Loading...
HomeMy WebLinkAboutC2009-244 - 6/9/2009 - Approvedzoo9-zaa bI2009-057 06/09/09 NIalek, Inc. S P E C I F Z CAT I O N S A N D F O R M S O F C O N TRACT S A N D B O N D S F O R S P E C I A L P R O V I S I O N S DEVELOPMENT SERVICES / EOC (E'ROST BUILDING) CHILLER REPLACEMENT - 2009 FOR ~' DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/626-3200 '" ' 49 Fax: 361/880-3200 PROJECT NO: 4372 DRAWING NO: PBti 742 (Revised 7/5/00) 3NT SERVICES / EOC (FROST BUILDING) CHILLER REPLACEMENT - 2009 PROJECT NO. 4372 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICB TO CONTRACTORS - A (Revised March 2009) Insurance Requirements NOTICE TO CONTRACTORS - H (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISION3 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) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials :_"~ ncc: _.. (NOT USBD) A-18 Schedule and Sequence of Construction _~: _., ~~_._: _,.. (NOT USED) A-20 Testing and Certification ~.^.} -~~,g (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 Sales Tax Exemption NO LONGBR APPLICAHLB (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 Pield Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Hxtra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents ___, ___'__ _,______ ___~_'_______ (NOT USED) A-36 Other Submittals (Revised 9/18/00) __ ~ a nti a +- a +~ ~w (NOT USED) A-38 Worker's Compensation Coverage for 'Building or Construction~Projects for Government Bntities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment~to Section B-8-6: Partial Estimates ^''-•' ^^""• (NOT USED) A-42 OSHA^RUles & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Orders (4/26/99). A-45 As-Built Dimensions and DrawirigS (7/5/00) ....~ _c .: _i. ~.• n,..„a-.-....a n .- i+/gym,.. (NOT USED) It 47 ___ _~~__ ., ._.,.,•_~...»• ~ ^ ~~~_~~~~ (NOT USED) A-48 Overhead`Electrical Wires (7/5/00) - A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Amended "Prosecution and Progress PART 8 - GENBRAL PROVISIONS PART C - FEDERAL WAGB RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS (NOT IISED) PART T - TECHNICAL SPECIFICATIONS 01010 SUMMARY OF WORK 01020 ALLOWANCES 01027 APPLICATION FOR PAYMENT 01035 MODIFICATION PROCEDURES 01040 COORDINATION 01045 CUTTING AND PATCHING 01200 PROJECT MEETINGS 01300 SUBMITTALS 01400 QUALITY CONTROL 01420 REFERENCES - 01500 TEMPORARY FACILITIES AND CONTROLS 01520 FACILITY SECURITY MEASURES 01600 MATERIALS AND EQUIPMENT 01631.SUBSTITUTIONS 01700 CONTRACT CLOSEOUT 01740 WARRANTIES 01781 PROJECT RECORD DOCUMENTS 01782 OPERATION AND MAINTENANCE DATA 15000 MECHANICAL AND ELECTRICAL SPECIFICATIONS (COMMON CONDITIONS) 15010 HVAC GENERAL CONDITIONS 15020 STARTING OF SYSTEMS 15030 MECHANICAL DEMOLITION 15060 HANGERS AND SIIPPORTS 15070 MECHANICAL VIBRATION ISOLATION 15075 MECHANICAL IDENTIFICATION 15080 MECHANICAL INSULATION 15120 PIPING SPECIALTIES 15125 PIPING EXPANSION COMPENSATION 15130 HVAC PUMPS 15180 COOLING PIPING 15621 PACKAGED AIR COOLED WATER CHILLERS - SCROLL 15950 VARIABLE FREQUENCY DRIVES 15985 SEQUENCE OF OPERATION 15990 TESTING, ADJUSTING, AND BALANCING 16000 ELECTRICAL SPECIFICATIONS LIST OF DRAWINGS Sheet No. Description 1 T1 Title Sheet 2 T2 General Notes and Legends 3 S1 Structural Plan 4 52 Structural Details 5 M1 HVAC Demolition Floor Plan 6 M2 HVAC Floor Plan 7 M3 EVAC Schedules and Details 8 E1 Electrical Floor Plans NOTICE AGREEMENT PROPOSAL/DISCLOSIIRB STATEMENT PERFORMANCE BOND PAYMEN'P BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: DEVELOPMENT SERVICES / SOC (FROST BUILDING) CHILLER RBPLACEDSENT - 2009 Project No. 4372; consists of The provision and installation of two (2) new air cooled chillers installed on steel beams to be constructed within a mechanical area located above a portion of the third floor roof of a four (4) story building, provision and installation of two (2) new pumps with variable frequency drives, provision and installation of a chilled water bypass valve, and demolition of existing chillers and air cooled condensers, demolition of a portion of the existing chilled water piping, new chilled water piping, and related mechanical and electrical work, in accordance with the plane, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on 6, 2009, and then publicly opened and read. Any bid received after closing brill be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m., Thurada A ril 30, 2009 and will be conducted by the City. The location of the meeting wil a 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 5g 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 /s/ Pete Anaya, P.E. Director of Engineering Services /s/ Armando Chaps City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised March, 2009 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OP INSURANCE MINIMUM INSDRANCB COVERAGE 30-Day Notice of Cancellation required oa Bodily Iajuxy sad Property Damage all certificates PBR OCCORRBNCS / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Porm 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 Inj usy AUTOMOBILE. LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $500,000 fiXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONA7ENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ gEQUIRED discharge; to include long-term ® NOT REQUIRED environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED ® NOT REQUIRBD INSTALLATION FLOATER See Section B-6-ll and Supplemental Insurance Requirement8 ® REQUIRED ^ NOT REQUIRED Page 1 of 2 The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe name o£ the project must be listed under "description of operations" on each certificate of insurance. ^FOY each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of I 1 Texas Administrative Code TITLE 2s INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Reporting Requirements for Building or Constrnction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context cleazly indicates otherwise. Terms not defined in this Wile shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or constnuction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted duECtly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. (8)Project--Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who aze providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they aze contained or to impose stricter standazds of documentation: Attached Graphic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the wverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site infomung all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Actor other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language wmmon to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this section; Page 4 of 11 (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification wdes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carver or, in the case of aself-insured, with fire commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior fo the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one yeaz thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in pazagraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) nofify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subpazagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by 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. Page 6 of I 1 (h) The coverage requirement in this rule does not apply to motor carriers who aze required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 66750, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 Texl2eg 8609 Page 7 of 11 1'285110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page 8 of 11 T28S 110.110(c)(7) Article .Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a certifrcate of authority to self-insure issued by the commission, or a coverage agreement (7'WCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classi, fication codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, fide a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (I) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certif Cates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage - showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notes the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 1. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting of classification codes and payroll amounts and ftling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for ald employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certiftcate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor.• (a) a certiftcate of coverage, prior to the other person beginning work on the project; and (b) a new cert f cote of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on ftle for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have Irnown, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project that the coverage will be based on proper. reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division ofSelf- Page 10 of 11 Insurance Regulation. Providingfalse or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days ajler receipt of notice of breach from the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS DEVELOPMENT SBRVICBS / SOC (FROST SIIILDING) CHILLER RSPLAC8M8N1' - 2009 SRCTION A - 3PSCIAL PROVISIONS A-1 Time Bad Place o£ Receiving Proposals/Pre-Sid Meetia Sealed proposals will be received in conformity with the official advertisement inviting bide 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 2s00 p.m., Wednesday, May 6, 2009. Proposals mailed should be addressed in the following manner: City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 ~ATTNs BID PROPOSAL - DEVELOPMENT SBRVICSS / 8OC (FROST SIIILDING) CHILL8R RBPLAC8MSN1' - 2009, Project No. 4372 No additional or separate visitations will be conducted by the Cit A-2 Definitions sad Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project DEVELOPMENT SERVICES / EOC (FROST BUILDING) CHILLER REPLACEMENT - 2009: The provision and installation of two (2) new air cooled chillers installed on steel beams to be constructed within a mechanical area located above a portion of the third floor roof of a four (4) story building, provision and installation of two (2)-new pumps with variable frequency drives, provision and installation of a chilled water bypass valve, and demolition of existing chillers and air cooled condensers, demolition of a portion of the existing chilled water piping, new chilled water piping, and related mechanical and electrical work. A-4 Method of Award The bids will be evaluated based on the Total Hase Hid - subject to the availability of funds. 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. Section A - SP (Revised 12/15/09) Page 1 of 22 A pre-bid meeting will be held on Thursday, April 30, 2009, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit will follow. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Bid Sond (Must refereace DRVSLOPNRN'P SRRVICRS / ROC (FROST BDILDIN6) CNILLRR RRPLACRNRNT - 2009, Project No. 4372 as identified in the Proposal) (A Cashier's Check, certified check, mosey order or bask draft from say State or Natioaal Sank will also ba acceptable.) 2. Disclosure of Interests Statement A-6 Time of Completioa/Liquidated Damages The working time for completion of the Project will be One Huadred 8orty (140) calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $100 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. A-7 07orkera Compensation Iaeurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, .for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City_Engineer. eeotloa A - SP (Revised 12/15/04) Page 2 of as A-8 Pared Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Buildiag Construction aad Beavy Construction, in case of conflict, Contractor shall use higher wage rate. Minim m, PYeVailllL] Wage SCale9 The Comm,c C17Ylsti City Council has determined the general prevailing m;n;mnn hourly wage rates for Nueces County, Teems as set alt in Part C. The Contractor and any suboontzactor must rot pay less than the specified wage rates to all laborers, worlaren, ~ and mechanics a`ployed by then in the e~recution of the Contrnct. The Contractor or subcontrnctor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic enployed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subocntractor must keep an accurate retold shaving the rrvnes and classifications of all laborers, worimien, and mechanics e~loyed by them in camection with the Project and shaving the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll sudrtittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls fxvn all subcontractors aryl others working on the Project. These doanents will also be aulxnitted to the City Engineer bi-weekly. (See section for Munrity/btinority Busis~ss Enterprise Participation Fblicy for additional. requiresits carcenll TM~ the proper form aryl content of the payroll sulmittals.) One and aie-half (1)$) times the specified hourly urage must be paid for all hours worked in excess of 40 hours in any one week and for all haul worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-ll Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall +~te with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of arry facility by using the Dig Tess at 1-800-483-8377, the Iene Star Notification Conparry at 1- 800-669-8344, aid Veri2xn IIiq Alert at 1-800-483-6279. For the Contractor's arrvenience, the following telephone rnmbers are listed. City II'xjineer 626-3500 Project E[xJineer' 361-883-9199 Juan L. Moxem, P.E. Traffic F*+gi++~+^+++g 826-3540 - Police Departrnent 822-1911 Water Departrmnt 826-1880 Wastewater Departrrpnt 826-1816 Gas r~U++"p++t 826-6900 (826-3140 after lours) (826-3140 after haul) (826-6900 after hear) Section A - SP (Revised 12/15/04) Page 3 of 22 Storm Water Department Parks & Recreation D=paitment Streets & Solid Waste Services A E P S B C City Street Div. for Traffic Signal/Fiber Optic locate Cablevision ACSI (Fiber Optic) RMC (Fiber Optic) Ckx~iceCam (Fiber Optic) CAPAOC[C (Fiber Optic) Brooks Fiber Optic (MAN) A-12 Maiateaance of Services 826-1881 (826-3140 after hours) 826-3461 826-1970 299-4833 (693-9444 after hours)' 881-2511 (1-800-624-4424 after hours) 857-1946 657-1960 857-5000 (657-5060 after hours) 887-9200 (Pager 800-724-3624) 813-1124 (Pager 888-204-1679) 681-5767 (Pager 650-2981) 512/935-0956 (NObile) 972-753-4355 The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Acce6s 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 musemn-~asd 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 document are available through the City's Traffic Engineering Department. The Section A - 8P (Revised 12/15/04) Page 9 0£ 22 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 sad Tracking 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 sad Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office NOT USED. A-18 Schedule sad Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on CAL@7DAR days. This plan must detail the schedule of work and must be Section A - 9P (Revieed 12/15/09) Pegs 5 oP 22 submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 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 Conatzuctioa Project Layout and Control NOT IISBD. s - °°~^- '---•-h ma~]es base 'ass ete that awe aar-tRa~ Sac lion A - 3P (Revised 12/15/04) Page 6 of 22 ..... ..4 4............ _: ...... --_ ____ _____.-_ __ r..._.._ .,~ .,....~_..~.r, r.._.._ ,.- ..--.......-..........., ~Furb anti gutter €lerv }#ne sues-eF sire-` - ~ nn nll ... /J ........~ .1....- ..L..l .. ... l . 1 ~ _ . _ ___ .-_ F..... ....._ . _ Al rl l .-F .... 1...... L _ / /~-.. ..L ...] Fl.... 1. ..1 /mv Nm _.~ _\ wll /~_ w l l 1 i ..l...l ..... ' A-20 Teatiag and Certification 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 iect Siana NOT IISBD A-22 Minority/Minority Suaiaeas Baterpriae Participation Policy (Revised to/se) 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 October, 1989, and any amendments thereto. Zn 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. Definitions a. Prime Contractor: Any person, firm, partrtership, corporation, association or joint venture as herein provided which has been awarded a City contract. 9ectioa A - 9P (Revised 12/15/04) Page 7 oY 22 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 51.0°s 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 women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated NffiE 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 Section A - SP (Revieed 12/15/04) Page 8 oP 22 a minority joint venture partner has a 50.0 interest, shall be deemed equivalent to having minority participation in 25.Og 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 Huainess Hnterpriae (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 Cont ractorfor failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required (Revised 7/5/00) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section B-6-2 of the General Provisions is hereby amended in that the Contractor must pay all fees and 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 Honda 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 Section A - SP (Revised 12/15/04) Yage 9 of 22 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 (10~) of the Surety Company's capital and surplus with reinsurers) 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 Exemption NOT IISED ~~,~ F .~.l l.. .. L... ...1 l < ~1.. ..F .,,+F c1. a F-- -- ~=-as e€ Sa}es E3 e3 se an& H T 3 g y F, [ e a3ees un -ees ~ ~_ a ~ni ~ ~+., «„ ~a-`-'st~a~# € T#~ } 34 P F' b ' € P en e e , e rfisnee e a i.l l:. ' ~F ..l.l- ..4 ~--k~~~= k ~ t 3 --t3 € in ~31e a r •^dPr a seFasated eent~aet, h ~e r#a~e s se tl 'St t t ~ e ~}aa }}- pg } 1 , -.. , ..,. ,.c Y'- TF ~~'••• Cu:afc t dncu g P e en ~e a emen Y k-al t-~.• •-P_--3~1. dl3f}P£~ eega~aged M enh~ et, he ~..,....._~_aetars awe a}4gib ~- ,:^^ •'' "~ ^ K 1 k' £' ~~^ }e £ _,,... _ _ .. p. ,.-.-- - nts ^The-Fentraete~ 3• ^ ^••~`^^^~-~-PEe~' sad the sabeent~aet mtxaE e~, 3 ~ #eeae a R--t-ikE'~, SeCtioa A - SP (Revised 12/15/04) Page 1D of 22 A-26 Supplemental Inauraace Reauiremeats For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material than e to: 1. Name: City of Corpus Christi Engineering Sexvicea Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section 8-6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Section A - SP (Aevieed 12/15/04) Page 11 of 22 Contractor must provide Installation Floater insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Installation Floater coverage must be an "All Risk" form. Contractor must pay all costs necessary to procure such Installation Floater insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-28 Coasideratioas for Contract Award and IDcecution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staf£ The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) yeaza recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) yeaza 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. Section A - BP (Revised 12/15/04) Page 12 of 22 Such written apprgvat of field administration staff is a prerequisite to the City ffigineer's obligation to execute a contract Eor this Pmject. 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 teen of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration o£ Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Hid 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 hIDE 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 hIDE. 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 Hngineer, 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 Pmject. Thin list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors ,prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section 8-7-13; Section A - 8P !Revised 12/15/04) Page 13 0£ 22 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; B. 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-x, if applicable. 10. Withiafive (5) days following bid opening, submit in letter form, information identifying type of entity sad state, i.e., Texas (or other state) Corporation or Partnership, and same (e) and Title(s) of individual(s) authorized to execute contracts oa behalf of said entity. A-31 Amended Policy on Rxtra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" H-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acmowledges 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 ac)mavledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amountin excess of $25,000.00 must also be approved by the City Council. A-32 Amended "IDcecuti~ of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at arty 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 o£ Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Hid Meeting referred to is Special Provision A-1. 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 Section A - SP (Revised 12/15/09) Page 34 of 27 plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City 47ater Facilities: Special Reauiremeats NOT IISHD ~' t € ^g we~le a€ ~n} E' €~ MraEes €ae#}iE~ , r r the ...v....-v....v , ..ice. ~uu..~ ~l ~ I c'r ui rer Be a~tment Peasenne} 74 V# }€ /E t t S € € g e e~ en aae e~ a 9z~4enta€#en P~e ~am w4}} he a€€e~ed €~ h t 4 d G4€ ~ e } Q }~.a : e~ ee - y- a .l.- an L... .. L €e~ _a t .l, ~ ~ , 4 C I l f -aa:~ I p }}-matey#a}e and ec tri ment esed < sh ' # h}• a , l g e ~ epa r, ~eas tr~gtat#en-~e~ns~a}}~~#ea and~ne eet' € sem y, ' p en a ~vng3s, e~ any eEhe=-.t_..._ _h:._h eaala ,,.~€nge eea€ae€-wi€h-Petable wa€e °°£°°^^- - ' ena' St-nda~'de ' t4t t /FT ^ ~, mt:s~ €# ns tt e cam..: s. _a-. ,r... r /... .,~ a en o~-_.a.....a ~,... .t. r '7-' _- ^` -` °Ti" -a-~d-6~ a }- € l} '# l ` i gg~eva e~ a mate~ .,a ~ti _ *„ gash- ene~a~ed--H ~-t-Ae-Eentrae€e~' e h' ' e-,r: t eh g } ~ s em13 e}ees, zge '~'' t ~ '-- eeaEa'nP~ at a}} t# t tl a€e, e~ mes a ~ ~ • } • s • ~ °, ^..`:,~~--^h w~~d-net-hem }a d Th F e wa-te E we e en - ~ ^w^" '•ee we~3e a~eae a}eaa at a d : ~ae~ g ee-a-rt -~~su ~7'- Section A - SP (Revised 12/15/04) Page 15 of 22 r_ ..l i. eL,,., _ bi ••L: Fe .^$ae$ l_ _rl :4_..... _ll - - _- em } e #€ ~ ~ 'i r C4,TiCK < °L_il 'a a#e }te e g ey e rtH e~m smae -gee ~ F e s € E €° t = ' g n e~ en ae e~ pe~sea u;e} }F^-`---`-~ mus€--nsE:-rise-an • € F#€ e"'€ Q } } ... 4 ...-_.. -.j a "„ Fent~--`-- veh#e-#ee mr}B~be- a ~ ~es a reems EenE~aeEe~ ~]EP~ € d # d € i g aea;.~tea_br~ ,. «~ .,_P__..__at s PS a - g~a e e €e, as tn€€ I!#3 sent~aete~ veh$e}es _a _ .. -- - a ~ __a L ___.~.L~ a~€~eat# ne r th ~~-,.-oo~~r 9 b ' i , ~E -'••a-- L••~ - ~ e =m#ted to mad rri #€#eat#e e erv €h s dd't' n s, a sr3e, t 6.. ca Y °^, - stem hxls -^4...-..L, #s ees J..,, _ _ y ~,a~='.~ : ~. _a.._.~_ i a _ ..., L......: _ 4_.n ..~_ ~_.. ...,. ... 4 He -m~e s , _ . ....aster a Re #ete~ s-: ed Fie€ess#ena€ 8 ' 6 } y g ... nQ nee~, _.i L.. ~L: .. a ei3t~e -_: _., _ e^- -..4aeta~ er-~-s tsa#n' ~ -- t ~ '-g~eme nt#n~-the ng eeuaee -:, sgee€€#e eem€+23te~e R ~.g 4'Ei8 a anEl . , .. ..4 _ coo c: _~ ..L_, , a.. ~ .~:_..r. ° ..L: _L ~L ^ ma~4 -' k-r>/th ~a ••iA-pE'aet#E'a~ e3Etel3t {'1~'3 E a~ ~-v>roiac '.Pe th#e }E3 Section A - 8P (Revised 12/15/09) Page 16 of 22 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 certif iea that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. -~ Section A - 8P (Reviead 12/15/04) Page 17 of 22 g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended "Arrangement aad~Charge £or Water Fuzniahed by the City" NOT IISSfl -- ~...- n _ _ ry ..-.a n 3 ., • riF3l~eipa-rCClne6tHPt3ea E'eE3E1~aE1:9 , P f.-1G--nrx ~_~a e-€P~' IIaFPZ~TF4 ~ c} Yr9 _ - A-38 Worker's Compensation Covers a £or Huildia or Construction Pro 'ecta for Government Entities The requirements of ^NOtice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-e- 9. A-40 Amendment to Section H-8-6: Partial Satimatea 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 Section A - 9P (Revi"eA 12/15/04) Page 18 of 22 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 IISSD -~ ___...___~ r_. ___~ _t_________ ...___ ____ __ __________ _-. __r_ ___ ...._~-- .. -. .. .. ~ ....-.. M.... nom.... 3 ........A ........-.F f .... ......... 2 .... mM.. nJ r.. r.-....3 -......- _ l l ..... .......... ......-., ap ....... u..c~ssc o.. .,p... ro~ ..t.uaau. ..... c ..Y^z neE#€l~--Cent~aete~ abetxt-eeenc~~ler~. F€~--a~la}~Qeh ae ttri-eis-exg~#eReed, .,... .] _.. .., , , 1.,. ...~ _,. .i .... ~..] .,... : , , L... i -- ...] r4... ...il .... 4 ...i «1... ~. .. l .. u:pc..va.r,.w .... ...... ...:a A-42 OSHA Rules E Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Ameaded Iademnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" 8-6-21 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 coats and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions sad Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: section A - 9P (Aevieed 12/15/04) Paga 19 of 22 (i) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to-substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal o£_Highly Chlorinated water (7/5/00) NOT IISED r7,- t --~ kt'gh }eve s e€ eh}ems se w#}} he need-~e-~ °°at''° ~enn~ee'H}e }-sm~€s €e~ d#seharge «, __a- a}}~ serve#t~ise -tress - - -q.., _ - , agenr~es suPh as 'f'EHlFB ~'fYt~te "^^ - - - .ti_ ^Y^ A-47 Pre-Construction ~cploratory Hxcavatioas (7/5/00) NOT IISHD - - - - •'~^` en Ehe-g~eJeet Eentraetea e3•r~~-e~~ava~e •Y __r ---- =~=E.e==nee~-€i;e--p~e3ee-t and Eent~aeEe~ s32a}} - °~ _w ~' ",~ - ~'-° °,,-, and awe w#€h#n t n €eet ( B ) e ...i 2 . ~ -, . -iz[iC~.. .-. FVfciic,'_ ~~B}ee'G Y ..t-, l - - - CS ..l -G L_ =r' ~" _a: __. .:,_ _F ,+--_ a*eave€ed sad ensvP'ed ae wel}~ '""' t "-'^^^` a'-`anee Ee he savemee:t eentea~#ae a.ul A-46 Overhead Hlectrical 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 Seotloa A - aP (Revised 12/15/04) Page 20 of 22 construction route. Contractor shall use all due diligence, precautions, etc., toensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with CP&L and inform CP&L 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 Ameaded "Mainteaance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B-6-il Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration ofthe 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 Ameaded Prosecution and Progreso Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Pro ress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization / remobilization costs. Such costs shall be addressed through a change order to the contract. Section A - 8P (Revised 12/15/04) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT: DHVSLOPMHNT 3HRVICHS / HOC (FROST BDILDING) CHILLRR RBAPLCHMSNT 2009; PROJECT No. 4372 OWNER: CITY OF CORPUS CHRISTI HNGINHHR: STRIDDE, CALCINE & ASSOCIATES INC. CONTRACTOR: SIIBMZTTAL DATH: APPLICAHLB SPHCI OR DRAWING SUBMITTAL NITMBSR: SDBMITTAL Section A - SP (Revised 12/15/04) Pa4e 22 of 22 A G R E E M E N T THE STATE OF TEXAS ~ COUNTY OF NUECES § THIS AGREEMENT is entered into this 9TH day of JUNE, 2009, by and between the CITY OF CORPIIS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Malek, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $263,782.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: DEVELOPMENT SERVICES/ EOC (FROST BUILDING) CHILLER REPLACEMENT 2009 PROJECT NO. 4372 (TOTAL BASE SID: $263,782.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 P R O P O S A L Place: Date : ~ ~T(i~y ~~~L° Proposal of a Corporation organized and existing under the laws of the State of ~~y.C~S 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: DBVRLOPNSNT SRRVICRS / HOC (FROST HIIILDIN6) CRILLSR RSPLAC8NBr1'P PROJSCT NO. 4372 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: TOTAL BASS SID: $ z° lL'~. I +J ~ , ~~ Proposal Form Paae ~ of S The Contractor will commence work within ten (10) 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. ATTES~P2~ City !!S`/`/ecretary CITY OF CORPUS CHRISTI By: Oscar Martinez Assistant City Manager APPROVED AS TO GAL FORM: By: Asst. City Attorney ATTE (If C oration) a~ (Seal low) (Note: If Peraon signing for corporation is not President, attach copy of authorization to sign) Pete A'naya, P.E. Director of Engineering Services CONTRACTOR '~ ,; - Malek, Inc. ,,, ~ ~~~~.•. Title: ~~ , P.O. SOX 679 ~ ~~~~~~`~ (Address) CORPUS CHRISTI, TX 78408 (City) (State)(ZIP) 361/888-8281 * 361/888-7257 (Phone) (Fax) r r 1x26 / A H 12f:D dY COUNCIL.. ~~~ Agreement Page 2 of 2 ~RiALEK•If1~. PO BOX 678 2521 ANTELOPE CORPUS CHRISTI, TEXAS 78403 June 16, 2009 To Whom It May Concern: (361) 888-8281 • FAX (361) 888.7257 I Sue Malek, President of Malek Inc here by give Doug Bell, CEO of Malek Inc, authorization to sign contracts and other legal documents for Malek Inc. Sincerely, ~~,"'' l Sue Malek President State of Texas County of Nueces Before me, 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 first duly sworn, declared that the statements therein contained aze true and correct. I ~a•O THENESA NUflTIN _ Nomry PabNC STATE Of TEAS Notary Public's lgoature ~e ~ onxn. E>tp. 0611-2010 Regulated by the Texes Dept. o/Licensing 8 Regulation, P.O. Box 12157, Austin, TX 78711, 1-800-803.9202, 1-512-463-6599. License No. TACLA000540C Regulated by the Texas State Boeid o/ Plumbing Examiners, P.O. Box 4200, Austin, TX, 78765, 512-936-5200, License No. M-11255 n to /`/-ILN-IITI/1Fexll.~ • urn rn,~ • ~~.r-ter ...-.-.. - P R O P O S A L F O R M F O R DEVELOPMENT SERVICES / EOC (FROST BUILDING) CHILLER REAPLCEMENT - 2009 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPDS CHRISTI, TEXAS PROPOSAL PORM PAOB 1 OF 5 P R O P O S A L Place: Date : ~ A yT~, ~~.:L 1 Proposal a Corporation organized and existing under the laws of the State of ~e.1Cc:-~S 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: SSRVIC88 / 80C (FR09T SDILDING) CHILLER RSPLAC8L~1T YROJSCT NO. 4372 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: TOTAL SASS SID: $~ l~ ~J,~ ~ ~ of}~ Proposal Form Dann 7 r~F C 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 5~ 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 I3nterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within One hundred forty (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, o~ the following addenda is acknowledged (addenda number): (~()n?l'. ~F_C,~~J2~~~ Respectfully submitted: Name: By: (SEAL - IF BIDDER IS a Corporation) Address: NOTB: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Telephone: (Revised August 2000) PROPOSAL PORM PAGE 3 OF 5 P E R F O R M A N C E B O N D BOND NO. PRF08962257 STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Malek, Inc. of NUECES County, Texas, * hereinafter called "Principal", and FIDELITY & DEPOSIT COMPANY OF MARYLF~PII$ corporation organized under the laws of the State of MARYLAND , 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 TWO HUNDRED SIXTY-THREE THOUSAND, SEVEN HUNDRED EIGHTY-TWO AND NO/100($263,782.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these pre5erit5: *COLONIAL AMERICAN CASUALTY & SURETY CO. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 9TH of JUNE 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: DEVELOPMENT SERVICES/ EOC (FROST BUILDING) CHILLER REPLACEMENT 2009 PROJECT NO. 4372 (TOTAL BASE BID: $263,782.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 16TH day Of JUNE ZQ 09 , PRINCIPAL MALEK, INC. BY ~ ~ ~~.~- 9w12 Name & ATTEST EO Name & T.=tle SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO, By: _ l^~. Attorne :-'n-fact MARY ELLEN MOORE (Print Name) _ i; , The Resident Agent of the Surety in Nueces County, Texas, delivery of notice and service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY COIItact PBrSOII: MARY ELLEN MOORE Addr@88: P,O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-883-1711 (NOTE: Date of Performance Bond must not be prior to date of con tra ct)(Revised 3/08) for, =`' Performance Bond Page 2 of 2 P A Y M E N T B O N D BOND NO. PRF08962257 STATE OF TERAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Malek, Inc. of NUECES County, Texas, hereinafter called "Principal", dnd FIDELITY & DEPOSIT COMPANY OF MARYLAND] a corporation organized under the laws of the State of MARYLAND , 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 TWO HUNDRED SURTY-THREE THOUSAND, SEVEN HUNDRED EIGHTY-TWO AND NO/100($263,782.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: *COLONIAL AMERICAN CASUALTY & SURETY CO. THE CONDITION OF THIS OBLIGATION IS 3UCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 9TH day JUNE 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: DEVELOPMENT SERVICES/ EOC (FROST BUILDING) CHILLER REPLACEMENT 2009 PROJECT NO. 4372 (TOTAL BASE BID: $263,782.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 16TH day Of JUNE ZQ 09 MALEK, INC. By' ~ ~f //vG-t- ATTEST 0 SURETY FIDELITY & DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY & SURETY CO. By: Attorney fact MARY ELLE MOORE <:;° ,U' The Resident Agent of the Surety in Nueces Couaty,:T9sas, delivery of notice and service of process is: Ag@ncy: Contact Person: Address: Phone Number SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) for ` 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 THEODORE G. MARTINEZ, Vice President, and ERIC D. BARNES, Assistant t ce of authority granted by Article VI, Section 2, of the By-Laws of said Companies, which az h ere d~eof and are hereby certified to be in full force and effect on the date hereof, do t , co d ary Ellen MOORE, R. M. LEE, Michael A. WHITNEY, H.M. CA . DUNCAN, all of Corpus Christi, Texas, EACH its true and la t e ,execute, seal and deliver, for, and on its behalf as surety, and as its and n ertakings, EXCEPT bonds on behalf of Independent Executors, Comm vo}~ `a-n~d tans. and the execution of such bonds or undertakings in pursuance of these p s ll~in on said Companies, as fully and amply, to all intents and purposes, as if they had been duly e~~ a wledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own pr r rsons. This power of attorney revokes that issued on behalf of Leroy A. RYZA, Mary Ellen MOORE, R. M. LEE, Diann EISENHAUER, Michael A. WHITNEY, Kristi ROBERTS, dated October 13, 2003. The said Assistant Secretary does hereby certify that the exhact set forth on the reverse side hereof is a true wpy of Article VI, 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 COMPANY, this 22nd day of September, A.D. 2008. ATTEST: '~o ocrusr~ WWpy ro, '~ ., ... ~{ ~ v~° ~ BBAL o tm ~_ «.. °' ~9 Q`.r,n. Altt State of Maryland 1 ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Eric D. Barnes Assistant Secretary ~~~• ~ ~ij By: Theodore G. Martinez On this 22nd day of September, A.D. 2008, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and ERIC D. BARNES, 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 aze 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. `, W4IdrA4yC ..). , ) zt.~~l ' ) ~. I ~. / ,~4iiiiAlAial J• ~~~111111)~)``` Constance A. Dunn Notary Publrc My Commission Expu•es: July 14, 2011 POA-F 768-9883 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "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 requve, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, ageements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article Vl, 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 requve, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, ageements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix 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 COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate maybe 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 mechanically 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 16TH day of JUNE 2009 ~~~ Assistant Secretary Fidelity and Deposit Company of Maryland ~ Home Office: P.0 Box 1227, Baltimore, MD 21203-1227 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-300-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 F;1X rk (5l2) X75-1771 FRENIIUN( OR CLAIIbt D(SPUTES• Should you have a dispute concerning the premium or about a claim, you should first contact Fide]ity and Deposit Company of Iv(aryland or Colonial American Casualty and Surety Company. [f the dispute is not resolved, you may contact the Texas Department of Tnsur~u~ce. ATTACH THIS NOTICE TO YOUR POLICY: This notice is For information only and does not become a part or condition of the attached document. 5.95.171(-CX) (08/01) Disclosure Statement Z~IRICH ZURICH AGENT/BROKER COMPENSATION DISCLOSURE Dear Policyholder: 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. 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:/lwww.zurichna.com. Click on the information link located on the AgenUBroker 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: 2016084474 U-RET-E-402-A CW (11/06) Page 1 of 1 ~5'C~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires ali persons or firms seeking to do business with the Cityto provide the following inforrmation. Every question must be answered. If the question is not applicable, answerwith "NA". FIRM NAME \Ci ISC~ STREET:~4~\ Ati~E..`cht~ CITY: ~ S : 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 Cfty of Corpus Christi having an "ownership interest" consttuting 3°~ or more of the ownership in the above named "firm". Name /~ /d Job Tide and City Department (ff known) /V/l 2. State the names of each "official" of the Cfty of Corpus Christi having an "ownership Interest" consttuting 3°~ or more of the ownership in the above named "firm". Name Title N~ 3. State the names of each "board member" of the Cfty 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 4. State the names of each employee or officer of a "consultant" for the Cfty of Corpus ChNsti who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Consultant N~ CERTIFICATE 1 certify that all information provided is true and correct as of the date of this statement, that I 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. p Q 1-- 1 Certifying Person: 1~20un~t ~~ ~ Title: `II(`Q ff2@S~J~.I (Type or Print) Signature of Certifying Person: _ ~ ~~,~~- Date: _ .S~~j PROPOSAL FORM 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 ordeal 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-profd organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "ConstrucWelIyy held' refers to holding orcohtrol established through voting trusts, proxies or special terms of venture or partnership agreements. f. "ConsuttanC. 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