTACH THIS NOTICE TO ICY. This notice i for information oral a - -, and does not become a part or condition of the attached document. SR 5 ;IJ [ [• (08/01) Disclosure Statement Court Bonds - BC ZURICH AGENT/BROKER COMPENSATION DISCLOSURE Dear Policyholder: ZURICH On behalf of Zurich, we are glad you have chosen us as your insurance company. We look forward to meeting your insurance needs and want you to understand clearly our business relationship with the agent or broker you chose to represent your company's interests in the placement of insurance coverages. As iS the case with many insurance companies in the United States, Zurich distributes many of its insurance products through agents or brokers. This means that your agent or broker is not employed by Zurich and, in fact, may represent many insurance companies. Because we do not employ your agent or broker, the way they are compensated may vary. We recommend you discuss these arrangements with your agent or broker. Like many other insurers, when Zurich compensates your agent or broker, they may receive two types of payments. The first type of compensation is known as "base commission," and the second is called ,contingent compensation." For an explanation of the nature and range of compensation Zurich may pay to your agent or broker in connection with your business, please go to http://virvnv.zurichna.com. Click on the information link located on the Agent/Broker Compensation Disclosure section. Where appropriate, insert the Access Code provided below, and you will be able to view this information. Alternatively, you may call (877) 347 -6465 to obtain this type of information. Thank you. Access Code: 201 104474 U- FEET - -4O -A CIN (09/06) Page 1 of 1 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS ESTS 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 Malek , Inc STREET: 2521 Are t -lop CITY: - -- - - ZIP: FIRM is: 1. Corporation X 2. Partnership 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) _NA 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 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 NA - -- N 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 rim. Name Consultant N A N/A CERTIFICATE FICATE 1 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: a Title:r Type or Print) Signature of Certifying Person: __ --�- � � Date: 11-07-07 Proposal Form Page 5 of 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 it unicipal Court Judges of the City of Corpus Christi, Texas. 0. `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 COntroi astablished through ! e it � proxies r special terms of venture or partnership agreements. � i_ _ _ 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 6 of