Loading...
HomeMy WebLinkAboutC2018-343 - 1/9/2018 - Approved 2018-343 1/09/181 Ord. 031334 CSA Construction Inc. 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 9,2018, is between the City of Corpus Christi (Owner)and CSA Construction,Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Oso Water Reclamation Plant Headworks and Lift Station City Project No. E12206 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV.Inc. 801 Navigation Blvd Corpus Christi,TX 78408 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza,PE—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,ft5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 730 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 790 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 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23-1 Oso WRP Headworks and Lift Station City Project No. E12206 Rev0622-2ms INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF Oso Water Reclamation Plant Headworks and lift Station Project No. E12206 I_ City Of Carpus Christi LNV, Inc. 801 Navigation Blvd, Suite 300 / Corpus Christi, TX / 361-883-1984 NOTICE TO PLAN HOLDER: THIS REVISED COVER SHEET IS PROVIDED FOR THE SOLE PURPOSE OF MODIFYING THE ORIGINAL PROJECT NAME FROM "OSO WATER RECLAMATION PLANT INFRASTRUCTURE REHABILITATION AND Record Drawing Number STL 271 IMPROVEMENTS, CITY PROJECT# E12206" TO "OSO WATER RECLAMATION HEADWORKS AND LIFT STATION,CITY PROJECT#E12206". THE NEW NAME HAS BEEN PROVIDED AS IT MORE ACCURATELY DESCRIBES THE PROJECT SCOPE OF WORK. THE ATTACHED CONTRACT DOCUMENTS (PLANS, SPECIFICATIONS,AND FRONT END DOCUMENTS)SHALL BE REFERRED TO BY THE NEW NAME THROUGHOUT THE DURATION OF THE PROJECT. 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev O1-13-2016) 00 30 00 Bid Acknowledgment Form (Revo1-13-2016) 00 30 01 Bid Form (Revo1-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev06-22-2016) 0052 23 Agreement(Rev06-22-2016) 0061 13 Performance Bond (Revo1-13-2016) 0061 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Revo1-13-2016) 01 23 10 Alternates and Allowances 01 2900 Application for Payment Procedures(Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Revo1-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 0131 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev7/3/2014) 013302 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures Table of Contents 000100- 1 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 Division/ Title Section 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications Division 02 Sitework 02 10 20 Site Clearing and Stripping 02 10 40 Site Grading 02 10 80 Removing Abandoned Structures 02 20 20 Excavation and Backfill for Utilities 02 20 21 Control of Groundwater 02 2022 Trench Safety for Excavations 02 20 40 Street Excavation 02 20 80 Embankment 02 21 00 Select Material 02 24 20 Silt Fence 02 52 10 Lime Stabilization 02 52 23 Crushed Limestone Flexible Base 02 54 04 Asphalt, Oils, and Emulsions 02 54 12 Prime Coat 02 54 24 HMAC Pavement 02 56 08 Inlets 02 56 10 Concrete Curb and Gutter 02 56 12 Concrete Sidewalks and Driveways 02 56 20 Concrete Pavement 02 62 01 Waterline Riser Assemblies 02 62 02 Hydrostatic Testing of Pressure Systems 02 62 10 Polyvinyl Chloride Pipe 02 62 14 Grouting Abandoned Utility Lines 02 64 09 Tapping Sleeves and Valves 02 64 11 Gate Valves for Waterlines Table of Contents 000100-2 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 Division/ Title Section 02 72 00 Control of Wastewater Flows—Bypass Pumping Systems 02 72 02 Manholes 02 72 03 Vacuum Testing of Wastewater Manholes 02 72 05 Fiberglass Manholes 02 74 02 RCP Culverts 02 76 02 Gravity Wastewater Lines 02 76 04 Disposal of Waste from Sanitary Sewer Cleaning Operations 02 76 11 Cleaning and Televised Inspection of Conduits 02 80 40 Sodding 02 83 00 Fence Relocation 02 83 20 Chain Link Fence Division 03 Concrete 03 00 20 Portland Cement Concrete 03 80 00 Concrete Structures Division 05 Metals 05 54 20 Frames, Grates, Rings, and Covers Part T Technical Specifications Division 01 General Requirements 01 42 00 Codes and Standards 01 43 33 Manufacturer Services 0145 16 Testing of Hydraulic Structures 01 61 16 General Equipment Stipulations 01 62 00 Basic Mechanical Requirements 01 75 16 Starting of Systems 01 78 23 Operating and Maintenance Data Division 02 Existing Conditions 02 40 00 Building Demolition Table of Contents 000100-3 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 Division/ Title Section Division 03 Concrete 03 10 00 Concrete Forming and Accessories 03 20 00 Concrete Reinforcing 03 30 00 Cast-In-Place Concrete 03 60 00 Grouting Division 05 Metals 05 12 00 Structural Steel Framing 05 33 13 Aluminum Floor Decking for Headworks 05 50 00 Metal Fabrication Division 07 Thermal and Moisture Protection 07 90 00 Joint Protection Division 08 Openings 08 16 13 Fiberglass Doors and Frames 08 33 23 Overhead Coiling Doors 08 71 00 Door Hardware Division 09 Finishes 09 91 00 Painting and Coating Division 14 Conveying Equipment 14 91 80 Screenings and Grit Discharge Hopper, Gate and Chute Division 22 Plumbing 22 11 00 Water Supply System 22 13 29 Submersible Non-Clog Sewage Pump Division 23 Heating,Ventilating, Air Conditioning(HVAC) 23 05 93 Testing, Adjusting, and Balancing HVAC 23 07 13 Ductwork Insulation 23 31 16.12 Fiberglass Reinforced Plastic Table of Contents 000100-4 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 Division/ Title Section 23 31 16.13 Fiberglass Reinforced Plastic Ductwork 23 33 00 Ductwork Accessories 23 37 01 Louvers and Vents 23 37 23 Gravity Ventilators Division 26 Electrical 26 01 26 Electrical Acceptance Testing 26 05 01 Electrical General Provisions 26 05 13 Medium-Voltage Cable 26 05 19 Wire And Cable 26 05 26 Grounding 26 05 33 Boxes And Enclosures 26 05 36 Cable Trays 26 05 44 Raceways 26 05 53 Electrical Identification 26 05 63 Hazardous Classified Area Construction 26 05 73 Electrical Power System Coordination 26 05 73.19 Arc-Flash Hazard Analysis 26 05 81 LV Motors Up To 500 Horsepower 26 09 18 Control Systems- Programmable Logic Controllers Hardware 2612 13 Substation Transformers 26 12 17 Dry-Type Transformers 26 13 13 Medium Voltage Circuit Breaker Switchgear 26 24 17 Panelboards 26 24 19 Motor Control Center 26 25 00 Cable Bus 26 27 26 Wiring Devices 26 28 16.16 Safety Switches 26 34 23.24 ECR Enclosure 26 50 00 Lighting 26 71 19.13 Precast Concrete Pull Boxes and Electrical Manholes 26 81 13.11 Through-the-Wall Packaged Terminal Air Conditioners 26 97 49.1 Enclosed Adjustable Frequency Drives Table of Contents 000100-5 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 Division/ Title Section 26 97 49.2 Adjustable Frequency Drives in Motor Control Centers Division 31 Earthwork 31 09 19 Pile Load Tests 31 63 16 Auger Cast-in-Place Piles 31 63 29 Drilled Concrete Piers and Shafts Division 33 Utilities 33 01 30.72 Cured-In-Place Pipe Lining 33 05 05 Basic Piping Materials and Methods 33 05 09.13 Pipe Couplings and Expansion Joints 33 05 19 Ductile Iron Pipe and Fittings 33 05 23 Stainless Steel Piping and Tubing 33 05 36.12 Fiberglass Pressure Pipe (FRP) - Pressure Sewer Pipe 33 05 36.13 Fiberglass Pressure Pipe (FRP) -Gravity Sewer Pipe 33 05 97 Piping Identification 33 08 30 Piping Testing and Acceptance Division 40 Process Interconnections 40 01 50 Process Control and Instrumentation Systems-General Requirements 40 05 07 Pipe Supports and Hangers 40 05 57.23 Electric Motor Actuators 40 05 59.23 Stainless Steel Slide Gates and Appurtenances 40 05 61 Valves 40 71 00 Flow Transmitter-Transit Time-Single Channel -Clamp On 40 91 19.39.3 Pressure/Vacuum Measurement-Switches 40 91 19.39.5 Pressure/Vacuum Measurement- Direct 40 91 23.33.4 Flow Measurement- Ultrasonic Transit Time 40 91 23.36.1 Level Measurement-Switches 40 91 23.36.2 Level Measurement- Ultrasonic Division 41 Material Processing and Handling Equipment 41 22 23 Electric Hoist,Trolley, and Monorail Table of Contents 000100-6 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 Division/ Title Section Division 43 Process Gas and Liquid Handling, Purification, and Storage Equipment 43 23 13.14 Vortex Grit Pumps Division 44 Pollution and Waste Control Equipment 44 31 21 Soil Bed Biofilter Odor Control System 44 31 31 Biotower Odor Control System Division 46 Water and Wastewater Equipment 46 21 26 Step Screens, Screenings Washers, & Compactors 46 23 23 Grit Removal, Washing, and Dewatering System Appendix Title 1 Geotechnical Reports END OF SECTION Table of Contents 000100-7 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1-DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Oso Water Reclamation Plant Infrastructure Rehabilitation and Improvements Project No. E12206 A. The project serves to replace the existing headworks, lift station #1 and odor control system#1 at the Oso Water Reclamation Plant (WRP). The project consists of the construction of a new headworks, lift station, Electrical Control Room (ECR) building, and odor control unit.The main components of the project include: 1. Base Bid a. New 80 MGD capacity influent Lift Station b. New 98 MGD capacity Headworks 1) Four(4) Stair/step screens 2) Four(4) Grit Headcells, Four(4) Grit Separators, Two (2) Classifiers and dewatering units and Four(4) Grit pumps C. ECR#5 Building d. Electrical, Instrumentation, and Control Systems and integration of all new systems. e. Installation of Two (2) 800-KW City Furnished Generators f. New 12,200 cfm New Odor Control Unit(Biofilter, Biotower Units, Carbon Polisher, Fan Pads and Fans) g. 42-inch,48-inch and 54-inch Yard Piping h. Existing 36" and 48" Cured In Place Pipe (CIPP) Installations i. Debris/Grit Removal and Disposal in Clarifiers#1-8 Influent Channels and Troughs j. Demolition and Removal of Existing Headworks and Lift Station k. Decommissioning of Step Feed System I. Pavement and Drainage Rehabilitation m. Access Road and Site Improvements Invitation to Bid and Instructions to Bidders 002113-1 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 n. Interceptor Manholes, Meter Vaults and Junction Boxes o. Utility and Grading Improvements p. Erosion and Sedimentation Controls q. Temporary Facilities and Utilities r. Other work shown, specified, or required for a complete installation 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $26,776,000. The Project is to be substantially complete and ready for operation within 730 days. The Project is to be complete and eligible for Final Payment 60 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. 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— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than August 9. 2017 at 2:00 PM to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please 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 -Oso Water Reclamation Plant Infrastructure Rehabilitation and Improvements, Project No. E12206 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. Invitation to Bid and Instructions to Bidders 002113-2 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 3.05 Bids will be publicly opened and read aloud at August 9, 2017 at 2:00 PM, at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 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. ARTICLE 4—PRE-BID CONFERENCE 4.01 A mandatory pre-bid conference for the Project will be held on July 11, 2017 at 10:00 AM at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 Bids will not be accepted from Bidders who do not attend the conference. It is the Bidders' responsibility to sign in at the pre-bid conference to verify their participation. ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 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. Invitation to Bid and Instructions to Bidders 002113-3 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 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 supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 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 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, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract 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 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. 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 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 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. 7.03 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. 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. Invitation to Bid and Instructions to Bidders 002113-4 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 ARTICLE 8—BID SECURITY 8.01 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 (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3. 8.03 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 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 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 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. 8.07 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. Invitation to Bid and Instructions to Bidders 002113-5 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 ARTICLE 9—PREPARATION OF BID 9.01 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. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 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. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 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 10—CONFIDENTIALITY OF BID INFORMATION 10.01 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 by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or 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 11—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. 11.02 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. Invitation to Bid and Instructions to Bidders 002113-6 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or 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. 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 adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or 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—MINORITY/ MBE/DBE PARTICIPATION POLICY 16.01 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. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. Invitation to Bid and Instructions to Bidders 002113-7 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS 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 ofinsurance. 17.02 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 18—SIGNING OF AGREEMENT 18.01 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 (1) of the Agreement and attached documents to the 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 19—SALES AND USE TAXES 19.01 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. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 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 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 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. Invitation to Bid and Instructions to Bidders 002113-8 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 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 Article 8. 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. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. 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. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. 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. Invitation to Bid and Instructions to Bidders 002113-9 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 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.). J. 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. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 01-13-2016 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—Completed 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, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 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. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges X Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment X Required ❑ Not Required Insurance Requirements 00 72 01- 1 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 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. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. 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 required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the 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 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 Insurance Requirements 00 72 01-2 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 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. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should 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; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or"All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect 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; Insurance Requirements 00 72 01-3 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and 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. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 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 of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, 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 Owners Indemnitees as defined in Article 1 of the General Conditions; and 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 Insurance Requirements 00 72 01-4 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 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 Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE 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 equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion;terrorism; vehicle impact; aircraft; smoke; theft;vandalism and malicious mischief, mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations;water damage (other than that 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 Insurance Requirements 00 72 01-5 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 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. 1.05 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 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 Insurance Requirements 00 72 01-6 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 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. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE 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 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01-7 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 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. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 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. 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. 2. Duration of the Project- includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) -includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01-8 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 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 to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. 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. 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; Insurance Requirements 00 72 01-9 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 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; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery,within 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 Insurance Requirements 00 72 01- 10 Oso WRP Infrastructure Rehabilitation and Improvements City Project No. E12206 Rev 06-22-2016 DATE iMMIDDNYYYI ACCWV CERTIFICATE OF LIABILITY INSURANCE 1/2312018 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 have ADDITIONAL INSURED provisions or 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 NAAME CT .She I Haas Artex Risk Solutions, Inc. PHONE .630 285-4187 FAX 2850 Golf Road, 5th floor -(AlC.No Rolling Meadows IL 60008 £DR'ESS:Sheryl_Haas@artexrisk.cvrn INSURERS AFFORDING COVERAGE NAIC# _ INSURER A:Old Republic Insurance Company 24147 INSURED CSACONS-01 INSURER B:Travelers Property Casualty Co of America 25674 CSA Construction, Inc. INSURER C: 2314 McAllister Rd Houston TX 77092 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:604285440 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 I ACOL SUBRPOLICY EFF POLICY EXP ' LIMITS LTR TYPE OF INSURANCE INSn_ wvD POLICY NUMBER MMIDDr{YYY MMIDDIYYYY A X I COMMERCIAL GENERAL LIABILITY Y Y MVVZY30720317 4/112017 411/2018 V I EACH OCCURRENCE 51,000.060 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Ea oceurrence 5100,000 I PJED EXP(Any one person) $5,000 PERSONAL BACV INJURY S1,000,000 GEWL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POUGY JEGT LOG PRODUCTS-COMPlOPAGG 52,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y Y MVVTB30710517 4!112017 4!1/2018 EaacrJdent $1,000,00D X ANY AUTO BODILY INJURY(Por person) S OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Peractident) 5 HIRED NON-OWNED WCPERTY l7AMAG X AUTOS ONLY X AUTOS ONLY Per accident S omp.Ded:$250 SColl.Ded:$500 B X�UMBRESLLLALIAB X OCCUR ZUP14P9496717NF 4!1!2017 411/2018 EACH OCCURRENCE S15,000,000 CLAIMS-MADE AGGREGATE 515,000,000 TENTION SO S A WORKERS COMPENSATION Y MWC3071040017 4/1/2017 4/112018 X I SPER DTH- ANO EMPLOYERS'LIABILITY YIN TATUTE ER ANY PROPRIETORIPARTNERIF-XECUTIVE N J A E.L.EACH ACCIDENT S1,000,000 OFFICERIMEMBER EXCLUDED9END (Mandatory In NH) E.L.DISEASE-EA EMPLOYEO 51,000,000 IT yes,desrnbe under DESCRIPTION CF OPERATIONS below E.L.DISEASE-POLICY LIMIT 51,000,000 DESCRIPTION OF OPERATIONS r LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Scheduto,may be attachad It more space is required) Re: Oso Water Reclamation Plan Headworks& Lift Station, Project#E122061City of Corpus Christi-Engineering is included as additional insureds on the General liability and Auto Liability where required by written contract. The insurance provided in the General Liability policy is primary and any other insurance shall be excess only, and not contributing.Waiver of Subrogation applies to the additional insured as respect to General Liability, Auto Liability and Workers compensation policies pursuant to and subject to the policies terms, definitions, conditions and exclusions where required by written contract. Umbrella Liability follows form. A 30 day notice of cancellation applies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Corpus Christi-Engineering THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn:Construction Contract Admin. ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 9277 Corpus Christi TX 78469-9277 AUTHORIZED REPRESENTATIVE ©1988-2!015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD ® DATE(MMfDDfYYYY) A�© CERTIFICATE OF PROPERTY INSURANCE 1124!2018 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. PRODUCER CONTACT A.J.Adams Bowen, Miclette& Britt Insurance Agency, LLC NAME:PHONE 733-880 7100 FAx 713-880-7166 1111 North Loop West,#400 E-MAILEKtj' 1-[Arc"°�` Houston TX 77008 ADDRESS: certificates@bmbine.com PRODUCER -CUSTOMER] INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: Travelers Lloyds Insurance Company CSA Construction, Inc. 23'14 McAllister Road INSURERS: Houston TX 77092 INSURER C: INSURER 0: _ INSURER E; I INSURER F: COVERAGES CERTIFICATE NUMBER: 1236526249 REVISION NUMBER: LOCATION OF PREMISES 1 DESCRIPTION OF PROPERTY (Attach ACORD 101,Additional Remarks Schedule.if more space is required) 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 POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION COVERED PROPERTY LIMBS LTR DATE(MMIDDfYYYY) DATE(MMIDDIYYYY) PROPERTY BUILDING S CAUSES OF LOSS DEDUCTIBLES PERSONAL PROPERTY s j BASIC BUILDING BUSINESS INCOME S BROAD CONTENTS EXTRA EXPENSE 5 SPECIAL RENTAL VALUE $ EARTHQUAKE BLANKET BUILDING S WIND BLANKET PERS PROP S FLOOD BLANKET BLDG&PP s S s INLANDMARINE TYPE OF POLICY X Any t Loc Lmt 525.000.000 CAUSES OF LOSS $udders Risk/Installation / X In Transit f! S�O,flOD NAMED PERILS POLICY NUMBER X Temporary Lot 5500,000 OTfi800728M315 411f2017 411!2018 X Deductible I SiD.ODO CRIME U S TYPE OF POLICY S S BOILER&MACHINERY I s EQUIPMENT BREAKDOWN S A Equipment OTe601)726M315 4/1/2017 41112018 X Renled/Leased 5600,000 X Scheduled 52,823,000 SPECIAL CONDITIONS I OTHER COVERAGES (ACORD 101,Additional Remarks Schedule,may be attached it more space is required) Certificate Halder is included as Loss Payee with respect to the property described herein per the attached endorsement. Re:Project E12206 Oso Water Reclamation Pit Headworks and Lift Station 30 Day Notice of Cancellation provided per farm#IL T4 00 12109 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. City of Corpus Christi-Engineering Attn:Construction Contact Admin PO BOX 9277 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78469-9277 01995-2015 ACORD CORPORATION. All rights reserved. ACORD 24(2016103) The ACORD name and logo are registered marks of ACORD THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CER'T'IFICATE OT6600726M315 COMMERCIAL INLAND MARINE THIS ENDORSEMENT CHANGES THE POLICY_ PLEASE READ IT CAREFULLY. BLANKET LOSS PAYEES This endorsement modifies insurance provided under the IM PAK COVERAGE FORM. The following is added to Section E — ADDITIONAL b. Pay any claim for loss or damage jointly is you COVERAGE CONDITIONS: and the Loss Payee as your interests xray ap- Loss Payable Provision Pear. In the event of n Covered Cause of loss to Covered This endorsement applies to all Covered Property for Property in which both you and a Loss Payee share 'which a Loss Payee is on file: with us or your insur- an insurable interest, we will: ance agent or insurance broker. a. Adjust the loss or damage with you;and CM TS 60 01 10 rrD20D9Ths Travelers Indemnity Company Page 1 of 1 ;nciudas copyrighted material of Insurance Services Office.Inc.with its permission. POLICY NUMBER: QT-660-0726M31S -TLC-17 ISSUE DATE: 01-24-18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATIONMON RENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 NONRENEWAL: Number of Days Notice of Nonrenewal: PERSON OR ORGANIZATION: CITY OF CORPUS CHRISTI ADDRESS: P.O. BOX 9277 CORPUS CHRISTI, TX 78469-9277 PROVISIONS: A. If we cancel this policy for any statutorily permit- B. If we decide to not renew this policy for any statu- ted reason other than nonpayment of premium, torily permitted reason, and a number of days is and a number of days is shown for cancellation in shown for nonrenewal in the schedule above.. we the schedule above, we will mail notice of cancel- will mail notice of the nonrenewal to the person or lation to the person or organization shown in the organization shown in the schedule above. We schedule above. We will mail such notice to the will mail such notice to the address shown in the address shown in the schedule above at least the schedule above at least the number of days number of days shown for cancellation in the shown for nonrenewal in the schedule above be- schedule above before the effective date of can- fore the expiration date. cellation. IL T4 00 12 09 O 2009 The Travelers Indemnity Company Page 1 of 1 CHANGE EFFECTIVE DATE:01-11A8 CHANGE ENDORSEMENT NUMBER:0009 AM, TRAVELERS J One Tower Square, Hartford,Connecticut 06183 CHANGE ENDORSEMENT Named Insured: CSA CONSTRUCTION, INC. Policy Number: QT-660-0726N315-TLC-17 Policy Effective Date: 04/01/17 Issue Date: 01/24/18 Premium $ 0 INSURING COMPANY: THE TRAVELERS LLOYDS INSURANCE COMPANY Effective from 01/11/18 at the time of day the policy becomes effective. THIS INSURANCE IS AMENDED AS FOLLOWS: ADDING IL T4 00 1209 DESIGNATED ENTITY - C/NR PROVIDED BY US AS PER ATTACHED NAME AND ADDRESS OF AGENT OR BROKER: COUNTERSIGNED BY: BOWEN MICLETTE & BRITT (FT871) PO BOX 922022 HOUSTON, TR 772922022 Authorized Representative DATE: IL TO 07 09 87 PAGE 1 OF 1 OFFICE: DALLAS CHANGE EFFECTIVE DATE:01-11-18 CHANGE ENDORSEMENT NUMBER:0009 TRAVELERS POLICY NUMBER: QT-660-0726M315-TLC-17 EFFECTIVE DATE: 04-01-17 ISSUE DATE: 01-24-18 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. IL TO 07 09 87 CHANGE ENDORSEMENT IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS INTERLINE ENDORSEMENTS IL T4 00 12 09 DESIGNATED ENTITY-C/NR PROVIDED BY US IL T8 01 10 93 PAGE: 1 OF 1 POLICY NUMBER:MWZY 30720317 LCOMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: J COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Organ izations : All persons or organlzatlons as required by wdtlen contrail or agreement The locations as specNled in ttua written contracts or agreements f I Information required to complete this Schedule,If not shown above,will be shown in the Declarations, A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these Include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability dor"bodily injury, "property This Insurance does not apply to"bodily injury'or damage" or "personal and advertising injury" "property damage"occurring after: caused,in whole or in part,by: 1. All work, including materials, parts or equip- 11. Your acts or omissions;or mens furnished In connection with such work, 2. The acts or omissions of those acting on your on the project(other than service,maintenance behalf. or repairs) to be performed by or on behalf of In the performance of your ongoing operations for the additional insured(s) at the loratlon of th© the additional Insured(s) at the location(s) dessig- covered operations has been completed;or nated above. 2. That portion of "your work" out of which the Injury or damage arises has been put to its In- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CO 2010 07 04 0 ISO Properties,Inc.,2004 Page 1 of 1 POLICY NUMBER:MWZY 30720317 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional insured Person(s} Or Or anlzation s : Location And Description Of Completed Operations All persons or orgarkallons as requirad by written contract or The locations as specltied In written contracts or agrooments agreement Information required to complete this Schedule,If not shown above will be shown in the Declarations. Section 11 — Who Is An Insured is amended to include as an additional insured tho person(s) or organizatlon(s)shown in the Schedule, but only with respect to liability for "bodily Injury" or "property damage"caused, in whole or in part, by"your work" at the location designated and described In the '-' schedule of this endorsement performed for that additional Insured and Included in the "products- completed operations hazard". CG 20 37 07 04 0 ISO Properties, Inc.,2004 Page 1 of 1 li k j POLICY NUMBER:MWZY 30720317 COMMERCIAL GENERAL CG 20tILITY 01�0413 ( THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsomeni modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART P'RODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PANT The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This Insurance is primary to and will not seek contribution from any other Insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other Insurance;and e CG 20 010413 0 Insurance Services Office, Inc.,2012 Page I of 1 i POLICY NUMBER:MWZY 30720317 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 ./' WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or oganizations as required by written contract or agreement. Information required to complete this Schedule if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV--Conditions. We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. l- I CG 24 04 05 09 0 Insurance Services Office, Inc., 2606 Page 1 of 1 i POLICY NUMBER:MWTB 30710517 V IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I SCHEDULE Designated Person(s)or Organization(s): All persons or organizations where required by written contract. WHO IS AN INSURED(SECTION II) is amended to include the person(s) or organization(s)shown in the above Schedule, but only with respect to "accidents" arising out of work being performed for such person(s)or organization(s). As respects any person(s) or organization(s) shown in the above Schedule with whom you have agreed I in a written contract to provide primary insurance coverage, this coverage will be primary and any insurance maintained by such person(s)or organization(s)will apply on an excess basis. PCA 035 04 06 I POLICY NUMBER:MWTB 30710517 V IL 10 (12106) QLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE'POLICY. PLEASE READ IT CAREFULLY. `V` TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US I This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM i Under SECTION IV, Paragraph A.5. Is replaced by the following: We waive our right of recovery against any person or organization to the extent required by a written contract, executed prior to any"accident". The accident must arise from operations contemplated in said contract and this waiver is only applicable to the person or organization designated in said contract. PGA 044 04 06 I WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed.4-84) WAIVER OF OUR RICHT TO RECOVER FROM OTHERS ENDORSEMEN' 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule All Persons or Organizations where required by written contract or agreement This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective M01/2017 Policy No. MWC 307104 0017 Endorsement No. Insured: Premium S Company: OLD REPUBLIC INS CO Countersigned By Catherine Duffin WC 000313 (Ed.4-84) Copyright 198:1 National Council on Compensation Insurance. AGENT COPY U-40A ENDORSEMENT Additional Premium. Return Premtum: This endorsement, effective 01/23/18 forms a part of Policy No. MWZY 307203 17 V policy effective date 04101/17 expiration date 04/01/18 issued to CSA Construction, Inc by OLD REPUBLIC INSURANCE COMPANY, Greensburg, Pennsylvania It is hereby understood and agreed that the following form is added on behalf of City of Corpus Christi- Engineering Services: PIL 028 05 10 DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US Endorsement# 1 Nothing herein contained shall be held to vary, alter,waive or extend any of the terms, conditions, agreements or limitations of the Policy or any Endorsement attached thereto, except as herein set forth This Endorsement shall not be valid until countersigned by a duly authorized representative of the Company. Attest: Secretary President Countersigned at Brookfield, WI this 25th day of .January 20 18 6�71-7A, Authorized Representative. �. P ENDORSEMENT#1 MWZY 307203 17 CSA Construction,Inc. 0410112017-04101%2018 IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY U5 SCHEDULE Number of Days Notice of Cancellation: 30 / Person or Organization: City of Corpus Christi - Engineering Services Address: 1201 Leopard Street Corpus Christi, TX 78401 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PIL 028 05 10 ENDORSEMENT V MWZY 307203 17 CSA Construction,Inc. 0410112017-0410112018 U-40A ENDORSEMENT Additional Premium: Return Premium: This endorsement, effective 01/23/18 forms a part of Policy No. MVV-FB 307105 17 ,( policy effective date 04/01/17 expiration date 04/01118 issued to CSA Construction, Inc. Y by OLD REPUBLIC INSURANCE COMPANY, Greensburg, Pennsylvania It is hereby understood and agreed that the following form is added on behalf of City of Corpus Christi- Engineering Services: PIL 028 05 10 DESIGNATED ENTITY-NOTICE OF CANCELLATION PROVIDED BY US Endorsement# 2 Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, agreements or limitations of the Policy or any Endorsement attached thereto, except as herein set forth. This Endorsement shall not be valid until countersigned by a duly authorized representative of the Company. Attest: Secretary President Countersigned at Brookfield, WI this 25th day of January 20 18 Authorized Representative. ENDORSEMENT 42 MWTB 30710517 CSA Construction,Inc. 0410112017-0410112018 IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: 30 Person or Organization: City of Corpus Christi - Engineering Services Address: 1201 Leopard Street Corpus Christi, TX 78401 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PIL 028 05 10 ENDORSEMENT#2 MWTS 307105 17 CSA Construction,Inc. 0410112017-04!01/2018 Policy Number MWC 307104 17 ENDORSEMENT OLD REPUBLIC INSURANCE COMPANY insured Name CSA CONSTRUCTION, INC. Policy Effective Date: 04-01-2017 12:01 A.M., Standard Time Agent Name ARTEX RISK SOLUTIONS, INC. Agent No. 669 THIS ENDORSEMENT CHANGES THE POLICY. 'PLEASE READ IT CAREFULLY. THE FOLLOWING FORM(S) HAS BEEN ADDED ON BEHALF OF CITY OF CORPUS CHRISTI — ENGINEERING SERVICES PC 009 05-10 DESIGNATED ENTITY—NOTICE OF CANCELATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Al other terms and conditions of this Policy remain unchanged. (The information below is required to be completed only when this endorsement is issued subsequent to the policy effective date.) Endorsement Effective Date:01-23-1$ .this endorsement forms part of Policy Number: MWC 307104 17 Insured Name: CSA CONSTRUCTION, INC. TO BE ADJUSTED Policy Effective Date: 04-01-2017 AT TIME OF AUDIT NCCI Carrier Code: 21509 Endorsement No: 001 WC 89 06 00 B Page 1 INSURED COPY IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY WORKERS' COMPENSATION AND EMPLOYERS'LIABILITY INSURANCE POLICY DESIGNATED ENTITY- NOTICE OF CANCELATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancelation: 30 / Person or Organization: J CITY OF CORPUS CHRISTI—ENGINEERING SERVICES Address: 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancelation in the schedule above, we will mail notice of cancelation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancelation in the schedule above before the effective date of cancelation. PC 009 05 10 [NSU RED COPY 00 61 16 PAYMENT BOND BOND NO, 61BCSAI5571 Contractor as Principal Surety Name: CSA Construction,Inc. Name: Hartford Fire Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 2314 McAllister Road One Hartford Plaza Houston,TX 77092 Hartford,CT 06155-0001 Physical address(principal place of business): Owner One Hartford Plaza Name: City of Corpus Christi,Texas Hartford,CT 06155-0001 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut Corpus Christi,Texas 78469 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): E12206 Oso Water Reclamation Plant Headworks 860-547-5000 and Lift Station Telephone(for notice of claim): 800-392-7805 Local Agent for Surety Name: Joni Bowen Maness Award Date of the Contract: January 9,2018 Address: 1111 North Loop West,Suite 400 Contract Price: $22,865,540.00 Houston,TX 77008 Telephone: 713-880-7100 Band Email Address: jmaness@bmbinc.com Date of Sand: . January 15,2018 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 006116-1 E12206 Oso WRP Headworks and Lift Station 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 Principa Surety Signature: Signature: Name: R ha ay Id Name: ] n Bowen Maness Title: Vice-President Title: torney In Fact Email Address: rmavfieldt@csaconstruction.com Email Address: lmaness@bmbinc.com (Attach Power of Attorney and place surety seal below) "�• 4� 61r� - a t��j4 END OF SECTION Payment Bond Form 006116-2 E12206 Oso WRP Headworks and Lift Station 7-8-2014 s i . a iR Direct Inquiries/Claims to: THE HARTFORD BOND,T-12 POWER. OF ATTORNEY HartfOne ord,Conne tcut06156 Bond.Clalms0 thehartford.com call:888-266-3488 or fax:860-757-5835 Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 46-504809 & 61-613558 0 Hartford Fire Insurance Company,a corporation duty organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana XQ Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut O Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws ofthe State of Illinois Q Hartford insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut,(hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : Joni Bowen Maness, Kristi Lovett, Ashley Britt, Robert C. Davis, Jennie Goonie, Rita G. Gulizo, Nikole Jeannette, Barry K. McCord, David G. Miclette, David T. Miclette, Tabitha Starkey, Susan Zapalowski of Fort Smith AR, New Orleans LA and of HOUSTON, Texas their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. rWi tf s •a; ��i � f s y►rrt> .+`;,,cH.�e„r.•: • taa> ,r�"°'q�t �,�ma'+.y;x; ++ � 8 i f9e7 .� E otltll ' tp 4 e � 1 • sa � t • �+ 1+� zti x7949 John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 11th day of January,2016, before me personally came M. Ross Fisher, to me known,who being by me duly sworn,did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 0 Nora M.Suanko Notary Public CERTIFICATE My Commission Expires March 31,2018 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies,which is,still in,typ force effective as of January 15, 2018 Signed and sealed at the City of Hartford. CD871 LaIt�•.o Kevin Heckman,Assistant Vice President MA:ma ; o", ,,� 'Ui;i,'i'. IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja. You may contact your agent. Puede comunicarse con su agente. You may call Hartford Insurance Group at the toll free telephone number for information or to Usted puede Ilamar al numero de telefono make a complaint at: gratis de The Hartford Insurance Group para informacion o para someter una queja al 1-800-392-7805 1-800-392-7805 You may also write to The Hartford: Usted tambien puede escribir a The Hartford. The Hartford Hartford Financial Products The Hartford 2 Park Avenue, 5th Floor Hartford Financial Products New York, New York 10016 2 Park Avenue, 5 Floor 1-212-277-0400 New York, New York 10016 1-212-277-0400 You may contact the Texas Department of puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax Number(512) 490-1007 Fax Number (512) 490-1007 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us tdi.state.tx.us PREMIUM OR CLAIMS DISPUTES: Should DISPUTAS SOBRE PRIMAS O RECLAMOS: you have a dispute concerning your Si tiene una disputa concerniente a su premium or about a claim you should prima o a un reclamo, debe comunicarse contact the agent first. If the dispute is not con su agente primero. Si no se resuelve la resolved, you may contact the Texas disputa, puede entonces comunicarse con Department of Insurance. el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso This notice is for your information only and es solo para proposito de informacion y no does not become a part or condition of the se convierte en parte o condicion del ,attached document. documento adjunto. F-4275-1,.1TX4275-1 HR 42 H006 00 0807 00 91 01 ADDENDUM NUMBER 06 Oso Water Reclamation Plant Headworks and Lift Project: Station Project Number: Owner: City of Corpus Christi E12206 City Engineer: J.H. Edmonds, P Designer: LNV, Inc. Addendum No. 6 Specification Section: 00 91 01 Issue Date: 08/14/17 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement 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 Addendum. Approved by: Grady S.Atkinson, P.E. 08/14/17 Name Date Addendum Items: • MODIFICATION TO BIDDING REQUIREMENTS • MODIFICATION TO SPECIFICATIONS �•��O • MODIFICATION TO DRAWINGS ' OF TF�S11f • CLARIFICATIONS /................................./ i GRADY S. ATKINSON i /....................... . i /i 115461 �CENS�O : 8/14/17 LNV engineers I architects I surveyors TBPE FIRM NO. F-366 Addendum No.06 009101-1 Oso Water Reclamation Plant Headworks and Lift Station—E12206 Rev 01-13-2016 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS 2.01 No modifications to the specifications or technical specifications are required for this addendum. ARTICLE 3—MODIFICATIONS TO THE DRAWINGS 3.01 AMEND DRAWINGS A. Plan Sheet 8- "Piping Schedule Sheet": Delete: LEGEND SERVICE PIPESIZE PIPE MATERIAL" PIPELINING' COATING PIPE CLASS/RATING PIPE JOINTS PIPE SOLID COLOR RWW-RAW WASTEWATER UNDERGROUND FORCEMAIN 20"TO36' PRESSURE-RATED RPMP FRL N/A PN>_150,SN 246 RESTRAINED -- ASTM D 3754 JOINTS (FIBERGLASS) RWW-RAW WASTEWATER UNDERGROUND GRAVITY 20'7054" RPMP ASTM D 3262 FRL N/A PN 2100,SN 246 RESTRAINED -- (FIBERGLASS) JOINTS SWW-SCREENED UNDERGROUND 42' RPMP ASTM D 3262 FRL N/A PN 2100,SN 246 RESTRAINED WASTEWATER (FIBERGLASS) JOINTS Add: LEGEND SERVICE PIPESIZE PIPE MATERIAL' PIPELINING COATING PIPE CLASS/RATING PIPE JOINTS PIPE SOLD COLOR RWW-RAW UNDERGROUND FORCEMAIN 20"7036' PRESSURE-RATED RPMP FRL;OR N/A N/A PN 2150,SN 246;OR RESTRAINED NON-BLUE WASTEWATER ASTM D3754 AWWA C905,DR 32.5 JOINTS FIBERGLASS);OR PVC RWW-RAW UNDERGROUND GRAVITY 20'7054" RPMP ASTM D 3262 FRL;OR N/A N/A PIN 2-100,SN 246;OR RESTRAINED NON-BLUE WASTEWATER (FIBERGLASS);OR PVC PVC P5115(ASTM JOINTS F679) SWW-SCREENED UNDERGROUND 42" RPMP ASTM D 3262 FRL;OR N/A N/A PN 2100,SN>-46;OR RESTRAINED NON-BLUE WASTEWATER (FIBERGLASS);OR PVC PVC PS115(ASTM JOINTS F679) B. Plan Sheet 125 - "Typical Details II": Delete: "NOTE: MATERIAL FOR ALL PIPING AND CONDUIT SUPPORTS SHALL BE TYPE 316 STAINLESS STEEL." Add: "NOTE: MATERIAL FOR ALL PIPING AND CONDUIT SUPPORTS SHALL BE TYPE 304 STAINLESS STEEL." ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS&ANSWERS Q1. Question: "In the same spec section 40 91 19.39.3 Pressure/Vacuum Measurement — Switches. On the data sheet you show PSH 013 017. On drawings 30-N-02 04 you show both Addendum No.06 009101-2 Oso Water Reclamation Plant Headworks and Lift Station—E12206 Rev 01-13-2016 of those switches to be future. Are we still to provide these instruments?Same goes for the PIT 013 017." Al. Answer:"PSH 013&017 and PIT 013&017 are not required to be provided in this project." Q2. Question: "In spec section 40 91 19.39.5 Pressure/Vacuum Measurement — Direct. On the data sheet you show (2) BRD-AIR-PE/PIT41 42. The PID calls out drawings 56-N-01 02. 1 cannot find these drawings. Please advise?" A2. Answer: "Delete the reference on the data sheet to BRD-AIR-PE/PIT 41 AND BRD-AIR- PE/PIT 42. They are not required to be provided in this project." Q3. Question: "On Plan Sheet 8 (Consultant Drawing No. 10-G-08), can PVC pipe be an approved equal to the ASTM D 3754 and ASTM D 3262 (Fiberglass) pipe?" A3. Answer: "PVC is an approved equal to the ASTM D 3754 and ASTM D 3262 (Fiberglass) pipe identified in the Piping Material Schedule shown on Plan Sheet 8 (Consultant Drawing No. 10-G-08). PVC pipe must be pipe class AWWA C905 and rated DR 32.5 with restrained joints for pressure-rated pipe material. PVC pipe must be pipe class PS115 (ASTM F679) with restrained joints for gravity pipe material. Fittings for PVC pipe must be Ductile Iron lined with Protecto 401 Ceramic Epoxy Lining. Refer to Article 3 above for amended drawing (Plan Sheet 8)." END OF ADDENDUM NO. 06 Addendum No.06 009101-3 Oso Water Reclamation Plant Headworks and Lift Station—E12206 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT- FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents,this Bid Proposal is submitted by CSA Construction. Inc. (type or print name of company) on:August 9, 2017 at 2:00 PM for City Project No. E12206-Oso Water Reclamation Plant Headworks and Lift Station. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid - Oso Water Reclamation Plant Headworks and Lift Station Project No. E12206 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 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 SECTION 00 2113 INVITATION 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 Signatur dging Receipt One July 17 2017 Two July 24, 20 Thrpp luIV 28. 2017 Bid Acknowledgement Form 003000- 1 Oso WRP Headworks and Lift Station City Project No. E12206 Rev 01-13-2016 ADDENDUM 3 Addendum No. Addendum Date 5ignatur wledging Receipt Five Six August 14,2017 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. 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. Bid Acknowledgement Form 003000-2 Oso WRP Headworks and Lift Station City Project No. E12206 Rev 01-13-2016 ADDENDUM 3 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. 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 for: Base Bid $ ,3 ,Q ) Additive Alternate No.1 Q .. The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid or to the Bidder who provides the Best Value for the Owner. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility, the Bidder's safety record,the Bidder's indebtedness to Owner 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 or value, and whether the Bidder has met the minimum specific project experience requirements, 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. Bid Acknowledgement Form 003000-3 Oso WRP Headworks and Lift Station City Project No. E12206 Rev 01-13-2016 ADDENDUM 3 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility,including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE,may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement,if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 730 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 790 days after the date when the Contract Times commence to run.If Base Bid plus Additive Alternative No. 1 is awarded,no additional days will be added to the contract times. In addition,Contractor must complete the Clarifier No. 1-8 Grit Removal Work in the Base Bid by Milestone#1 or complete the Clarifier No. 1-8 Grit Removal Work plus Additive Alternative No. l by Milestone#2. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. Bid Acknowledgement Form 003000-4 Oso WRP Headworks and Lift Station City Project No.E12206 Rev01-13-2016 ADDENDUM 3 ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required,shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals("natural persons"as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s)authorized to 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. Bid Acknowledgement Form 003000-5 Oso WRP Headworks and Lift Station City Project No.E12206 Rev 01-13-2016 ADDENDUM 3 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: CSA Constru ' n (typed or p 'nted ! e of Bidder) By: indiviidol's signature) Name: Richard Mayfield (typed or printed) Title: A d or printed) 4 Attest: George Craig,Secretary (i al's signature �_J State of Residency: Texas Federal Tax Id. No. 74-2041560 Address forgiving notices: 2314 McAllister Road Houston,Texas 77092 Phone: 713-686-8868 Email: 713-686-8889 (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 Acknowledgement Form 003000-6 Oso WRP Headworks and Lift Station City Project No. E12206 Rev 01-13-2016 ADDENDUM 3 RESOLUTION of CSA Construction, Inc. 2314 McAllister Houston, Texas 77092 1 hereby certify that it was RESOLVED by a quorum of the directors of CSA Construction, Inc., meeting on the 6th day of December 2016 that Rich Austin Chairman of the Board Rich Austin President Ray M. Elliott Vice President Richard M. Mayfield Vice President Kenneth H. Schultz Vice President George Craig Secretary 1 Treasurer be, and hereby is, authorized to execute all documents necessary to the transaction of business in the State of Texas on behalf of the said CSA Construction, Inc., and That the above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full force and effect; and In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this the 6th day of December 2016. A---. � - - (seai) George Craig Secretary of Corporation State of Texas Charter No. 0047347300 r I h•. .,,.• 0030 01610 FORM Project Name: Oso Water Reclamation Plant Headworks and Lift Station Project Number: E12206 Owner: City of Corpus Christi Bidder: OAR: Desi ner. 1LNV,Inc, Basis of Bio ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNITPRICE EXTENDED AMOUNT Base Bid PART A-WASTEWATER IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION/DEMOBILIZATION,COMPLETE IN PLACE PER LUMP SUM. LS 1 $ TH15ITEM CONSISTS OF ALL SUPERVISION,EQUIPMENT,TOOLS,LABOR, AND MATERIALS TO PERFORM ALL DEMOLITION AND TEMPORARY WORK,SITE/CIVIL,STRUCTURAL,MECHANICAL,PLUMBING,ELECTRICAL AND INSTRUMENTATION/CONTROLS WORK,AS REQUIRED TO 1 CONSTRUCT,COMPLETE AND MAKE OPERATIONAL THE O50 WRP A2 REHABILITATION AND IMPROVEMENTS.THIS ITEM INCLUDES ALL WORK SPECIFIED AND/OR SHOWN ON THE CONTRACT DOCUMENTS,AND ALL t OTHER ITEMS NECESSARY TO COMPLETE THE WORK THAT ARE NOT ���, SPECIFICALLY INCLUDED IN OTHER BID ITEMS.PAYMENT OF THIS ITEM WILL BE MADE PER LUMP SUM.COMPLETE AND IN PLACE. t LS i S S GRIT REMOVAL,WASHING AND DEWATERING EQUIPMENT SUPPLIER A3 SCOPE AS DEFINED ON THE DRAWINGSAND IN SECTION 46 23 23 OF THE CONTRACT SPECIFICATIONS. LS 1 $ 1,330,990.00 5 1,330,990.00 FURNISH ALL LABOR,EQUIPMENT,MATERIALS,INCIDENTALS AND RELATED ITEMS REQUIRED FOR THE REMOVALAND DISPOSAtATTHE An CEFE VALENZUELA LANDFILL OF UP TO 250 TONS OF DEBRIS AND GRIT INCLARIFIERS PLACE PER #TON 8 INFLUENT CHANNELS AND TROUGHS,COMPLETE IN TONS 250 $ ✓ 5 !r - FURNI5H ALL LABOR,EQUIPMENT,MATERIALS,INCIDENTALS AND RELATED ITEMS REQUIRED FOR THE REHABILITATION OF EXISTING 58OLE 48"EQUALIZATION LINE AND 11OLF-36"GRAVITY LINE VIA CIPP(14'-18' DEPTH).ITEM INCLUDES ALL SERVICES NECESSARY FOR BYPASS AS PUMPING,FLOW CONTROL,PLUGGING,CLEANING OF HOST PIPE PRIOR TO INSTALLATION OF CIPP LINER,PRE AND POST VIDEO INSPECTIONS OF PIPES,ALL PERFORMANCE TESTING REQUIREMENTS,AND QUALITY CONTROL MEASURES-PAYMENT WILL BE PER LUMP SUM.COMPLETE AND IN PLACE. LS 1 A6 EXPLORATORY EXCAVATION,COMPLETE IN PLACE PER LUMP SUM. LS I A7 JUTILITY RELOCATION ALLOWANCE LS 1 $ 500,000 § 500,000 SUBTOTAL-WASTEWATER IMPROVEMENTS{Items Al thru A7) Part B-ADDITIVE ALTERNATIVE NO.1 r SECTION 012310 ALTERNATES AND ALLOWANCES) FURNISH ALL LABOR,EQUIPMENT,MATERIALS,INCIDENTALSAND RELATED ITEMS REQUIRED FOR THE REMOVAL AND DISPOSAL AT THE B1 CEFE VALENZUELA LANDFILL OF UP TO 1170 TONS OF DEBRIS AND GRIT IN WEST AND EAST TREATMENT TRAIN RETURN TROUGHS,COMPLETE IN �7 PLACE PER TON, TONS 1170 SUBTOTAL PART B-ADDITIVE ALTERNATIVE NO.1(Item 61) Parc 1 0[5 Bid Farm Oso WAP Headworks and Lift Station,City Project No.E12206 ADDENDUM 5 00 30 01 BID FORM BID SUMMARY TOTAL PROJECT BASE BID(PART A) Is ;Z2 r 5 Doo TOTAL PROJECT ADDITIVE ALTERNATIVE NO.1(PART B) 5 C2; Contract Times Bidder agrees to reach Substantial Completion In 1 730 Idays Bidder agrees to reach Final Completion in 1 790 Idays NOTE: 1.If only Base Bid is awarded,bidder agrees to complete the Clarifier No.1-$Grit Removal Work in the Base Bid by Milestone t11. 2.If Base Bid plus Additive Alternative No.1 is awarded,no additional days will be added to the contract times.Bidder agrees to complete the Clarifier No.1-6 Grit Removal Work in the Base Bid and Additive Alternative No.1 by Milestone 42. Page 2 of 5 Bid Form ne.m.ts.mm Oso WRP Headworks and Lift Station,City Project No.E12206 ADDENDUM 5 00 30 01 WD FORM SCHEDULE OF MANUFACTURERS AND SUPPLIERS FOR MAJOR EQUIPMENT EQUIPMENT SPECIFICATIONS THE BIDDER SHALL BASE THE LUMP SUM BID UPON THE NAMED MAJOR EQUIPMENT ITEMS AND SUPPLIERS LISTED IN THE MAJOR EQUIPMENT SCHEDULE INCLUDED WITH THE BID PROPOSAL. AWARD OF THE CONTRACT WILL BE MADE ON THE BASIS OF THE LOWEST LUMP SUM BID AS DESCRIBED IN ARTICLE 5 OF SECTION 00 30 00. All figures must be legibly and clear typed or printed.ALTERNATES or SUBSTITUTES to the Major Equipment Schedule will NOT be considered after the receipt of the bidder's Proposal. MAJOR EQUIPMENT SCHEDULE All major equipment shall be bid according to the following: The Major Equipment Schedule designates major equipment items to be provided.The BIDDER must indicate which Manufacturer/Supplier of equipment he intends to provide,by circling one of the NAMED or ALTERNATE manufacturer/Supplier listed and,if the Bidder desires to propose a SUBSTITUTE,by writing in an equal substitute. NAMED Manufacturer/Suppliers are definded as those listed as"A." ALTERNATE Manufacturer/Suppliers are definded as those listed as"B." Some NAMED Manufacturer/Supplier may not have an ALTERNATE listed and is indicated under"B"as"None Listed".SUBSTITUTE Manufacturer /Suppliers are defined as those proposed and written in by the Bidder under"C"in the space so designated.When the Bidder writes in a SUBSTITUTE,he must also circle one of the NAMED or ALTERNATE Manufacturer/Suppliers listed.Should the write-in SUBSTITUTE be determined "not equal"by the Owner,then the Bidder must provide the circled item.Should a Bidder fail to indicate which manufacturer or supplier his Bid is based on,or circles more than one listed Manufacturer/Supplier per equipment item,the Bidder shall provide the NAMED Manufacturer/ Supplier noted as(A)for his bid. Allowance of ALTERNATE or SUBSTITUTE equipment does not constitute a waiver of the specifications.SUBSTITUTE equipment/suppliers will generally be deemed equal provided the"equal"product is the same or better than the product named and described in the Specifications in function,performance,reliability,quality,and general configuration.Determination of equality in reference to the project design requirements will be made by the Owner.No SUBSTITUTE equipment will be considered unless,in the opinion of the Owner,it conforms to the Contract Drawings and Specifications in all respects,except for make and manufacture and minor details. Design of this project is based upon the NAMED manufacturer's equipment or product noted as the"A"item below.Should a Bidder propose furnishing ALTERNATE or SUBSTITUTE equipment and it is accepted,he shall comlpy with the following: 1) The Bidder shall submit within 30 days of Notice to Proceed ALL DIMENSIONAL,MECHANICAL,ELECTRICAL,AND STRUCTURAL CHANGES AND/OR REQUIRMENTS FOR THE UNIT'S USE AND SHALL REIMBURSE THE ENGINEER THROUGH THE OWNER FOR ANY ASSOCIATED REDESIGN AND/OR CONSTRUCTION DRAWINGS.He shall include in his Bid all additional construction costs(mechanical,architectural, structural,electrical,and engineering redesign costs)associated with that ALTERNATE or SUBSTITUTE equipment or material.The Bid shall also include and paid-Up licenses necessary for the use of the equipment if required by the manufacturer. 2) Any redesign shall be prepared by the Engineer.Reimbursement for engineering redesign shall be based on the Engineer's raw salary costs times a multiplier of 3.60 plus any direct,non-labor expenses such as travel,per diem or reproduction services.Reimbursement for engineering redesign will not exceed an average rate of$125.00 per man-hour for any redesign effort required plus any direct expenses.The Owner will bill the Contactor monthly based on the Engineers invoice to the Owner within 30 days of receipt of the Owner's billing.Failure to pay the Engineer through the Owner within 30 days shall constitute grounds for the Owner's withholding partial payments to the Contractor. 3) The Bidder agrees that delays caused by redesign necessary for SUBSTITUTE or ALTERNATE equipment shall not constitute grounds for a contract modification,change order,claim or extension of contract time. In order that the Owner may determine if the proposed ALTERNATE item(i.e.,any Manufacturer/Supplier NOT listed as(A)is a satisfactory alternate for the specified and named(A)Manufacturer/Supplier,the Owner will require the apparent low bidder to submit the information below for each ALTERNATE circled within 7 days of request.This request wil only be made after the receipt of the Proposal. MAJOR EQUIPMENT SUBMITTAL REQUIREMENTS FOR"ALTERNATE"MANUFACTURER/SUPPLIER.THIS INFORMATION MUST BE SIBMITTED BY THE CONTRACTOR WITHIN 7 DAYS OF THE OWNER'S REQUEST FOLLOWING RECEIPT OF PROPOSAL. A. Dimensional and weight information on components and assemblies. B. Catalog information and cuts. Page 3 of 5 Bid Form M,A-33-7oI6 Oso WRP Head"Fits and Lift station,City Project No.E122D6 ADDENDUM S 00 30 01 BID FORM C. Manufacturer's specifications,including materials description and paint system.Also a list of any requested exceptions to the Contract Documents. D. Performance data and pump curves,as applicable. E. Horsepower of all motors supplied. F. Outside utility requirements for each component,such as water,power,air,etc. G. Functional description of any package instrumental and control systems supplied. H. list of parameters monitored,controlled,or alarmed. I. Addresses and phone numbers of nearest service center and listing of the manufacturers or manufacturers'representative services available at this location. J. Addresses and phone numbers for the nearest parts warehouse capable of providing full parts replacement and/or repair service. K. A list of the three most recent installations where similar equipment by the manufacturer or the manufacturers'representative is currently in service;include contact name,telephone number,mailing address,and the names of the Engineer,Owner,and installation contractor;if three installations do not exist,the list shall include all that do exist,if any. L Description of structural,electrical,mechanical,and all other changes or modifications necessary to adapt the equipment of system to the arrangement shown and/or functions described on the drawings and in the Technical Specifications. M. list of exceptions to the Tachnical Specifications and contract N. Warranty information. Page 4 of 5 Bid Form a..orarro�s Oso WRP Neadworks and uft Station,City Project No.E12206 ADDENDUM 5 00 30 01 MD FORM MAJOR EQUIPMENT SCHEDULE Specification Section Description Manufacturer or Supplier Number circle one 22 13 29 Submersible Non-Clog A,flied Sewage Pump •Flygt B.Alternate None listed C.Substitute 2609 18 Control Systems- Nam Programmable Logic Allen Bradle Controllers Hardware 2624 19 Motor Control Center Named Ea Cutler-Ha quare D/Schneider Electric 26 36 23 Automatic Transfer Switches Named Eaton/Cutler-Hammer care /Schneider Electr' 26 97 49.1 Enclosed Adjustable A.SamFrequency Drives are D/Schneider Electric B. ate •None Listed C.Substitute 4005 57.2.3 Electric Motor Actuators Named Rotork Controls Fiowsetve/Umitorque 40 05 59.23 Stainless Steal Slide Gates Named and Appurtenances Rodney Hunt/Fontaine Hydro Gate •Waterman Industries,Inc. Whipp, 40 9123.33.4 Flow Measurement Named Ultrasonic Transit Time G I Electric Siemens 40 91 23.36.2 Level Measurement- N Ultrasonic A�metek xelbrook 43 23 13.14 Vortex Grit Pumps A.NaMli Wemw B.Alternate None Listed C.Substitute 44 3131 Siotower Odor Control A.M System Environmental Bic it o utions LLC B.Alternate •None Listed C.Substitute 4621 26 Step Screens,Screenings Named Washers,& •Huber Technology Inc. Compsctors n n ustries •We5 a ngrneeringInc. Page 5 of 5 Aid Form aw of tsmie 0-WHP Headwork,and Litt Stat—,City Pmje0 No F12206 ADDENDUM 5 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Oso Water Reclamation Plant Infrastructure Rehabilitation and Improvements City Project No. E12206 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: (tY P By: ( ' nature tt evidence of authority to sign) Name: Rick Mayfield (typed or printed) Title: Vice-President Business address: 2314 McAllister Road Houston,Texas 77092 Phone: 713-686-8868 Email: bid mail Ocsaconstruction.com END OF SECTION Non-Collusion Certification 00 30 06-1 Oso WRP Infrastructure Rehabilitation and Improvements City Project No.E12206 11-25-2013 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. O 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: Company Name: CSA Construction Inc. (tYp By: (si ure— ach Bence of authority to sign) Name: Richard Mayfield (typed or printed) Title: Vice-President Business address: 2314 McAllister Road Houston Texas 77092 Phone: 713-686-8868 Email: bidmail0csaconstruction.com END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 Oso WRP Infrastructure Rehabilitation and Improvements City Project No.E12206 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest 9� SUPPLIER NUMBER TO BE ASSIGNED BYCrrY- i= � PURCHASING DIVISION Cof CITY OF CORPUS CHRISTI 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: CSA Construction.Inc. P.O.BOX: STREET ADDRESS: 2314 McAllister Road CITY: Houston Z11P: 77092 FIRM IS: 1. Corporation 2. Partnership3. Sole Owner ❑ 4. Association ® S. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm" Name Job Title and City Department(if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm" Name Title NIA 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named"firm" Name Board,Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm" Name Consultant N/A City of Corpus Christi 00 30 05-1 Disclosure of Interest Revol 13-2016 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 publicin general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City offal,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: Richard Mayfield Title: Vice-President rr"M of Person: re of Cerltifying Date: August 16.2017 DEFINPfIONS 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. E "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to 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. City of Corpus Christi 003005-2 Disclosure of interest aEwoi_13-2ox6 Bid Fond 13OND No. Bid Bond SURETY DEPARTMENT it THE IURTFORD KNOW ALL MEN BY THESE PRESENTS, That we, CSA Construction, Inc. 2314 McAllister Rd., Houston, TX 77092 as Principal, hereinafter called the Principal,and the Hartford Fire Insurance Company a corporation created and existing under the laws of the State of CT ,whose principal office is in Hart o rd, CT as Surety,hereinafter called the Surety,are held and firmly bound unto City of Corpus Christi 1201 Leopard Street, Corpus Christi, TX 78401 as Obligee,hereinafter called the Obligee, in the sura of Five Percent of the Greatest Amount Bid DollarsSS___ 5% G.A.B. for the payment of which sum,well and tnily to be made,the said Principal and the said Surety,bind ourselves,our heirs,executors,admuiistrators, successors and assigns,jointly and severally,firmly by these presents. ':ilereas,the Principal has submitted bid for Oso Water Reclamation Plant Infrastructure Rehabilitation and Improvements - Project No. El 2206 NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material fiumished in the prosecution thereof or in the event of the failure of the Principal to enter such contract and give such bored or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified i z said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be nulll and void,otherwise to remain in full force and effect. Signed and sealed this 16th day of August A.D. 2017 Attest CSA Construction, Inc. (SEAL) r By: By: George Craig, Secretary Ri ar ay ield, Vice—Presidio tl Witness Hartford Fire Insurance Company (SEAL) �J1RE tNSU (I Bv: hSI / c o By: Nikole JQanne * * =l ti Joni Bowe Attorney-in-Fact rod ,pro �`©RAT Direct Inquiries/Claims to: THE HARTFORD BOND,T-12 POWER OF ATTORNEY HartoOne Haford rd,Conne tcut06155 Bond.ClaimsC&-thehartford.com call.•888-266-3488 or fax:860-757-5835 Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Cade: 46-504809 & 61-613558 XQ Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut O Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut QTwin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Q Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount Of Unlimited : Joni Bowen, Kristi Lovett, Ashley Britt, Robert C. Davis, Jennie Goonie, Rita G. Gulizo, Nikole Jeannette, Barry K. McCord, David G. Miclette, David T. Miclette, Tabitha Starkey, Susan Zapalowski of Fort Smith AR, New Orleans LA and of HOUSTON, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ' tt+a O°'AO"y e x^it`s.' `o ,�•""a' �f� ,►^•i ,t ♦ter y ���«+rs',•,ry a > ..........%"r .q l�,�„•, 1999e sg, ! • 4 a ioi q •F a ., �:�s+.nr,ty t �e•uU1► ti 9T ,/�� 97 l� ,�A'`:q�{ •*�"aeN�f y��ip'�Ea�/i+, ► }"'y'h,iw+5 �'ir D79-,,9. �' John gray.Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT I ss. Hartford COUNTY OF HARTFORD On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known,who being by me duly swom,did depose and say:that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. fy.ar r L t � Nora M.Stmnko Notary Public CERTIFICATE My Commission Expires March 31,2018 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of August 16, 2017 Signed and sealed at the City of Hartford. _ -SAM� i�°'°'�'. + ' ��.:�art ti4 I" q+ eftl�.r,� `ice vet'-4 p -0— g y `,1967r:.^ �a 1a0 f" es i► L r,owe yat* t a � f ' .'��.rr,nty� • �6uut'�� y 19 T 4 � ��jD T$f` "�r t • ♦ Rl,�,`..�1�'/ M�'awrt• p �yrA'e i•�` ' � �ti'rtiOCrl 4nu�' .•\'ti/(�• Kevin Heckman,Assistant Vice President POA 2016 e IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja. You may contact your agent. Puede comunicarse con su agente. You may call Hartford Insurance Group at the toll free telephone number for information or to Usted puede Ilamar al numero de telefono make a complaint at: gratis de The Hartford Insurance Group para informacion o para someter una queja al 1-800-392-7805 1-800-392-7805 You may also write to The Hartford: Usted tambien puede escribir a The Hartford. The Hartford The Hartford Hartford Financial Products 2 Park Avenue, 5th Floor Hartford Financial Products New York, New York 10016 2 Park Avenue, 5th Floor 1-212-277-0400 New York, New York 10016 1-212-277-0400 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance Texas P.O. Box 149104 P.Q. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax Number (512) 490-1007 Fax Number (512) 490-1007 Web: httr)://www.tdi.state,tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIMS DISPUTES: Should DISPUTAS SOBRE PRIMAS O RECLAMOS: you have a dispute concerning your Si tiene una disputa concerniente a su premium or about a claim you should prima o a un reclamo, debe comunicarse contact the agent first. If the dispute is not con su agente primero. Si no se resuelve la resolved, you may contact the Texas disputa, puede entonces comunicarse con Department of Insurance. el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso This notice is for your information only and es solo para proposito de informacion y no does not become a part or condition of the se convierte en parte o condicion del attached document. documento adjunto. F-4275-1,JTX4275-1 HR 42 H006 00 0807 00 52 23 AGREEMENT This Agreement, for the Project awarded on January 9,2018, is between the City of Corpus Christi (Owner) and CSA Construction, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Oso Water Reclamation Plant Headworks and Lift Station City Protect No. E12206 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd Corpus Christi,TX 78408 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza, PE—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 730 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 790 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 005223- 1 Oso WRP Headworks and Lift Station City Project No. E12206 Rev 06-22-2016 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$750 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$750 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 BID FORM. 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 Plus Add. Alternate No. 1 $ 22,865,540.00 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 005223-2 Oso WRP Headworks and Lift Station City Project No. E12206 Rev 06-22-2016 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 5.02.13, 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 005223-3 Oso WRP Headworks and Lift Station City Project No. E12206 Rev 06-22-2016 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 005223-4 Oso WRP Headworks and Lift Station City Project No. E12206 Rev 06-22-2016 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. 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 One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Oso WRP Headworks and Lift Station City Project No. E12206 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI 1111tally signetl by Rebecca H.— Digitally signed by Jeff Edmonds Rebecca Huerta DN_R­­H� n,e=Cily of Cernas Db1isli DN_Jeff Edmonds,o,DD-Engineenng, ou=City Secretary,email=rebeccah@cce.as.c -US email-jeffreye@cctexas.com,­LS Da 2018.01.31 15.2519-06 ODDate:2018.01.31 08:41:04-06'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Ord. 031334 AUTHORIZED 2018.01.30 18:49:53 BY COUNCIL 1/09/18 _06,00 R H/M L Dig,.-Rignetl by RH/ML DN: .-RHIML.=City Secretary,..=City Secretary, mail=moniquel@cclexas.com,c=US Date:2018.01.31 14:10:02-00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Digitally signed by George Craig George Craig Date:2018.01.1913:53:26-06'00' CSA Construction, Inc. Richard Ma field Digitally signed by Richard Mayfield (Seal Below) By: Y Date:2018.01.1913:59:14-06'00' Note: Attach copy of authorization to sign if Title: Vice-President Person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 2314 McAllister Road Financial Officer Address Houston, TX 77092 City State Zip 713/686-8868 713-686-8889 Phone Fax rmayfield@csaconstruction.com EMail END OF SECTION Agreement 005223-6 Oso WRP Headworks and Lift Station City Project No. E12206 Rev06-22-2016