Loading...
HomeMy WebLinkAboutC2015-026 - 4/21/2015 - Approved 2015-026 4/21/15 M2015-037 Associated Construction Partners CONTRACT DOCUMENTS FOR CONSTRUCTION OF LAGUNA MADRE WWTP HEADWORKS AND BAR SCREEN IMPROVEMENTS PROJECT NUMBER E10048 111110111411,, a..) * ** •* of MARK A. MARONFY City• O �, , . 62015a SUBMITTED BY: trWer,/ :���` � AN `,, � `t,�:� 431/ t ENGINEERINGURBCorpus t Christi 2725 Swantner Corpus Christi, TX 78404 361-854-3101 TBPE Firm #145 TBPLS Firm #10032400 REC DWG. No. STL- 205 Job No.:9984.82.00 December 2014 _ _ _L _ _ 00 91 01 ADDENDUM NUMBER 01 LAGUNA MADRE WWTP HEADWORKS AND BAR SCREEN Project: IMPROVEMENTS Project Number:E10048 Owner: City of Corpus Christi BOAR: Jerry Shoemaker, P.E. Designer: Addendum No. 01 Specification Section: 00 91 01 Issue Date: 1/29/15 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions,modifications or deletions to the Contract Documents described in this fro Addendum. "N, Approved by: Jerry Shoemak.l.i 1-29-2015 IMO Name Date This addendum changes the Electronic Bid to Hard Copy Bid and extends Bid Date to February 18, 2015 per attachments below. Addendum Items: 1. Modifications to Front-End Documents. • Attachment 1:Table of Contents; • Attachment 2: Invitations to Bid; • Attachment 3: Instructions to Bidders; • Attachment 4:Bid Form 2. Pre-bidding meeting sign-in sheet(Attachment 5) Addendum No.1 IMP Page 1 of 2 Addendum No.01 00 91 01 Corpus Christi Standards- Regular Projects 11-06-2013 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 11 16 INVITATION TO BID—Article 7-DELIVERY OF BIDS: 1. The City changed Electronic Bid into Hard Copy Bid.The City will NOT ACCEPT Electronic Copy. (Please see Attachment 2 Invitation to Bid and Attachment 4 Bid Form Article 7) 2. The date for receipt of Bids is changed, which is 2:00 p.m.,Wednesday,February 18, 2015. (Please see Attachment 2 Invitation to Bid) 3. The location for the receipt of Bids is unchanged. ARTICLE 2 ATTACHMENTS 1. Attachment 1:Table of Contents; 2. Attachment 2: Invitations to Bid; 3. Attachment 3: Instructions to Bidders; 4. Attachment 4: Bid Form 5. Attachment S: Pre-bidding meeting sign-in sheet END OF ADDENDUM NO. 01 Addendum No.1 Page 2 of 2 Addendum No.01 00 91 01 Corpus Christi Standards-Regular Projects 11-06-2013 a Addendum No.1 Attachment 1 Page lo[5 00 01 00 TABLE OF CONTENTS Division/ Section Title Qivbion0O Procurement and Contracting Requirements 00 11 16 Invitation to Bid(Rev 01/23/2015) *NE 00 21 13 Instructions to Bidders (Rev 01/23/2015) 003000 Bid Form (Rev 01/23/2015) 00 30 01 Bid Form Exhibit A(Rev 10/14/2014) 003002 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire = 00 30 OS Disclosure of interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement(Re10/14/2014) 00 61 13 Performance Bond(Rev 7/3/2014) 00 61 16 Payment Bond(Rev//3/ uz4) 00 72 00 General Conditions 007201 Insurance Requirements(Rev r/s/2om) 00 72 02 Wage Rate Requirements =° 00 72 03 Minority/ MBE/D8EParticipationPu|icy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 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 01 33 00 Document Management to= 01 33 02 Shop Drawings Table of Contents 000103 1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV m'o,u`S Addendum No.1 1 Attachment 1 Page 2 of 5 Division/ Title Section 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 Quality Management r 01 70 00 Execution and Closeout Requirements Part S Standard Specifications-NONE 3 Technical Special Provisions Part T Technical Specifications Division 1 General 01011 Equipment Documentation Requirements Division 2 Sitework Section 2A Clearing of Site .11111 2A2111 Deviations Occasioned By Existing Obstructions Section 28 Earthwork 2B1[i1 Site Grading .i 2B3ji1 Pipe Trench Excavation and Backfill Section 2H Roads and Walks 2H16111 Concrete Sidewalk and Concrete Driveways 2H17iil Removing and Replacing Pavements,Curb and Gutter, Driveways and Sidewalk Section 21 Site Improvements 211.1 Chain-Link Fence Section 2J Lawns and Plantings 2J1121 Vegetative Treatment Division 3 Concrete .,o Section 3A Concrete Formwork Section 38 Concrete Reinforcement Section 3C Cast-in-Place Concrete 3C1 Normal Weight Aggregate Concrete 3C4lil Concrete Structures .r Table of Contents 00 01 00-2 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 REV 01-23-2015 Addendum No.1 Attachment 1 Page 3 of 5 Division/ Title Section WOW Division 5 Metals Section 5A Structural Metal 5Alili Structural Steel and Other Metals Section SC Metal Decking 5C2[1i Aluminum Covers for Process Equipment Section 5E Miscellaneous Metal Items 5E2(1) Stairs and Walkways SE30.1 Handrails 5E5[4 Floor Grating(Galvanized Steel) Division 7 Moisture Protection Section 7F5[1[ Modified Bitumen Roofing Division 9 Finishes Section 9J Special Coating 9J1(s) Coating of Concrete Walls Section 91( Painting 9K General Division 10 Specialties Section 10C Fiberglass Grating 10C10.1 Heavy Duty Fiberglass Grating Division 11 Equipment Section 116 Pumps 1185161 Dry Pit Submersible Pumps(Wastewater) 11823111 Vortex-Type Slurry Pumps Section 110 Process Equipment 11D1[1) Mechanical Bar Screen and Washer/Compacter 11D2141 Degritter Equipment 11D13 Containerized Handling Equipment Section 11E Chemical Equipment 11E1[si Chlorination & Dechlorination Equipment Section 11G Specialty Equipment 11G1[2] Biofilter Odor Control System 11G3[31 Danger Signs Table of Contents 00 0100-3 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No, E10048 REV 01-23-2815 Addendum No.1 .., Attachment I Page 4 of 5 f Division/ Title Section Division 13 Special Construction "' Section 13C Repairs,Additions and Modifications of Existing Structures 13C111) General Requirements .., 13C2 Modifications/Rehabilitation For Laguna Madre WWTP Lift Station 13C3 Existing Bar Screen/Grit Removal Structure Improvements 13C4 Modifications/Rehabilitation For Clarifier Telescopic Valves and Disinfection Injectors 13C5 Modifications For Disinfection System 13C6 Existing Blower New Controllers 13950 SCADA System Division 15 Mechanical Section 15C Process Pipe and Fittings 15C2[s] Ductile Iron Pipe and Fittings 15C3[3j Polyvinyl Chloride Pipe and Fittings 15C5111 Installation of Process Piping 15C611] Testing of Process Piping 15C14jii Pipe Hangers and Supports 15C15[1] PVC Duct and Fittings for Air Service 15C20[ij Pipe Labeling Section 15D Process Valves 15D31ij Plug Valves Section 15E Slide Gates 15E4[21 Mechanically Operated Slide Gates Section 15F Miscellaneous Mechanical 15F3[3j Electric Actuators 15193 Diesel Fuel System 15730 Wall Mount Air Conditioners Division 16 Electrical 16010 Electrical General Requirements .d 16051 Electrical Demolition Work 16053 Identification for Electrical Systems 16170 Grounding and Bonding 16235 Diesel Engine-Generator Set 16402 Electrical Wiring System Table of Contents 00 0100.4 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 Rrva=_-23?cls wm Addendum No.1 Attachment 1 Page 5 of 5 Dbvisiun/ Title Section 16419 Motor'[ontrn|[ente/s 16421 Utility Service Entrance 16461 Dry Type Transformers 16470 Panelboards 16490 Safety Disconnect Switches 16496 Automatic Transfer Switches 16510 Interior Lighting 16530 Site Lighting 16573 Overcurrent Protective Device Coordination Study 16920 Packaged Electrical Control Room (ECR) END OF SECTION = Table of Contents 000100'5 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 01-23-2015 Addendum No.1 Attachment 2 Page ] of3 ( 00 11 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: Laguna Madre WWTP Headworks and Bar Screen Improvements City Project No. E10048 A. This project consists of the removal and replacement of the bar screen,grit removal system, lift station pumps, lift station piping, force main, valves, building roofs, fencing and the installation of new electrical control room,control panels, emergency generator, and other miscellaneous items required to complete this project. 1.02 The Engineer's Opinion of Probable Construction Cost for the Project is$3,212,700. The Project is to be substantially complete and ready for operation within 335 days The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. ARTICLE 2—EXAMINATION AND PURCHASE OF DOCUMENTS 2.01 Advertisement and bidding information for the Project can be found at the following website: http:/wvm/vv.atexas'con`/6usiness/oupp|ierporta| 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 for the Project will be held on 2:00 pm, Monday,January 26, 2015 at the following location: City HaIl Building—Capital Programs Conference Room 1 or 2 3 floor,Capital Programs Department(formerly"Engineering Department"). 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 4—QUESTIONS REGARDING BIDDING PROCESS OR SOLICITATION DOCUMENTS 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. Invitation to Bid 00 11 16 1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 "Evozo��`, I Addendum No.1 Attachment 2 Page2of3 1 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 goal for this Project has been established to be 45%of the Contract Price. 5.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. 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 10 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. 6.03 Bid Bond Requirements: 1. A Bid Bond must guarantee,without qualification or condition,that the Owner will be paid a sum equal to 5 percent(5%)of the greatest amount bid if,within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or r. b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder, 3. The Bid Bond must reference the Project by name as identified in Article 7. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid r Bond Requirements. 6.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not GOO be considered. 6.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. -r Invitation to Bid 00 11 16-2 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No,E10048 REV DI 23-2015 ~ Addendum No.1 Attachment 2 Page 3 of 3 ~= ARTICLE 7—DELIVERY OF BIDS 7Sl Sealed Bids(hard copy)must be submitted tuthe City Secretary's D�ice(Oty HaU Building, 1* Floor, 1201 Leopard Street,Corpus Christi,Texas 784011 no later than 2:00 pm on Wednesday, February 18,2015 to be accepted. The Bids will be publicly opened and read aloud at this time at the City Council Chambers or Staff Room, 1st floor of the City Hall Building. Bids received after this time will not be accepted. Address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 7.02 Bids will be publicly opened and read aloud at 2:00 pm on Wednesday, February 18, 2015 at the following location: City Hall Building ~ City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 8—AWARD OF CONTRACT 8.01 It is the intent of the Owner to award this Contract to the lowest responsible Bidder who submits 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. 9D2 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 INSURANCE REQUIREMENTS. 9.03 Performance and Payment Bonds are required. END OF SECTION 00�116'3 Invitation to Bid Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 REV 01-21-201S Addendum No.1 Attachment 3 Page lof6 00 2113 INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.81 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—BIDS RECEIVED 2.01 Refer to SECTION 00 11 16 INVITATION TO BID for information on receipt of Bids. ARTICLE 3—COPIES OF CONTRACT DOCUMENTS I01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 9.02 Use complete setof Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 3.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 4—STATEMENT OF EXPERIENCE 4.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 7 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 5—EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress,or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents,Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda,and the related supplemental data. E. Determine that the Contract Documents,Addenda, and the related supp|e/nenta| data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5,that without exception the Bid is Instructions to Bidders 002l13'1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No E10048 REV 01-23-2015 Addendum No.1 «� Attachment Page 2ot6 premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, w� errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract ww Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder,and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 6—INTERPRETATIONS AND ALTERNATE BIDS 6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data to the OAR using the Owner's Bidding Website as indicated in SECTION 00 11 16 INVITATION TO BID. 6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents,except as modified by Addenda, may be considered non-responsive. .~ 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents,Addenda, or the related supplemental data as deemed advisable by the Owner or Designer. ARTICLE 7—BID SECURITY 7.01 Bidders must submit an acceptable Bid Security as required by SECTION 00 11 16 INVITATION TO BID. 7.02 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the ~° Effective Date of the Contract or 90 days after the date Bids are opened. 7.03 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8—PREPARATION OF BID 8.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 8.02 Execute the Bid Form as indicated in the document and include evidence of authority to sign. 8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. instructions to Bidders 00 21 13-2 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 01-23-2015 3 Addendum No.1 Attachment 3 Page 3 of 6 8.04 Provide the name,address,email, and telephone number of the individual to be contacted for any communications regarding the Bd in the Bid Form. 8.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 9—CONFIDENTIALITY OFBID INFORMATION 9.01 In accordance with Texas Government Code 552.110,trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information bystampingu'vvatermarkinga|| suchdocumentswiththevvord "confidentia|^ prominendyon each page or sheet or on the cover of bound documents. P|ace ''confidentia|" stunmpsor watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid,and arrangements for its return are provided by the Bidder. ARTICLE 10—SUBMITTAL OF BID 10.01 Complete and submit the Bid Form along with all required documents identified in the Bid Form. This Project requires all submittals in hard copy only. ARTICLE 12—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11D2 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued Invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE l2—OPENING OFBIDS 12.01 Bids will be opened at the time and place indicated in SECTION 00 11 16 INVITATION TO BID. The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Instructions to Bidders 00 21 13 3 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 01-23-2015 Addendum No.l , Attachment 3 Page 4 of 6 ' ARTICLE 13—BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may,at its sole discretion, 1 release any Bid and return the Bid Security prior to the end of this period. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, and whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals,or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees,arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits ..� a responsive bid. Award of Contract will be to the lowest, responsible Bidder that submitted a responsive Bid that demonstrates that the Bidder meets all of requirements of the Bidding Documents, including the minimum specific project experience requirements. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non- responsive,or conditional Bids. The Owner reserves the right to waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—BONDS AND INSURANCE 16.01 Article 6 of the General Conditions sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. - 16.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 17—SIGNING OF AGREEMENT 17.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with -� the required number of counterparts(4)of the Agreement and attached documents to the Instructions to Bidders 00 2113-4 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No, E10048 REV 01-212015 r.• Addendum No.I Attachment 3 Page 5 of 6 Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However,Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 18—SALES AND USE TAXES 18.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 18.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 19—WAGE RATES 19.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 20—BIDDER's CERTIFICATION OF NO LOBBYING 20.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees,consultants,or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 21—REJECTION OF BID 21.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney,submitted as required by SECTION 00 11 16 INVITATION TO BID. C. More than one Bid for same Work from an individual,firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. �.. Instructions to Bidders 00 21 13-5 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV /3:2015 Addendum No.1 •• Attachment 3 Page 6 of 6 H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal,State or City governmental agencies. 21.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. IWO The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions,qualifications or conditions not called for by Owner,or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid,OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). 1. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that —• Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce,equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid,which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and �+ significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. .. END OF SECTION rid Instructions to Bidders 00 21 13-6 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 REV 01-23-201S .r Addendum No.1 Attachment 4 Page 1 of 5 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, February 18,2015 at 2:00 pm. 1.02 Submit hard copy Bids, Bid Security,and all attachments to the Bid(See Section 7.01 below) to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid- Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on Y— 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 Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 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. rr Bid Form 00 30 00-1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No, E10048 REV 01-23-3015 Addendum No.1 Attachment 4 Page2of5 I 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 MEW 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 rtw all additional examinations, investigations, explorations,tests, studies,and data with the Contract Documents. 111 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 30 00-2 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 01-23-2015 mw Addcudumlqo.l Attachment 4 Page 3 of 5 3.1I The Contract Documentare 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 8|D 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 5—EVALUATION OF BIDDERS 5,01 The Owner will consider the greatest amount bid,the Bidder's responsibility, and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility, and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder, and reserves the right to require the submission of additional information. 5.02 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-responsiveor 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. 5.03 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. -- Bid Form 003000'3 Laguna Madre WWTP Headwork&and Bar Screen Improvements Project No. E10048 REV 01-23-2015 Addendum No.1 | �� Attachment 4 Page 4 of 5 ARTICLE 6—TIME OF COMPLETION 6.01 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 TOTHIS BID ~� 7.01 All submittals must be in hard copy for this Project. In compliance with the Bid Requirements inSECTION U01I 16 INVITATION TO BID,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 0? BID FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM EXHIBIT A. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 0O3OU5DISCLOSURE 0FINTEREST, G. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS ~~ 8D1 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 == 10.81 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. I0.03 Biddeowhoareind|vidua|s ("natura| peoons^ asdeMnedbytheTexasBusioesoOr8anizationx [ode91.0OI). butvvhuwiUnotbesiQninQtheBidFormpeoonaUy' shaUindudeintheirbida °= notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. Bid Form 003000 4 1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 01-23-2C15 Addendum No.l S` Attachment 4 Page 5 of 5 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 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: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) AM. Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (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 00 30 00-5 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 01-23-201S CITY OF CORPUS CHRISTI- CAPITAL PROGRAMS PRE-BID CONFERENCE SIGN-IN SHEET _ ....._.. . • ^ Laguna Madre WWTP Head Works &Bar Screen Improvements Location: Capital Programs-City Hall 3rd Floor Project # E10048 Date/Time: Monday-26.1an.2015-2:00 p.m. --"*"...........1110111111111111111111111P NAME TITLE COMPANY PHONE E-MAIL _14 A7P-Cl/7 ..-,-"-- pad i s Xf-e/14- il/c e kr climi ,;),-/reet6";,..fra /tier - Alti-eiTii-e,ex.6Co/di e,, ot:1446.-)A1,0,c.osfy‘cit,,,,,., a35-1(v. ,,,,./0,-,cevi(5- q.E5t:*mezfili-Tt t,j,?..iti.,,,,, .. b S- ;AA-,sky41,caev, /, 11, fti aAk.ra pie sy 9 4......r 5 ti 1/23tdegarar!:::4F NikitAli t KICie-ZikeAti-6/0 ri2-4)14471-;ti) ,g44,.. Ale- .._Z-'2 40-48 i41,41-i02_ei.2 464". ca4.-7 44,0bied3it 45912''6°4- 400471.44e c,Aritst.ree:c.-- ilisisdri) mmoos fro . appe-A-r....t."-ia "i3c45 ,------ rz..4..*0+e c._, ‘61,—"1106 ' co,.,,s?„,-artuif,c.vt et c...81f2e_ GOLI-260..ii- , si Pvvl Cts04,,f6kCritort ci 044 2. Pk ( ol 11;h4 e /,,e4sr (70),..62 s /0 (i ul),fa I3(01 ediaiti # i tknew # (eth,Nfif dobra,ma4on ego/tut i ,,,,„?e,i1/4_. Dia,,-(1- ct p Mca-;--. -3Ast - 8)6-a2-gb. j..,-,trt..1,-,tt.( cc-tsocoko- Ginr v NA-02,4_ 11p4oritle tivic e..A.c.,... etgA,4 tio- .4( -(61-- 34 3Lit-zzio B I 1,),--4 t.,,Xtri beT'It..A.Ili, (..70)4. ,,t -=,-1" (---,:k-i pf C c - 80, - Lt;(-to tAiv., 4- e C,C. 4-24-4C. ewls -... , I ' . Addendum No.1 Attachment 5 , — — 1 Page 3 of 1 Page 1 of i -f,';:ii-h-,-”,,- -;;“-, . — .. 00 9101 ADDENDUM NUMBER 2 is LAGUNA MADRE WWTP HEADWORKS AND BAR Project: SCREEN IMPROVEMENTS Project Number: E10048 Owner: City of Corpus Christi City Engineer: Jerry Shoemaker, P.E.)* ti-----' Designer: Urban Engineering—Mark Maroney, P.E. Specification Addendum No. 02 Section: 00 91 01 Issue Date: Feb. 11, 2015 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. i•r Make the additions,modifications or deletions to the Contract Documents described in this Addendum. Approved by: Urban Engineering Mark Maroney, P. E. 02/11/2015 Name Date Addendum Items: Modifications to the Bid Form Exhibit A and to the general Contract Documents. See specifics in the -• 401- following pages. A, *".. ti Attachment No. 1: 00 30 01 Bid Form Exhibit A k Attachment No. 2: Section 15D4 Check Valves ""=" f 6201 Attachment No. 2: REVISED Section D and E (Plan Sheet I�. 11 of 50) r Urban Engineering TBPE Firm No. 145 il. Addendum No.02 00 9101-1 Corpus Christi Standards-Regular Projects REV 04-02-2014 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 11 16 INVITATION TO BID- Article 7: 1. The time for receipt of Bids is unchanged,which is Wednesday,February 18,2015 at 2:00 pm. 2. The location for the receipt of Bids is unchanged. B. SECTION 00 0100 TABLE OF CONTENTS ADD: 15D4 Check Valves(Swing Check) C. SECTION 00 0100 TABLE OF CONTENTS 1. Part T Technical Specifications DELETE: 1101 Mechanical Bar Screen and Washer/Compactor ADD: 11D1 Mechanical Bar Screen D. SECTION 00 30 01 BID FORM EXHIBIT A: Base Bid Item A14 wording amended. DELETE: SECTION 00 30 01 BID FORM EXHIBIT A in its entirety. ADD: SECTION 00 30 01 BID FORM EXHIBIT A in its entirety(Attachment No. 1). ARTICLE 2— MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD,DELETE OR REPLACE SPECIFICATION SECTIONS(OR TECHNICAL SPECIFICATIONS) A. Add the following Specification Sections(or Technical Specifications): Added Specification Sections(or Technical Specifications) 1504 Check Valves(Swing Check)(Attachment No. 2) 2.02 MODIFICATIONS SPECIFICATIONS(OR TECHNICAL SPECIFICATIONS) B. SECTION 211(2)—VEGETATIVE TREATMENT 1. 211.3 Top Soil DELETE: Before any construction on the site is started,the entire site shall be cleared as set out in Subsection 2A3. In addition to clearing,the entire site shall be stripped. ADD: Before any construction on the site is started,the site shall be stripped as necessary in the areas of new construction. Addendum No. 02 00 9101-2 Laguna Madre WWTP Headworks and Bar Screen Improvements(E10048) Page 2 of 9 S C. SECTION 2J1(2)—VEGETATIVE TREATMENT 1. 2.11.3 Top Soil DELETE: Before any construction on the site is started,the entire site shall be cleared as set out in Subsection 2A3. In addition to clearing, the entire site shall be stripped. ADD: Before any construction on the site is started,the site shall be stripped as necessary in the areas of new construction. D. SECTION 1185—DRY PIT SUBMERSIBLE PUMPS 1. 11135.2.1 Pump Construction,c. Impeller DELETE: All impellers shall be hard iron,dynamically balanced, semi-open ... ADD: The impeller shall be of 25%chrome cast iron,ASTM A-532(Alloy Ill A),dynamically balanced, semi-open ... 2. 1185.2.1 Pump Construction, d. Wear Rings DELETE: Pumps 10 HP and smaller shall be equipped with nitrile rubber coated steel volute wear rings. Pumps larger than 10 HP shall be equipped with nitrile rubber coated steel, or bronze volute wear rings and 304 stainless steel impeller wear rings. ADD: A hardened, replaceable insert ring made of 25% chrome cast iron, ASTM A-532 (Alloy Ill A), having an integral machined spiral shaped groove shall be installed in the pump volute. The clearance between the insert ring and the impeller shall be adjustable. 3. 1185.2.5 Control Panels, AMEND: Paragraph f. Circuit Breakers. Add the following: A main circuit breaker is not required to be located in the new pump control panel, the MCC breaker shall serve as the pump panel ,, disconnect. Each VFD shall have an individual breaker and the breaker shall be provided with a lockout device. 4. 11135.2.5 Control Panels ADD: q, Station Controller A station controller, Motor Protection Electronics, Inc. model SC200, shall be provided to monitor level in the lift station well via the 4-20 ma signal from the existing level transmitter and to control the pumps. Controller shall turn pumps on and off in sequence, alternate the pumps and vary the speed of the pump via the VFDs as the wet well level rises and falls. The Controller shall have outputs for connection to the SCADA system. Controller shall indicate a pre-set high level alarm. Addendum No.02 00 91 01-3 Laguna Madre WWTP Headworks and Bar Screen Improvements(E10048) Page 3 of 9 E. SECTION 11D1—MECHANICAL BAR SCREEN 1. 11D.1.6.B Step Screen Design Requirements DELETE: 7) Flow Channel Depth @ Screen 4'-9" ADD: 7) Flow Channel Depth @ Screen 5'-3" 2. 11D.1.14.c.1) Step Screen DELETE: c) In the "auto" position, the screen motor shall be controlled by the PLC (per the level control) or by repeat cycle timers with independent on and off settings. ADD: c) In the "auto" position, the screen motor shall be controlled by the combination of differential level system and by a time clock/repeat cycle timers with independent on and off settings. F. SECTION 1102—DEGRITTER EQUIPMENT 1. 1102.2.2 Grit Separations/Classification Unit DELETE: i. The Grit Washing/ Classification unit shall include a Hydraulic Valve (HV) to deliver a continuous flow of "washed" grit slurry to the ,. dewatering unit.The HV shall have no mechanical or moving parts. 2. 1102.2.2 Grit Separations/Classification Unit DELETE: k. The unit shall have one (1) 1.5" grit underflow connection, one (1) 3" thread drain connection and one (1) 1.5" NPT fluidizing water connection for the Hydraulic Valve supply and Hydraulic Valve backwash. ADD: k. The unit shall have one (1) 1.5" water connection to the Teacup to include one (1) 304 stainless steel main shut off valve, one (1) 304 stainless steel backwash throttling valve and one (1) 304 stainless steel flushing line valve. The flushing water line shall include a stainless steel solenoid valve for automatic control of the flushing water supply. 3. 1102.2.10 Instrumentation,a. DELETE: (2) One (1) 0-30 psig pressure gauge (Pd) to monitor the supply pressure in the grit slurry discharge(underflow)line. 4. 11D2.2.10 Instrumentation, b. DELETE: (2) One (1) 8-40 gpm (Blue & White F-42N Series) meter, one for the HEADCELL fluidizing water. ADD: (2) One (1) 0-20 gpm (Dwyer 143) rotometer, one for the HEADCELL fluidizing water. G. SECTION 11E1—CHLORINATION AND DECHLORINATION EQUIPMENT 1. 11E1.6.1 Tentative Approval Prior To Bidding—General DELETE: (Also see Section 1E Special Conditions, Subsection 1E17) ADD: (Also see Technical Special Provisions,Article TS-5) Addendum No. 02 00 9101-4 Laguna Madre WWTP Headworks and Bar Screen Improvements(E10048) Page 4 of 9 H. SECTION 11G1—8IOFILTER ODOR CONTROL SYSTEM l. 1.03 Governing Specifications DELETE: C. 2132 Structural Excavation and Backfill 2. 1.09 Governing Specifications DELETE: D. 11G3<3>VVarninO80ns ADD: D. 11G3(3iDonwerSigns 3. 1D6 Performance and Design Requirements DELETE: Discharge Pressure +8.8"W. C. ADD: Discharge Pressure +5"VV.C. 4. 1.12 Performance Test DELETE: During the test,the test hydrogen sulfide concentration shall be varied every 15 minutes to a concentration up to 100 ppb, as designated by the Engineer. 5. 2.06 Humidification System DELETE: C. 1. Flowrate: 0.07 gallons per minute. 2. Water Pressure: 40 psig 3. Manufacturer: a. Bete Fog Nozzles,Inc., Model PJ20 b. or approved equal. ADD: C. 1. Flowrate: 0.02 gallons per minute. 2. Water Pressure: 40 psig 3. Manufacturer: a. Bete Fog Nozzles, |nc' P112 b. or approved equal. 6. 2.07 Sprinkler System—C. Sprinkler Nozzle DELETE: Model 5000 Plus ADD: Model 3500 7. 2.07 Sprinkler System DELETE: E. Moisture Sensor and Control System 1. The moisture sensor shall be supplied with a corrosion /esistant, current pulsed sensor probe that continuously monitors soil bed moisture level. 2. Upon detection of low moisture level„ the probe shall send a 24-volt signal to the sprinkler control valve, via the control panel, and open the valve. 3. The moisture probe shall be supplied with sufficient cable length to run from the probe to the control panel mounted at the blowers. 4. Moisture System Control Panel: Addendum No.0Z 009101 5 Laguna Madre WWTP Headworks and Bar Screen Improvements(E10048) Page 6of9 a) The control panel shall be pre-wired and of NEMA 4X construction. b) The control system shall operate from a,single 120-volt power source and shall include all control power transformers and relays from providing 24-volt control and valve actuation. c) Control Panel Operator Interfaces: 1) Power ON/OFF 2) ON/AUTO bypass selector switch 3) READY indicator light 4) MOISTURE SETPOINT adjustment controls d) System Operation: 1) In power OFF,the moisture control system shall be inoperative. 2) In the AUTO bypass selector switch position,the system shall Nos actuate the zone control valve(s)to maintain moisture set point. 111 3) In the ON bypass selector switch position,the system shall open the zone control valve(s)regardless of moisture readings. 8, 2.08 Geomembrane(Containment) Liner DELETE: B. The containment liner shall conform to the following: Weight Per YD2 12 OZ/SY(±10%) ASTM D 1910 Nominal Thickness 24 MILS(±10%) Tensile Strength(Grab Method) WARP 449 LBS,WEFT 405 LBS ASTM D 751 Elongation to Break WARP 29%,WEFT 34% Tear Strength,(Tongue Method) WARP 74 LB5/IN,WEFT 95 LBSWIN ASTM D 751 gory Bursting Strength,(Mullen) 818 PSI ASTM D 3786 Hydrostatic Resistance 310 PSI ASTM D 751A Puncture Resistance,(1"Steel Ball Tipped Probe) 642 PSI. ASTM 0 751 .r. Moisture Vapor Transmission 0.048 GRAMS/M2/24 HRS ..ASTM E96 B Permeability...........................................0. ..........,.........................,.....,.........ASTM D 4491 Low Temperature Cold Crack -65F....................................................ASTM D 2136 Flex/Abrasion No damage to scrim after 2800 ..s Cycles,black coating worn away ASTM D 3885 Heat Bonded Seam Strength 188.166 ppi ASTM D 6392 Bonded Peel Adhesion...... .....................FTB@DelamASTM 6392 Dimensional Stability@212F/1HR @ Edge:WARP-9,3 WEFT-7.7, .r @Center:WARP-7.6 WEFT-6.4 ASTM D 1204 Environmental Resistance Accelerated Weathering,UV More than 80%of strength Retained after 2000 hours ASTM G 53 Carbon Black Content 3% Carbon Black Dispersion A-1 C. Manufacturer: for 1) Bent Tarp & Liner, Model PPL-24 2) or approved equal. a ADD: B. Manufacturer: 1. Bent Tarp&Liner, Model BTL-30 2. or approved equal Addendum No.02 00 9101-6 "� Laguna Madre WWTP Headworks and Bar Screen Improvements(E10048) Page 6 of 9 9. 3.04 Soil Filter Media DELETE: Cover the soil material with three inches of rock media to depth of 3'-0" ADD: Cover the soil material with three inches of rock media to depth of 2'-9" I. SECTION 13C3-EXISTING BAR SCREEN/GRIT REMOVAL STRUCTURE IMPROVEMENTS 1. 13C3.1 Scope Of Work DELETE: c. Remove existing grit removal equipment, air piping, airlift pump, grit washer, non-potable fluidizing system, handrails and slide grates as shown on the plans and completely clean the interior of the structure, removing all solids. ADD: c. Remove existing grit removal equipment, air piping, airlift pump, grit washer, non-potable fluidizing system, handrails and slide grates as shown on the plans and completely clean the interior of the structure, removing all solids. Contractor shall be prepared to dewater as much as possible in the basin and remove and haul off approximately 11' deep of settled grit/solids/sludge and debris from the grit hopper basin. J. SECTION 13950-SCADA SYSTEM 1. 1.2 Control System Integrator Qualifications DELETE: B. The integrator shall maintain a local office within 100 driving miles of the project site for the past year. ADD: B. The integrator shall maintain a local office within 250 driving miles of the project site for the past year. K. SECTION 15E4-MECHANICALLY OPERATED SLIDE GATES 1. Attachment No. 1 DELETE: Gate No. 1 Gate Open: 5'-9" ADD: Gate No. 1 Gate Open: 2'-0" 2. Attachment No. 1 ADD: The following table: TROUGH FLOOR TOP OF GATE ELEV. WALL ELEV. NOTES 1 El. 19.45 EL.25.70 Gate frame invert flush with trough floor 2 El. 19.45 EL.25.70 Gate bottom frame sits on top of trough floor 3 j El.20.45 I EL. 25.70 Gate frame invert flush with trough floor The top of gate frame(where actuator is mounted)shall be 3'-0"from the top of wall The"Gate Open"dimension is from the gate floor frame invert to the bottom of the w- gate when it is full open Addendum No.02 00 91 01-7 Laguna Madre WWTP Headworks and Bar Screen Improvements(E10048) Page 7 of 9 I L. SECTION 15F3—ELECTRIC ACTUATORS 1. 1.01 Scope it DELETE: This specification shall govern for all work necessary to furnish, install, and place into initial operation the electric valve actuators for slide gates(if Additive Alternate No. 1 is selected). ADD: This specification shall govern for all work necessary to furnish, install, and place into initial operation the electric valve actuators for slide gates. 2. 1.03 Performance And Design Requirements DELETE: Actuator Number Location Type Required Bar Screen &Grit Removal Facility Multi-Turn 6 Actuators shall be mounted on slide gates(See Section 15E4) and provided as noted in the following: Base Bid&Additive Alternate No. 1: Bar Screen&Grit Removal Facility: Non-explosion proof requirements. ADD: Actuator Number .1111A Location Type Required Bar Screen&Grit Removal Facility Multi-Turn 3 Actuators shall be mounted on slide gates (See Section 15E4)and provided as noted in the following: Base Bid Bar Screen&Grit Removal Facility: Non-explosion proof requirements. 3. 2.01 General DELETE: The channel isolation slide gates shall be furnished with multi-turn electric actuators if Additive Alternate No. 1 is awarded. The actuators -• shall be motor driven and mounted on a NEMA 4 housing if Additive Alternate No. 2 is awarded or a Class 1, Division 2 explosion proof housing if Additive Alternate is not awarded. ADD: The channel isolation slide gates shall be furnished with multi-turn electric actuators. The actuators shall be motor driven and mounted on a NEMA 4 housing. 4. 2.03 Motor DELETE: If Additive Alternative No. 2 is not awarded motor assembly shall be ..p, provided as Class 1, Division 2,explosion-proof, Addendum No.02 00 91 01-8 Laguna Madre WWTP Headworks and Bar Screen Improvements(E10048) Page 8 of 9 rr S. 2.12 Enclosure DELETE: Actuators shall be 'O' ring sealed and watertight to NEMA 4 if Additive Alternate No. 2 is awarded. If Additive Alternative No. 2 is not awarded enclosure shall be provided as Class 1, Division 2,explosion-proof. ADD: Actuators shall be '0' ring sealed and watertight to NEMA 4. M. SECTION 16470 PANELBOARDS 1. PART 3 Execution - A. Installation DELETE: 3. Height: 6 ft to top of panelboard; install panelboards taller than 6 ft with bottom no more than 4 inches (10 cm)above floor. ADD: 3. Height: 6 ft to top of panelboard; install panelboards taller than 6 ft with bottom no more than 4 inches (10 cm) above floor. Panelboards with control devices (HMI, meters, etc) mounted on exterior or interior door shall be mounted at 6 ft to the top of the highest control, device, HMI Screen, etc. The blank part of the panel door above these devices can be higher than 6 ft. it ARTICLE 3- MODIFICATIONS TO THE DRAWINGS 3.01 MODIFY DRAWINGS A. Drawing Sheet No. 10-Bar Screen/Grit Removal Unit—Mechanical Sections No. 1- 1. Sheet Notes DELETE: 1. COAT WALL IN GRIT BASIN ALL AROUND PER SPEC 911 FROM EL. 34.70 TO EL. 32.00. ADD: 1. COAT WALL IN GRIT BASIN ALL AROUND PER SPEC 911 FROM EL. 21.70 TO EL. 18.45 2. Section C DELETE: Bar screen overall length dimension of 529'-4 7/16" Bar Screen interior length dimension of 194'-8" ADD: Bar screen overall length dimension of 16'-6.5" Bar Screen interior length dimension of 6'-O" B. Drawing Sheet No. 11- Bar Screen/Grit Removal Unit—Mechanical Sections No. 2 - 1. Section D and Section E Clarification The 24"Teacup grit separator is provided as a 3 inch inlet and 4 inch outlet instead of the 4 inch inlet and 6 inch outlet shown. The 3 inch valve with actuator on the bottom discharge is not required and deleted. The Teacup inlet 90 degree bend and outlet piping is revised as provided on Attachment No.3 to this addendum. 2. Section E DELETE: 36"TEACUP ADD: 24"TEACUP END OF ADDENDUM NO. 2 Addendum No.02 00 91 01-9 Laguna Madre WWTP Headworks and Bar Screen Improvements(E10048) Page 9 of 9 00 01 00 TABLE OF CONTENTS Note to Specifier: Division/ Section Title Division 00 Procurement and Contracting Requirements 00 11 16 Invitation to Bid (Rev 10/14/2014) 00 21 13 Instructions to Bidders (Rev 10/14/2014) 00 30 00 Bid Form (Rev 10/14/2014) 00 30 01 Bid Form Exhibit A(Rev 10/14/2014) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement (Rev 10/14/2014) 00 61 13 Performance Bond (Rev 7/3/2014) 0061 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions 00 72 01 Insurance Requirements(Rev 7/3/2014) 00 72 02 Wage Rate Requirements 00 72 03 Minority/ MBE/ DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 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 01 33 00 Document Management 01 33 02 Shop Drawings Table of Contents 00 01 00- 1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 Division/ Section Title 01 33 03 Record Data 01 33 04 Construction Progress Schedule 0133 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 Quality Management 01 70 00 Execution and Closeout Requirements Part S Standard Specifications- NONE Technical Special Provisions Part T Technical Specifications Division 1 General 01011 Equipment Documentation Requirements Division 2 Sitework Section 2A Clearing of Site 2A20.1 Deviations Occasioned By Existing Obstructions Section 2B Earthwork 2B1[1] Site Grading 2B3[1] Pipe Trench Excavation and Backfill Section 2H Roads and Walks 2H16[1] Concrete Sidewalk and Concrete Driveways 2H17[1] Removing and Replacing Pavements, Curb and Gutter, Driveways and Sidewalk Section 21 Site Improvements 211.1 Chain-Link Fence Section 2J Lawns and Plantings 2J1[2] Vegetative Treatment Division 3 Concrete Section 3A Concrete Formwork Section 3B Concrete Reinforcement Section 3C Cast-in-Place Concrete 3C1 Normal Weight Aggregate Concrete 3C4[1] Concrete Structures I Table of Contents 00 01 00- 2 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 Division/ Section Title Division 5 Metals Section 5A Structural Metal 5A1[1] Structural Steel and Other Metals Section 5C Metal Decking 5C2[1] Aluminum Covers for Process Equipment Section 5E Miscellaneous Metal Items 5E2[1] Stairs and Walkways 5E3[1] Handrails 5E5[z] Floor Grating (Galvanized Steel) Division 7 Moisture Protection Section 7F5[1] Modified Bitumen Roofing Division 9 Finishes Section 91 Special Coating 9J1[s] Coating of Concrete Walls Section 9K Painting 9K General Division 10 Specialties Section 10C Fiberglass Grating 10C1[1] Heavy Duty Fiberglass Grating Division 11 Equipment Section 11B Pumps 11B5[6] Dry Pit Submersible Pumps (Wastewater) 11B23[1] Vortex-Type Slurry Pumps Section 11D Process Equipment 11D1[1] Mechanical Bar Screen and Washer/Compacter 11D2[4] Degritter Equipment 11D13 Containerized Handling Equipment Section 11E Chemical Equipment 11E1[8] Chlorination & Dechlorination Equipment Section 11G Specialty Equipment 11G1[2] Biofilter Odor Control System 11G3[3] Danger Signs Table of Contents 00 01 00-3 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 r I Division j Title Section Division 13 Special Construction Section 13C Repairs,Additions and Modifications of Existing Structures 13C1[1] General Requirements 13C2 Modifications/Rehabilitation For Laguna Madre WWTP Lift Station 13C3 Existing Bar Screen/Grit Removal Structure Improvements 13C4 Modifications/Rehabilitation For Clarifier Telescopic Valves and Disinfection Injectors 13C5 Modifications For Disinfection System 3 13C6 Existing Blower New Controllers 13950 SCADA System Division 15 Mechanical Section 15C Process Pipe and Fittings 15C2[s] Ductile Iron Pipe and Fittings3 15C3[3] Polyvinyl Chloride Pipe and Fittings 15C5[1] Installation of Process Piping J 15C6[1] Testing of Process Piping 15C14[1] Pipe Hangers and Supports 15C15[1] PVC Duct and Fittings for Air Service 15C20[1] Pipe Labeling Section 15D Process Valves 15D3[1] Plug Valves Section 15E Slide Gates 15E412] Mechanically Operated Slide Gates Section 15F Miscellaneous Mechanical 15F3[3] Electric Actuators 15193 Diesel Fuel System j 15730 Wall Mount Air Conditioners Division 16 Electrical 16010 Electrical General Requirements 16051 Electrical Demolition Work 16053 Identification for Electrical Systems 16170 Grounding and Bonding 16235 Diesel Engine-Generator Set r 16402 Electrical Wiring System j Table of Contents 00 0100-4 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 Division/ Section Title 16419 Motor-Control Centers 16421 Utility Service Entrance 16461 Dry Type Transformers 16470 Panelboards 16490 Safety Disconnect Switches 16496 Automatic Transfer Switches 16510 Interior Lighting 16530 Site Lighting • 16573 Overcurrent Protective Device Coordination Study 16920 Packaged Electrical Control Room (ECR) END OF SECTION Table of Contents 00 01 00-5 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV10-14-2014 00 11 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: Laguna Madre WWTP Headworks and Bar Screen Improvements City Project No. E10048 A. This project consists of the removal and replacement of the bar screen, grit removal system, lift station pumps, lift station piping, force main, valves, building roofs, fencing and the installation of new electrical control room, control panels, emergency generator, and other miscellaneous items required to complete this project. 1.02 The Engineer's Opinion of Probable Construction Cost for the Project is$3,212,700. The Project is to be substantially complete and ready for operation within 335 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. ARTICLE 2—EXAMINATION AND PURCHASE OF DOCUMENTS 2.01 Advertisement and bidding information for the Project can be found at the following website: 2.02 http:/www.cctexas.com/business/supplierportal 2.03 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. 2.04 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 for the Project will be held on 2:00 pm, Monday,January 26, 2015 at the following location: City Hall, 3rd Floor Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 4—QUESTIONS REGARDING BIDDING PROCESS OR SOLICITATION DOCUMENTS 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. Invitation to Bid 00 11 16- 1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV10-14-2014 3 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 goal for this Project has been established to be 45%of the Contract Price. 3 5.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. 3 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 10 days of Notice of Award of the Contract. The security must be payable to the City of Carpus 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. 3 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 be3 considered. Failure to provide required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 3 ARTICLE 7—DELIVERY OF BIDS 7.01 Electronic Bids must be submitted to the Owner at the Owner's Bidding Website no later than3 2:00 pm on Wednesday, February 4,2015 to be accepted. The Bids will be publicly opened and read aloud at this time in the Capital Programs Department. Bids received after this time will 3 not be accepted. 7.02 Bid security documents must be delivered to the City Secretary's Office by the time and date specified in the contract documents. Bid security documents received after this time will not be 3 accepted and will result in a non-responsive bid. Address Bid security documents to the Owner as follows: I I 3 Invitation to Bid 00 11 16-2 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 1 ism The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid - Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 ARTICLE 8—AWARD OF CONTRACT �• 8.01 It is the intent of the Owner to award this Contract to the lowest responsible Bidder who submits 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. r ARTICLE 9—OTHER CONTRACT REQUIREMENTS 9.01 Contractors for this Project must pay no less than the prevailing wage rates for the area tim 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 INSURANCE REQUIREMENTS. 9.03 Performance and Payment Bonds are required. END OF SECTION Y. r i. Invitation to Bid 00 11 16-3 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 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: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises- Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 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 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 ❑ Required x 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 ❑ Required x- Not Required Installation Floater Equal to Contract Price ❑ Required x- Not Required Owner's Protective Liability Equal to Contractor's liability insurance ❑ Required BE Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements 00 72 01- 1 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 I B. Provide endorsements to the policies as outlined in this Section. 3 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 3 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 3 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. 3 E. The name and number of the Project must be referenced on the certificate of insurance. 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 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 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 3 required insurance. I. Owner does not represent that the insurance coverage and limits established in this 3 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 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 3 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. 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. 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 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. 3 Insurance Requirements 00 72 01-2 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance 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. km 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 hir Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; it b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; tr. f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and Ib Insurance Requirements 00 72 01-3 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 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 adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery,fixture, and equipment which will be incorporated into the Work while in transit or in storage. 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. 1 3. Broad form property damage coverage. 4. Severability of interest. 3 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 3 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 3 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 which result from Contractor's operations and completed operations. Provide Contractor's 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 3 Supplementary Conditions as additional insureds. 3 Insurance Requirements 00 72 01-4 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 3 irr 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 tie 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 IN conduct tasks arising from the Contract Documents. 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 Ir. 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 t"` 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 o„ 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 t" 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 rp 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 r explosion, and artificially generated electric current; earthquake;volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that it Insurance Requirements 00 72 01-5 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 111 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. 1.06 WAIVER OF RIGHTS 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 Insurance Requirements 00 72 01-6 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 Yr y,, 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 r,,,, 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 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; two 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. lin 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 any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE r"' 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 las 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Ir. Insurance Requirements 00 72 01-7 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 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 documentation of applicable self-insured retentions and deductibles if requested by the 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 A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 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 Administrator by calling 361-826-3530. 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. Insurance Requirements 00 72 01-8 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 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. ti" 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 be 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. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide iim 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 i' persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage be 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 i" Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal he delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. �1r Insurance Requirements 00 72 01-9 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 ir. 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 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: 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; S. Retain all required certificates of coverage on file for the duration of the Project and I for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within ' 10 days after the person knew or should have 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 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 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 .r Insurance Requirements 00 72 01- 10 Laguna Madre WWTP Headworks and Bar Screen Improvement Project No. E10048 REV 07-03-2014 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 Urban Engineering ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.01 DELAYS IN CONTRACTOR'S PROGRESS 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: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 Supplementary Conditions 00 73 00- 1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 11-25-2013 3. A total of 40 rain days have been set for this Project. An extension of time due to rain days will be considered only after 40 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-5.01 SUBSURFACE AND PHYSICAL CONDITIONS A. No report of explorations or test 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. SC-5.02 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE B. 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-7.01 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS "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 Supplementary Conditions 00 73 00-2 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 11-25-2013 00 52 23 AGREEMENT This Agreement,for the Project awarded on April 21,2015, is between the City of Corpus Christi (Owner)and Associated Constriction Partners LTD 215 W.Bandera Rd Ste. 114-461 (Contractor). Boerne TX ioo06 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: Laguna Madre WWTP Headworks and Bar Screen Improvements Project Number E10048 This project consists of the removal and replacement of the bar screen,grit removal system, lift station pumps, lift station piping,force main,valves, building roofs,fencing and the installation of new electrical control room, control panels, emergency generator, and other miscellaneous items required to complete this project. ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner St. Corpus Christi,TX 78404 2.02 The Owner's Authorized Representative for this Project is: City of Corpus Christi—Capital Programs Phil Boehk, P.E.—Acting Construction Engineer 4917 Holly Rd. Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 335 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 365 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23-1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 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$1,000.00 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$1,000.00 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 0135 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 $ 2,895,000.00 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. Agreement 00 52 23-2 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 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. 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. Agreement 00 52 23-3 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 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. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23-4 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 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 0100 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; D. CITY SECRETARY for the City. Agreement 00 52 23-5 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 ATTEST CITY OF CORPUS TI T-2_st I Lkye,e__ Fc,ot. Rebecca Huerta J. E o A s, P.E. City Secretary Di ector of Capital Programs(Engineering) APPROVED AS TO LEGAL FORM: \7r-,\C3 - 11U1 UK11.ds \ I5 anet Kellogg SECT canir r Assistant City Attorney S ATTEST(IF CORPORATION) CONTRACTOR Associat C struction Partners, Ltd (Seal Below) By: Note: Attach copy of authorization to sign if Title: Man er person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer,or Chief 215 W Bandera Rd Ste 114-461 Financial Officer Address Boerne TX 78006 City State Zip 210-698-8714 210-698-8712 Phone Fax jill@acpartners.org Email END OF SECTION Agreement 00 52 23-6 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 REV 10-14-2014 ne/9 ///� Addendum No.1 Attachment 4 Page 1 of 5 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,February 18,2015 at 2:00 pm. 1.02 Submit hard copy Bids,Bid Security,and all attachments to the Bid(See Section 7.01 below) to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 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 Addenda: Addendum No. Addend m Date Signature Acknowledging Receipt slzli 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 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 R.v c.2;-2015 Addendum No.I Attachment 4 Page2of5 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 30 00-2 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 RivC1-23.2015 Addendum No.I Attachment 4 Page 3 of 5 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 5—EVALUATION OF BIDDERS 5.01 The Owner will consider the greatest amount bid,the Bidder's responsibility,and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders'responsibility,and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder,and reserves the right to require the submission of additional information. 5.02 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. 5.03 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. Bid Form 00 30 00-3 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 REV 01.23.201S Addendum No.I Attachment 4 Page 4 of 5 ARTICLE 6—TIME OF COMPLETION 6.01 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 All submittals must be in hard copy for this Project. In compliance with the Bid Requirements in SECTION 00 11 16 INVITATION TO BID,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 01 BID FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM EXHIBIT A. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. 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. Bid Form 003000-4 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 REV 01.23-2015 Addendum No.1 Attachment 4 Page 5 of 5 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 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: i l �1 1�1 t( G/ t,til n � (typed• .rinted full legal name.f Bidder) By: :ividual's si.nature) Name: (typed o .rinted) Title: U (typed or printed) Attest: JW (individual's signature) State of Residency: _I XJ)(,� Federal Tax Id. No. •J G Address for giving notices: __ cTten kit-lees LTD 215 W.Bandera Rd Ste. 11 461 )\ItAft0A-719 Boerne TX 780006 • Phone: Email: 11�'�a( Ct j i r (Attach evidence of authority to sign if the auth( zed 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 00 30 00-5 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 REV 0i.73.2015 00 30 01 BID FORM EXHIBIT A 00 30 01 BID FORM EXHIBIT A Project Name: Laguna Madre WWTP Headworks and Bar Screen Improvements Project Number: E10048 Owner: City of Corpus Christi LTD i L-P ( D S5- 11'i-.0 I t. p4 ) OAR: Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-WWTP Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 $ )®040017. $109-. :'*-60 A2 24"Force Main LS 1 $ $O Oat), $ ©, A3 24"D.I.45 Degree Bends(M1) EA 4 $ "'t S oto. $ 30 pot. A4 Mechanical Bar Screen Replacement LS 1 $ADO Dep. $ 2 C)o o00. A5 Existing Grit Removal System Modifications LS 1 $14-optp00. $ 14ot 01/D• A6 Influent Structure Debris Container LS 1 $ Dbb• $ A7 Influent Structure Odor Control and Aluminum Covers LS 1 $350Dm>• $3 5Dcxo. A8 Plant Lift Station New Pumps and Piping LS 1 $;,3c . $230 oGro, A9 Clarifier Telescopic Valves Replacement LS 1 $ [Stomp. $ ('S, oeo • A10 Disinfection Equipment Improvements LS 1 $,,,2,00;,..1,20, $ 2 aot cop, All Existing Building Roof Repairs LS 1 $75, cam, $rZ 5,04,0, Al2 Repair/Replace Existing Fence LS 1 $"j 5r 00C). $ 2 rawc'. A13 New Electrical Control Room,Gear and Control Panels LS 1 $Zf Dpl pry.$ Lj �D. A14 New 650 Kw Emergency Generator LS 1 $9,50voDi G,, $ . 't7 loco • A15 Remove Existing MCCs and Install New Site Electrical LS 1 $4-$ci $ 14 $S 040, A16 SCADA Improvements LS 1 $,A51 per)* $e pODr SUBTOTAL PART A-WWTP IMPROVEMENTS(Items Al thru A16) $elf' W/ QW d Part B-Allowances(per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) B1 Utility Allowance LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART B-ALLOWANCES(Item Bi) $ 25,000.00 BID SUMMARY SUBTOTAL PART A-WWTP IMPROVEMENTS(Items Al thru A16) $ .as V701 at50 . 0-0 SUBTOTAL PART B-ALLOWANCES(Item Bi) $ 25,000.00 !TOTAL PROJECT BASE BID(PARTS A THRU B) $ '8961 ("01.9i 0 0 - Contract Times Bidder agrees to reach Substantial Completion in 335 days Bidder agrees to reach Final Completion in 365 days Bid Form Exhibit A ADDENDUM NO. 2 Page 1 of 1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No. E10048 ATTACHMENT NO. 1 REV 70-14-2074 PAGE 1 OF 1 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. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of . 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 evaluate the Bids of nonresident Bidders. Bidder: (� _ /f Company Name: ,ilJ 6 Lt G VELI (, tudi. i )tu4i'ur ,L V. (typed or prr ted) By: (-49 fill )it In' signature--attach evidence of authority to sign) Name: i i i 114 (,� typed printed) Title: i wiCiel1t Business address: 215 W.Bandera Rd Ste.114-461 Boerne TX 78006 al Phone: )I1 IEmail: 11'OAC Z '1 leki /of' J (..) END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 ii-25-2013 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE 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. OFFICEUSEONLY 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. 1 Name of person who has a bu ness relationship with local governmental entity. Atf t ! I 1 2 v ✓ nCheck this box ifyou a e filing an update to�previously filed questionnaire. I I P P Y f ' (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.) 3 Name of local government officer with whom filer has employment or business relationship. 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 CIO 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? Yes 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? Yes No 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 No D. Describe each employment or business relationship with the local government officer named in this section. 'wt 4 :241], Signature or pe\on doing business with the governmental entity ate 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 Corpus DISCLOSURE OF INTEREST Christi 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: Associatemoshuttion PatIrers LTD P.O.BOX: 215 W.Bandera Rd Ste.114-461 Boom TX 78006 STREET ADDRESS: CITY: ZIP: FIRM IS: I. Corporation _ 2. Partnership 3. Sole Owner El4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. I. 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) 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 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 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 n Consultant I ,N 11 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 information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: I J' ti jOA Title: " j1041,1 (L or Pri Signature of Certifying Lam_— Date: 9 I o I Person: U J 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: Laguna Madre WWTP Headworks and Bar Screen Improvements Project Number E10048 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: P\ jUV(Lt �..�,�,KM A/f ` 5 Lt --� 11 (typed or printed) r ! By: j 3i l t~(si , ature--attach evidence of authority to sign) Name: Jil I5-i I i;) i J v' (typed or printed) Title: IVa Ct C .� Business address: Associated Construction panes L., 215 W.Bandera Rd Stn 114-461 Boeme TX 78006 Phone: `,'/1l�rtocf ai J L Email: ) `�2 `"�C a '� R - V END OF SECTION Non-Collusion Certification 00 30 06-1 Laguna Madre WWTP Headworks and Bar Screen Improvements Project No.E10048 11-25-2013 00 6113 PERFORMANCE BOND BOND NO. 1011755 Contractor as Prindpal Surety Name: Associated Construction Partners Ltd. Name: Mid-Continent Casualty Company Mailing address(principal place of business): Mailing address(principal place of business): 215 W.Benders Rd.Ste.114-461 P.O.Box 1409 San Antonio.TX 78006 Tulsa,OK 74101 Physical address(principal place of business): Owner 1437 S.Boulder Ave.,Ste.200-74119 Name: City of Corpus Christi,Texas Tulsa,OK 74101 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: Corpus Christi,Texas 78401 OHIO 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): #E10048 Lacuna Madre WWTP Headworks and (918)587-7221 Bar Screen Improvements Telephone(for notice of claim): (918)587-7221 Local Agent for Surety Name:Jason Grove—Grove&Davis Insurance Agency Award Date of the Contract: April 21.2015 Address:4646 Corona Dr.,Ste.#270,Corpus Contract Price: 52.895,000.00 Christi,TX 78411 Bond Telephone:361-851-0577 Email:jgrove@grovedavisins.com Date of Bond: 04/27/15 The address of the surety company to which any notice of daim should be sent may be obtained (Date of Bond cannot be earlier than Award Dote from the Texas Dept.of Insurance by calling the of the Contract) following toll-free number:1-800-252-3439 Performance Bond 00 6113-1 Laguna Madre WWTP Headworks 8E10048 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 liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor a Principal:Associated Construction Partners, d. Surety: Mid-Contin t Casualty Co pany Signature � Signature: I' Name: ( 1 I� VIA V L- Name: Betty J. Re_) Title: I t����(� -e Title: Attorney-In-Fact Email Address: i I @& 6,41 its 4 I b Email Address: breeh@ib-tx.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-2 Laguna Madre WWTP Headworks#E10048 7-8-2014 00 61 16 PAYMENT BOND BOND NO. 1011755 Contractor as Principal Surety Name: Associated Construction Partners Ltd. Name: Mid-Continent Casualty Company Mailing address(principal place of business): Mailing address(principal place of business): 215 W. Bandera Rd.Ste, 114-461 P.O. Box 1409 San Antonio,TX 78006 Tulsa,OK 74101 Physical address(principal place of business): Owner 1437 S. Boulder Ave.,Ste. 200-74119 Name: City of Corpus Christi,Texas Tulsa,OK 74101 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: Ohio 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): #E10048 Laguna Madre WWTP Headworks and Bar Screen Improvements (918)587-7221 Telephone(for notice of claim): (918) 587-7221 Local Agent for Surety Name:Jason Grove—Grove& Davis Insurance Agency Award Date of the Contract: April 21,2015 Address:4646 Corona Dr.,Ste.#270, Corpus Christi,TX 78411 Contract Price: $2,895,000.00 Bond Telephone:361-851-0577 Email:jgrove@grovedavisins.com Date of Bond: 04/27/15 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 Laguna Madre WWTP Headworks#E10048 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 the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal:Associated Construction Surety: Mid-Cont' f nt Casu. y , mpany Partners, Ltd. / Signature: M Signature: Name: / f �� 1 f i Name: Betty J. .�-h Title: (\ 'AIWATitle: Attorney-In-Fact Email Address: \Aft f 2 i(.141 Email Address: breeh@ib-tx.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 Laguna Madre WWTP Headworks#E10048 7-8-2014 MID-CONTINENT CASUALTY COMPANY 1437 SOUTH BOULDER, SUITE 200 •TULSA, OKLAHOMA 74119 • 918-587-7221 • FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the MID-CONTINENT CASUALTY COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety, any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof. Clark Fresher, Bryan K. Moore, Pat J. Moore, Betty J. Reeh and Gary W.Wheatley,all of SAN ANTONIO,TX IN WITNESS WHEREOF,the MID-CONTINENT CASUALTY COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 16 day of April , 2015 MI .' , t.'.(CAS.04z) `: .�g9OJiqzi:. :"SEAL: ,, .,. ,;��, MID-CONTINENT CASUALTY COMPANY ATTEST: rto•0.0 Attru4 SHARON H CKL Secretary ' TODD BAZATA d/i VICE PRESIDENT On this 16 day of April , 2015 before me personally appeared TODD BAZATA to me known,being duly sworn,deposes and says that s/he resides in Broken Arrow,Oklahoma,that s/he is a Vice President of Mid-Continent Casualty Company,the company described in and which executed the above instrument;that s/he knows the seal of the said Company;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by authority of her/his office under the By-Laws of said Company,and that s/he signed his name thereto by like authority. sr" GA� ,4 'i. Commission# 11008253 STATE OF OKLAHOMA SS `�4 . A44).+4.�; .�.2y�c My C• ' ion Ex•irts: 0 —08-15 COUNTY OF TULSA r ; pciBt-1' t * %vi,.r..ite.0..._.„)..... AT -406,;(1 t14:300% JULIE IP 'HAN Notary Public This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Mid-Continent Casualty Company by unanimous written consent dated September 25,2009. RESOLVED: That the President,the Executive Vice President,the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized,from time to time,to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,undertaking,contract of suretyship,or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION t, SHARON HACKL Secretary of Mid-Continent Casualty Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of September 25,2009 have not been revoked and /�and are now in full force and effect. Signed and sealed this C.okt' day of 4pf t' , O15 ,i11,0.• QR�... �� . 4 , i .`e'er,_ Z:SEAR�g ♦ Lv "p�.+ ;�, SHARON HACKL Secretary ,. VOID IF BOX IS EMPTY CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 RE: Certification of Power of Attorney for Performance and Payment Bonds Project Name & No.: #E10048 Laguna Madre WWTP Headworks and Bar Screen Improvements Surety Company: Mid-Continent Casualty Company ` Ladies/Gentlemen: 1. ( Don McQuay,Assistant Vice President ), hereby certify that the facsimile power of attorney submitted by ( Betty J. Reeh, Attorney-In-Fact ) for(Associated Construction Partners, Ltd. ), a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven (7)days thereof at the following address: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 Signed this 24 day of April , 2015. C---- 90 _.._L.._• �.__... Name: Don McQuay _. ',J Title: Assistant Vice-President Sworn and subscribed to before me on this day of 4 Qc\ , 7301.5 2015. it-A • -c. x?,( &Li.... AIM% d '! Notary Public it,�...i' ; \ State of Oklahoma Votary -ublic "�.` ASHLEY FISHER �i t,,,�, �' L � TULSA COUNTY State Of ( klet ori My.Commission Expires: 26-We '^iaoa�...% CCMMISS ON 814003874 p - __ ,omni.Exp. (Revised 2/10) Mm-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY STATE OF TEXAS CLAIM NOTICE ENDORSEMENT In accordance with Section 2253.021 (f)of the Texas Government Code and Section 53.202(6) of the Texas Property Codc, any notice of claim to the named surety under this bond(s)should be sent to: Mailing: MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 918-587-7221 Physical: 1437 S. BOULDER SUITE 200 TULSA, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND A� J CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/22/2015 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(ies)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 NAME: IBTX Risk Services SAT 5746 Hausman Rd., Ste. 100 (A/CNNo,Ext): (210) 696-6688 EMAIL E IA/C,No):(210) 696-8414 ADDRESS: San Antonio TX 78249 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Bituminous Casualty Corp 20095 INSURED INSURER B: Associated Construction Partners, Ltd. Associated Controls & Instrumentation, LLC. INSURERC: 215 W Bandera Road Suite 114-461 INSURERD: Boerne TX 78006 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:Cert ID 16714 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 POLICY EFF POLICY EXP WLIMITS LTR INSD VD POLICY NUMBER (MMIDDIYYYY) (MM/DDIYYYYI A X COMMERCIAL GENERAL LIABILITY / EACH OCCURRENCE $ 1,000,000 AMAGE CLAIMS-MADE X OCCUR CLP3610334 10/4/2014 10/4/2015 PREM SESO(EaENTED occurrence) $ 100,000 MED EXP(My one person) $ 5,000 l PERSONAL&ADV INJURY $ 1,000,000 GENLAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE $" 2,000,000 POLICY X jRcT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 _ OTHER: $ AUTOMOBILELABIUTY COMBINEDSINGLE $ 1,000,000 ' (Ea acciddent)ent) _ A ANY AUTO CAP3610335 10/4/2014 10/4/2015 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED / BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS (Peracddent) A X UMBREL ALIAB X OCCUR CUP2806153 10/4/2014 10/4/2015 EACH OCCURRENCE $ 5,000,000 EXCESS UAB CLAIMS-MADE / AGGREGATE $ l/ 5,000,000 DED RETENTIONS $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY Y/N STATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVEN/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: Laguna Madre WWTP Headworks and Bar Screen Improvements Project Number E10048 V/ General Liability & Auto Liability policies include blanket automatic additional insured endorsements (#GL30850911, #CA20480299) that provides this feature only when there is a written contract between named insured & certificate holder that requires such status. General Liability & Auto Liability policies include a blanket automatic waiver of subrogation endorsement (#GL30850911, #CA04440310) that provides this feature only when there is a written contract between named insured & certificate holder that requires such status. Primary Non-Contributory wording per endorsement (#GL30850911). CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Urban Engineering • 2725 Swantner St. AUTHORIZED REPRESENTATIVE Corpus Christi TX 78404 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD DATE(MMIDD/YYYY) ACORL 04/22/2015 CERTIFICATE OF LIABILITY INSURANCE Acct#: 1179840 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(ies)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 °aMjOCT Lockton Companies, LLC N PHONE FAX 5847 San Felipe,Suite 320 (A/C No.Ext): 888-828-8365 NC,No): Houston,TX 77057 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC INSURER-A: Indemnity Insurance Co.of North America 43575 INSURED INSURER-B: Insperity,Inc.(A PEO)ASSOCIATED CONSTRUCTIN PARTNERS LTD(A CLIENT INSURER-C: COMPANY OF THE PEO) INSURER-D: 19001 Crescent Springs Drive j Kingwood,TX 77339 INSURER-E: 'SEE BELOW INSURER-F: COVERAGES CERTIFICATE NUMBER: 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR PND POLICY NUMBER IMM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL UABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE n OCCUR PREMISES(Ea occurrence) MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ _ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ IPOLICY I I JECT I LOC PRODUCTS—COMP/OP AGG _ $ OTHER: $ AUTOMOBILE LIABIUTY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO BODILY INJURY(Per Person) _ $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) _AUTOS AUTOS $ NON-OWNED PROPERTY DAMAGE _HIRED AUTOS AUTOS (Per accident) $ __,UMBRELLA UABOCCUR EACH OCCURRENCE $ EXCESS LIAB I CLAIMS MADE / AGGREGATE $ DED I RETENTION$ WORKERS COMPENSATION PER OTH- AND EMPLOYERS LIABILITY Y/N N/A V X STATUTE ER A ;iv PROMRIE7oRWARTNER/ExECUTNE OFFICERAMEMBEREXCLUDED? X C48153896 10101/2014 10/01/2015 E.L.EACH ACCIDENT $ 1,000,000 If yes, scribe lug e dE.L.DISEASE—EA EMPLOYEE $ 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE—POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Acord 101,Additional Remarks Schedule,may be attached if more space Is required) RE LAGUNA MADRES W WTPP HEADWORKS AND BAR SCREEN IMPROVEMENTS PROJECT#E10048 WAIVER OF SUBROGATION IN FAVOR OF CRY OF CORPUS CHRISTI WHEN REQUIRED BY WRITTEN CONTRACT CERTIFICATE HOLDER CANCELLATION CITY OF CORPUS CHRISTI-CAPITAL PROGRAMS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1201 LEOPARD STREET THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN CORPUS CHRISTI,TX 78401 ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION.All Rights Reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD CLP3610334 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. UTILITY CONTRACTORS EXTENDED LIABILITY COVERAGE This endorsement modifies insurance provided under the following: `‘. COMMERCIAL GENERAL LIABILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an X in the box next to the caption of such provision. A. x Partnership and Joint Venture Extension M. x Construction Project General Aggregate Limits B. x Contractors Automatic Additional Insured N. x Fellow Employee Coverage Coverage—Ongoing Operations O. x Property Damage to the Named Insured's Work C. x Automatic Waiver of Subrogation 'f P. x Care,Custody or Control D. x Extended Notice of Cancellation, Nonrenewal Q. x Electronic Data Liability Coverage E. x Unintentional Failure to Disclose Hazards R. x Consolidated Insurance Program Residual Liability F. x Broadened Mobile Equipment Coverage G. x Personal and Advertising Injury-Contractual S. x Automatic Additional Insureds—Managers or Coverage Lessors of Premises H. x Nonemployment Discrimination T. x Automatic Additional Insureds—State or Governmental Agency or Political Subdivisions— I. x Liquor Liability Permits or Authorizations J. x Broadened Conditions U. x Contractors Automatic Additional Insured Coverage—Completed Operations K. x Automatic Additional Insureds—Equipment Leases V. x Additional Insured—Engineers, Architects or Surveyors L. x Insured Contract Extension-Railroad Property and Construction Contracts A. PARTNERSHIP AND JOINT VENTURE EXTENSION The following provision is added to SECTION II-WHO IS AN INSURED: The last full paragraph which reads as follows: No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. is deleted and replaced with the following: With respect to the conduct of any past or present joint venture or partnership not shown as a Named Insured in the Declarations and of which you are or were a partner or member, you are an insured, but only with respect to liability arising out of "your work" on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no GL-3085(09/11) -1- CLP3610334 other similar liability insurance is available to you for "your work" in connection with your interest in such partnership or joint venture. B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE — ONGOING OPERATIONS SECTION II—WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the project(s) designated in the written contract. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s)which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured,this insurance will be excess. C. AUTOMATIC WAIVER OF SUBROGATION Item 8. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of"your work"for that person or organization. GL-3085(09/11) -2- CLP3610334 This insurance does not apply to: 1. Any"occurrence"which takes place after you cease to be a tenant in that premises. 2. Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured listed in the written contract or written agreement. This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event,this insurance will be primary relative to insurance policy(s)which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured,this insurance will be excess. T. AUTOMATIC ADDITIONAL INSUREDS — STATE OR GOVERNMENTAL AGENCY OR POLITICAL SUBDIVISIONS—PERMITS OR AUTHORIZATIONS SECTION II—WHO IS AN INSURED is amended to include any state or governmental agency or subdivision or political subdivision with whom you are required by written contract, ordinance, law or building code to name as an additional insured subject to the following provisions: This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality;or 2. "Bodily injury" or "property damage" included within the "products-completed operations hazard". This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event,this insurance will be primary relative to insurance policy(s)which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured,this insurance will be excess. U. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE—COMPLETED OPERATIONS SECTION II—WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the project designated in the contract, performed for that additional insured and included in the"products-completed operations hazard". This insurance is excess of all other insurance available to the additional insured,whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event,this insurance will be primary relative to insurance policy(s)which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured,this insurance will be excess. GL-3085(09/11) -10- CLP3610334 V. ADDITIONAL INSURED—ENGINEERS,ARCHITECTS OR SURVEYORS SECTION II—WHO IS AN INSURED is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. This includes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury"arising out of the rendering of or the failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or 2. Supervisory, inspection or engineering services. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s)which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured,this insurance will be excess. GL-3085(09/11) -11- POLICY NUMBER: CAP3610335 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s)or organization(s)who are insureds" under the Who Is An Insured Provi- sion of the Coverage Form.This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Countersigned By: Named Insured: (Authorized Representative) SCHEDULE Name of Person(s)or Organizatlon(s): ANY PERSON OR ORGANIZATION FOR WHOM THE INSURED HAS AGREED BY WRITTEN CONTRACT TO DESIGNATE AS AN ADDITIONAL INSURED SUBJECT TO ALL THE PROVISIONS AND LIMITATIONS OF THIS POLICY (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured"for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ CAP3610335 POLICY NUMBER: Y COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM J•" BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s)Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED IS OPERATING UNDER WRITTEN CONTRACT WHEN SUCH CONTRACT REQUIRES A WAIVER OF SUBROGATION Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s)shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident"or the "loss" under a contract with that person or organization. CA 04 44 0310 ©Insurance Services Office, Inc., 2009 Page 1 of 1 0 Policy# CLP 3 610 334 vi MANUSCRIPT E]WDORSENENT 30 DAY NOTICE OF CANCELLATION J MAN-00001 30 DAY NOTICE OF CANCELLATION 1. NORTH MILAM WATER SUPPLY CORPORATION/DUFF CONSULTING ENGINEERS PO BOX 150 CAMERON, TX 76520 2. CITY OF CORPUS CHRISTI, ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR PO BOX 9277 CORPUS CHRISTI, TX 78469 3. CITY OF WICHITA FALLS PO BOX 1431 WICHITA FALLS, TX 76307 4. CITY OF CORPUS CHRISTI-CAPITAL PROGRAMS 1201 LEOPARD STREET CORPUS CHRISTI , TX 78401 5. URBAN ENGINEERING 2725 SWANTNER STREET CORPUS CHRISTI, TX 78404 EXCEPTION: CANCELLATION BY THE INSURED OR CANCELLATION FOR NON- PAYMENT OF PREMIUM. MANGO(01/12) TMS ENDORSER/ENT CHANCES TI-E POLICY. PLEASE DEAD IT CAREFULLY. CHANCE EIZORSENENT-COMVER IAL PROPERTY ** ** * * BITCO INSURANCE COMPANIES ** ** Member of Old Republic Competes Policy Change End.#003 COMPANY: BITCO GENERAL INSURANCE CORPORATION CAPITAL STOCK INSURANCE COMPANIES-320 18TH STREET-ROCK ISLAND,I W NOIS 61201 POUCY NO. CLP 3 610 334 B Business Ownership ❑ Wired Intrad ❑ Mailing Address ASSOCIATED CONSTRUCTION PARTNERS, LTD. (SEE GOX-2278) Individual X Partnership 215 W BANDERA ROAD SUITE 114-461 BOERNE TX 78006 Corporation or ❑ Business DescriPtion GENERAL CONTRACTOR Policy Changes Effective 04-22-15 to Policy Expiration 10-04-15 ITEMS DESIGNATED BY THE LEITER"X"HAVE BEEN CHANGED: ❑ LOCATION OF ALL PREMSES YOU OWN,RENT OR OCCUPY SEE REVISED SCHEDULE OF ALL PREMISES LOCATIONS ❑ PROPERTY COVERAGES ANGOR UNITS SEE REVISED COMvER IAL PROPERTY SCI-EDULE ❑ GLASS COVERAGES MAYOR UNITS SEE REVISED GLASS SCHEDULE X OTTER CHANCES ADD 30 DAY NOC - CITY OF CORPUS CHRISTI & URBAN ENGINEERING X The following endorsement(s)is(are)added: X NOCHANGE IN PFEMU 1 See Schedule of Forms and Endorsements Attached. ❑ PRBMUMCHANGE HAS BEEN WAIVED ❑The following endorserrent(s)is(are)deleted: ❑Aoomor_PREIVIUM RETURN PREMIUM AUTHORIZED REPRESENTATIVE: AUTHORIZED REPRESENTATIVE SIGNATURE Insured's Copy CPP-2901 (05/99) SCHEDULE OF NAMED INSUREDS NLAtvED INSURED POLICY NUMBER ASSOCIATED CONSTRUCTION PARTNERS, LTD. CLP 3 610 334 ASSOCIATED CONSTRUCTION PARTNERS, LTD ASSOCIATED CONTROLS & INSTRUMENTATION, LLC 215 W. BANDERA ROAD, SUITE 114-461 BOERNE, TX 780060000 cox 2278(12/92) SCHEDULE OF FORMS APD ENDORSBVE 4TS NAKED INSURED POLICY NUMBER ASSOCIATED CONSTRUCTION PARTNERS, LTD. CLP 3 610 334 GOX 2278 (12/92) SCHEDULE OF NAMED INSUREDS GOX 2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS CPP-2901 (05/99) CHANGE ENDORSEMENT - COMMERCIAL PROPERTY CG 02 05 (12/04) TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE MAN-CO (01/02) MANUSCRIPT ENDORSEMENT COX-2279(1 2m) POLICY NUMBER: CLP 3 610 334 CON RCIAL CBNERAL LIABILITY CG 02 05 12 04 THS ENDORSEMENT CHANCES TI-E POUCY. PLEASE READ IT CAREFULLY TEXAS CHANGES-ANENDIVENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABIUTY COVERAGE PART UQUOR UABIUTY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE UABIUTY COVERAGE PART POLLUTION UABIUTY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS UABIUTY COVERAGE PART RAILROAD PROTECTIVE UABIUTY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: 2. Address: 3. Number cif days advance notice: Information required to corrplete this Schedule, if not shown above,will be shown in the Declarations. CG 02 051204 ©ISO Properties, Inc.,2003 Page 1 of 1 POLICY NUMBER CAP 3 610 335 SPT ENDORSENENT 30 DAY NOTICE OF CANCELLATION MAN-A0001 30 DAY NOTICE OF CANCELLATION 1. NORTH MILAM WATER SUPPLY CORPORATION/DUFF CONSULTING ENGINEERS PO BOX BOX 150 CAMERON, TX 76520 2. CITY OF CORPUS CHRISTI, ENGINEERING SERVICES ATTN: CONTRACT ADMINISTRATOR PO BOX 9277, CORPUS CHRISTI, TX 78469 3. CITY OF WICHITA FALLS PO BOX 1431 WICHITA FALLS, TX 76307 4. CITY OF CORPUS CHRISTI-CAPITAL PROGRAMS 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 5. URBAN ENGINEERING 2725 SWANTNER STREET CORPUS CHRISTI, TX 78404 MAN-AU(01/02) Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number Insperity,Inc. ASSOCIATED CONSTRUCTION PARTNERS,LTD 19001 Crescent Springs Drive Policy Number Kingwood,TX 77339 Symbol:RWC Number: C48153896 I Policy Period Effective Date of Endorsement 10/01/2014 TO 10/01/2015 04/22/2015 Issued By(Name of the Insurance Company) Indemnity Insurance Company of North America Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy,we will mail advance notice to the person or organization named in the Schedule. The number of days advance notices is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of Days Advance Notice 30 2. Notice will be mailed to: CITY OF CORPUS CHRISTI-CAPITAL PROGRAMS 1201 LEOPARD STREET CORPUS CHRISTI,TX 78401 *flVkilt, J Authorized Agent WC 42 06 01 (7/84)Ptd, in U.S.A. Acct#: 1179840 Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number Insperity,Inc. ASSOCIATED CONSTRUCTION PARTNERS,LTD Policy Number 19001 Crescent Springs Drive,Kingwood,TX 77339 Symbol: RWC Number:048153896 Policy Period Effective Date of Endorsement 10/01/2014 TO 10/01/2015 05/06/2015 Issued By(Name of the Insurance Company) Indemnity Insurance Company of North America Insert the policy number.The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not name in the Schedule. Schedule 1. (®) Specific Waiver Name of person or organization: CITY OF CORPUS CHRISTI-CAPITAL PROGRAMS, , 1201 LEOPARD STREET CORPUS CHRISTI,TX 78401 (❑) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: RE: LAGUNA MADRES WWTP HEADWORKS AND BAR SCREEN IMPROVEMENTS PROJECT #E10048 3. Premium: The premium charge for this endorsement shall be 0% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: $0 1 Authorized Agent WC 42 03 04 A (1/00)Ptd. In U.S.A. Acct#: 1179840