Loading...
HomeMy WebLinkAboutC2019-255 - 1/8/2019 - Approved C2019-255 1/08/19 M2019-003 CSA Construction Inc. 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 8,2019 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: Nueces River Raw Water Pump Station Improvements Project No. E11068 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,Texas 78404 2.02 The Owner's Authorized Representative for this Project is: Kent Power,P.E.—Acting Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd. Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 548 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 578 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 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 Agreement 00 52 23-1 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF NUECES RIVER RAW WATER PUMP STATION IMPROVEMENTS PROJECT NUMBER E11068 Cit of Y i .................. MARQNEY C01PUS ��•o . 62015 �;UN � Christi I UR13ANO ENGINEERING 2725 Swantner Corpus Christi, TX 78404 (361) 854-3101 TBPE FIRM No.: 145 TBPLS FIRM No.: 10032400 AUGUST 2018 Record Drawing Number WTR-448 UE Job No.: 33760.B3.01 00 01 00 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 (Rev o1-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 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 004516 Statement of Experience (Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 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 29 00 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 Division/ Title Section 014000 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 021020 Site Clearing and Stripping 022020 Excavation and Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025424 Hot Mix Asphaltic Concrete Pavement (Class A) 026411 Gate Valves for Waterlines 028020 Seeding Part T Technical Specifications Technical Special Provisions 01011 Equipment Documentation Requirements 2A1[6] Demolition and Salvage 2A2[1] Deviations Caused By Existing Obstructions 2B1[1] Site Grading 2B3[1] Pipe Trench Excavation and Backfill 2H16[1] Concrete Sidewalk and Concrete Driveways 2H17[1] Removing and Replacing Pavements, Curb and Gutter, Driveways and Sidewalk Section 3A Concrete Form Work Section 3B Concrete Reinforcement 3C1 [1] Normal Weight Aggregate Concrete 3C4[1] Concrete Structures 5A1[1] Structural Steel and Other Metals Table of Contents 000100- 2 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 Division/ Title Section 5A2[1] Steel Building Refurbishment 5E2[1] Stairs and Walkways 5E3[1] Handrails 5E5[2] Floor Grating (Galvanized Steel) 6A1[1] Framing and Sheathing 6134[1] Dry Wall 7A1[3] Waterproofing and Caulking 7C1[2] Blanket Insulation 8131[1] Hollow Core Wood Doors 8132[1] Solid Core Wood Door and Frames 8C4[1] Fiberglass Doors and Frames 8C7[1] Rolling Service Doors 8F1[1] Door Hardware 08 91 00 Louvers 91-11[1] Reinforced Vinyl Tile Flooring 9K[1] Painting 11132[2] Vertical Turbine Pumps 11135[5] Submersible Sump Pumps 13C1[1] General Requirements 13C2 Modifications Involving the Two Existing 54" Transmission Mains 13C3 Modifications/Rehabilitation For Pump Building No. 1 13C4 Modifications/Rehabilitation For Mechanical Bar Screen 13C5 Replacement of Existing Butterfly Valves 14C2[2] Power Driven Hoist and Trolley(Heavy Duty) 14C5[1] Cranes (Heavy Duty) 14C7[1] Jib Cranes 151319[1] Electric Water Coolers 15C2[1] Ductile Iron Pipe and Fittings 15C5[1] Installation of Process Piping 15C14[1] Pipe Hangers and Supports 15C20[1] Pipe Labeling 15D4[1] Check Valves (Swing Check) 15D9[2] Air/Vacuum Release Valve Table of Contents 000100-3 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 Division/ Title Section 15D12[1] Butterfly Valves (Water Service) 15D30[1] Miscellaneous Gauges, Valves and Accessories 22 05 29 Hangers and Supports for Plumbing Piping and Equipment 22 07 19 Plumbing Piping Insulation 22 11 16 Domestic Water Piping 22 11 19 Domestic Water Piping Specialties 22 15 00 General Service Compressed-Air Systems 22 45 00 Emergency Plumbing Fixtures 23 00 50 Basic Materials and Methods 23 05 13 Common Motor Requirements for HVAC Equipment 23 05 29 Hangers and Supports for HVAC Piping and Equipment 23 05 53 Identification for HVAC Piping and Equipment 23 05 93 Testing, Adjusting and Balancing for HVAC 23 07 00 Mechanical Insulation 23 31 13 Metal Ductwork 23 33 00 Ductwork Accessories 23 34 23 HVAC Power Ventilators 23 37 13 Diffusers, Registers and Grilles 23 81 27 Small Capacity Split System Air Conditioners 26 01 26 Electrical Testing 26 05 00 General Work Requirements for Electrical Specifications 26 05 13 Medium Voltage Cables 26 05 19 Low Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 53 Identification for Electrical Systems 26 05 73.01 Electrical Power System Studies 26 10 10 Large Electric Motors 26 11 18 Pre-Engineering Power and Control Building 26 12 00 Medium Voltage Transformers 26 13 00 Medium Voltage Underground Distribution Padmount Switchgear 26 18 39 Medium Voltage Motor Controllers Table of Contents 000100-4 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 Division/ Title Section 26 22 00 Low Voltage Transformers 26 24 16 Panelboards 26 27 26 Wiring Devices 26 28 16 Enclosed Switches and Circuit Breakers 26 29 13 Enclosed Controllers 26 29 23.01 Medium Voltage Variable Frequency Drives 26 32 13.13 Diesel Engine Driven Generator Set 26 36 00 Low Voltage Automatic Transfer Switches 26 36 23 Medium Voltage Automatic Transfer Switches 26 51 00 Lighting 27 13 23 Communications Optical Fiber Backbone Cabling 40 90 00 Instrumentation and Control For Process Systems 40 90 01 Instrumentation 40 90 02 Supervisory Control and Data Acquisition (SCADA) System 40 90 02.01 Control System Configuration Specification 40 90 02.01 Power Protection Supervisory Control and Data Acquisition (SCADA) System 40 90 03 SCADA& Instrumentation Testing and Commissioning 40 96 01 Pump Station Sequence of Operations (SOO) APPENDIX 1 Geotechnical Report END OF SECTION Table of Contents 000100-5 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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: Nueces River Raw Water Pump Station Improvements Project No. E11068 A. This project is for improvements to two existing pump stations which consists of new vertical turbine pump, bridge crane, flow metering, automated access gate, power control room with VFDs and electrical gear, diesel generator, fuel tank, site electrical and pipe painting, the replacement of large dia. discharge piping, butterfly valves, check valves and building wall panels, demolition of existing concrete foundations, electrical and electrical building, new concrete slab and walks, new asphalt pavement, and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$10,640,100. The Project is to be substantially complete and ready for operation within 330 days. The Project is to be complete and eligible for Final Payment 30 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 2:00pm, on Wednesday, September 26, 2018, 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. Invitation to Bid and Instructions to Bidders 002113- 1 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 01-13-2016 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—Nueces River Raw Water Pump Station Improvements, Project No. E11068 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. 3.05 Bids will be publicly opened and read aloud at 2:00pm, on Wednesday, September 26, 2018, at the following location: City Hall Building— City of Corpus Christi Third Floor, Engineering Services Engineering Services Smart Board Conference Room (Park& Recreation Department) 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 non-mandatory pre-bid conference for the Project will be held at 9:00 am, on Tuesday, September 18, 2018, at the following location: ONSWTP 13101 Leopard Street Corpus Christi,Texas 78401 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. Invitation to Bid and Instructions to Bidders 002113- 2 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 01-13-2016 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. 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 Invitation to Bid and Instructions to Bidders 002113-3 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 01-13-2016 answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. 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 002113-4 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 002113-5 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 002113-6 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 of insurance. 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 10 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 002113-7 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 002113-8 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 002113-9 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $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 XD 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 ❑ Required XD Not Required Insurance Requirements 00 72 01- 1 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 PHOTOGRAPHS OF CITY PROVIDE BUTTERFLY VALVES WITH ACTUATORS TO BE INSTALLED BY CONTRACTOR— NUECES RIVER RAW WATER PUMP STATION Valves being stored at the ONS Water Treatment Plant a+ i d r eau p + rr 4 1 p\ + f e ADDENDUM No.4 ATTACHMENT No. 4 PAGE 1 OF 1 009101 ADDENDUM NUMBER 05 Project: Nueces River Raw Water Pump Station Improvements Project Number: E11068 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Urban Engineering—Mark Maroney, P.E. Addendum No. 05 Specification Section: 00 9101 Issue Date: October 9, 2018 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: ua—w, J.H. d on .E. Addendum Items: To delay bid opening by one week. New bid date: October 17,2018 Addendum No.6 will be issued with revised Bid Form to include allowance for construction permit ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgment Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgment Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS B. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS—Article 3;SECTION 00 30 00 BID ACKOWLEDGMENT FORM—Article 1: 1. The date for receipt of Bids has been changed to Wednesday,October 17,2018. The time and location for the receipt of Bids remains unchanged. END OF ADDENDUM NO. 05 Addendum No.05 00 9101-1 Nueces River Raw Water Pump Station Improvements#E11068 Rev 01-08-16 009101 ADDENDUM NUMBER 6 Project: Nueces River Raw Water Pump Station Improvements Project Number: Owner: City of Corpus Christi q A E11068 City —– Engineer: J. H. Edmonds, P.E. Designer: Urban Engineering–Mark Marone, , P. E. Addendum No. 6 1 Specification Section: 00 9101 Issue Date: 10/11/2018 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: Urban Engineering 4 Mark Maroney,P.E. 10/11/2018 *,� ••.*�/ Name Date j* • ••*.� ARTICLE 1–Bidding Requirements �. .MARK•A:.MARONEY , ,� ARTICLE 2–Modification to Specifications �� -0 62015 Q 10 ARTICLE 4–Clarifications ATTACHMENT No. 1 GAA: ATTACHMENT No. 2 Urban Engineering TBPE No. 145 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. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and SECTION 00 30 01 BID FORM in their entirety. ADD: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and SECTION 00 30 01 BID FORM in their entirety(Attachment 1 and 2 respectively). Addendum No.6 00 9101-1 Nueces River Raw Water Pump Station Improvements—Project No.E11068 Rev 01-13-2016 ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) A. SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT Paragraph 1.03 See also Article 4—Clarifications of this addendum for fee calculation method. ADD: Bid Item A-8-Allowance for Building Permit Fees 1. Lump Sum 2. The Lump Sum bid item described as "Allowance for Building Permit Fee" has been set as noted and shall be included in the Total Base Bid for each Bidder. This item shall be used for the payment of the Construction Permit and Municipal Solid Waste fees required to be paid by the Contractor for this project. Payment to the Contractor shall be made strictly on the actual amount of the calculated fee and payment to the City. There is no guarantee that all of these funds will need to be used to cover the cost of the Building Permit Fee. B. SECTION 1162 VERTICAL TURBINE PUMPS Change 1: Paragraph 2.5.D— Functional Test DELETE: b. Complete Rotating Assembly Including Coupling and Motor: Less than 90 percent of limits established in the Hydraulic Institute Standards. (for reference only due to temporary set up of factory tests). ADD: b. Complete Rotating Assembly Including Coupling and Motor: Less than 90 percent of limits established in the Hydraulic Institute Standards. (for reference only due to temporary set up of factory tests) or comply with the ANSI/HI 9.6.4 standard for vibration when measured at the location specified in the standard. Change 2: Vertical Turbine Pump Data Sheet (Page 8 of 12) PERFORMANCE REQUIREMENTS DELETE: Minimum Pump Efficiency @ Related Condition (bowl/pump) (%): 83/81 ADD: Minimum Pump Efficiency @ Related Condition(bowl/pump)(%): 80.5/80 Change 2: Vertical Turbine Pump Data Sheet (Page 9 of 12) PERFORMANCE REQUIREMENTS (CONTINUED) DELETE: Shutoff Head (ft) 173 (max) ADD: Shutoff Head (ft) 180 (max) Addendum No. 6 00 9101- 2 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 01-13-2016 C. SECTION 26 10 10 LARGE ELECTRICAL MOTORS Change 1: Item 2.2 Motor Construction DELETE: 6. Motors shall meet NEMA efficiency standards. Efficiency shall be based on tests performed in accordance with IEEE Publication No. 112, Method B. Nominal full load efficiency shall be a minimum of 95%with a minimum guaranteed efficiency of 85%. ADD: 6. Motors shall meet NEMA efficiency standards. Efficiency shall be based on tests performed in accordance with IEEE Publication No. 112, Method B or F. Nominal full load efficiency shall be a minimum of 95% with a minimum guaranteed power factor of 82.5%. Change 2: Item 3.5 Motor Factory Testing DELETE: B. Factory production tests as outlined in item "A" above shall be performed per IEEE 112 Method B, Dynamometer Test. ADD: B. Factory production tests as outlined in item "A" above shall be performed per IEEE 112 Method B, Dynamometer Test or in accordance with IEEE Method FM for calculating motor performance,with calculated values for stray load losses and slip. ARTICLE 3 -MODIFICATIONS TO THE DRAWINGS NONE ARTICLE 4—CLARIFICATIONS 4.01 CLARIFICATIONS A. Clarification: Contractor is required to obtain and pay for Construction Permit and for Municipal Solid Waste Fee (MSW) as required by the Contract Documents. An allowance for the paying for these fees has been added to the Bid Form as a part of this addendum. The method for calculating the permit fees is provided in the following: 1. Construction Permit Fee.Three permit applications will be required: one for Pump House Building#1, one for Pump House Building#2, and one for the new electrical building: 1. Calculate project valuation =sum of the following. Do not include industrial electrical, pumps,valves, piping, or any other industrial improvements. a. Building (structural) b. Mechanical (HVAC) c. Electrical (120-volt lighting, receptacles, etc.) d. Plumbing (sanitary sewer) 2. Permit fee=0.70%of project valuation if$5 million or less, 0.65% if over$5 million but less than $10 million, and 0.60% if over$10 million but less than $20 million. Example: $1,200,000 x$0.007/$ _$8,400 Addendum No. 6 00 9101-3 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 01-13-2016 3. Calculate Plan Review Fee=40%of Permit Fee Example: $8,400 x 40%=$3,360 4. Discount Permit Fee by 50% (for all City projects) Example: $8,400 x 50%=$4,200 5. Total construction permit fee = Plan Review Fee+ Discounted Permit Fee Example: $3,360+$4,200=$7,560 2. Municipal Solid Waste(MSW) Fee will be required for Pump House Building#1,for Pump House Building#2, and for the new electrical building(PCR-10): 1. Depending on the option chosen by the contractor to refurbish or replace the existing building structure, Pump House Building #1 is either"NEW CONSTRUCTION" or"REMODEL". NEW CONSTRUCTION MSW Fee will be 5.4 cents per square foot and REMODEL will be 12.8 cents per square foot. Example: 53' x 21' x$0.128/SF=$142 2. Pump House Building#2 is REMODEL. The MSW Fee will be 12.8 cents per square foot. Example: 72' x 35' x$0.128/SF= $323 3. New Electrical Building (PCR-10) is NEW CONSTRUCTION. The MSW Fee will be 5.4 cents per square foot. Example: 45' x 14' x$0.054/SF -$34 3. Total Permit Fee =Total Construction Permit Fee+Total MSW Fee for each building. END OF ADDENDUM NO. 6 Addendum No. 6 00 9101-4 Nueces River Raw Water Pump Station Improvements—Project No. E11068 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 (type or print name of company) on: Wednesday, October 17, 2018 at 2:00 pm, for Nueces River Raw Water Pump Station Improvements-Project No. E11068. 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—Nueces River Raw Water pump Station Improvements—Project No. E11068. 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 Signature Acknowledging Receipt Bid Acknowledgement Form 003000- 1 Nueces River Raw Water Pump Station Improvements—Project No. E11068 ADDENDUM No. 6 Rev 01-13-2016 ATTACHMENT No. 1 PAGE 1 OF 6 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. 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. Bid Acknowledgement Form ADDENDUM No. 6 003000- 2 Nueces River Raw Water Pump Station Improvements—Project No. E11068 ATTACHMENT No. 1 Rev 01-13-2016 PAGE 2 OF 6 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 $ Add/ Deduct Alternate 1 $ Add/ Deduct Alternate 2 $ 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, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. 4.02 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. 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 ATTACHM Nueces River Raw Water Pump Station Improvements—Project No. E11068 ADDENDUM ENT NNo. 6 o. 1 Rev 01-13-2016 PAGE 3 OF 6 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 548 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 578 days after the date when the Contract Times commence to run. 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 7.01 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 ADDENDUM No 6 003000-4 Nueces River Raw Water Pump Station Improvements—Project No. E11068 ATTACHMENT No. 1 Rev 01-13-2016 PAGE 4 OF 6 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 ADDENDUM No. 6 Rev 01-13-2016 ATTACHMENT No. 1 PAGE 5 OF 6 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address forgiving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form ADDENDUM No. 6 003000-6 Nueces River Raw Water Pump Station Improvements—Project No. E11068 ATTACHMENT No. 1 Rev 01-13-2016 PAGE 6 OF 6 00 30 01 BID FORM Project Name: Nueces River Raw Water Pump Station Improvements Project Number: E11068 Owner: City of Corpus Christi Bidder: OAR: Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization (Maximum 5%) LS 1 A2 Bonds and Insurance LS 1 A3 OSHA Trench Safety Plan LF 100 A4 Allowance For Unanticipated Utility Improvements LS 1 $50,000.00 $50,000.00 A5 Allowance For Mechanical Bar Screen Refurbishment LS 1 $300,000.00 $300,000.00 A6 Allowance For Pump Building No. 1 Structural Improvements LS 1 $20,000.00 $20,000.00 A7 Allowance For Temporary Backup Pumping LS 1 $100,000.00 $100,000.00 A8 Allowance For Building Permit Fee LS 1 $20,000.00 $20,000.00 SUBTOTAL PART A-GENERAL(Items Al thru A8) Part B-SITE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 61 Automated Access Control Gate LS 1 B2 Existing Butterfly Valve Replacement LS 1 B3 Existing Air/Vacuum Valve Replacement LS 1 B4 8" Limestone Base w/Geogrid SY 380 B5 2" HMAC (Type 'D') Pavement and Prime Coat SY 1 380 B6 lConcrete Sidewalk SF 482 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru 66) Part C-PUMP BUILDING No. 1 IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Pump Building No. 1 Improvements LS 1 C2 New Bridge Crane LS 1 C3 Building Concrete Modifications LS 1 C4 Electrical Improvements LS 1 C5 Temporary Earth Retention System and Coffer Dam LS 1 SUBTOTAL PART C-PUMP BUILDING No.1 IMPROVEMENTS(Items C1 thru C5) Part D-PUMP BUILDING No.2 IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Pump Building No. 2 Improvements LS 1 D2 New Climate Controlled Office/Storage LS 1 D3 Electrical Improvements LS 1 D4 Instrumentation Improvements LS 1 SUBTOTAL PART D-PUMP BUILDING No.2 IMPROVEMENTS(D1 THRU D4) Bid Form ADDENDUM No.6 Page 1 of 2 Nueces River Raw Water Pump Station Improvements- Project No. E11068 ATTACHMENT No.2 Rev 01-13-2016 PAGE 1 OF 2 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED I UNIT PRICE EXTENDED QUANTITY AMOUNT Part E-SITE ELECTRICAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 Demolition of Existing Electrical LS 1 E2 Power Control Room and Gear LS 1 E3 Emergency Generator and Fuel Tank LS 1 E4 Electrical Underground Duct Banks LS 1 E5 ISCADA Improvements j LS j 1 SUBTOTAL PART E-SITE ELECTRICAL IMPROVEMENTS(E1 THRU E5) Part F-ADDITIVE/DEDUCTIVE ALTERNATE IMPROVEMENTS(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) Pump Building No. 1 - New Pump 316 S.S. Impeller and F1 Bowl/Suction Case (ADD or DEDUCT) EA 1 Pump Building No. 1 - Remove Existing Structural Steel Building Completely and Provide New Metal Building (ADD or F2 DEDUCT) I LS 1 1 SUBTOTAL PART F-ADDITIVE/DEDUCTIVE ALTERNATE IMPROVEMENTS(F1 THRU F2) BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A8) SUBTOTAL PART B- SITE IMPROVEMENTS (Items 131 thru 136) SUBTOTAL PART C- PUMP BUILDING No. 1 IMPROVEMENTS (Items C1 thru C5) SUBTOTAL PART D - PUMP BUILDING No. 2 IMPROVEMENTS (Items D1 thru D4) SUBTOTAL PART E -SITE ELECTRICAL IMPROVEMENTS (Items E1 thru E5) TOTAL PROJECT BASE BID (PARTS A THRU E) SUBTOTAL PART F-ADDITIVE/DEDUCTIVE ALTERNATIVE IMPROVEMENTS (Items F1 thru F2) TOTAL PROJECT BASE BID PLUS ALTERNATE BID (PARTS A THRU F) Contract Times Bidder agrees to reach Substantial Completion in 1 548 Idays Bidder agrees to reach Final Completion in 1 578 Idays Bid Form Page 2 of 2 ADDENDUM No.6 Nueces River Raw Water Pump Station Improvements- Project No. E11068 ATTACHMENT No.2 Rev 01-13-2016 PAGE 2 OF 2 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: Wednesday, October 17, 2018 at 2:00 pm, for Nueces River Raw Water Pump Station Improvements- Project No. E11068. 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 farm 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 —Nueces River Raw Water pump Station Improvements—Project No. E11068. 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 Sign a Onowledging Receipt On 9/17/2018 Two 9/27/2018 Three Four 10/5/2018 Five Six 10/11/2018 Bid Acknowledgement Form --- 00 30 00-1 Nueces River Raw Water Pump Station Improvements—Project No. E11068 ADDENDUM No. 6RevOl-13-2016 ATTACHMENT No. 1 PAGE 1 OF 6 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. 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. Bid Acknowledgement Form ADDENDUM No. 6 003000-2 Nueces River Raw Water Pump Station Improvements—Project No.E11068 ATTACHMENT No. 1 Rev01-13-2016 PAGE 2 OF 6 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 $ Ad / Deduct Alternate 1 $ -+-D, QQ 5, Add / educt Alternate 2 $ 10- 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, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. 4.02 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. 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 Nueces River Raw Water Pump Station Improvements—Project No. E11068 ADDENDUM No. 6 11,01-13-2016 ATTACHMENT No. 1 PAGE 3 OF 6 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 548 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 578 days after the date when the Contract Times commence to run. 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 7.01 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 ADDENDUM No 6 003000-4 Nueces River Raw Water Pump Station Improvements—Project No. E11068 ATTACHMENT No. 1 Rev 01-13-2016 IPAGE4OF6 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 Nueces River Raw Water Pump Station Improvements—Project No.E11068 ADDENDUM No.6 1-11-13-2016 ATTACHMENT No. 1 PAGE 5 OF 6 ARTICLE 11--BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: CSA Construction Inc. ( p d or printed full legal name of Bidder) By: Ak�� (individual's signature) Name: Rich Austin (typed or printed) Title: Prpident (typed ar p " d) Attest: George Craig, Secretary (individual's signature) State of Residency: Texas Federal Tax Id. No. 74-2041560 Address for giving notices: 2314 McAllister Road Houston,Texas 77042 Phone: 713-686-8868 Email: bid mail @csaconstruction.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form ADDENDUM No. 6 003000-6 Nueces River Raw Water Pump Station Improvements—Project No. E11068 ATTACHMENT No. 1 �e�ai-l3-zoie PAGE 6 OF 6 00 30 01 BID FORM Project Name: Nueces River Raw Water Pump Station Improvements Project Number: E11068 Owner: City of Corpus Christi Bidder: CSA Construction Inc. OAR: Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization (Maximum 5%) LS 1 45�5�c7fk7 6-a 060, A2 Bonds and Insurance LS 1 boo --kD %)8 A3 OSHA Trench Safety Plan LF 100 (9C). A4 Allowance For Unanticipated Utility Improvements LS 1 $50,000.00 $50,000.00 A5 Allowance For Mechanical Bar Screen Refurbishment LS 1 $300,000.00 $300,000,00 A6 Allowance For Pump Building No. 1 Structural Improvements LS 1 $20,000.00 $20,000.00 A7 Allowance For Temporary Backup Pumping LS 1 $100,000.00 $100,000.00 A8 lAllowance For Building Permit Fee LS 1 1 $20,000.00 $20,000,00 SUBTOTAL PART A-GENERAL(Items Al thru A8) Part B-SITE IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Automated Access Control Gate LS 1 go ow.- C60, 10 B2 Existing Butterfly Valve Replacement LS 1 +� d , B3 Existing Air/Vacuum Valve Replacement LS 1 p B4 8" Limestone Base w/Geogrid SY 380 ;.5'. -- B5 2" HMAC (Type 'D') Pavement and Prime Coat SY 380 — B6 lConcrete Sidewalk SF 482 , SUBTOTAL PART B-STREET IMPROVEMENTS(Items 61 thru 66) JL9 eel -- Part C-PUMP BUILDING No. i IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Pump Building No. 1 Improvements LS 1 066,6 .3 a66 C2 New Bridge Crane LS 1 W,-- &M C3 Building Concrete Modifications LS 1 , C4 Electrical Improvements LS 1 S":O mol Odd, C5 ITemporary Earth Retention System and Coffer Dam LS1 , -0 06J,66 SUBTOTAL PART C-PUMP BUILDING No. 1 IMPROVEMENTS(Items C1 thru C5) /! � Part D-PUMP BUILDING No. 2 IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Pump Building No. 2 Improvements LS 1 � , D2 New Climate Controlled Office/Storage LS 1 D3 Electrical Improvements LS 1 D4 Instrumentation Improvements LS 1 — SUBTOTAL PART D-PUMP BUILDING No.2 IMPROVEMENTS(D1 THRU D4) } Bid Form ADDENDUM No.b Page 1 of 2 Nueces River Raw Water Pump Station Improvements-Project No. E11068 ATTACHMENT No.2 RevOl-13-2016 PAGE 2 OF 2 00 30 01 BID FORM TESTIMATED EXTENDED Item DESCRIPTION : I UNIT UNITPRICE QUANTITY AMOUNT Part E-SITE ELECTRICAL IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 Demolition of Existing Electrical LS 1 E2 Power Control Room and Gear LS 1 ► E3 Emergency Generator and Fuel Tank LS 1 PO add, E4 Electrical Underground Duct Banks LS 1 `fid E5 SCADA Improvements LS 1 SUBTOTAL PART E-SITE ELECTRICAL IMPROVEMENTS(E1 THRU ES) 6� Part F-ADDITIVE/DEDUCTIVE ALTERNATE IMPROVEMENTS(per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) Pump Building No. 1 - New Pump 316 S.S. Impeller and F1 Bowl/Suction Case AD or DEDUCT) EA 1 V0� O Pump Building No. 1 - Remove Existing Structural Steel Building Completely and Provide New Metal Building (ADD or F2 Q DEDUCT LS 1 SUBTOTAL PA F-ADDITIVE/DEDUCTIVE ALTERNATE IMPROVEMENTS(F1 THRU F2) a�1Q�?,4-9 BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A8) SUBTOTAL PART B -SITE IMPROVEMENTS (Items B1 thru 66) SUBTOTAL PART C- PUMP BUILDING No. 1 IMPROVEMENTS (Items C1 thru C5) d �a cad, -- SUBTOTAL PART D - PUMP BUILDING No. 2 IMPROVEMENTS (Items D1 thru D4) SUBTOTAL PART E -SITE ELECTRICAL IMPROVEMENTS (Items E1 thru E5) Pj Cir TOTAL PROJECT BASE BID (PARTS A THRU E) S� , SUBTOTAL PART F - ADDITIVE41bEDUCTIVqALTERNATIVE IMPROVEMENTS (Items F1 thru F2) 30dQ , TOTAL PROJECT BASE BID PLUS ALTERNATE BID (PARTS A THRU F) , ,- Contract Times Bidder agrees to reach Substantial Completion in 1 548 Idays Bidder agrees to reach Final Completion in 1 578 Idays Bid Form Page 2 of 2 ADDENDUM No.6 Nueces River Raw Water Pump Station Improvements- Project No. E11068 ATTACHMENT No.2 Rev 01-13-2015 PAGE 2 OF 2 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of IXX 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: -21 CSA Construction Inc. (typed or printed) By: ke4AZi�— (signature--attach evidence of authority to sign) Name: Rich Austin (typed or printed) Title: President Business address: 2314 McAllister Road Houston, Texas 77092 Phone: 713-686-8868 Email: bidmail@csaconstruction.com END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 Nueces River Raw Water Pump Station Improvements—Project No. E11068 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY7Cn — PURCHASING DIVISION r:w City of CITY OF CORPUS CHRISTI Chfi n DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: CSA Construction Inc. P.O.BOX: STREET ADDRESS: 2314 McAllister Road CITY' Houston ZIP' 77092 FIRM IS: 1. Corporation El 2. Partnership 3. Sole Owner ❑ 4. Association LJ 5. Other 8 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) NIA 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee NIA 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 NIA City of Corpus Christi 00 30 05- 1 Disclosure of Interest Rev 01-13-2016 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 public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Rich Austin Title: president (Type of Prim) Signature of Certifying Date: Person: October 17.2018 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." 4 g. "Consultant."Any person or finis, 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 Rev 01-13-2016 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: Nueces River Raw Water Pump Improvements Project No. E11068 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: CSA Construction Inc. (typed or printed) By: a�� nature--attach evidence of authority to sign) Name: Rich Austin (typed or printed) Title: President Business address: 2314 McAllister Road Houston Texas 77092 Phone: 713-686-8868 Email: bidmailPcsaconstruction.com END OF SECTION Non-Collusion Certification 003006- 1 Nueces River Raw Water Pump Station Improvements—Project No. E11068 11-25-2013 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176. Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 71h business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. 1J Name of vendor who has a business relationship with local governmental entity. CSA Construction, Inc. 2 0 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information is being disclosed. NIA Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the focal government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. NIA A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income. from the vendor? Yes Fx7 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes PFI No 11 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. N/a 6 Check thi o if t e vendor has given the local government officer or a family member of the officer one or more gifts as desc e in ection 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 &--� Rich Austin, President October 17. 2018 Signal e of v or doing business with the governmental entity bate Form provided by Texas Ethics Commission vvww,ethics.state.tx.us Revised 11/30?2015 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1,2,3,6, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-414420 CSA Construction, Inc. HOUSTON, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/15/2018 being filed. City of Corpus Christi Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. E11068 Construction on Nueces Raw Water Pump Station Improvements Nature of interest 4 Name of Interested Party City,State, Country (place of business) (check applicable) Controlling intermediary Austin, Rich Chappell Hill, TX United States X Mayfield, Rick Cypress, TX United States X Craig, George Houston, TX United States X Schultz, Kenneth Houston,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is frith Autin and my date of birth is April 10 1964 My address is 8808 l.akc Drive Chappell l sill Texas , 77426 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in f larris County. S to o xas on the 17th day of October 20 18 (month) (year) Rich Au.f in Si ature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.stateAx.us Version V1.0.6711 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 20`x' day of December 2017 that Rich Austin Chairman of the Board Rich Austin 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 20`x' day of December 2017. (sea)) George Craig Secretary of Corporation State of Texas Charter No. 0047347300 ;,. _ r .. ' . , � i._ .. ' . - ,. „ _., .. _. ., .. .. _ ., � _. .. � . ``���,b .. ., wFr^ r. ` ` _, _ _. ._. _. `;'1• Wit.%/" r� �\ '•�• � Bial Bond BOND No, Bid Bond SURETY DEPARTMENT 31f, THE RARTFORD 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 H a rtfo rd, CT as Surety,hereinafter called the Surety,are held and firmly bound unto City of Corpus Christi 1201 Leopard St., Corpus Christi, TX 78404 as obligee,hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Dollars(S 5% G.A.B. ), for the payment of which sum,well and truly to be made,the said Principal and the said.Surety,bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these presents. Whereas,the Principal has submitted a bid for Nueces River Raw Water Pump Station Improvements 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 bored 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 f4mished in the prosecution thereof,or in the event of the failure of the Principal to enter such contract and give such bond or bonds,if the Principal shall pay to the Obligee the differeuoe not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which die Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 17th day of October A.D. 2018 Attest CSA Constru 'o , 1 . i:V (SEAL) [YrI By� By. - Qeorge Craig, Secre a RiA !A stin, President CrIft] Witness Hartford Fire Insurance Company _ (SEAL) B�': - By' -- Nikole Jeannette Joni BoUn Maness Attorney-in-f=act e} c - .- 4 _ � rE/ i/`. /l 1rr �� �:/ / -�J +/ v1 J_ _ ✓�� ",� _ I» ..... ��r r.'r �'�� �J"'u-� rrr ,. Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BONnectic One Hartford Plaza Hartford,Connecticut 06155 Bond.Claims(cDthehartford.com cart. 888.266-3488 or fax:860.757.5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC A enc Code: 46-501809 ® Hartford Fire Insurance Company, a corporation duly organized under the la%cs of the Statc of�-'unnccticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the la%Ns of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation drily organized under the laws of the State of Illinois 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 ofthe State ofPlorida 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, David T. Niclette, Ashley Britt, Robert C. Davis, Tabitha Dorman, Jennie Goonie, Rita G. Gulizo, Nikole Jeannette, Barry K. McCord, Heather Notes, 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 Z, 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. ,r,+ ��srre•i rp°'r'Wrr s' ''� ��'r�r5.'�r .� jJ�rw•� ar . r'rKc iM.esarrr�.rrer'r : trier * .� r+t �o 3=;ra°'ura�r;`;0;111 r� John Gray,Assistant Secretary M. Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 5th day of January, 2018,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. ��J/fpr"�"r g °���..E.er.ti�..� �hla�•nn,c.c£ • tnlM1� r Kathleen T.Maynard `oiary Public CERTIFICATE My Commission Expires July 31,2021 1,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 atill in full force effective as of l Signed and seated at the City of Hartford. L1 U .'Saar Q rr Ca +c :�.cn.r►..er�w *aer O � oee.�r.^4 , '�".�' P° " � [ .c •,er..ra�rar r•n�&y}4 4'a 1979 rpt ly70 :Y rf A'r ..ad.� �� �+d •�4 ✓-�` •rfc`: •`4 I9T4 #A! • �`'ty moi'- '�� J �` ';s' `�, Kevsn Heckman,Assistant vice President ;... ..� ., _. . .. . .. .. _ ,- ,. _ . . . ..._ - �. :. . . �� �• .. �, . . �- .. ,, _. ._.. r� : . ,, , :: ., .; ; ., ,.:, ..; ,, L�, . . ,. '�' ;', -, � �4., r t� t!`. mow- ''�._ '_ THE HARTFORD Claims Inquiries Notice Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies to the following: Phone Number: : 888-266-3488 Fax— Claims 860-757-5835 or 860-221-3965 E-mail bond.claimsntlie hart ford.com Mailing Address The Hartford BOND, T-4 One Hartford Plaza Hartford, CT 06155 Claims Inquiries Notice 2003 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texos.Qov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. if the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX4275-1 00 52 23 AGREEMENT This Agreement, for the Project awarded on January 8,2019 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: Nueces River Raw Water Pump Station Improvements Project No. E11068 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,Texas 78404 2.02 The Owner's Authorized Representative for this Project is: Kent Power, P.E.—Acting Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd. Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 548 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 578 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 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 Agreement 005223- 1 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 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$400 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$400 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,Add Alt. & Deduct Alt $ 12,950,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 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. Agreement 005223-2 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 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. 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; Agreement 005223-3 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 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. 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 Agreement 005223-4 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 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 10.01 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. ERVICES;D. CITY SECRETARY for the City. Agreement 005223-5 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI ,. Digitally signed by Jeff Edmonds Rebecca H Uerta Digitally signed by Rebecca Huerta DN call=Jeffsig Edmonds eogmeermg Date:2019.01.31 08:45:52-06'00' email=ietrreye@caae.as caom ca-US Date.2019.01.30 1235:05-06'00' Rebecca Huerta J. H. Edmonds, P.E. City Secretary Director of Engineering Services M2019-003 AUTHORIZED APPROVED AS TO LEGAL FORM: 1/08/1 9 BY COUNCIL DI II tlb Kenct MCLlI Digitallysignedby RH/ML 9��v=11t v R H M L DN RH,ML �i�S re ary ou Di�Secretary Ken[Mcllyar. .eme'I kenhrc@cctexas w1. mail mOn'quel@-e C US =US Date.2019.01.30 10o651 os'oo' Date.2019.01.30 16'.20'.59-06'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Craig e Crai Date:019.01.23 08:54:706'00' CSA Construction, Inc. Richard MayfieldPresident D'g"ally sig , ned by Richard Mayfield,President (Seal Below) By: Date:2019.01.2308:50:20-06'00' Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 2314 McAllister Road Financial Officer Address Houston, Texas 77092 City State Zip 713/686-8868 Phone Fax bidmaiI@csaconstruction.com EMail END OF SECTION Agreement 005223-6 Nueces River Raw Water Pump Station Improvements—Project No. E11068 Rev 06-22-2016 00 6113 PERFORMANCE BOND BOND NO. 61 BCSAX7308 Contractor as Principal Name: CSA Construction, Inc. Mailing address (principal place of business): 2314 McAllister Road Houston, TX 77092 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. E11068 Nueces River Raw Water Pump Station Improvements Award Date of the Contract: January 8, 2019 Contract Price: $12,950,000.00 Bond Date of Bond: January 10, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Hartford Fire Insurance Company Mailing address (principal place of business): One Hartford Plaza Hartford, CT 06155 - 0001 Physical address (principal place of business): One Hartford Plaza Hartford, CT 06155 - 0001 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 860-547-5000 Telephone (for notice of claim): 888-266-3488 Local Agent for Surety Name: Address: 1111 North Loop West, Suite 400 Houston, TX 77008 Telephone: 713-880-7100 Email Address: acarmichael@bmbinc.com bmbinc.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E11068 Nueces River Raw Water Pump Station Improvements 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principa Signature: Surety Signature: Name: Richard Mayfield Name: Alyson Carmichael Title: President Title: Attorney -In -Fact Email Address: rmayfield@csaconstrurtion.com • • ,, ..iii 37 r-� -_ .. •' op ti;• Email Address: acarmichael@bmbinc.com (Attach Power of Attorney and place � _ „ rr ., suretv,seal below) ••• eN \ . "-.-- Jt; v 3I, .. U• •`, tYry \i END OF SECTION Performance Bond E11068 Nueces River Raw Water Pump Station Improvements 006113-2 7-8-2014 • r • - • • • • � �/ Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY Hartford, Connecticut Plaza 6155 BOND, T-12 Bond.Claimst'thehartford.com call: 888-266-3488 or fax: 860-757-5835 Agency Name:BOWEN MICLETTE & BRITT INS AGY LLC Agency Code: 46-504809, 61-613558, 21-225344 KNOW ALL PERSONS BY THESE PRESENTS THAT: X X Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 1-7 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 Twin City Fire Insurance Company, a corporation duly organized under the anus of the State of Indiana TT Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois 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 : Kristi Lovett, David T. Miclette, Ashley Britt Platt, Alyson Carmichael, Robert C. Davis, Tabitha Dorman, Jennie Goonie, Rita G. Gulizo, Nikole Jeannette, Barry K. McCord, Heather Noles, Susan Zapalowski of Fort Smith AR, New Orleans LA, Houston Texas Mary R. Butcher, Gail S. Barr, James J. Drew, Matthew S. Nilles , Lenita W. Wright of Maitland, FL 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. John Gray, Assistant Secretary STATE OF CONNECTICUT ss. COUNTY OF HARTFORD On this 5th day of January, 2018, 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. Hartford M. Ross Fisher, Senior Vice President .ecc wecvvrr )Iia-YLevt,t . Kathleen T. Maynard Notary Public CERTIFICATE My Commission Expires July 31, 2021 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 of3AvUu 10, Signed and sealed at the City of Hartford. tt1A =rax • 1079 •r: Kevin Heckman, Assistant Vice President t . ��' ti� _ • '•<' ~tom. • • •r i Il*l� THE HARTFORD Claims Inquiries Notice Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies to the following: Phone Number: Fax — Claims E-mail Mailing Address : Claims Inquiries Notice 2003 888-266-3488 860-757-5835 or 860-221-3965 bond.claims@thehartford.com The Hartford BOND, T-4 One Hartford Plaza Hartford, CT 06155 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.Qov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX4275-1 I 00 6116 PAYMENT BOND BOND NO. 61 BCSAX7308 Contractor as Principal Name: CSA Construction, Inc. Mailing address (principal place of business): 2314 McAllister Road Houston, TX 77092 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. E11068 Nueces River Raw Water Pump Station Improvements Award Date of the Contract: January 8, 2019 Contract Price: $12,950,000.00 Bond Date of Bond: January 10. 2019 (Date of Bond cannot be earlier than Award Dote of Contract) Surety Name: Hartford Fire Insurance Company Mailing address (principal place of business): One Hartford Plaza Hartford, CT 06155 - 0001 Physical address (principal place of business): One Hartford Plaza Hartford, CT 06155 - 0001 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 860-547-5000 Telephone (for notice of claim): 888-266-3488 Local Agent for Surety Name: Alyson Carmichael Address: 1111 North Loop West, Suite 400 Houston, TX 77008 Telephone: 713-880-7100 Email Address: acarmichael@bmbinc.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E11068 Nueces River Raw Water Pump Station Improvements 006116-1 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 Princip Signature: Surety Signature: / / i i / Name: Aly on Carmichael Name: Ri hal-. fiel. Title: Attorney-In-Fact Title: President Email Address: acarmichael@bmbinc.com Email Address: rmavfieldc csaconstruction.com (Attach Power of Attorney and place surety seal below) C- r f ..r•'�., . it END OF SECTION Payment Bond Form E11068 Nueces River Raw Water Pump Station Improvements 006116-2 7-8-2014 7. • . tr 4,,m 1 \a 7. ▪ • ��/ . ` s• efe Direct Inquiries/Claims to: THE HARTFORD POWER OF AHartford,One one HartfordBOND, cut 06155 Bond. CIa ims(ethehartford.com call 888-266-3488 or fax: 860-757-5835 Agency Name: BOWEN MICLETTE & BRITT INS AGY LLC Agency Code: 46-504809, 61-613558, 21-225344 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 0 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 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 of the State of Illinois 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 KNOW ALL PERSONS BY THESE PRESENTS THAT: 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 : Kristi Lovett, David T. Miclette, Ashley Britt Platt, Alyson Carmichael, Robert C. Davis, Tabitha Dorman, Jennie Goonie, Rita G. Gulizo, Nikole Jeannette, Barry K. McCord, Heather Noles, Susan Zapalowski of Fort Smith AR, New Orleans LA, Houston Texas Mary R. Butcher, Gail S. Barr, James J. Drew, Matthew S. Nilles , Lenita W. Wright of Maitland, FL 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. John Gray. Assistant Secretary STATE OF CONNECTICUT } COUNTY OF HARTFORD On this 5th day of January, 2018, 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. ss. Hartford M. Ross Fisher, Senior Vice President CERTIFICATE * w—r: )1-t Kathleen T. Maynard Notary Public My Commission Expires July 31, 2021 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) amt.frAvki 1 OI 101 Signed and sealed at the City of Hartford.. u -.,,. t I ."�°•., n.,r�N: a Loei * p f`3� ure,•t r 61137 `/ d • •-- w',,h., nn, o, • �•ilA1F t+:�• 1970 qC i��1.967:J1) .D '/✓9 f7 R+n IDI' • r, 1'O 0813OnA`11aA Kevin Heckman, Assistant Vice President • _ t THE HARTFORD Claims Inquiries Notice Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford' s underwriting companies to the following: Phone Number: Fax — Claims E-mail Mailing Address : Claims Inquiries Notice 2003 888-266-3488 860-757-5835 or 860-221-3965 bond. claims(aithehafford. corn The Hartford BOND, T-4 One Hartford Plaza Hartford, CT 06155 i IMPORTANT NOTICE To obtain information or make a complaint: You may contact your Agent. You may call The Hartford's Consumer Affairs toll-free telephone number for information or to make a complaint at: 1-800-451-6944 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi. texas. Qov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ./TX4275-1 ACORD® CERTIFICATE OF LIABILITY INSURANCE `.••• DATE(MMIDDIYYYY) 1/10/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must 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 Artex Risk Solutions, Inc. 2850 Golf Road, 5th floor Rolling Meadows IL 60008 CONTACT Sheryl Haas PHONE FAX (AIC. No. Ext): 630 2854187 (A/c. No): 630-2854199 ADDRESS: Sheryl_Haas@artexrisk.com INSURERS) AFFORDING COVERAGE NAIC # INSURER A : Old Republic Insurance Company 24147 INSURED CSACONS-01 CSA Construction, Inc. 2314 Mc Allister Rd Houston TX 77092 INSURER B : Travelers Property Casualty Co of America 25674 INSURER C : 4/1/2019 INSURER() : $ 1,000,000 INSURER E : $ 100,000 INSURER F : COVERAGES CERTIFICATE NUMBER: 1421124545 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 LTR TYPE OF INSURANCE ADOL !NSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MMIOD/YYYY] LIMITS A X COMMERCIAL GENERALUABILITY Y Y MWZY30720318 4/1/2018 4/1/2019 EACH OCCURRENCE $ 1,000,000 DAMAGE TO PREMISES (EaENTED occurrence) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE POLICY OTHER:_ X LIMIT APPLIES ECT PER LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X LIABIU ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY Y X - SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y MWTB30710518 4/1/2018 4/1/2019 COMaccidBINEenDt) SINGLE LIMIT (Ea $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ Comp. Ded: 5250 $ Coll. Ded: $500 B X UMBRELLA UAB EXCESS LIAB X OCCUR CLAIMS -MADE ZUP14P9496718NF 4/1/2018 4/1/2019 EACH OCCURRENCE $15,000,000 AGGREGATE $15,000,000 DED X RETENTION $ n SIR $10,000 A WORKERS COMPENSATION AND EMPLOYERS' UABILITY ANYPROPRtETOR/PARTNER/EXECUTIVEN OFFICER/MEMBER EXCLUDED? (Mandatory in NH) tf yes. describe under DESCRIPTION OF OPERATIONS below Y / N N 1 A Y MWC3071040018 4/1/2018 4/1/2019 X STATUTE ERH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is roqutred) RE: Project: Nueces River Raw Water Pump Station Improvements - Project No. E11068 City of orpus Christi - Engineering is induded as additional insureds on the General Liability and Auto Liability Policies 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 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. CERTIFICATE HOLDER CANCELLATION I City of Corpus Christi -Engineering Attn: Construction Contract Admin PO Box 9277 Corpus Christi TX 78469-9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. At1THO REPRESENTATIVE ACORD 25 (2016103) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD® CERTIFICATE OF PROPERTY INSURANCE `� DATE (MM/DD/YYYY) 1/10/2019 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 Bowen, Miclette & Britt Insurance Agency, LLC 1111 North Loop West, #400 Houston TX 77008 CONTACT Kelsey Gee PHONE713-FAX 713-880-7166 -880 . Extt: 7100 INC, No): E SN IL ADDRESS: certificates@bmbinc.com PRODUCER CUSTOMER ID: INSURER(S) AFFORDING COVERAGE NAIC 1 INSURED CSA Construction, Inc. 2314 McAllister Road Houston TX 77092 INSURER A : Travelers Lloyds Insurance Company 41262 INSURER B : INSURER C : BUILDING PERSONAL PROPERTY BUSINESS INCOME EXTRA EXPENSE RENTAL VALUE BLANKET BUILDING BLANKET PERS PROP BLANKET BLDG & PP INSURER D : INSURER E : INSURER F : BUILDING COVERAGES CERTIFICATE NUMBER: 732987211 REVISION NUMBER: LOCATION OF PREMISES 1 DESCRIPTION OF PROPERTY (Attach ACORD 101, Additional Remarks Schedule,11 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 LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YWI) POLICY EXPIRATION DATE (MM/DD/YYY1) COVERED PROPERTY LIMITS 1 PROPERTY CAUSES OF LOSS DEDUCTIBLES _ BUILDING PERSONAL PROPERTY BUSINESS INCOME EXTRA EXPENSE RENTAL VALUE BLANKET BUILDING BLANKET PERS PROP BLANKET BLDG & PP $ $ BASIC BUILDING - $ BROAD $ CONTENTS SPECIAL $ EARTHQUAKE $ WIND - $ FLOOD $ $ $ A INLAND MARINE OF LOSS NAMED PERILS TYPE OF POLICY Builders Risk/Installation 4/1/2018 4/1/2019 X Any 1 Loc Lmt In Transit Temporary Loc Deductible $ 25,000,000 CAUSES X $ 500,000 POLICY NUMBER QT6600726M315 X $ 500,000 X $ 10,000 TYPE CRIME OF POLICY $ S -$ 1 BOILER & MACHINERY 1_ EQUIPMENT BREAKDOWN $ S A Equipment QT6600726M315 4/1/2018 4/1/2019 X Rented/Leased Scheduled $ 600,000 X S 2,936,736 SPECIAL CONDITIONS 1 OTHER COVERAGES (ACORD 101, Additional Remarks Schedule, may be attached K more space Is required) Certificate Holder is included as Loss Payee with respect to the property described herein per the attached endorsement. CERTIFICATE HOLDER CANCELLATION Equipment Depot Attn: Credit Department 4100 S IH 35 Waco TX 76702 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE eidad,44%4‘.... ACORD 24 (2016/03) © 1995-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 QT6600726M315 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 COVERAGE CONDITIONS: Loss Payable Provision In the event of a Covered Cause of Loss to Covered Property in which both you and a Loss Payee sham an insurable interest, we will: a. Adjust the loss or damage with you; and CMT5600110 b. Pay any claim for loss or damage jointly to you and the Loss Payee as your interests may ap- pear. This endorsement applies to all Covered Property for which a Loss Payee is on file with us or your insur- ance agent or insurance broker. ® 2009 The Travelers Indemnly Company Page 1 of 1 rnctudes copyrighted material of Insurance Services Office. Inc. with its permission. POLICY NUMBER:MwzY 30720318 COMMERCIAL GENERAL LIABILITY CG20400704 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: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or OrnanIzatlon(s): Locations) Of Covered Operations 'AA persons or orran zedans as required by written wind or agreement The bis as spedtted to the wrftfen contracts or esreements • Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to Include as an additional insured the person(s) or organization(s) shown In the Schedule, but only with respect to liability for 'bodily injury", "property damage" or "personal and advertising injury" caused, In whole or in part, by: 1. Your ads or omissions; or 2. The arts or ondssions of those acting on your behalf: In the performance of your ongoing operations for the additional Insured(s) at the location(s) desig- nated above. B. With respect to the Insurance afforded to these additional insureds, the following additional exclu- sions apply This btsurance does not apply to °bodily Injury' or 'property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(a) at the location of the covered operations has been completed; or 2. That portion of 'your work" out of which the Injury or damage arises has been put to its In- tended use by any person or orgerdzation other than another contractor or subcontractor en- gaged in Pig operations for a principal as a part of the same project. CO 2010 07 04 ® ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER:MWZY 30720318 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 UABIUTY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organlzation(a): Location And Description Of Completed Operations All persons or organizations es required by written contractor agreement The locations es speared In said= contacts or agreements Information required to complete this Schedule, If not shown above, will be shown in the Declarations. Section p — Who Is An Insured Is amended to include as an additional Insured the person(s) or organization(s) shown to the Schedule, but only with respect to liability for "bodily Injury or 'property damage" caused, In whose or In part, by "your work" at the location d nated and described in the schedule of this a ent performed for that additional Insured and Included in the "products - completed operations Lard". CG 20370704 0 ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER:MWZY 30720318 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory insurance This insurance Is primary to and wiii 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 (2) You have agreed in wrung in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 010493 0 Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: MWZY 30720318 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 appliea only to the person or organization shown in the Schedule above. CG 24 04 05 09 ® Insurance Services Office, Inc., 2008 Page 1 of 1 POLICY NUMBER: MWTB 30710518 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 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 organlzation(s) shown in the above Schedule with whom you have agreed in a written contract to provide primary insurance coverage, this coverage will be primary and any insurance maintained by such person(s) or organization(s) will apply on an excess basis. PCA 0350406 i POLICY NUMBER:NWTm 30710518 IL 10 (12106) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modes Insurance provided under the following: BUSINESS AUTO COVERAGE FORM Under SECTION IV, Paragraph A. 5. Is replaced by the following: We waive our right of recovery against any person or organization to the extent required by a written contract, executed prior to any ''accident". The accident must arise from operations contemplated In said contract and this waiver is only applicable to the person or organization designated in said contract. PCA 044 04 06 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 4-84) WAIVER OF OUR RICHT TO RECOVER FROM OTHERS ENDORSEMENT 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 .0410112017 Policy No. WIC 307104 0018 Endorsement No. Insured: Premium $ Company: OLD REPUBUC INS CO Countersigned By Catherine Duffin WC000313 (Ed. 4-84) Copyright 198:1 National Council on Compensation Insurance. AGENT COPY IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY DESIGNATED ENTITY - NOTICE OF CANCELATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancelation: 30 Person or Organization: CONSTRUCTION CONTRACTS ADMINISTRATOR CITY OF CORPUS CHRISTI — ENGINEERING SERVICES Address: 1201 LEOPARD ST. 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 INSURED COPY IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: 30 Person or Organization: Construction Contracts Administrator City of Corpus Christi — Engineering Services Address: 1201 Leopard St. 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 MWTB 307105 18 CSA Construction, Inc. 04/01/2018 - 04/01/2019 IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US SCHEDULE Number of Days Notice of Cancellation: 30 Person or Organization: Construction Contracts Administrator City of Corpus Christi — Engineering Services Address: 1201 Leopard St. Corpus Christi, TX 78401 Provisions If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. PIL 028 05 10 ENDORSEMENT #1 MWZY 307203 18 CSA Construction, Inc. 04/01/2018 - 04/01/2019