Loading...
HomeMy WebLinkAboutC2014-302 - 11/11/2014 - Approved i 2014-302 ,,'.>> A. 11/11/14 M2014-145 CSA Construction Inc. CONTRACT DOCUMENTS FOR CONSTRUCTION OF Oso Water Reclamation Plant Clarifier No. 5 Trough Replacement and Chlorine Contact Chamber Repairs E13139 7 • 01 . iii . ..... . ..... ..... ..... ........... 11,E9'R 4.„ CityOf ,c.,,,, W a Corpus ?i.isa Christi , 0 AI LNV, inc. Record Drawing Number STL 210 June 27, 2014 C H 00 0100 TABLE OF CONTENTS E „,,,,,,D,,,,„,,,i,„ „,, ,„,„,,,,,,„,, -.- „,„...,_-„, .:.„.„..,_,..,,,„:.-.,..,. ::,-;-',„ :,,,,,-..-5..-:,-,,,,',4,10: --.-:,::,.."--qiv- :-.7,101eutt E5,:00 .. ,;„6 3 E,�.- t�".p.., v. "ScA ,i„' K,, a, s.i'' 'mff` m e'. ._.,xis:= 7, Division 00 Procurement and Contracting Requirements 0011 16 Invitation to Bid 00 21 13 Instructions to Bidders 00 30 00 Bid Form (Rev 3/18/2014) 00 30 01 Bid Form Exhibit A(Rev 3/18/2014) i00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 1 00 3006 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement(Rev 3/18/2014) 00 61 13 Performance Bond (Rev 3/18/2014) 00 6116 Payment Bond(Rev 3/18/2014) 00 72 00 General Conditions 00 72 01 Insurance Requirements(Rev 3/18/2014) ,' 00 72 02 Wage Rate Requirements 00 72 03 Minority/MBE/DBE Participation Policy E00 73 00 Supplementary Conditions E - Division 01 General Requirements 01 1100 Summary of Work 01 23 10 Alternates and Allowances E ! 0129 00 Application for Payment Procedures 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 0133 00 Document Management 0133 01 Submittal Register(Rev 3/18/2014) 0133 02 Shop Drawings I Table of Contents 00 0100-1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-18-2014 I - a I 01 33 03 Record Data 0133 04 Construction Progress Schedule 0135 00 Special Procedures # i 0140 00 Quality Management 0150 00 Temporary Facilities and Controls 0157 00 Temporary Controls 0170 00 Execution and Closeout Requirements Part S Standard Specifications 111 I NOT USED 3 Part T Technical Specifications _ 0133 00-T Submittal Procedures 0178 40-T Record Documents . r Division 05 Metal 4 05 12 00-T Structural Steel 05 50 00-T Metal Fabrications Division 11 Equipment 1150 00-T Fiberglass Reinforced Plastic Fabrications 11 60 00-T Aluminum Slide Gate • 9 1170 00-T Traveling Bridge END OF SECTION - Table of Contents 00 0100-2 Oso Water Reclamation.Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-18-2014 - i 0011 16 INVITATION TO BID ARTICLE 1—GENERAL NOTICE 1.01 The City of Corpus Christi,Texas(Owner) is requesting Bids for the construction of the following Project: Oso Water Reclamation Plant Clarifier No. 5 Trough Replacement and Chlorine Contact Chamber Repairs City Proi.No.E13139 A. This project serves to replace damaged components of both,Oso WRP Chlorine Contact Chambers No.3 and No.4 as well as Clarifier No.5, including the weir troughs,stilling well, scum baffles,angle braces,traveling bridge guide pipes,skimmer blades, pillow blocks, slide gate,and associated appurtenances. This project includes two additive alternates. Additive Alternate#1 includes the replacement of knee braces on the south side of Clarifier No.5 and shoring and weir trough realignment associated with the knee brace replacement. Additive Alternate#2 includes the work associated with the removal and j replacement of 3 slide gates on the effluent channel of Clarifier No. 5. Replacement parts to the following existing facilities include: 1. Clarifier No.5 a. Weir Trough (approximately 145 LF) 1 b. Scum Baffles(approximately 145 LF) t c. Traveling Bridge Skimmer Blades(2 total,1 Left&1 Right) d. Traveling Bridge Guide Pipes(2 total) e. Traveling Bridge Bearings&Realignment(8 total,2 per wheel) f. Weir Trough Supports(10 total plus 5 for Additive Alternate#1) i g. Slide Gate(1 total plus 3 for Additive Alternate#2) 2. Chlorine Contact Chamber No. 3 & No.4 a. Stilling Well (2 total, 1 per CCC) b. 42" Pipe Supports/Hangars(8 total,4 per CCC) c. Weir Trough Mounting Plates (approximately 40EA total, 20EA per CCC) d. Weir Plate Remounting (approximately 7OLF total) l 1.02 The Engineer's Opinion of Probable Construction Cost(including the additive alternates)for the Project is$514.000. The Project is to be substantially complete and ready for operation within 120 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. Et Invitation to Bid 00 11 16-1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 4 c A ARTICLE 2–EXAMINATION AND PURCHASE OF DOCUMENTS 2.01 Advertisement and bidding information for the Project can be found at the following website: www.publicpurchase.com 2.02 Contract Documents may be downloaded or viewed free of charge at this website. It is the downloader's responsibility to determine that a complete set of documents,as defined in the — Agreement are received. 2.03 This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3–PRE-BID CONFERENCE 3.01 A non-mandatory pre-bid conference,with follow up site visit,for the Project will be held on 111 Tuesday July 15,2014 at 10:00 a.m.at the following location: City Hall.6th floor conference room 1201 Leopard Street Corpus Christi,Texas 78401 _ *Attendees will be allowed to take a site visit and be provided with information and directions to Oso WRP following the pre-bid conference. ARTICLE 4-QUESTIONS REGARDING BIDDING PROCESS OR SOLICITATION DOCUMENTS , ,._3 4.01 Questions are to be submitted using the Question and Answer process on the Owner's Bidding Website. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by noon seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 4.02 A response to a question posted on the website that requires modification of the Contract Documents will be made by Addenda. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 5–MINORITY/MBE/DBE PARTICIPATION POLICY 5.01 Selected Contractor is required to comply with the Owner's Minority/MBE/DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/MBE/DBE PARTICIPATION POLICY. 5.02 Minority participation for this Project has been established to be 45%of the Contract Price. 5.03 Minority Business Enterprise participation for this Project has been established to be 15%of the Contract Price. - Invitation to Bid 00 11 16-2 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 - i ARTICLE 6—BID SECURITY 6.01. Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 7 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 } percent of the greatest amount bid. 6.02 Bid Security may be in the form of a Bid Bond or a cashier's check,certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders may provide their surety's standard penal sum bid bond form. The Bid Bond must reference the Project by name as identified in Article 7. 6.03 Failure to provide the Bid Security will constitute a non-responsive Bid which will not be considered. Failure to provide required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. ARTICLE 7—DELIVERY OF BIDS 7.01 Sealed Bids must be delivered to the Owner at the address below no later than Wednesday.July 23,2014 at 2:00 p.m.to be accepted. The Bids will be publicly opened and read aloud at this time and place. Bids received after this time will be returned unopened. Address Bids to the ` Owner as follows: 1 The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs,Project No.E13139 ARTICLE 8—AWARD OF CONTRACT 8.01 It is the intent of the Owner to award this Contract to the lowest responsible Bidder who Esubmits a responsive Bid. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices,to reject any or all Bids,and/or waive formalities. Bids may not be withdrawn within 90 days from the date on which Bids are opened. ARTICLE 9—OTHER CONTRACT REQUIREMENTS 9.01 Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the Contract Documents. 9.02 Contractors for this Project must obtain and provide the necessary insurance, including Workers'Compensation Insurance, as required by the General Conditions and SECTION 00 72 01 SrRANCE EMENTS. J 9.03 PeformanceINandREQUIRPayment Bonds are required. Invitation to Bid 00 11 16-3 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 1 I . . . . END OF SECTION . A : :I . .3 • • - a J 37 i • • r t • -j 3 __ ___I Invitation to Bid 00 11 16-4 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 - . 00 72 01 INSURANCE REQUIREMENTS — I ARTICLE 1—INSURANCE REQUIREMENTS l� 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: V � •[y irk, r n� er 3 Commercial General Liability including I 1. Commercial Form 2. Premises-Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal&Advertising Injury Business Automobile Liability-Owned, Non-Owned,Rented and Leased $1,000,000 Combined Single Limit Workers'Compensation Statutory . L Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability/ $2,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental 0 Required M Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Builder's Risk(All Perils including Collapse) Equal to Contract Price 0 Required ® Not Required Installation Floater Equal to Contract Price 0 Required ® Not Required Owner's Protective Liability Equal to Contractor's liability insurance El Required ® Not Required J t Insurance Requirements 00 72 01-1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs �r City Project No.E13139 REV 03-17-2014 L . , c p 111 • 1.02 GENERAL PROVISIONS .; .1 A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. L I U B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from '' companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of policies and endorsements,and documentation of applicable self-insured _ retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact)any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. I F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in -pi compliance from the evidence provided is not a waiver of the Contractor's obligation to ; obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by I the Contract Documents. Contractor shall not be allowed to perform any Work on the ' • Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights ' ` under Article 16 of the General Conditions if Contractor fails to obtain or maintain the _-,) required insurance. —31 I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the -d indemnities granted to Owner's Indemnitees in the Contract Documents. - K. Provide for an endorsement that the"other insurance"clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is a-A primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. 31 L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers'compensation policy and Contractor's professional liability policy. , . 1.03 CONTRACTOR'S INSURANCE a A. Purchase and maintain workers'compensation and employer's liability insurance for: - - 1. Claims under workers'compensation, disability benefits,and other similar employee benefit acts. Obtain workers'compensation coverage through a licensed insurance --- company in accordance with Texas law and written on a policy and endorsements Insurance Requirements 00 72 01-2 --=1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-17-2014 1 C approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers'compensation obligations. Provide an"All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury,occupational sickness or disease,or death of Contractor's employees. j 3. United States Longshoreman and Harbor Workers'Compensation Act and Jones Act coverage(if applicable). 4. voluntary worker ). B. Purchase andForeign maintain commercial generalcompensation liability(if insurancapplicablee covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis,against: 1. Claims for damages because of bodily injury,sickness or disease,or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason;and 5. Claims for damages,other than to the Work itself, because of injury to or destruction of tangible property wherever located,including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996(or later) ISO commercial general liability form(occurrence form)and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care,custody,and control of Contractor. Provide and maintain Installation Floater insurance for property under the care,custody,or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or"All Peril" policy providing coverage for all materials, supplies,machinery,fixtures,and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship,materials, maintenance,or construction; b) Cost to remove Defective or damaged Work from the Site or to protect 1 it from loss or damage; J c) Cost to cleanup and remove pollutants; Insurance Requirements 00 72 01-3 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-17-2014 X ft j n 1, ' d) Coverage for testing and startup; e) Any loss to property while in transit; .. . f) Any loss at the Site; g) Any loss while in storage,both on and off the Site;and Ly h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance i adequate to cover the value of the installation. Pay any deductible carried f;' under this coverage and assume responsibility for claims on materials, ii supplies, machinery,fixture,and equipment which will be incorporated into the Work while in transit or in storage. em 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions,and all other contractual . ■ indemnity obligations of Contractor in the Contract Documents. y II 3. Broad form property damage coverage. 4. Severability of interest. - a 5. Underground explosion and collapse coverage. 6. Personal injury coverage. I 7. Endorsement CG 2032, "Additional Insured-Engineers,Architects or Surveyors Not -' Engaged by the Named Insured"or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because r of bodily injury or death of any person or property damage arising out of the ownership, maintenance,or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability,commercial general liability,and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. ;._ F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers,directors, members, partners,employees, " ' agents,consultants,and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims,including clean-up costs that result from Hazardous Environmental Conditions ..I which result from Contractor's operations and completed operations. Provide Contractor's II Insurance Requirements 00 72 01-4 — Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-17-2014 I pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the 1 Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance,or have Subcontractors and Suppliers do so,if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations,whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor,Owner,and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. t 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents,whether performed by Contractor, Subcontractor,Supplier,anyone directly or indirectly employed or retained by any of them,or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE i A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT,Contractor, and all Subcontractors,and any other individuals or entities identified in the Supplementary Conditions,as named insureds. 2. Be written on a builder's risk"all risk" policy form that includes insurance for physical loss or damage to the Work,temporary buildings,falsework,and materials and Insurance Requirements 00 72 01-5 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-17-2014 I . . I e o O A • V equipment in transit,and insures against at least the following perils or causes of loss: fire; lightning;windstorm; riot;civil commotion;terrorism;vehicle impact;aircraft; smoke;theft;vandalism and malicious mischief;mechanical breakdown, boiler explosion, and artificially generated electric current;earthquake;volcanic activity,and F, other earth movement;flood;collapse;explosion;debris removal; demolition occasioned by enforcement of Laws and Regulations;water damage(other than that FLA caused by flood);and such other perils or causes of loss as may be specifically required - by this Section. If insurance against mechanical breakdown,boiler explosion,and artificially generated electric current;earthquake;volcanic activity,and other earth — movement;or flood,are not commercially available under builder's risk, by endorsement or otherwise,this insurance may be provided through other insurance policies acceptable to Owner and Contractor. _ 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship,design,or materials exclusions. 11. Include testing and startup. -= 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial . Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor,Subcontractors,or employees of the Contractor or a Subcontractor owning property items,such as tools,construction equipment,or other personal,property not expressly covered in the insurance required by the Contract Documents are responsible for --- providing their own insurance. Insurance Requirements 00 72 01-6 —' Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-17-2014 1.06 WAIVER OF RIGHTS `I A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees,Contractor, named insureds and additional insureds,and the officers,directors, members,partners, employees,agents,consultants,and subcontractors of each and any of them,for all losses and damages created by or resulting from any of the perils or causes of loss covered by r builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor,Subcontractors,or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event,Contractor is fully responsible for all losses arising out of,resulting from,or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT,named insureds,or ' additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE { 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies;and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds"for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or ar�y-matefief- change in the policy's terms and conditions, limits of coverage,or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE Insurance Requirements 00 72 01-7 / Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-17-2014 I .; : :i A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under .. Texas Insurance Code§1811.101;or El I2. Form is a standard form deemed approved by the Department under Texas Insurance Code§1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of • insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies,declaration pages and endorsements,and a documentation of applicable self-insured retentions and deductibles if requested by the n P Owner. B. Owner may require the deletion, revision,or modification of particular policy terms, conditions, limitations,or exclusions(except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. . 2.04 CONTINUING EVIDENCE OF COVERAGE -;i A. Provide updated, revised,or new evidence of insurance in accordance this Section prior to V the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. `J 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi—Engineering Attn:Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract .3 Administrator by calling 361-826-3530. 1 Insurance Requirements 00 72 01-8 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs 1 City Project No.E13139 REV 03-17-2014 C ARTICLE 3—TEXAS WORKERS'COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS'COMPENSATION INSURANCE COVERAGE A. Definitions: 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 coverage agreement(TWCC- 81,TWCC-82,TWCC-83,or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the Project. 2. 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. 3. 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 f1 directly with the Contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors,subcontractors,leasing companies,motor carriers,owner-operators,employees of any such entity,or employees of any entity which furnishes persons to provide services on the Project. "Services" include,without limitation,providing, hauling,or delivering equipment or materials,or providing labor,transportation,or other service related to a project. "Services" does not include activities unrelated to the Project,such as food/beverage vendors,office supply deliveries,and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all employees of the Contractor providing services on the Project,for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. 1 D. If the coverage period shown on the Contractor's current certificate of coverage ends E1 during the duration of the Project,the Contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. IE. The Contractor shall obtain from each person providing services on a project,and provide to the governmental entity: 1. 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 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. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. Insurance Requirements 00 72 01-9 L Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-17-2014 I . a J I . . G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the Contractor knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the Project. 6-a H. The Contractor shall post on each Project Site a notice, in the text,form and manner d 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. I. 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 filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code,Section 401.011(44)for all of its employees providing services on the Project,for the duration of the Project; 2. Provide to the Contractor,prior to that person beginning Work on the Project,a a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; 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 , certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts,and provide to the Contractor: . y a. A certificate of coverage, prior to the other person beginning Work on the Project;and --, b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; `-; 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 . li 10 days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the Project;and 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 F coverage for the duration of the Project,that the coverage will be based on proper . . reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading - Insurance Requirements 00 72 01-10 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-17-2014 I C c 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 after receipt of notice of breach from the governmental entity. END OF SECTION c C I C 1 Insurance Requirements 00 72 01-11 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 REV 03-17-2014 C C 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi,Texas LNV, Inc. B. Paragraph 1.01.A.54"Substantial Completion"is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Clarifier No.5 1) Traveling Bridge 2) Weir Trough 3) Slide Gate(s) b. Chlorine Contact Chamber No.3 1) Weir Troughs J 2) Weir Trough support repairs 3) Stilling Well 4) Pipe Supports c. Chlorine Contact Chamber No.4 1) Weir Troughs 2) Weir Trough support repairs 3) Stilling Well 4) Pipe Supports 2. Only the following items not yet complete in accordance with the Contract Documents: a. Final Walkthrough b. Contractor As-Builts Supplementary Conditions 00 73 00-1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 I 111 vJ : :I c. Final Punchlist I ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS , U A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site,inability to work due to wet or muddy Site conditions,delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: • t1 January 3 July 3 February 3 August 4 a March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 15 rain days have been set for this Project. An extension of time due to rain days will be considered only after 15 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the ' ' schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site,or drawings of physical conditions relating to existing surface or subsurface structures at the ° Site,are known to Owner. • - Supplementary Conditions 00 73 00-2 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 C l Delete Paragraph 5.06 entirely and insert the following: "SC-5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS,SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION C C C l C Supplementary Conditions 00 73 00-3 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 I r 00 52 23 AGREEMENT This Agreement,for the Project awarded on November 11,2014, is between the City of Corpus Christi (Owner)and CSA Construction,Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Oso Water Reclamation Plant Clarifier No. 5 Trough Replacement and Chlorine Contact Chamber Repairs-#E13139 This project serves to replace damaged components of both, Oso Wastewater Reclamation Plant Chlorine Contact Chambers No.3 and No.4 as well as Clarifier No.5, including the weir troughs, stilling well,scum baffles, angle braces,traveling bridge guide pipes, skimmer blades, pillow blocks, slide gate, and associated appurtenances. This project includes two additive alternates. Additive Alternate#1 includes the replacement of knee braces on the south side of Clarifier No. 5 and shoring and weir trough realignment associated with the knee brace replacement. Additive Alternate#2 includes the work associated with the removal and replacement of 3 slide gates on the effluent channel of Clarifier No. 5. ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd.,Ste.300 Corpus Christi,Texas,78408 2.02 The Owner's Authorized Representative for this Project is: Albert Pardo, P.E.—Construction Engineer City of Corpus Christi—Capital Programs 4917 Holly Road Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 175 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 205 days after the date when the Contract Times commence to run. Agreement 00 52 23-1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No. E13139 REV 03-18-2014 B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays,expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached in SECTION 00 30 01 BID FORM EXHIBIT A. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed,and were solely for the purpose of comparing Bids,and final payment for all unit price items will be based on actual quantities,determined as provided in the Contract Documents. Total Base Bid Price Plus Add.Alts. Nos. 1&2 $ 444,800.00 Agreement 00 52 23-2 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No. E13139 REV 03-18-2014 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may,at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. Agreement 00 52 23-3 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No. E13139 REV 03-18-2014 B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local,and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any,at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information,observations, and documents on: 1. The cost, progress,and performance of the Work; 2. The means, methods,techniques, sequences, and procedures of construction to be employed by Contractor;and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations,explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors,ambiguities,or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. Agreement 00 52 23-4 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No. E13139 REV 03-18-2014 K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications,forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form Exhibit A. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Contracts will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Contract must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation contracts must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF CAPITAL PROGRAMS; Agreement 00 52 23-5 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No. E13139 REV 03-18-2014 D. CITY SECRETARY for the City. Agreement 00 52 23-6 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No. E13139 REV 03-18-2014 The effective date of the Contract is Dem/4_6E4. 02O/4 ATTEST CITY OF CORPUS CHRISTI T2-51C, iLL°211 ‘ ✓ L1-.w6. t '2.22.14- City Secretary Natasha Fudge, P. . Acting Director of Capital Programs APPROVED AS TO LEGAL FORM Asst. City Attorney ATTEST(IF CORPO' / ION) CONTRACTOR CSA Co lrcti,n Inc. (Seal Below) George Craig, •ecre•ary By: #j - Note: Attach copy of authorization to sign if Ri• Au. in Person signing for Contractor is not President, Title: President Vice President, Chief Executive Officer, or Chief Financial Officer 2314 McAllister Road Address Houston, TX 77092 City State Zip ` ' `LI-14 C J AUTMUKlLU 713/686-8868 IT LINNICIL )1 lIi �t� Phone Fax bidmail@csaconstruction.com EMail SECRETARV —( - END OF SECTION Agreement 00 52 23-7 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No. E13139 REV 03-18-2014 00 30 00 BID FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings,Specifications,and Contract Documents,this Bid Proposal submitted on:Wednesday,July 23,2014 at 2:00 p.m. 1.02 Submit Bids to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -Oso Water Reclamation Plant Clarifier No. 5 Trough Replacement and Chlorine Contact Chamber Repairs Project No.E13139 ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addend.: r rf :Adde l' +i#` � ' � �'�i One July 17,2014 I ` • ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress,and performance of the Work. Bid Form 00 30 00-1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 3.03 The Bidder is familiar with Laws and Regulations that may affect cost,progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost,progress,and performance of the Work; B. The means,methods,techniques,sequences,and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder,information and observations obtained from visits to the Site,reports and drawings identified in the Contract Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. Bid Form 00 3000-2 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in SECTION 00 30 01 BID FORM EXHIBIT A. A. The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive Bid. Owner will,at its discretion,award the Contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates. B. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. C. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided,measured as provided in the Contract Documents. D. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE S—EVALUATION OF BIDDERS 5.01 The Owner has the right to accept a Bid,reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming,non-responsive,or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have,in the opinion of the Owner,changed the responsibility of the Bidder. 5.02 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE,may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement,if discovered after award of the Contract to such Bidder,may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within=days after the date when.the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 150 days after the date when the Contract Times commence to run. Bid Form 00 30 00-3 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated in SECTION 00 30 01 BID FORM EXHIBIT A. ARTICLE 7—ATTACHMENTS TO THIS BID 7.01 The following documents are attached to and made a condition of this Bid: A. Bid Security. B. SECTION 00 30 01 BID FORM EXHIBIT A. C. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. D. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals("natural persons"as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s)authorized to Bid Form 003000-4 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 execute documents on behalf of the Bidder. Bidders using an assumed name(an "alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: CSA n ruc ion, Inc. (typed or printed full legal name of Bidder) By: '�� / (individual's signature) Name: Rich Austin (typed or printed) Title: President (typed or printed) Attest: George Craig, Secretary • ' ual's signature) State of Residency: Texas Federal Tax Id. No. 74-2041560 Address for giving notices: 2314 McAllister Road Houston, Texas 77092 Phone: 713-686-8868 Email: bidmail( csaconstruction.com (Attach evidence of authority to sign if the authorized individual is not the Bidder,but an individual signing on behalf of another individual Bidder,or if the authorized individual is a representative of a corporation,partnership,or joint venture.) END OF SECTION Bid Form 003000-5 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No. E13139 11-25-2013 00 30 01 BID FORM EXHIBIT A Project Name: Oso Water Reclamation Plant Clarifier No. 5 Trough Replacement and Chlorine Contact Chamber Repairs Project E13139 Number: Owner: City of Corpus Christi Bidder: CSA Construction, Inc. OAR: Designer: LNV, Inc. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BASE BID PART A-WASTEWATER IMROVEMENTS Al MOBILIZATION/DEMOBILIZATION, COMPLETE IN PLACE PER LUMP LS 1 SUM. eff5 CLARIFIER NO.5 DEMO EXISTING WEIR TROUGH SUPPORTS AT NORTH WALL AND FABRICATE AND INSTALL NEW HOT DIP GALVANIZED WEIR A2 TROUGH SUPPORT FRAMES AND ALL ASSOCIATED EA 10 APPURTENANCES,AS INDICATED ON PLANS,COMPLETE IN PLACE � PER EACH. J,St9 $ / 'O&) DEMO EXISTING WEIR TROUGH AND SCUM BAFFLE AT NORTH r` WALL AND REPLACE WITH NEW WEIR TROUGH AND SCUM BAFFLE A3 INCLUDING ALL ASSOCIATED APPURTENANCES,COMPLETE IN LF 145 PLACE PER LINEAR FOOT. $4 OD $ ` a PERFORM SURVEY OF EXISTING AND PROPOSED WEIR PLATE VERTICAL ALIGNMENT AND ADJUST TO WITHIN 1/8"TOLERANCE A4 LS 1 AT NORTH WALL OF CLARIFIER NO. 5,COMPLETE IN PLACE PER LUMP SUM. $ 2WO $ 006 REMOVE AND REPLACE SPECIFIED PARTS INCLUDING:TRAVELING BRIDGE PILLOW BLOCKS(BEARINGS),GUIDE PIPES,AND SKIMMER A5 LS 1 BLADES,AS INDICATED ON PLANS, COMPLETE IN PLACE PER LUMP SUM. $6S /$ � eoel REALIGN TRAVELING BRIDGE AS DIRECTED BY THE A6 MANUFACTURER,COMPLETE IN PLACE PER LUMP SUM. LS 1 s2 696 $ 2 0 o DEMOLISH AND PROPERLY DISPOSE OF EXISTING ALUMINUM A7 SLIDE GATE AND ASSOCIATED APPURTENANCES, COMPLETE IN EA 1 PLACE PER EACH. $J $ /300 FURNISH AND INSTALL NEW ALUMINUM SLIDE GATE, GUIDE RAIL, A8 EA 1 AND NECESSARY SEALS BY BOXOUT OF CHANNEL WALL AND GROUT-IN OF NEW GUIDE RAIL, COMPLETE IN PLACE PER EACH. $ , .1 ' $ 20 600 A9 DEBRIS/SLUDGE REMOVAL,COMPLETE IN PLACE PER CUBIC YARD. CY 100 $ � $ R23 �Q Bid Form Exhibit A 00 30 01-1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Proj. No. E13139 00 30 01 BID FORM EXHIBIT A ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT CHLORINE CONTACT CHAMBERS DEMO OF EXISTING STEEL STILLING WELL AND REPLACE WITH A10 5/16" HOT DIP GALVANIZED STEEL STILLING WELL, INCLUDING ALL EA 2 ASSOCIATED APPURTENANCES,COMPLETE IN PLACE PER EACH. - $ 7 OO� DEMO OF ALL EXISTING FLAT BAR PIPE HANGERS AT CCC#3 AND $ All #4,AS SHOWN IN DETAIL 4 SHEET 5,COMPLETE IN PLACE PER LS 1 LUMP SUM. -1aW $ 11:2 FURNISH AND INSTALL NEW HOT DIP GALVANIZED ROLLED FLAT Al2 BAR AND ALL-THREAD ROD AT CCC#3&#4,AS SHOWN IN DETAIL EA 8 4 SHEET 5, COMPLETE IN PLACE PER EACH. $ASO - $ Ojo. FABRICATE AND INSTALL NEW HOT DIP GALVANIZED STEEL PLATE A13 FOR WEIR TROUGH SUPPORT REPAIRS AS INDICATED ON PLANS, EA 40 COMPLETED IN PLACE PER EACH. $,220 $ g oe) REMOVE AND REPLACE FIBERGLASS WEIR PLATES AS INDICATED A14 ON PLANS,COMPLETE IN PLACE PER LINEAR FOOT. LF 70 $32j $(12/ PERFORM SURVEY OF EXISTING WEIR PLATE VERTICAL ALIGNMENT A15 AND ADJUST ALL WEIR PLATES TO WITHIN 1/8"TOLERANCE FOR LS 1 CCC#3&#4,COMPLETE IN PLACE PER LUMP SUM. $3120 $ 3 Y»t2 SUBTOTAL PART A-WASTEWATER IMPROVEMENTS(Al THRU A15) $ e) Bid Form Exhibit A 00 30 01-2 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Proj. No.E13139 00 30 01 BID FORM EXHIBIT A ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT ADDITIVE ALTERNATES PART B-ADDITIVE ALTERNATE#1 PROVIDE SHORING AS REQUIRED TO ADEQUATELY SUPPORT AND PRESERVE EXISTING WEIR TROUGH AND SCUM BAFFLE PRIOR TO B1 SUPPORT FRAME REPLACEMENT AT SOUTH WALL OF CLARIFIER EA 5 NO.5. RE-MOUNT EXISTING WEIR TROUGH AND SCUM BAFFLE TO $ b $�® � NEW SUPPORT FRAMES,COMPLETE IN PLACE PER EACH. DEMO EXISTING WEIR TROUGH SUPPORTS AT SOUTH WALL OF CLARIFIER NO. 5,AS FIELD LOCATED AND; FABRICATE AND INSTALL B2 NEW HOT DIP GALVANIZED WEIR TROUGH SUPPORT FRAMES AND EA 5 ALL ASSOCIATED APPURTENANCES,AS INDICATED ON PLANS, a $ 1 ��� COMPLETE IN PLACE PER EACH. - - VERIFY BY SURVEY EXISTING WEIR PLATE AND TROUGH VERTICAL ALIGNMENT AND ADJUST TO WITHIN 1/8"TOLERANCE AFTER B3 INSTALLATION OF NEW FIELD LOCATED WEIR TROUGH SUPPORT LS 1 FRAMES AT SOUTH WALL OF CLARIFIER NO. 5,COMPLETE IN PLACE PER LUMP SUM. $oZltD $ 2)°62 SUBTOTAL PART B-ADDITIVE ALTERNATE#1(B1 THRU B3) $L5i00 PART C-ADDITIVE ALTERNATE#2 DEMOLISH AND PROPERLY DISPOSE OF EXISTING ALUMINUM Cl SLIDE GATE AND ASSOCIATED APPURTENANCES,COMPLETE IN EA 3 PLACE PER EACH. $/03e0 $30 700 FURNISH AND INSTALL NEW ALUMINUM SLIDE GATE,GUIDE RAIL, C2 EA 3 AND NECESSARY SEALS BY BOXOUT OF CHANNEL WALL AND GROUT-IN OF NEW GUIDE RAIL,COMPLETE IN PLACE PER EACH. OZf90 $ 6 {o SUBTOTAL PART C-ADDITIVE ALTERNATE#2(Cl THRU C2) $ '7JO7 Bid Form Exhibit A 00 30 01-3 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Proj.No. E13139 00 30 01 BID FORM EXHIBIT A BID SUMMARY SUBTOTAL PART A-WASTEWATER IMPROVEMENTS(Items Al thru A1S) $ .3":2,&90 - SUBTOTAL PART B-ADDITIVE ALTERNATIVE#1 (Items B1 thru B3) $ „1-"/ 6(a - SUBTOTAL PART C-ADDITIVE ALTERNATIVE#2 (Items Cl thru C2) $ I,/' Q() - !TOTAL PROJECT BASE BID(PART A) $ 3c 006 - I TOTAL BASE BID+ALTERNATE#1 (A+B) $ 3 C17) 06 - TOTAL BASE BID+ALTERNATE#2 (A+C) $ 1-7L,2? 706 - TOTAL BASE BID+ALTERNATES#1 AND#2 (A+B+C) $ 1-p-7147/e'o - Contract Times Bidder agrees to reach Substantial Completion in 175 days Bidder agrees to reach Final Completion in 205 days Bid Form Exhibit A Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Proj. No. E13139 00 30 01-4 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state,including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. 0 Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of I_R Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states'laws on contracts to eval .te the Bids of nonresident Bidders. Bidder: Company Name: CSA *. : ructi , Inc. (typed or printed) ��— By: `S (signature--attach evidence of authority to sign) Name: Rich Austin (typed or printed) Title: President Business address: 2314 McAllister Road Houston,Texas 77092 Phone: 713-686-8868 Email: bidmail@csaconstruction.com END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491,80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. n Name of person who has a business relationship with local governmental entity. CSA Construction, Inc. sl ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom filer has employment or business relationship. N/A Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a),Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? nYes )1 71 No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? nYes nNo C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes nNo D. Describe each employm t or business relationship with the local government officer named in this section. N/A • • Rich Austin July 23,2014 Signa of n 'ng business with the governmental entity Date Adopted 06/29!2007 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corp ti DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: CSA Construction, Inc. P.O.BOX: STREET ADDRESS: 2314 McAllister Road CITY: Houston ZIP: 77092- FIRM IS: 1. Corporation Z 2. Partnership 3. Sole Owner ❑ 4. Association _ 5. Other _ DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this pagc or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an `ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title N/A 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant N/A FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I 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 informat.on requested; and that supplemental statements will be promptly submitted to the City of Corpus Christ Texas as changes occur. Certifying Person: Rich Austin AP Title: President (Type or Print) Signature of Certifying Date: Person: July 23, 2014 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. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "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. d. "Firm." Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service,including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "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. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Oso Water Reclamation Plant Clarifier No. 5 Trough Replacement and Chlorine Contact Chamber Repairs City Proi.No. E13139 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;or with any official or employee of the Owner as to quantity,quality,or price in the prospective contract,or any other terms of said prospective contract;or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: CSA tru tion, Inc. (typed or printed) By: (signature—attach evidence of authority to sign) Name: Rich Austin _ (typed or printed) Title: President Business address: 2314 McAllister Road Houston, Texas 77092 Phone: 713-686-8868 Email: bidmail@csaconstruction.com END OF SECTION Non-Collusion Certification 00 30 06-1 Oso Water Reclamation Plant Clarifier No.5 Trough Replacement and Chlorine Contact Chamber Repairs City Project No.E13139 11-25-2013 RESOLUTION of CSA Construction, Inc. I hereby certify that it was RESOLVED by a quorum of the directors of CSA Construction, Inc., meeting on the 6th day of December 2013 that Rich Austin Chairman of the Board Rich Austin President Ray M. Elliott Vice President Richard M. Mayfield Vice President Kenneth H. Schultz Vice President George Craig Secretary/Treasurer be, and hereby is, authorized to execute all documents necessary to the transaction of business in the State of Texas on behalf of the said CSA Construction, Inc., and That the above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full force and effect; and In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this the 6th day of December 2013 / / ..r (seal) George Craig Secretary of Corporati• State of Texas Charter No. 0047347300 00 61 13 PERFORMANCE BOND BOND NO. 46BCSGW5702 Contractor as Principal Surety Name: CSA Construction, Inc. Name: Hartford Fire Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 2314 McAllister Road One Hartford Plaza Houston,TX 77092 690 Asylum Avenue Hartford, CT 06155 Physical address(principal place of business): Owner One Hartford Plaza 690 Asylum Avenue Name: City of Corpus Christi,Texas Hartford, CT 06155 Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): #E13139 Oso Water Reclamation Plant Clarifier 860-547-5000 No.5 Trough Replacement and Chlorine Contact Chamber Repairs Telephone (for notice of claim): 888-266-3488 Local Agent for Surety Name: Joni Bowen Award Date of the Contract: November 11,2014 Address: 1111 North Loop West, Suite 400 Houston, TX 77008 Contract Price: $444,800.00 Bond Telephone: 713-880-7100 Email Address: jbowen@bmbinc.com Date of Bond: November 13, 2014 / The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll-free number:1-800-252-3439 Performance Bond 00 61 13-1 Corpus Christi Standards-Regular Projects 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabili ies on this bond shall be determined in accordance with the provisions of said Chapter to the same exte as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for a g i action. Contractor as Prin •I I Surety • Signature: r� Signatur"�, ir1 Name: Rich a ustin Name: oni Bowen Title: President Title: Attorney In Fact Email Address: gcraig@csaconstruction.corn Email Address: jbowen@bmbinc.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-2 Corpus Christi Standards-Regular Projects 7-8-2014 00 61 16 PAYMENT BOND BOND NO. 46BCSGW5702 Contractor as Principal Surety Name: CSA Construction,Inc. Name: Hartford Fire Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 2314 McAllister Road One Hartford Plaza Houston,TX 77092 690 Asylum Avenue Hartford, CT 06155 Physical address (principal place of business): Owner One Hartford Plaza 690 Asylum Avenue Name: City of Corpus Christi,Texas Hartford, CT 06155 Mailing address(principal place of business): Capital Programs Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): #E13139 Oso Water Reclamation Plant Clarifier 860-547-5000 No.5 Trough Replacement and Chlorine Contact Chamber Repairs Telephone (for notice of claim): 888-266-3488 Local Agent for Surety Name: Joni Bowen Award Date of the Contract: November 11,2014 Address: 1111 North Loop West, Suite 400 % Houston, TX 77008 Contract Price: $444,800.00 Bond Telephone: 713-880-7100 Email Address: jbowen@bmbinc.com Date of Bond: November 13, 2014 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll-free number:1-800-252-3439 Payment Bond Form 00 61 16-1 Corpus Christi Standards-Regular Projects 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of he Texas Government Code as amended and all liabilities on this bond shall be determined in accordan e with the provisions of said Chapter to the same extent as if it were copied at length herein. V; - sh. l lie exclusively in Nueces County, Texas for any legal action. Contractor as Princ • •I Ai _....0010""" Surety Signature: 1Signatur��� ` `,40]� _J\ Name: Ri rh A IGr; Name: oni Bowen _ c Title,: pres;,1Pnr Title: Attorney In Fact Email Address:-, _ _ •. , ,m Email Address: jbowen@bmbinc.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 Corpus Christi Standards-Regular Projects 7-8-2014 Direct Inquiries/Claims to: POWER OF ATTORNEyTHE HARTFORD BOND,T-4 One Hartford Plaza Hartford,Connecticut 06165 call.888-266-3488 or fax:860_7575835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Codes: 61413658,48-504809 46-507142,43.483850,46.606579 © Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut © Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana © Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut 11111 Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut NM Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana MI Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois 1111 Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana — Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the'Companies')do hereby make,constitute and appoint, up to the amount of unlimited: David G.Mlcleette, Sam F.Bowen, Edward G.Britt Jr.,Krista Lovett,Barry K.McCord,Ashley Britt Russell, Robert C.Davis,David T. Midette,Michael Tubbs, Susan Zapalowsid,Rita G. Gulizo,Joni Bowen, Mary Ann Garcia,Brett A. Tisdale,Heather Notes of Houston DC,Fort Smith AR and New Orleans LA their true and lawful Attomey(s)-in-Fad,each in their separate capacity if more than one is named above,to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. � t ff4P'01 97, te i \:\ ✓ ? ," !tet L " r •.fir f . ,,: ,4 C-ii,,,,s;-,i'V 414,4V:ne04.:41. V:\NM*A 1 '1/4 S0711 di k Jaye/ 1 ,:-; r } x707 4{ n r� fit•V,.,../.."-4e— Wesley W.Cowling,Assistant Secretary M.Ross Fisher,Vice President STATE OF CONNECTICUT • ss. Hartford COUNTY OF HARTFORD On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known,who being by me duly sworn, did depose and say:that he resides in the.County of Hartford,State of Connecticut;that he is the Vice President of the Companies,the corporations described in and which executed the above instrument;that he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Kathleen T.Maynard Notary Public CERTIFICATEMy Commission Expires July 31.2016 I,the undersigned,Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney sealed amsexecuted by said City of Hartford. 00 which is still in full force effective as of e 1 p 0 e aeY 13' -� w'k4 qAM �. .tK, ..�. w i #e :i F uv• ' i 4 7707`. . t? *� !iiir g� Ike i i �`gnra.sokr I ia711a 1x70 2 Gary W.Stumper,Vice President • IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja. You may contact your agent. Puede comunicarse con su agente. You may call Hartford Insurance Group at the toll free telephone number for information or to Usted puede Ilamar al numero de telefono make a complaint at: gratis de The Hartford Insurance Group para indormacion o para someter una queja al 1-800-392-7805 1-800-392-7805 You may also write to The Hartford: Usted tambien puede escribir a The Hartford. The Hartford The Hartford Hartford Financial Products Hartford Financial Products 2 Park Avenue, 5th Floor New York, New York 10016 2 Park Avenue, 5 Floor 1-212-277-0400 New York, New York 10016 1-212-277-0400 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax Number (512) 475-1771 Fax Number (512) 475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIMS DISPUTES: Should DISPUTAS SOBRE PRIMAS 0 RECLAMOS: you have a dispute concerning your Si tiene una disputa concerniente a su premium or about a claim you should prima o a un reclamo, debe comunicarse contact the agent first. If the dispute is not con su agente primero. Si no se resuelve la resolved, you may contact the Texas disputa, puede entonces comunicarse con Department of Insurance. el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso This notice is for your information only and es solo para proposito de informacion y no does not become a part or condition of the se convierte en parte o condicion del attached document. documento adjunto. F-4275-1, ./TX4275-1 HR 42 H006 00 0807 .eco CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) `-...--' 12/10/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Maria Prost Artex Risk Solutions, Inc. PHONE FAX Two Pierce Place INC.IVa.Eat1:630-285-3641 (Arc,No:630-285-4199 Itasca IL 60143-3141 A DDDD RESS:maria prOSt( )arteXrisk.COm INSURERS)AFFORDING COVERAGE NAIC 8 INSURER A:OLD REPUBLIC INS CO 24147 SISURED INSURER B:TRAVELERS PROP CAS CO OF AMER 25674 CSA Construction, Inc. INSURER C: 2314 Mc Allister Rd INSURER D: Houston TX 77092 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:620545920 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POUCY EFF POLICY EXP LIMITS LTRINSR INV') MM/ POLICY NUMBER ( DD/YYYY) IMMIDDIYYYY} A GENERAL LIABILITY ✓ Y Y MWZY 301108 4/1/2014 4/1/2015 / EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY i DRMAGE TO RENTED PREMISES(Ea occurrence) $100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 11'/ GE-NI_AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY V PRO n LOC / $ A AUTOMOBILE LIABILITY V Y MWFB 301109 4/1/2014 4/1/2015 COMBINED-SINGLE LIMIT (Ea accident) $1,000,000 X ANY AUTO / BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS _ AUTOS — X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) _ — Comp.Ded:$ Coll.Ded:$ / Comp.Ded:$250 'Coll.Ded:$500 B UMBRELLA[IAB X OCCUR y Y Y ZUP 14P94967-14-NF 4/1/2014 4/1/2015 EACH OCCURRENCE $15,000,000 EXCESS LIAB CLAIMS-MADE / AGGREGATE $15,000,000 ✓� DED X RETENTION$0S A WORKERS COMPENSATION ✓ y MWC 301107 00 4/1/2014 4/1/2015 X WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE t ' NIA no/ E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 H yea describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POUCY UNIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) RE:Project E13139 Oso Water Reclamation Plant Clarifier#5 Trough Replacement&Chlorine Chamber Repairs. Ciy of Corpus Christi, respective officers,directors,members,partners,employees, agents,consultants are included as Additional Insureds per the terms and conditions of the contract.Waiver of Subrogation applies in favor of the Additional Insureds listed herein per written contract.The Umbrella policy is Follow-Form and applies excess to the underlying GL,Auto and Employer's Liability policies. The Producer will endeavor to mail 30 days written notice to the Certificate Holder named on the certificate if any policy listed on the certificate is cancelled prior to the expiration date. Failure to do so shall impose no obligation or liability of any kind upon the Producer or otherwise alter the policy terms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Attn:Risk Management PO Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78469 /r f,r� I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. J ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations City of Corpus Christi 1201 Leopard Street Corpus Christi,TX 78401 Project#E13139-Oso WRP Clarifier#5 Trough Replacement& Chlorine Chamber Repair Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section iI — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". CG 20 37 07 04 '/ ©ISO Properties, Inc.,2004 Page 1 of 1 ENDORSEMENT#1 MWZY301108 CSA Construction,Inc. 04/01/2014-04/01/2015 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ,J PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: JCOMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 1 ENDORSEMENT#1 MWZY 301108 CSA Construction,inc. 04/01/2014-04/01/2015 N POLICY NUMBER: MWZY 301108 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ,ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION JThis endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART • SCHEDULE Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Or_ganization(s): All persons or organiietlons as required by written contract or agreement The locations as specified in the written contracts or agreements Information required to complete this Schedule,If not shown above,will be shown in the Declarations. • A. Section tt —Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds,the following additional exciu- organization(s) shown In the Schedule, but only alone apply: with respect to liability for"bodily injury", "property This insurance does not apply to"bodily injury"or damage" or "personal and advertising injury" 'property damage"occurring after: caused,In whole or In part,by: 1. All work, including materials, parts or equip- 1. Your sots or omissions;or ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project(other than service,maintenance behalf; or repairs)to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional Insured(s) at the location(s) desig- covered operations has been completed;or nated above. 2. That portion of 'your work" out of which the Injury or damage arises has been put to Its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CO 2010 07 04 c) ISO Properties,Inc.,2004 Page 1 of 1 POLICY NUMBER:MWZY 301108 COMMERCIAL GENERAL LIABILITY CG 24 04 06 09 J WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: I COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or oganizations as required by written contract or agreement. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included In the "products- completed-operations hazard". This.waiver applies only to the person or organization shown in the Schedule above, • • CG 24 04 05 09 4 Insurance Services Office, Inc.,2008 Page 1 of 1 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, /ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Designated Person(s)or Organization(s): City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78401 WHO IS AN INSURED (SECTION II)is amended to include the person(s) or organization(s) shown in the above Schedule, but only with respect to "accidents" arising out of work being performed for such person(s)or organization(s). As respects any person(s) or organization(s) shown in the above Schedule with whom you have agreed in a written contract to provide primary insurance coverage, this coverage will be primary and any insurance maintained by such person(s)or organization(s)will apply on an excess basis. PCA 035 04 06 J ENDORSEMENT#1 MWTB 301109 CSA Construction,Inc. 04/01/2014-04/01/2015 POLICY NUMBER: MWTB 301109 V IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. J TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This modifies insurance provided under the following: JBUSINESS AUTO COVERAGE FORM Under SECTION IV,Paragraph A.5.Is replaced by the following: We waive our right of recovery against any person or organization to the extent required by a written contract, executed prior to any accident". The accident must arise from operations contemplated in said contract and this waiver is only applicable to the person or organization designated in said contract. 7. PCA 044 04 06 IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY- NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: 30 Person or Organization: City of Corpus Christi Address: 1201 Leopard Street Corpus Christi,TX 78401 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PIL 028 05 10 ENDORSEMENT#1 MINZY 301108 CSA Construction,Inc. 04/01/2014-04/01/2015 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: 30 ✓ Person or Organization: City of Corpus Christi Address: 1201 Leopard Street Corpus Christi, TX 78401 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above,we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PIL 028 0510 ENDORSEMENT#1 MWTB 301109 CSA Construction,Inc. 04/01/2014-04/01/2015 Policy Number MWC 301107 00 ENDORSEMENT OLD REPUBLIC INSURANCE COMPANY Insured Name CSA CONSTRUCTION, INC. .1 Policy Effective Date: 04-01-2014 12:01 A.M., Standard Time Agent Name ARTEX RISK SOLUTIONS, INC. Agent No. 305 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE FOLLOWING FORM(S) HAS BEEN AMENDED: PC 009 05-10 DESIGNATED ENTITY—NOTICE OF CANCELATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. All other terms and conditions of this Policy remain unchanged. (The information below Is required to be completed only when this endorsement is issued subsequent to the policy effective date.) Endorsement Effective Date:11-14-14 ,this endorsement forms part of Policy Number: MWC 301107 00 InsuredName: CSA CONSTRUCTION, INC. TO BE ADJUSTED Policy Effective Date:04-01-2014 AT TIME OF AUDIT NCCI Carrier Code:11509 Endorsement No: 001 WC 89 06 00 B Page 1 INSURED COF,' IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY WORKERS'COMPENSATION AND EMPLOYERS'LIABILITY INSURANCE POLICY DESIGNATED ENTITY-NOTICE OF CANCELATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancelatlon: 3 0 Person or Organization: CITY OF CORPUS CHRISTI Address: 1201 LEOPARD ST. CORPUS CHRISTI, TX 78410 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancelation in the schedule above,we will mail notice of cancelation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancelation in the schedule above before the effective date of cancelation. PC 009 0510 Endorsement #1 MWC 301107 00 CSA Construction, Inc. 04/01/2014 - 04/01/2015 INSURED COPY