Loading...
HomeMy WebLinkAboutC2019-542 - 8/13/2019 - Approved 00 52 23 AGREEMENT This Agreement, for the Project awarded on August 13, 2019, is between the City of Corpus Christi (Owner)and Coast to Coast 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: Woodsboro Pump Station Roof Repair&Bloomington Pump Station Roof Repair Project#18092A&18093A A. The City of Corpus Christi Water Department proposes to repair the Woodsboro and Bloomington Pump Station building roofs which houses the facilities electrical services and pump rooms. ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: CHUCK ANASTOS ASSOCIATES , LLC 453 EVERHART ROAD CORPUS CHRISTI,TX 78411 KMcCord@anastosassociates.com 2.02 The Owner's Authorized Representative for this Project is: Kent Power.P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg.#5 Corpus Christi,Texas 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 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 17.16 of the General Conditions within 150 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. Agreement 00 52 23-1 Woodsboro Pump Station Roof Repair&Bloomington Pump Station Roof Repair Project#18092A&18093A Rev 10/2018 SCANNED CONTRACT DOCUMENTS FOR CONSTRUCTION OF WOODSBORO PUMP STATION ROOF REPAIR & BLOOMINCYON PUMP STATION R0011" V PROJECT NUMBERS 18092A & 180933, Cloty Corpus CJril � t� t 1.1 Ci1UCKflUEU NOOWS, LLC P.O. Box 3883/Carpus Christi, TX 78463/ (361) 884-4422 U � (P 10 33 T� Record Drawing Number WTR-468 F T 30 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 00 00 Cover 00 01 00 Table of Contents 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10-11-2018) 00 30 00 Bid Acknowledgment Form (Rev 10-11-2018) 00 30 01 Bid Form (Rev 10-11-2018) 00 30 02 Compliance to State Law on Nonresident Bidders (Rev 10-11-2018) 00 30 05 Disclosure of Interest(Revo1-2016) 00 30 06 Non-Collusion Certification (Rev 10-11-2018) 00 45 16 Statement of Experience (Rev 10-11-2018) 00 52 23 Agreement(Rev 10-11-2018) 00 61 13 Performance Bond (Rev 10-11-2018) 00 61 16 Payment Bond (Rev 10-11-2018) 00 72 00 General Conditions(Rev 11-13-2018) 00 73 00 Supplementary Conditions(Rev 10-11-2018) 00 74 00 Special Conditions for [Name of Programl(Rev 10-11-2018)- NOT APPLICABLE 00 74 01 Special Conditions for TxDOT Participation—NOT APPLICABLE Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-11-2018) 01 23 10 Alternates and Allowances (Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment(Rev 10-11-2018) 01 33 01 Submittal Register(Rev 10-11-2018) 01 35 00 Special Procedures(Rev 10-11-2018) 01 50 00 Temporary Facilities and Controls (Rev 10-11-2018) 01 57 00 Temporary Controls(Rev 10-11-2018) Part S Standard Specifications- NONE Part T Technical Specifications 07 21 19 Foamed-In-Place Insulation—Additive Alternate No. 1 07 54 19 Polyvinyl-Chloride Roofing Table of Contents 000100- 1 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 11/2018 Division/ Title Section 07 60 00 Flashing and Sheet Metal 07 90 00 Joint Protection 08 22 00 Fiberglass Reinforced Plastic (FRP) Doors and Fiberglass Resin Transfer Molded Door Frames 09 54 23 Linear Ceiling Panels 09 90 00 Paints and Coatings 26 00 10 Special Provisions for Electrical Work 26 01 11 Conduit and Fittings 26 01 20 Wire and Cable 600 Volts and Under 26 01 31 Junction and Pull Boxes 260140 Wiring Devices 26 01 90 Supporting Devices 26 04 50 Grounding 26 05 01 Lighting Fixtures Appendix Title- NONE END OF SECTION Table of Contents 000100-2 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 11/2018 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: Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Prosect#18092A&18093A A. The City of Corpus Christi Water Department proposes to repair the Woodsboro and Bloomington Pump Station building roofs which houses the facilities electrical services and pump rooms. 1. The work will include approximately 5,800 SF of roof replacement (per building), interior metal ceiling panels in pump room, some exterior metal wall panels, and replacement of existing lighting with energy efficient LED light fixtures at the existing 18092A—Woodsboro Pump Station Building and 18093A—Bloomington Pump Station Building (2 separate locations). Two additive alternate per building include Additive Alternates#1A and#2A(Foamed-In-Place Under Deck Insulation in Pump Rooms) and Additive Alternates#113 and#213 (Rooftop Walk Pads). 2.02 The Engineer's Opinion of Probable Construction Cost for the Project Base Bid Building 18092A and Base Bid Building 18093A is $420,000.00 . The Project is to be substantially complete and ready for operation within 120 days. An additional time of 5 days per building for Additive Alternates # 1A and #2A will be allotted. An additional time of 5 days per building for Additive Alternates # 113 and #213 will be allotted. 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:OOpm on Wednesday June 12th, 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. Invitation to Bid and Instructions to Bidders 002113- 1 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, 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 -Woodsboro Pump Station Roof Repair&Bloomington Pump Station Roof Repair Project No(s). 18092A& 18093A 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 the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 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 on Monday May 27th, 2019 at 2:00 pm at the following location: City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 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 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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 answers Invitation to Bid and Instructions to Bidders 002113-3 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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 the Bid Security as an attachment to their bid. The original Bid Bond, 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 of this Section. 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 2. 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 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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 in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 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 Invitation to Bid and Instructions to Bidders 002113-5 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 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 Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE with the date Bid 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 will,at its discretion,award the contract to the lowest responsible bidder for the base bid — Building 18092A and base bid — Building 18093A combined, plus any combination of Add or Deduct Alternates. 15.02 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. 15.03 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. 15.04 The Bidder is required to submit bids for all Additive Alternates. Any Bid submitted with a "No Bid" on Additive Alternates 1A, #113,#2A, and#213 will be considered a nonresponsive Bid. Invitation to Bid and Instructions to Bidders 002113-6 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 15.05 The Bids will be evaluated based on the following order of priority, subject to the availability of funds: A. Total Base Bid—Building 18092A and Base Bid—Building 18093A-OR- B. Total Base Bids- Building 18092A and Base Bid—Building 18093A plus any combination of Additive Alternates#1A,#113, #2A and #213- 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 00 GENERAL CONDITIONS. 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%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and Article 6 of the Supplementary Conditions set 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 Engineering Services 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 executed Contract 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. Invitation to Bid and Instructions to Bidders 002113-7 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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 00 GENERAL CONDITIONS. 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 or contract award process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding or award process,the City may, in its discretion, reject the Bid. 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. Invitation to Bid and Instructions to Bidders 002113-8 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 I. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code. 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. 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 is 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 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) resources, workforce, equipment and supervision/supervisory staff; (iii) past performance to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or Invitation to Bid and Instructions to Bidders 002113-9 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: Eliborio Pena, PM City of Corpus Christi, Construction Inspections ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 18rain days have been set for this Project. An extension of time due to rain days will be considered only after 18 rain days have been exceeded in a calendar year Supplementary Conditions 007300- 1 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Supplementary Conditions 007300-2 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 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 �■ Not Required discharge. To include long-term environmental impact for the disposal of poll u to nts/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 ❑ Required ■ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required Not Required ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between [8:00] a.m. and [7:00] p.m. unless other times are specifically authorized in writing by OAR. SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Constructi Proje Determination on Type ct (WD) No Type Supplementary Conditions 007300-3 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 TX-342 Building Supplementary Conditions 007300-4 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 General Decision Number:TX190216 03/15/2019 TX216 Superseded General Decision Number:TX20180248 State:Texas Construction Type: Building Counties: Matagorda and Refugio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of$10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO,the contractor must pay all workers in any classification listed on this wage determination at least$10.60 per hour(or the applicable wage rate listed on this wage determination, if it is higher)for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination,the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 1 03/15/2019 * ASBE0022-003 12/01/2018 Supplementary Conditions 007300-5 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 Rates Fringes ASBESTOS WORKER/HEAT& FROST INSULATOR........................$ 24.38 13.30 ---------------------------------------------------------------- ASBE0087-010 01/01/2018 Refugio County Rates Fringes ASBESTOS WORKER/HEAT& FROST INSULATOR........................$ 22.72 10.02 ---------------------------------------------------------------- BOI L0074-003 01/01/2017 Rates Fringes BOILERMAKER......................$ 28.00 22.35 ---------------------------------------------------------------- IRON0066-008 09/01/2018 Refugio County Rates Fringes IRONWORKER, REINFORCING AND STRUCTURAL.......................$ 22.05 6.73 ---------------------------------------------------------------- IRON0084-003 06/01/2018 Matagorda County Rates Fringes IRONWORKER, STRUCTURAL AND REINFORCING......................$ 23.77 7.12 ---------------------------------------------------------------- LAB00154-001 05/01/2008 Rates Fringes Laborers: (Mason Tender- Cement/Concrete).................$ 12.98 3.49 ---------------------------------------------------------------- P LU M 0068-002 10/01/2018 Rates Fringes Supplementary Conditions 007300-6 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 PLUMBER..........................$ 35.60 11.04 ---------------------------------------------------------------- PLUM0142-004 07/01/2017 Refugio County Rates Fringes Plumber........................$30.25 11.80 ---------------------------------------------------------------- SUTX2009-103 04/20/2009 Rates Fringes BRICKLAYER.......................$ 19.67 0.00 CARPENTER........................$ 13.18 0.00 CEMENT MASON/CONCRETE FINISHER...$ 13.27 0.00 ELECTRICIAN......................$ 20.00 3.11 LABORER: Common or General......$ 12.02 0.00 LABORER: Landscape& Irrigation.......................$ 8.50 0.22 LABORER: Mason Tender- Brick...$ 12.02 0.00 LABORER: Mortar Mixer...........$ 12.00 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 13.75 0.00 OPERATOR: Bulldozer.............$ 12.80 0.43 OPERATOR: Crane.................$ 21.33 0.00 OPERATOR: Forklift..............$ 14.58 0.00 OPERATOR: Loader(Front End)....$ 10.54 0.00 PAINTER: Brush, Roller and Spray............................$ 12.26 0.00 ROOFER...........................$ 13.64 1.80 Supplementary Conditions 007300-7 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 SHEET METALWORKER...............$ 17.00 0.00 TILE SETTER......................$ 15.00 0.00 TRUCK DRIVER.....................$ 11.24 0.35 ---------------------------------------------------------------- WELDERS- Receive rate prescribed for craft performing operation to which welding is incidental. ------------------------------------------------------ ------------------------------------------------------ Note: Executive Order(EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO,the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care;to assist a family member (or person who is like family to the employee)who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee)who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination.The classifications are listed in alphabetical order of"identifiers"that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Supplementary Conditions 007300-8 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 Union Rate Identifiers Afour letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198.The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA)governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based.The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100%of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union Supplementary Conditions 007300-9 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 average rate. OH indicates the state.The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year,to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter?This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory,then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes,then an interested party(those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Supplementary Conditions 007300- 10 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.)that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.)All decisions by the Administrative Review Board are final. ------------------------------------------------------ ------------------------------------------------------ END OF GENERAL DECISION ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 A/E-Chuck Anastos Associates, LLC 361-884-4422 Architect-Chuck Anastos, AIA 361-884-4422 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks& Recreation Department 361-826-3461 Supplementary Conditions 007300- 11 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 Public Agencies/Contacts Phone Number Street Department 361-826-1875 City Street Div.for Traffic Signals 361-826-1610 Solid Waste& Brush 361-826-1973 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications (Network Operations Center) 1-888-632-0931 Centu ryl-i n k 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 07 54 19 Polyvinyl-Chloride Roofing ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: 1. See Section 0133 01 SUBMITTAL REGISTER Supplementary Conditions 007300- 12 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 END OF SECTION Supplementary Conditions 007300- 13 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 009101 ADDENDUM NUMBER_I_ Woodsboro & Bloomington Pump Stations—Roof Project: Repairs Project Number: Owner: City of Corpus Christi 18092A&1809A_� City Engineer: J.H. Edmonds, P.E. m Designer: Chuck Anastos,AIA Addendum No. I Specification Section:00 9101 Issue Date: 14 May 2019 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 Approved by: Chuck Anastos Associates, LLC Chuck Anastos, AIA 14 May 2019 D A en q Addendum No. I addresses the amended date time,an locotion of the non-mandatory Pre-Bid Conference in 70 3 SECTION 00 2113 Invitation to Bid and Instructions to F I Bidders ARTICLE 4—Pre-Bid Conference, ITEM 4.01 Includes: Attachment No. I—SECTION 00 2113 ob�� Ict 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 8N Acknowledgement Form may render the Bid asnon-responsive and serve as the basis for rejecting the Bid. Addendum No._]� 009101'1 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#1809ZA& l8093A Rev 01-13-2016 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. Not Applicable. ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): 1. Not Applicable 2.02 AMEND SPECIFICATIONS(OR TECHNICAL SPECIFICATIONS) A. SECTION 00 2113 SECTION TITLE—Invitation to Bid and Instructions to Bidders Article 4— Pre-Bid Conference: AMEND: Article 4—PRE-BID CONFERENCE by deleting: "A non-mandatory pre-bid conference for the Project will be held on Monday May 27th, 2019 at 2:00 pm at the following location:" City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 Add the following: "A non-mandatory pre-bid conference for the Project will be held on Tuesday May 28th, 2019 at 10:00 am at the following location:" Woodsboro Pump Station 132 Toupes Road Refugio,Texas 78377 ARTICLE 3- MODIFICATIONS TO THE DRAWINGS 3.01 Not Applicable ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Not Applicable. Addendum No. 1 00 9101-2 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 01-13-2016 4.02 CLARIFICATIONS A. Not Applicable, END OF ADDENDUM NO. 1 I Addendum No. 1 00 91 01-3 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A&18093A Rev 01-13-2016 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: Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Prosect#18092A&18093A A. The City of Corpus Christi Water Department proposes to repair the Woodsboro and Bloomington Pump Station building roofs which houses the facilities electrical services and pump rooms. 1. The work will include approximately 5,800 SF of roof replacement (per building), interior metal ceiling panels in pump room, some exterior metal wall panels, and replacement of existing lighting with energy efficient LED light fixtures at the existing 18092A—Woodsboro Pump Station Building and 18093A—Bloomington Pump Station Building (2 separate locations). Two additive alternate per building include Additive Alternates#1A and#2A(Foamed-In-Place Under Deck Insulation in Pump Rooms) and Additive Alternates#113 and#213 (Rooftop Walk Pads). 2.02 The Engineer's Opinion of Probable Construction Cost for the Project Base Bid Building 18092A and Base Bid Building 18093A is $420,000.00 . The Project is to be substantially complete and ready for operation within 120 days. An additional time of 5 days per building for Additive Alternates # 1A and #2A will be allotted. An additional time of 5 days per building for Additive Alternates # 113 and #213 will be allotted. 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:OOpm on Wednesday June 12th, 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. Invitation to Bid and Instructions to Bidders Addendum No. 1-Attachment No.1 002113- 1 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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. Bid Security as detailed in Article 8 of this Section must be submitted in accordance with paragraph 3.04. 3.04 If submitting a hard copy bid or bid security, 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 -Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project No(s). 18092A&18093A 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 the date and time shown in paragraph 3.01, at the following location: City of Corpus Christi City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 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 on Tuesday May 28th, 2019 at 10:00 am at the following location: Woodsboro Pump Station 132 Toupes Road Refugio,Texas 78377 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 Addendum No. 1-Attachment No.1 002113-2 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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 answers Invitation to Bid and Instructions to Bidders Addendum No. 1-Attachment No.1 002113-3 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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 the Bid Security as an attachment to their bid. The original Bid Bond, 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 of this Section. 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 2. 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 Addendum No. 1-Attachment No.1 002113-4 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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 in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 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 Invitation to Bid and Instructions to Bidders Addendum No. 1-Attachment No.1 002113-5 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 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 Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE with the date Bid 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 will,at its discretion,award the contract to the lowest responsible bidder for the base bid — Building 18092A and base bid — Building 18093A combined, plus any combination of Add or Deduct Alternates. 15.02 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. 15.03 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. 15.04 The Bidder is required to submit bids for all Additive Alternates. Any Bid submitted with a "No Bid" on Additive Alternates 1A, #113,#2A, and#213 will be considered a nonresponsive Bid. Invitation to Bid and Instructions to Bidders Addendum No. 1-Attachment No.1 002113-6 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 15.05 The Bids will be evaluated based on the following order of priority, subject to the availability of funds: A. Total Base Bid—Building 18092A and Base Bid—Building 18093A-OR- B. Total Base Bids- Building 18092A and Base Bid—Building 18093A plus any combination of Additive Alternates#1A,#113, #2A and #213- 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 00 GENERAL CONDITIONS. 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%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and Article 6 of the Supplementary Conditions set 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 Engineering Services 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 executed Contract 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. Invitation to Bid and Instructions to Bidders Addendum No. 1-Attachment No.1 002113-7 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 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 00 GENERAL CONDITIONS. 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 or contract award process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding or award process,the City may, in its discretion, reject the Bid. 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. Invitation to Bid and Instructions to Bidders Addendum No. 1-Attachment No.1 002113-8 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 10/2018 I. Bids received from a Bidder identified on a list prepared and maintained by the Texas Comptroller under Chapter 2252 of the Texas Government Code. 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. 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 is 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 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) resources, workforce, equipment and supervision/supervisory staff; (iii) past performance to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or Invitation to Bid and Instructions to Bidders Addendum No.1-Attachment No. 1 002113-9 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 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 Addendum No.1-Attachment No. 1 002113- 10 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 009101 ADDENDUM NUMBER 2 Woodsboro&Bloomington Pump Stations—Roof Project: Repairs Project Number: Owner: City of Corpus Christi 18092A&18093A-------- City 8093A _ __City Engineer: J.H. Edmonds, P.E. Ci ir � Designer: Chuck Anastos,AIA Addendum No. 2 Specification Section: 00 9101 Issue Date: 07 Jun 2019 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: Chuck Anastos Associates, LLC Chuck Anastos,AIA 07 Jun 2019 Name Date Addendum Items: DA H.qy �►oA Addendum No. 2 addresses Additive Alternates Al and B1 scope of work. In lieu of using underdeck spray-on " insulation to meet energy standards, we will utilize the new roof system with a R19 min.ridged insulation. This is called N>` 10133 Py or in SECTION 00 30 01 Bid Form Item Q1—Additive qrF 0 F Alternate No.Al for building 18092A and Item S1— Additive Alternate No.B1 for building 18093A. Includes:Attachment No.1—SECTION 00 30 01 -?.-Uwe 19 ClIW §#§STOS WOCIVIS, 11(- ARTICLE [CARTICLE 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. Addendum No. 2 009101-1 Woodsboro Pump Station Roof Repair&Bloomington Pump Station Roof Repair Project#18092A&18093A Rev 01-13-2016 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. Not Applicable, ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS, 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS(OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections(or Technical Specifications): 1. Not Applicable 2.02 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) A. SECTION 00 30 01 SECTION TITLE—Bid Form Item Q1—Additive Alternate No.Al for Building 18092A and Item S1—Additive Alternate No. 131 for Building 18093A: AMEND: Remove the following: Item C4—Install linear metal ceiling panels in Pump Room-Building 18092A. Item K4—Install linear metal ceiling panels in Pump Room—Building 18093A Item Q1-Additive Alternate No.Al-18092A Foamed-In-Place Insulation. Item S1-Additive Alternate No. B1-18093A Foamed-In-Place Insulation. ARTICLE 3-MODIFICATIONS TO THE DRAWINGS 3.01 Not Applicable ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Will under-deck mounted insulation be required to be reinstalled in Pump Room? 4.02 CLARIFICATIONS A. No, ridged insulation board is part of the roof system to be installed as part of this project. It will have a minimum R19 value to meet the energy budget requirements. Addendum No. 2 00 9101-2 Woodsboro Pump Station Roof Repair&Bloomington Pump Station Roof Repair Project#18092A&18093A Rev 01-13-2016 END OF ADDENDUM NO, 2 Addendum No. 2 00 9101-3 Woodsboro Pump Station Roof Repair&Bloomington Pump Station Roof Repair Project it 18092A&18093A Rev 01-13-2016 00 30 01 BID FORM Project Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Name: Project 18092A& 1893A Number: Owner: City of Corpus Christi Bidder: OAR: T.B.D. Designer: CHUCK ANASTOS ASSOCIATES, LLC Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid - Building 18092A Part A-Division 1 General Requirements-BUILDING 18092A (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization (not to exceed 5%total contract price) LS 1 $ - $ - A2 Bonds and Insurance LS 1 $ - $ - A3 Permits LS 1 $ - $ - SUBTOTAL PART A-GENERAL(Items Al thru A3) $ - Part B-Existing Conditions -BUILDING 18092A (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 131 Remove interior lights LS 1 $ - $ - 132 Remove exterior wall pack light fixtures LS 1 $ - $ - B3 Remove damaged under-roof mounted insulation-Pump LS 1 $ - $ - Room g4 Remove exterior hollow metal doors EA 4 $ - $ - SUBTOTAL PART B-Existing Conditions(Items B1 thru 64) $ - Part C-Division 5 -BUILDING 18092A(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Repair/ Replace exterior metal wall panel w/flashing(up SF 120 $ - $ two girts) C2 Install Galvalume gutter and downspouts system LS 1 $ - $ - C3 Patch removed skylights with metal panel and support LS 1 $ - $ - bracing C—F IRStalI IiRe,r metal eeiliRg PaRels it Diem.+ Dia.m -S-F 3800 SUBTOTAL PART C-Division 7(Items C1 thru C4) v $r - Part D-Division 6 (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 I Install new fiberglass doors and frames EA 4 $ - $ - SUBTOTAL PART D-Division 6(Items D1 thru 131) $ - Bid Form- Project(s)#18092A and 18093A 00 30 01- Page 1 of 5 Woodsboro Pump Station Roof Repair and Bloomington Pump Station Roof Repair Rev 10/2018 Addendum No.2 Attachment No. 1 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part E-Division 7 -BUILDING 18092A(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 PVC Membrane Roof system SF 5800 $ - $ - E2 ISealant LS 1 $ - $ SUBTOTAL PART E-Division 7(Items E1 thru E2) $ - Part F-Division 9 -BUILDING 18092A (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 jPaint replaced/repaired exterior wall panels to adjacent LS 1 $ - $ - SUBTOTAL PART F-Division 9(Item F1 thru F1) $ - Part G-Division 26 -BUILDING 18092A(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 Install new LED Hi-bay light fixtures EA 11 $ - $ - G2 Install Electrical Room LED ceiling light fixtures EA 20 $ - $ - G3 Install LED light fixtures in pit EA 8 $ - $ - G4 Install LED emergency lighting EA 6 $ - $ - G5 Install interior LED wall light fixtures EA 16 $ - $ - G6 Install interior LED wall mounted vapor-tight fixtures EA 10 $ - $ - G7 Install Exterior LED wall pack fixtures EA 5 $ - $ - SUBTOTAL PART G-Division 23(Items G1 thru G7) $ - Part H-ALLOWANCES No.1-BUILDING 18092A(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) Allowance for Unanticipated Improvements at Building H1 18092A- if applicable LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART H-ALLOWANCES (H1 thru H1) $ 15,000.00 Base Bid - Building 18093A Part I-Division 1 General Requirements-BUILDING 18093A (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 Mobilization (not to exceed 5%total ontract price) LS 1 $ - $ - 12 Bonds and Insurance LS 1 $ - $ - 13 Permits LS 1 $ - $ - SUBTOTAL PART I-GENERAL(Items 11 thru 13) $ - Part J-Existing Conditions-BUILDING 18093A (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) J1 lRemove interior lights LS 1 $ - $ - J2 1 Remove exterior wall pack light fixtures LS 1 $ - $ - Bid Form- Project(s)#18092A and 18093A 00 30 01- Page 2 of 5 Woodsboro Pump Station Roof Repair and Bloomington Pump Station Roof Repair Rev 1012018 Addendum No.2 Attachment No. 1 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT J3 Remove damaged under-roof mounted insulation - Pump LS 1 $ - $ - Room J4 Remove exterior hollow metal doors EA 4 $ - $ - SUBTOTAL PART J-Existing Conditions(Items J1 thru J4) $ Part K-Division 5-BUILDING 18093A(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) K1 Repair/ Replace exterior metal wall panel w/flashing (up SF 120 $ - $ two girts) K2 Install Galvalume gutter and downspouts system LS 1 $ - $ - K3 Patch removed skylights with metal panel and support LS 1 - - bracing $ $ K4 install IiRear nett- ,.ding paRels ;n omi+p o ,ry -S-F X899 a $ SUBTOTAL PART K-Division 5(Items K1 thru K4) $ - Part L-Division 6-BUILDING 18093A (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) L1 lInstall new fiberglass doors and frames EA 4 $ - $ - SUBTOTAL PART L-Division 6(Items Ll thru Ll) $ - Part M-Division 7-BUILDING 18093A (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) M1 PVC Membrane Roof system SF 5800 $ - $ M2 ISealant LS 1 $ - $ - SUBTOTAL PART M-Division 7(Items M1 thru M2) $ - Part N-Division 9-BUILDING 18093A(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) N1 I Paint replaced/repaired exterior wall panels to adjacent LS 1 $ - $ - SUBTOTAL PART N-Division 9(Item N1 thru N1) $ - Part 0-Division 26 -BUILDING 18093A(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 Install new LED Hi-bay light fixtures EA 11 $ - $ - 02 Install Electrical Room LED ceiling light fixtures EA 20 $ - $ - 03 Install LED light fixtures in pit EA 8 $ - $ 04 Install LED emergency lighting EA 6 $ - $ - 05 Install interior LED wall light fixtures EA 16 $ - $ - 06 Install interior LED wall mounted vapor-tight fixtures EA 10 $ - $ - 07 Install Exterior LED wall pack fixtures EA 5 $ - $ - SUBTOTAL PART O-Division 23(Items 01 thru 07) $ - Bid Form- Project(s)# 18092A and 18093A 00 30 01- Page 3 of 5 Woodsboro Pump Station Roof Repair and Bloomington Pump Station Roof Repair Rev 10/2018 Addendum No.2 Attachment No. 1 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY I AMOUNT Part P-ALLOWANCES No.2-BUILDING 18093A(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) Allowance for Unanticipated Improvements at Building ESUBTOTAL 18092A- if applicable LS 1 $ 15,000.00 $ 15,000.00 PART P-ALLOWANCES (P1 thru PI) $ 15,000.00 BID SUMMARY - BUILDING 18092A SUBTOTAL PART A- BUILDING 18092A-GENERAL (Items Al thru A3) $ - SUBTOTAL PART B- BUILDING 18092A- EXISTING CONDITIONS (Items 131 thru 64) $ - SUBTOTAL PART C- BUILDING 18092A- DIVISION 5 (Items C1 thru C4) $ - SUBTOTAL PART D- BUILDING 18092A- DIVISION 6 (Items D1 thru D1) $ - SUBTOTAL PART E- BUILDING 18092A- DIVISION 7 (Items E1 thru E2) $ - SUBTOTAL PART F- BUILDING 18092A- DIVISION 9(Items F1 thru F2) $ - SUBTOTAL PART G - BUILDING 18092A- DIVISION 23 (Items G1 thru G7) $ - SUBTOTAL PART H - BUILDING 18092A- DIVISION 26 (Items H1 thru 1-11) $ 15,000.00 TOTAL PROJECT BASE BID-BUILDING 18092A(PARTS A THRU H) $ 15,000.00 Part Q-ADDITIVE ALTERNATE No.Al(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) n' dative Alt8FRate NE) Al _ 18092A Peameedd in Place SUBTOTAL PART Q-ALLOWANCES (Ql thru Q1) $ - Part R-ADDITIVE ALTERNATE No.A2(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) R1 Additive Alternate No. A2- 18092A Rooftop Walkpad LS 1 $ - $ - SUBTOTAL PART R-ALLOWANCES (111 thru Rl) $ - BID SUMMARY - BUILDING 18093A SUBTOTAL PART I - BUILDING 18093A-GENERAL (Items 11 thru 13) $ - SUBTOTAL PART J - BUILDING 18093A- EXISTING CONDITIONS (Items J1 thru J4) $ - SUBTOTAL PART K- BUILDING 18093A- DIVISION 5 (Items K1 thru K4) $ - SUBTOTAL PART L- BUILDING 18093A- DIVISION 6 (Items L1 thru L1) $ - SUBTOTAL PART M - BUILDING 18093A- DIVISION 7 (Items M1 thru M2) $ - SUBTOTAL PART N - BUILDING 18093A- DIVISION 9 (Items N1 thru N2) $ - SUBTOTAL PART 0 - BUILDING 18093A- DIVISION 23 (Items 01 thru 07) $ - SUBTOTAL PART P - BUILDING 18093A- DIVISION 26 (Items P1 thru P1) $ 15,000.00 TOTAL PROJECT BASE BID-BUILDING 18093A(PARTS I THRU P) $ 15,000.00 Part S-ADDITIVE ALTERNATE No. 131(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) Bid Form- Project(s) tt 18092A and 18093A 00 30 01- Page 4 of 5 Woodsboro Pump Station Roof Repair and Bloomington Pump Station Roof Repair Rev 10/2018 Addendum No.2 Attachment No. 1 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT /additive,Alternate NA 91 153A Peamed '^ D1 $ $ SUBTOTAL PART S-ALLOWANCES (S1 thru Si) $ Part T-ADDITIVE ALTERNATE No. B2(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) T1 jAdditive Alternate No. B2- 18093A Rooftop Walkpad LS 1 $ - $ - SUBTOTAL PART T-ALLOWANCES (T1 thru Tl) $ Contract Times Bidder agrees to reach Substantial Completion in 1 120 Jdays Bidder agrees to reach Final Completion in 1 150 Jdays Bid Form- Project(s)#18092A and 18093A 00 30 01- Page 5 of 5 Woodsboro Pump Station Roof Repair and Bloomington Pump Station Roof Repair Rev 10/2018 Addendum No.2 Attachment No. 1 18092A& 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump St... Report Created On:6/12/19 7:50:30 PM PROJECT: 18092A & 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump Station Roof Repair BIDDER: Coast to coast construction TOTAL BID: COMPLETION TIME: Not Required BIDDER INFO: 302 laurel Dr Corpus Christi,TX 78404 P: 3615103193 F: 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 COAST TO COAST CONSTRUCTION INC (type or print name of company) on: June 12, 2019 @ 02:00pm for Project #18092A & 18093A - Woodsboro Pump Station Roof Repair& Bloomington Pump Station. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. To submit the original bid security or if submitting hard copy bids, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-Woodsboro Pump Station Roof Repair&Bloomington Pump Station, Project No. 18092A & 18093A. 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—BIDDER'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 the terms and conditions of SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder acknowledges that Owner, at its discretion, will correct mathematical errors contained in the Bid and will conform bid items in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 2.04 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. 2.05 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form 003000- 1 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 Addendum No. Addendum Date Signature Acknowledging Receipt #1 05/15/2019 #2 06/07/2019 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 Bid Acknowledgement Form 003000-2 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations,explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 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. 3.13 As required by Chapter 2270, Texas Government Code, Bidder hereby verifies that it does not boycott Israel and will not boycott Israel through the term of this Contract. For purposes of this verification, "boycott Israel" means refusing to deal with,terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ 474,138 Add/ Deduct Alternate 1 $ 40,000 Add/ Deduct Alternate 2 $ 40,000 A. The Bidder selected for award of the Contract will be the Lowest Responsible Bidder that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates. 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. 4.02 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. Bid Acknowledgement Form 003000-3 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 A. Extended amounts have been computed in accordance with Paragraph 15.03 of SECTION 00 72 00 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, plus any combination of Add or Deduct Alternates. ARTICLE 5—EVALUATION OF BIDDERS 5.01 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 responsive, 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, correct mathematical errors or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 120 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 17.16 of the General Conditions within 150 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 17.16 of the General Conditions within the number of days indicated in Section 00 30 01 BID FORM. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. Bid Acknowledgement Form 003000-4 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 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. G. SECTION 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—ETHICAL BEHAVIOR 10.01 Bidder certifies that Bidder's officers,employees and agents will not attempt to lobby or influence a vote or recommendation related to this Bid, directly or indirectly,through any contact with City Council members or other City officials from the date the Bid is submitted to the City until a Contract is executed by the City Manager or designee, except that comments are allowed to be made at a public meeting held under the Texas Open Meetings Act. ARTICLE 11—SIGNATORY REQUIREMENTS FOR BIDDERS 11.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 11.02 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. 11.03 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. 11.04 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 Bid Acknowledgement Form 003000-5 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 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. 11.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 12-BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: COAST TO COAST CONSTRUCTION INC (typed or printed full legal name of Bidder) By: -51:;� — (individual's signature) Name: SAM HAMED (typed or printed) Title: PRESIDENT (typed or printed) Attest: +��G�IP.ykv (individual's si nature) State of Residency: TEXAS Federal Tax Id. No. Address for giving notices: 302 LAUREL DR CORPUS CHRISTI TX 78404 Phone: 361-510-3193 Email: samcoast@yahoo.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 003000-6 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 18092A& 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump St... Report Created On:6/12/19 7:50:30 PM BID TOTALS BASE BID 18092A Total Part A- Division 1 General Requirements- BUILDING 18092A $22,717.00 Part B- Existing Conditions - BUILDING 18092A $12,000.00 Part C- Division 5 - BUILDING 18092A $15,900.00 Part D- Division 6- BUILDING 18092A $20,000.00 Part E- Division 7 BUILDING 18092A $79,952.00 Part F- Division 9 BUILDING 18092A $1,500.00 Part G- Division 26 - BUILDING 18092A $76,000.00 Part H -Allowances A- BUILDING 18092A $15,000.00 Total $243,069.00 BASE BID 18093A Total Part I - Division 1 General Requirements- BUILDING 18093A $22,717.00 Parti- Existing Conditions - BUILDING 18093A $12,000.00 Part K- Division 5 - BUILDING 18093A $15,900.00 Part L- Division 6- BUILDING 18093A $20,000.00 Part M -Division 7- BUILDING 18093A $79,952.00 Part N- Division 9- BUILDING 18093A $1,500.00 Part O- Division 26 - BUILDING 18093A $76,000.00 Part P-Allowances B- BUILDING 18093A $15,000.00 Total $243,069.00 ADDITVE ALTERNATE A2 Total Part R-ADDITIVE ALTERNATE No.A2 $3,000.00 Total $3,000.00 ADDITIVE ALTERNATE B2 Total Part T-ADDITIVE ALTERNATE No. B2 $3,000.00 Total $3,000.00 18092A& 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump St... Report Created On:6/12/19 7:50:30 PM Part A-Division 1 General Requirements-BUILDING 18092A No. Description Unit Qty Unit Price Ext Price Al Mobilization(not to exceed 5%total LS 1 $10,717.00 $10,717.00 contract price) A2 Bonds&Insurance LS 1 $9,000.00 $9,000.00 A3 Permits LS 1 $3,000.00 $3,000.00 Sub Total: $22,717.00 Part B-Existing Conditions -BUILDING 18092A No. Description Unit Qty Unit Price Ext Price B1 Remove interior lights LS 1 $3,000.00 $3,000.00 B2 Remove exterior wall pack light fixtures LS 1 $2,000.00 $2,000.00 B3 Remove damaged under-roof mounted LS 1 $3,000.00 $3,000.00 insulation-Pump Rm B4 Remove exterior hollow metal doors EA 4 $1,000.00 $4,000.00 Sub Total: $12,000.00 Part C-Division 5 -BUILDING 18092A No. Description Unit Qty Unit Price Ext Price C1 Repair/ Replace exterior metal wall SF 120 $20.00 $2,400.00 panel w/flashing(up two girts) C2 Install Galvalume gutter and LS 1 $3,500.00 $3,500.00 downspouts system C3 Patch removed skylights with metal LS 1 $10,000.00 $10,000.00 panel and support bracing Sub Total: $15,900.00 Part D-Division 6-BUILDING 18092A No. Description Unit Qty Unit Price Ext Price D1 Install new fiberglass doors and frames EA 4 $5,000.00 $20,000.00 Sub Total: $20,000.00 18092A& 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump St... Report Created On:6/12/19 7:50:30 PM Part E-Division 7 -BUILDING 18092A No. Description Unit Qty Unit Price Ext Price E1 PVC Membrane Roof system SF 5800 $13.44 $77,952.00 E2 Sealant LS 1 $2,000.00 $2,000.00 Sub Total: $79,952.00 Part F-Division 9 -BUILDING 18092A No. Description Unit Qty Unit Price Ext Price F1 Paint replaced/repaired exterior wall LS 1 $1,500.00 $1,500.00 panels to adjacent Sub Total: $1,500.00 Part G-Division 26 -BUILDING 18092A No. Description Unit Qty Unit Price Ext Price G1 Install new LED Hi-bay light fixtures EA 11 $1,000.00 $11,000.00 G2 Install Electrical Room LED ceiling light EA 20 $1,000.00 $20,000.00 fixtures G3 Install LED light fixtures in pit EA 8 $1,000.00 $8,000.00 G4 Install LED emergency lighting EA 6 $1,000.00 $6,000.00 G5 Install interior LED wall light fixtures EA 16 $1,000.00 $16,000.00 G6 Install interior LED wall mounted vapor- EA 10 $1,000.00 $10,000.00 tight fixtures G7 Install Exterior LED wall pack fixtures EA 5 $1,000.00 $5,000.00 Sub Total: $76,000.00 Part H-Allowances A-BUILDING 18092A No. Description Unit Qty Unit Price Ext Price H1 Allowance for Unanticipated LS 1 $15,000.00 $15,000.00 Improvements at Building 18092A-if applicable Sub Total: $15,000.00 18092A& 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump St... Report Created On:6/12/19 7:50:30 PM Part I-Division 1 General Requirements-BUILDING 18093A No. Description Unit Qty Unit Price Ext Price 11 Mobilization(not to exceed 5%total LS 1 $10,717.00 $10,717.00 contract price) 12 Bonds&Insurance LS 1 $9,000.00 $9,000.00 13 Permits LS 1 $3,000.00 $3,000.00 Sub Total: $22,717.00 Part J-Existing Conditions -BUILDING 18093A No. Description Unit Qty Unit Price Ext Price J1 Remove interior lights LS 1 $3,000.00 $3,000.00 J2 Remove exterior wall pack light fixtures LS 1 $2,000.00 $2,000.00 J3 Remove damaged under-roof mounted LS 1 $3,000.00 $3,000.00 insulation-Pump Rm J4 Remove exterior hollow metal doors EA 4 $1,000.00 $4,000.00 Sub Total: $12,000.00 Part K-Division 5 -BUILDING 18093A No. Description Unit Qty Unit Price Ext Price K1 Repair/ Replace exterior metal wall SF 120 $20.00 $2,400.00 panel w/flashing(up two girts) K2 Install Galvalume gutter and LS 1 $3,500.00 $3,500.00 downspouts system K3 Patch removed skylights with metal LS 1 $10,000.00 $10,000.00 panel and support bracing Sub Total: $15,900.00 Part L-Division 6-BUILDING 18093A No. Description Unit Qty Unit Price Ext Price L1 Install new fiberglass doors and frames EA 4 $5,000.00 $20,000.00 Sub Total: $20,000.00 18092A& 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump St... Report Created On:6/12/19 7:50:30 PM Part M-Division 7-BUILDING 18093A No. Description Unit Qty Unit Price Ext Price M1 PVC Membrane Roof system SF 5800 $13.44 $77,952.00 M2 Sealant LS 1 $2,000.00 $2,000.00 Sub Total: $79,952.00 Part N-Division 9-BUILDING 18093A No. Description Unit Qty Unit Price Ext Price N1 Paint replaced/repaired exterior wall LS 1 $1,500.00 $1,500.00 panels to adjacent Sub Total: $1,500.00 Part O-Division 26 -BUILDING 18093A No. Description Unit Qty Unit Price Ext Price 01 Install new LED Hi-bay light fixtures EA 11 $1,000.00 $11,000.00 02 Install Electrical Room LED ceiling light EA 20 $1,000.00 $20,000.00 fixtures 03 Install LED light fixtures in pit EA 8 $1,000.00 $8,000.00 04 Install LED emergency lighting EA 6 $1,000.00 $6,000.00 05 Install interior LED wall light fixtures EA 16 $1,000.00 $16,000.00 06 Install interior LED wall mounted vapor- EA 10 $1,000.00 $10,000.00 tight fixtures 07 Install Exterior LED wall pack fixtures EA 5 $1,000.00 $5,000.00 Sub Total: $76,000.00 Part P-Allowances B-BUILDING 18093A No. Description Unit Qty Unit Price Ext Price P1 Allowance for Unanticipated LS 1 $15,000.00 $15,000.00 Improvements at Building 18093A-if applicable Sub Total: $15,000.00 18092A& 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump St... Report Created On:6/12/19 7:50:30 PM Part R-ADDITIVE ALTERNATE No.A2 No. Description Unit Qty Unit Price Ext Price R1 Additive Alternate No.2- 18092A LS 1 $3,000.00 $3,000.00 Rooftop Walkpad Sub Total: $3,000.00 Part T-ADDITIVE ALTERNATE No.B2 No. Description Unit Qty Unit Price Ext Price T1 Additive Alternate No.4- 18093A LS 1 $3,000.00 $3,000.00 Rooftop Walkpad Sub Total: $3,000.00 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 XX 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: COAST TO COAST CONSTRUCTION INC (typed or printed) By: ,a — (signature--attach evidence of authority to sign) Name: SAM HAMED (typed or printed) Title: PRESIDENT Business address: 302 LAUREL DR CORPUS CHRISTI TX 78404 Phone: 361-510-3193 Email: samcoast@yahoo.com END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A 10/2018 00 30 05 City of Corpus Christi Disclosure of Interest CITY OF CORPUS CHRISTI 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: COAST TO COAST CONSTRUCTION INC STREET P. O. BOX: ADDRESS CITY: 302 LAUREL DR CORPUS CHRISTI STATE: TX ZIP: 78404 _ FIRM IS: 1. Corporation X❑ 2. Partnership ❑ 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an ownership interest" constituting 3%or more of the ownership in the above named"firm.' Name N/A Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 00 30 05—1 Woodsboro Pump Station Roof Repair&Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 01/2016 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: SADA HAMEL) Title: PRE.SnENT (Type or Print) Signature of Certifying Person: Date: 06/12/2019 _y DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 00 30 05—1 Woodsboro Pump Station Roof Repair&Bloomington Pump Station Roof Repair Project# 18092A& 18093A Rev 01/2016 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: Woodsboro Pump Station Roof Repair&Bloomington Pump Station Roof Repair Project#18092A&18093A Bidder certifies that 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: COAST TO COAST CONSTRUCTION INC (typed or printed) By: — (signature--attach evidence of authority to sign) Name: SAM HAMED (typed or printed) Title: PRESIDENT Business address: 302 LAUREL DR CORPUS CHRISTI TX 78404 Phone: 361-510-3193 Email: samcoastaVahoo com END OF SECTION Non-Collusion Certification 003006- 1 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A 10/2018 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due, or earlier if required by the Bid Documents, to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). 3. "Environmental Protection Agency' includes, but is not limited to the Texas Commission on Environmental Quality (the "TCEQ"), the United States Environmental Protection Agency (the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers, the Texas Department of State Health Services, the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder, the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five (5)years. 2. Whether the Bidder's response reveals more than one (1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death, within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder. The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE, AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 5. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS. Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A TABLE 1—ORGANIZATION INFORMATION Organization doing business as: COAST TO COAST CONSTRUCTION INC Business Address of Principal Office 302 LAUREL DR CORPUS CHRISTI TX 78404 Telephone No. Website Form of Business (check one) 2 Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation 02/2012 Chief Executive Officer's Name President's Name SAM HAMED Vice President's Name(s) SHAUKY HAMED Secretary's Name SAM HAMED Treasurer's Name SHAUKY HAMED If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date NA Indicators of Organization Size Average number of current full-time employees 110 Average estimate of revenue for the current year 11.8 MILLION Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A Table 1—Organization Information Organization doing business as: I COAST To COAST CONSTRUCTION INC Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 NA 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year 12019 1 EMR 10 1 Year 12018 EMR 10 1 Year 12017 1 EMR Previous Bidding and Construction Experience—Answer all question Yes or No. Has Bidder or a predecessor organization been debarred within the last 10 years? List debarring entities below and provide full details in a separate attachment if yes. NO X YES Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO X YES Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. NO X YES Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. NO X YES Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO X YES Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. NO X YES Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A Table 2—Project Information Organization doing business as: I COAST To COAST CONSTRUCTION INC Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager SHAUKY HAMED Superintendent SHAUKY HAMED Safety Manager SAM HAMED Quality Control Manager SAM HAMED Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price roofing impereal roofing 60 Electrical will be detrmined after award 15 doors self performed Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A Table 3—Projects Awarded during the Last 5 Years Organization doing business as: COAST TO COAST CONSTRUCTION INC Proiect Information Project PORT LAVACA OFFICE RENOVATION AND ADDITION Description RENOVATION OF COMMUNITY BUILDING AND THE ADDITION OF NI-11RCE BUI LDI NG Name Reference Contact Information Project Owner PORT LAVACA HOUSING AUTHORITY PORT LAVACA OFFICE RENOVATION AND ADDITION Name/Title BIB DYKEMA Telephone 361-882-8171 Email Project Designer DYKEMA ARCHITICTS ( BIBI DYKEMA) Project Budget and Performance Original Final Contract #Contract # Days Contract Price $370,000 Price $385,000 Days 90 Late 0 Issues/Claims/ NONE Litigation: Proiect Information Project Name Leander Police Department Site Improvement Project Description SITE IMPROVEMNETS FOR NEW UTILITY AND PARKING LOT Reference Contact Information Project Owner City of Leander TX Name/Title Joy Simonton PURCHASING DIRECTOR Telephone 512-528-2730 Email I jsimonton@leandertx.gov Project Designer I David Achterberg / BRINKLEY SARGENT WIGINTON ARCHITECTS Project Budget and Performance Original Final Contract #Contract # Days Contract Price 368,000 Price 378,000 Days 70 Late 0 Issues/Claims/ NONE Litigation: Proiect Information Project Name UNIVERSITY OF HOUSTON IN VICTORIA Description VARIOUS IMPROVEMENTS FOR THE PAST 12 YEARS Reference Contact Information Project Owner UNIVERSITY OF HOUSTON IN VICTORIA Name/Title JOHN BURKE/CONSTRUCTION MANAGER Telephone 361-570-4821 Email Burke)@uhv.edu Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ NONE Litigation: Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: COAST TO COAST CONSTRUCTION INC Proiect Information Project Name BEST WESTERN HOTEL PORT ARANSAS Description RENOVATIONOFSOROOMSHOTELANDTIE CONSTRUCTIONOFNEWT- TORYBWLIN. Reference Contact Information Project Owner VINCE VERNMON 361-331-1749 Name/Title OWNER Telephone 361-331-1749 Email vince.vanorman@gmail.com Project Designer TOTAL DESIGN FOUR Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price 1.5 MILLION Days 14 MONTHS Late 0 Issues/Claims/ NONE Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Protect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Protect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5) years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes. The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. NO X YES Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5) years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes. The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. NO X YES Has the Bidder, within the past ten (10) years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. NO X YES The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? X Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? Xi Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑ Yes V No 4 Does the Bidder, or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding X Yes ❑ No ❑ N/A B. Excavation X Yes ❑ No ❑ N/A C. Cranes & Hoists ❑ Yes ❑ No X N/A D. Electrical X Yes ❑ No ❑ N/A Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: I COAST To COAST CONSTRUCTION INC E. Fall Protection X Yes ❑ No ❑ N/A F. Confined Spaces ;p Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No X N/A H. Demolition xi Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No c4 N/A J. Underground Construction ❑ Yes ❑ No m N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less 5 than or equal to the national average for North American Industrial Classification ❑Yes No System ("NAICS") Category 23 for each of the past five (5) years? Provide the Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder's 6 NCCI workers' compensation experience rating sheets for the past five (5) years in a ❑Yes No separate attachment. Has the Bidder had any OSHA inspections within the past six (6) months? Provide 7 documentation showing the nature of the inspection, the findings, and the magnitude ❑Yes 11 No of the issues in a separate attachment if yes. Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A Table 5 - Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated %of Contract Price NONE Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: COAST TO COAST CONSTRUCTION INC (typed or printed) By: (individual's signature) Name: SAM HAMED (typed or printed) Title: PRESIDENT (typed or printed) Designated Representative: Name: SAM AHMED Title: PRESIDENT Address: 302 LAUREL DR CORPUS CHRISTI TX 78404 Telephone No.: 361-510-3193 Email: samcoast@yahoo.com END OF SECTION Statement of Experience 004516-9 Woodsboro Pump Station Roof Repair& Bloomington Rev 10/2018 Pump Station Roof Repair Project# 18092A& 18093A PO Box 32577 Phone:577 315 25,10 A'aco,Texas 75703-42C,1 BID BOND Bond No. CNB-34273-00 KNOW ALL MEN BY THESE PRESENTS: THAT we, Coast to Coast Construction Inc as Principal, hereinafter called the Principal, and INSURORS INDEMNITY COMPANY, Waco, Texas, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi , as Obligee, hereinafter called the Obligee, in the amount of 5 %of the amount of this bid not to exceed 5% of the Greatest Amount Bid Dollars ($ 51/6 of 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 Woodsboro Pump Station Roof Repair,Bloomington Pump Station Roof Repair Project NOW, THEREFORE, If the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing and give bond with good and sufficient surety, or, in the event of the failure of the Principal to enter into such Contract and give such bond or bonds; if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect PROVIDED, HOWEVER neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, SEALED AND DATED this 12th day of June , 2019 Principal: Coast to Coast Construction Inc (Sear- By: 121 (title) Surety: INSURORS 1NDE NITY COMPANY (Seal) By: Z Tim Kirk,Attorney-in-Fact irsar,rsi��derrn ty:corr, Fc Box 32577 Frc^e 877 516 2801 Waco,Turas 757^,3-42aJ IMPORTANT NOTICE-AVISO IMPORTANTE To obtain information or make a complaint: You may call Insurors Indemnity Company's toll-free Para obtener informacion o para soneter una queja: telephone number for information or to make a complaint Usted puede hamar al raunero de telefono gratis de at: Insurors Indemnity Company's para informacion o para I-877-816-2800 someter una queja al You may also write to Insurors Indemnity Company at: 1-877-816-2800 P.O.Box 32577 Usted tanbien puede eseribir a Insurors Indemnity Waco,TX 76703-4200 Company: Or 2577 225 South Fifth Street P.O.Box Waco,TX 76701 Waco.TX X 767703-403-4 200 O You may contact the Texas Department of Insurance to 225 South Firth Street obtain information on companies,coverages,rights or Waco,TX 76701 complaints at Puede comunicarse con el Departamento de Seguros de 1-800-252-3439 Texas para obtener informacion acerca de eompanias, You may write the Texas Department of Insurance at: coberturas,derechos o quejas all Consumer Protection(11 I-IA) 1-800-252-3439 P.O.Box 149091 Puede escribir al Departamento de Sepros de Texas: Austin,TX 78714-909t Consumer Protection(I I I-IA) Fax:512-494-1007 P.O.Box 149091 Web: htm:,/www.tdi.tenas�ov Austin,TX 78714-9091 E-mail: Fax:5 12-490-1007 Web: htt Jwti w.tdi_texas.<nry PREMIUM OR CLAIM DISPUTES: F mail: Consumerl'otcction(h dr.texas_s_ov Should you have a dispute concerning your premium or about a claim,you should contact the agent or the company first. If the dispute is not resolved_you may DISPUTAS SOBRE PRIMAS O RECLAMOS: contact the Texas Department of Insurance. Si bene una disputa conoemiente a su prima o a un reclamo,dobe comunicarse con el agente o la compania ATTACH THIS NOTICETO YOUR POLICY: primero. Si no sc resuelve la disputa,puede entonces comunicarse con el departamento(— I-Dl)-This notice is for information only and does not become a part or condition of the attached document. UNA ESTE AVISO A 5U POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condition del documento adjunto. insurarsiac:err:nr,,..coir. POWER OF,ATTORNEY of INSURORS INDEMNITY COMPANYF 4 Waco, Texas KNOW ALL.PERSONS BY THESE PRESENTS: Number: CNB-34273-00 i I That INSURORS INDEMNITY COMPANY, tNaco. Texas, organized and existing under the taws of the State of Texas, and authorized and licensed to do business in the State of Texas and the United States o'America, does hereby makeconstitute and appoint Tim Kirk of the City of Cypress.State of TX as Attorney in Fact, with full power and au`:honty hereby conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety and as its act and deed,all of the following classes of document.to-wit Indemnily. Surety and Undertakings that may be desired by contract,or may be given in any action or proceeding in any court of law or equity: Indemnity in all cases where indemnity may be lawfully given and with full power and authority to execute consents and waivers to modify or change or extend any bond or document executed for this Company INSURORS INDEMNITY COMPANY mow. Attest •, a Tarriitty Tiepermirr, Secretary` Dave E Talbert President State of Texas County of McLennan Ort the 1111day of November 2014 before me a Notary Public in the State of Texas, personally appeared Dave E Talbert and Tammy Tieperman who being by me duly sworn,acknowledged that they executed the above Power of Attorney in their capacities as President,and Corporate Secretary, respectively, of insurors indemnity Company, and acknowledged said w Power of Attorney to be the voluntary act and deed of the oT puny i E Eltenst Curry i i Mt01Iey FildlG Barn d'raas Notary Public,State of Texas rktr i insurors Indemnity Company certifies that this Power of Attorney is granted under and by authority of the following resolutions of the Company adopted by the Board of Directors on November 11 2014 RESDLv D,that all bonds undertakings,contracts or other obligations may be executed in the name of the Company by persons appointed as Attorney in Fact pursuant to a Power of Attorney issued in accordance with these Resolutions. Said Power of Attorney shall be executed in the name and on behaif of the Company either by the Chairman and CEO or the President, under their respective designation The signature of such officer and the seal of the Company may be affixed by facsimile to any Power of Attorney and, unless subsequently revoked and subject to any limitation set forth therein,any such Power of Attorney or certificate bearing such fa simile signature and seat shall be valid and binding upon the Company and any such power so exacuied and certified by facsimile signature and seal shall be valid and binding upon the Company with respect to any bond or undertaking to which itis validly attached RESOLVED. that attorneys in Fact shall have the power and authority, subject to the terms and limitations of the Power of Attorney issued to them to execute and deliver on behalf of the Company and to attach the seal of the Company to any and ail bonds and undertakings and any such instrument executed oy such Attorneys in Fact shall be binding upon the Company as if signed by an Executve Officer and sealed and attested to by the Secretary or Assistant Secretary of the I (;omioany. 1.Tammy Tieperman,Se:retary of inswors indemnity Company. do hereby certify that the foregoing is a true excerpt tern the Resolutions of lhe said Company as adopted by its Board of Directors on November 11 2014_and that this Resolution is in r it force and•ffpct t certify-hal line foregoi ut Pon r or=;tterney>s in full fo-ce and effect and has not b.e'7 re ioked ri � L`itrfess 1Pa'herecF i have set my hand and rhe seal or '& RORS INDEfAril r i CO I ANY on this 12th dayo+ June 2019 f Tamm, T,eipernlan. l�ecretary N0rslip, ACU HAVE ANY 0UFST.1t7Nv REGARDING THE Val 1DITY OR WORDING vF THiS POV'VER OFA 1-7019NEV j I PL.AC L'00�)3..744 4=DR WR TF"'?t c=.T � - Y 2F8-, TP.:A.S 76 02 R EM,0 i-US AT � I u_ 18092A& 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump St... Report Created On:6/12/19 7:50:30 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE 18092A&18093A Addendum No. 1 06/11/2019 13:41:30 PM 18092A&18093A Addendum No. 2 06/11/2019 13:41:31 PM 18092A& 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump St... Report Created On:6/12/19 7:50:30 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs 18092A Specifications 5/24/19 9:23:08 AM Plans 18092A and 18093A Plans 5/24/19 9:23:15 AM Addenda 18092A&18093A Addendum No. 1 5/15/19 3:41:00 PM Addenda 18092A&18093A Addendum No. 2 6/8/19 10:15:25 AM Other 18092A&18093A Bidders Worksheet 5/24/19 9:23:15 AM Bidders Pre Bid Attendance Roster 6/9/19 10:13:56 AM 00 52 23 AGREEMENT This Agreement, for the Project awarded on August 13, 2019, is between the City of Corpus Christi (Owner) and Coast to Coast 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: Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Protect# 18092A& 18093A A. The City of Corpus Christi Water Department proposes to repair the Woodsboro and Bloomington Pump Station building roofs which houses the facilities electrical services and pump rooms. ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: CHUCK ANASTOS ASSOCIATES , LLC 453 EVERHART ROAD CORPUS CHRISTI,TX 78411 KMcCord@anastosassociates.com 2.02 The Owner's Authorized Representative for this Project is: Kent Power, P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg.#5 Corpus Christi, Texas 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 120 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 17.16 of the General Conditions within 150 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. Agreement 005223- 1 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$700.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 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 15.03 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 18092A + Base Bid 18093A+Add Alt A2 +Add Alt B2 $ 492,138.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223- 2 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 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 the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. 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 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 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 17.16 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 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. Agreement 005223-3 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. Agreement 005223-4 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR— Contract Documents must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, documents must be Attested; Agreement 005223-5 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. [SIGNATURE PAGE TO FOLLOW] Agreement 005223-6 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 ATTEST CITY OF CORPUS CHRISTI Digitally signed by Rebecca Hue a 7 DN:—Rebecca Huerta,o=City of Corpus Digitally signed by Jeff Edmonds Christi,ou=City Secretary, DN:cn=Jeff Edmonds,o,ou-Engineenng, wVlemail=rebeccah@cctexas.com,c=US ail-leffreye@cctexas.com,_US Date:2019.10.14 11:57:59-05'00' Data 2019.10.14 10:47:23-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services M2019-127 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 08-13-2019 L--/ _ Digitally signed by Kent Mcllyar DN:cn=Kent Mcllyar,c,ou, Digitally signed by RH/AB Z e' il=kentmc@cctexas.com,c=us RHAB Date:2019.10.141129:15-05'00' Date:2019.10.08 15:03:07-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Digitam Hamed Sam Hamed Date:2019.08.15 01ly 19.08.15gned y1s 739 05'00' Coast to Coast Construction Inc. signedHamed (Seal Below) By: Sam Hamed Datleally 019.08.15y1s1:17:55 05'00' Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 302 Laurel Drive Financial Officer Address Corpus Christi, Texas 78404 City State Zip 361/510-3193 Phone Fax samcoast@yahoo.com EMail END OF SECTION Agreement 005223-7 Woodsboro Pump Station Roof Repair& Bloomington Pump Station Roof Repair Project#18092A& 18093A Rev 10/2018 00 6113 PERFORMANCE BOND BOND NO. CNB -34273-00 Contractor as Principal Name: Coast to Coast Construction Inc Mailing address (principal place of business): 302 Laurel Dr Corpus Christi, TX 78404 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: Proiect No. 18092A & 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump Station Roof Repair Award Date of the Contract: August 13, 2019 Contract Price: 5492,138.00 Bond Date of Bond: B' s' - ��- la if (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Insurors Indemnity Company Mailing address (principal place of business): PO Box 2683 Waco, TX 76702 Physical address (principal place of business): 225 South 5th St Waco. TX 76701 Surety is a corporation organized and existing under the laws of the state of: Texas 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): 254-759-3830 Telephone (for notice of claim): 254-759-3830 Local Agent for Surety Name: Surety Insurance Services of Texas,LP Address: 15814 Lower Lake Drive Cypress, TX 77433 Telephone: 281-256-3830 Email Address: timkirk7 a@comcast.net 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: 1-8002523439 Performance Bond 00 61 13 -1 18092A & 18093A Woodsboro/ Bloomington Pmp Stas Roof Repairs 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 'Surety /� Signature: �� _ 7 ---74 Signature: Name: $47/Signature: �t,rQ / / Name: Tim Kirk Title: 7G° S / JC 4 Title: Attorney in Fact Email Address: SG Vr) po.s 69 "37 9* Email Address: timkirk7@comcast.net . co ,.r1 (Attach Power of Attorney and place surety seal below) u .``.; s ti - ,. u tar .- �% 1111111111111:''" END OF SECTION Performance Bond 18092A & 18093A Woodsboro/ Bloomington Pmp Stas Roof Repairs 006113-2 7-8-2014 • 1 INSURRS Ir. Ui MNi I • CU4I'ANILS POWER OF ATTORNEY of INSURORS INDEMNITY COMPANY Waco, Texas KNOW ALL PERSONS BY THESE PRESENTS: Number: CNB -34273-00 That INSURORS INDEMNITY COMPANY, Waco, Texas, organized and existing under the laws of the State of Texas, and authorized and licensed to do business in the State of Texas and the United States of America, does hereby make, constitute and appoint Tim Kirk of the City of Cypress, State of TX as Attorney in Fact, with full power and authority hereby conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety and as its act and deed, all of the following classes of document, to -wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; Indemnity in all cases where indemnity may be lawfully given and with full power and authority to execute consents and waivers to modify or change or extend any bond or document executed for this Company. INSURORS INDEMNITY COMP Attest:< --1 C.-mmLQ- fle"-vv‘e•-r By: Tammy Tiepen, Secretary Dave E. Talbert, President State of Texas County of McLennan On the 111" day of November, 2014, before me a Notary Public in the State of Texas, personally appeared Dave E. Talbert and Tammy Tieperman, who being by me duly sworn, acknowledged that they executed the above Power of Attorney in their capacities as President, and Corporate Secretary, re tively, of Insurors Indemnity Company. and acknowledged said Power of Attomey to be the voluntary act and deed of the Cm any. f Notary Public, State o exas Notary._ ITerea Lig Cna :.I. _:. '1,_3 Insurors Indemnity Company certifies that this Power of Attorney is granted under and by authority of the following resolutions of the Company adopted by the Board of Directors on November 11, 2014: RESOLVED, that all bonds, undertakings, contracts or other obligations may be executed in the name of the Company by persons appointed as Attorney in Fact pursuant to a Power of Attorney issued in accordance with these Resolutions. Said Power of Attorney shall be executed in the name and on behalf of the Company either by the Chairman and CEO or the President, under their respective designation. The signature of such officer and the seal of the Company may be affixed by facsimile to any Power of Attorney, and, unless subsequently revoked and subject to any limitation set forth therein, any such Power of Attorney or certificate bearing such facsimile signature and seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signature and seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attorneys in Fact shall have the power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and any such instrument executed by such Attorneys in Fact shall be binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary or Assistant Secretary of the Company. I, Tammy Tieperman, Secretary of Insurors Indemnity Company, do hereby certify that the foregoing is a true excerpt from the Resolutions of the said Company as adopted by its Board of Directors on November 11, 2014, and that this Resolution is in full force and effect. I certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Witness Whereof, I have set my hand and the seal of INSURORS INDEMNITY COMPANY on this 16th' day of August 2019 . C11C-N-r, 1t-.r�crYL ) Tammy Tiepe m : n, Secret NOTE: IF YOU HAVE ANY QUESTION REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, PLEASE CALL 800 933 7444 OR WRITE TO US AT P. O. BOX 32577, WACO, TEXAS 76703 OR EMAIL UB. AT' BONDDEPT(aa INSURORSINDEMNITY.COM. A INSU0Fr.S PO Box 32577 Phone: 877 816 2800 Waco, Texas 76703-4200 IMPORTANT NOTICE - AVISO IMPORTANTE To obtain information or make a complaint: You may call Insurors Indemnity Company's toll-free telephone number for information or to make a complaint at: 1-877-816-2800 You may also write to Insurors Indemnity Company at: P.O. Box 32577 Waco, TX 76703-4200 Or 225 South Fifth Street Waco, TX 76701 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 at: Consumer Protection (1 1 1-1 A) P.O. Box 149091 Austin, TX 78714-9091 Fax: 512-490-1007 Web: http://www.tdi.texas.gov 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 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. Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Insurors Indemnity Company's para informacion o para someter una queja al 1-877-816-2800 Usted tanbien puede escribir a Insurors Indemnity Company: P.O. Box 32577 Waco, TX 76703-4200 0 225 South Fifth Street Waco, TX 76701 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: Consumer Protection (111-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax: 512-490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. insurorsindemnity.com 00 6116 PAYMENT BOND BOND NO. CNB -34273-00 Contractor as Principal Name: Coast to Coast Construction Inc Mailing address (principal place of business): 302 Laurel Dr Corpus Christi. TX 78404 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. 18092A & 18093A Woodsboro Pump Station Roof Repair and Bloomington Pump Station Roof Repair Award Date of the Contract: August 13, 2019 Contract Price: $492.138.00 Bond pp / Date of Bond: ©v' /b - l ° /f (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Insurors Indemnity Company Mailing address (principal place of business): PO Box 2683 Waco, TX 76702 Physical address (principal place of business): 225 South 5th St Waco, TX 76701 Surety is a corporation organized and existing under the laws of the state of: Texas 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): 254-759-3830 Telephone (for notice of claim): 254-759-3830 Local Agent for Surety Name: Surety Insurance Services of Texas,LP Address: 15814 Lower Lake Drive Cypress, TX 77433 Telephone: 281-256-3830 Email Address: timkirk7 a@comcast.net 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 00 6116 -1 18092A & 18093A Woodsboro/ Bloomington Pmp Stas Roof Repairs 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 Princi I.-- Signature: Surety ��� Signature: t,..J Name: 5161/‘9 Pia,/1" Name: Tim Kirk Title: Ply 5( Ac rib Title: Attorney in Fact Email Address: Salm Loa SG" e9 y`11)d d •G° do Email Address: timkirk7@comcast.net (Attach Power of Attorney and place surety seal below) G V . aJ .c % �'nsl1► /'1 iiil:iil END OF SECTION Payment Bond Form 18092A & 18093A Woodsboro/ Bloomington Pmp Stas Roof Repairs 006116-2 7-8-2014 • r INSUM!RS ir. ni e,vi t" CO W I'ANIL. POWER OF ATTORNEY of INSURORS INDEMNITY COMPANY Waco, Texas KNOW ALL PERSONS BY THESE PRESENTS: Number: CNB -34273-00 That INSURORS INDEMNITY COMPANY, Waco, Texas, organized and existing under the laws of the State of Texas, and authorized and licensed to do business in the State of Texas and the United States of America, does hereby make. constitute and appoint Tim Kirk of the City of Cypress, State of TX as Attorney in Fact, with full power and authority hereby conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety and as its act and deed, all of the following classes of document, to -wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or equity; Indemnity in all cases where indemnity may be lawfully given and with full power and authority to execute consents and waivers to modify or change or extend any bond or document executed for this Company. INSURORS INDEMNITY COMP ill — l !� L Attest: G�w..+-�yy��-..V �-e-p.e.�w.�.e�� By: G----- 1-� Tammy Tiepen, Secretary State of Texas County of McLennan Dave E. Talbert, President On the 11'" day of November, 2014, before me a Notary Public in the State of Texas, personally appeared Dave E. Talbert and Tammy Tieperman, who being by me duly sworn, acknowledged that they executed the above Power of Attorney in their capacities as President, and Corporate Secretary, re tively, of Insurors Indemnity Company, and acknowledged said Power of Attorney to be the voluntary act and deed of the Cc rn any. Notary Public, State o e00) xas Notary ..ofTexas 1.1yCIT:a..^ ..31,'_1 Insurors Indemnity Company certifies that this Power of Attorney is granted under and by authority of the following resolutions of the Company adopted by the Board of Directors on November 11, 2014: RESOLVED, that all bonds, undertakings, contracts or other obligations may be executed in the name of the Company by persons appointed as Attorney in Fact pursuant to a Power of Attorney issued in accordance with these Resolutions. Said Power of Attorney shall be executed in the name and on behalf of the Company either by the Chairman and CEO or the President, under their respective designation. The signature of such officer and the seal of the Company may be affixed by facsimile to any Power of Attorney, and, unless subsequently revoked and subject to any limitation set forth therein, any such Power of Attorney or certificate bearing such facsimile signature and seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signature and seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached. RESOLVED, that Attorneys in Fact shall have the power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and any such instrument executed by such Attorneys in Fact shall be binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary or Assistant Secretary of the Company. I, Tammy Tieperman, Secretary of Insurors Indemnity Company, do hereby certify that the foregoing is a true excerpt from the Resolutions of the said Company as adopted by its Board of Directors on November 11, 2014, and that this Resolution is in full force and effect. I certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Witness Whereof, I have set my hand and the seal of INSURORS INDEMNITY COMPANY on this 16th day of August 2019 . Tammy Tieperm n, Secretary NOTE: IF YOU HAVE ANY QUESTION REGARDING THE VALIDITY OR WORDING OF THIS POWER t7F.ATTORNEY, PLEASE CALL 800 933 7444 OR WRITE TO US AT P. O. BOX 32577, WACO, TEXAS 76703 OR EMAIL. US -AT BONDDEPTeINSURORSINDEMNITY.COM. INSURtftS Phone: 877 816 2800 IMPORTANT NOTICE - AVISO IMPORTANTE To obtain information or make a complaint: You may call Insurors Indemnity Company's toll-free telephone number for information or to make a complaint at: 1-877-816-2800 You may also write to Insurors Indemnity Company at: P.O. Box 32577 Waco, TX 76703-4200 Or 225 South Fifth Street Waco, TX 76701 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 at: Consumer Protection (I 1 1-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax: 512-490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection(r�tdi.texas.eov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the 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. PO Box 32577 Waco, Texas 76703-4200 Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de Insurors Indemnity Company's para informacion o para someter una queja al 1-877-816-2800 Usted tanbien puede escribir a Insurors Indemnity Company: P.O. Box 32577 Waco, TX 76703-4200 0 225 South Fifth Street Waco, TX 76701 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: Consumer Protection (I 11 -IA) P.O. Box 149091 Austin, TX 78714-9091 Fax: 512-490-1007 Web: http://www.tdi.texas.eov E-mail: ConsumerProtection n,tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 1nsurorsindemnity.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 09/6/2019 JN Insurance Services Inc 26060 ACERO STE 888 MISSION VIEJO CA 92691-2768 (949) 390-8471 (877) 461-3834 COAST TO COAST CONSTRUCTION SHAUKY HAMED 11304 CONCHOS RIVER TRL AUSTIN TX 78717-4471 Security National Insurance Company A 6 6 6 Y NA110697704 04/16/2019 04/16/2020 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 CITY OF CORPUS CHRISTI is listed as Additional Insured on a blanket form. Woodsboro Pump Station&Bloomington Pump Station. Project #18092A&18093A 1201 Leopard Street Corpus Christi TX 78401 CITY OF CORPUS CHRISTI THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY 49-0108 07 11 May Include Copyrighted Material of Insurance Services Offices, Inc. Used with permission Page 1 of 1 BLANKET ADDITIONAL INSUREDS - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Policy Number: Endorsement Effective: 12:01 a.m. Named Insured Countersigned By: SCHEDULE Name of Person or Organization: Location: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II – Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only to the extent that the person or organization shown in the Schedule is held liable for your acts or omissions arising out of your ongoing operations performed for that insured. B.With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. The words “you” and “your” refer to the Named Insured shown in the Declarations. D.“Your work” means work or operations performed by you or on your behalf; and materials, parts or equipment furnished in connection with such work or operations. Primary Wording If required by written contract or agreement: Such insurance as is afforded by this policy shall be primary insurance, and any insurance or self-insurance maintained by the above additional insured(s) shall be excess of the insurance afforded to the named insured and shall not contribute to it. Waiver of Subrogation If required by written contract or agreement: We waive any right of recovery we may have against an entity that is an additional insured per the terms of this endorsement because of payments we make for injury or damage arising out of "your work" done under a contract with that person or organization. 4/16/2019NA110697704 Coast to Coast Construction, DBA: Coast to Coast Construction Any person or organization that the named insured is obligated by virtue of a written contract or agreement to provide insurance such as is afforded by this policy. ENDORSEMENT NO. ATTACHED TO AND FORMING A PART OF POLICY NUMBER ENDORSEMENT EFFECTIVE (STANDARD TIME) MO.DAY YR.12:01 INSURED PRODUCER AND CODE A.M. 01 SECURITY NATIONAL INSURANCE CO COAST TO COAST CONSTRUCTION BUILDERS & NA110697704 09 30 19 X SVC PER REQUEST,ADDED FORM CG0224 (10/93)-EARLIER NOTICE OF CANCELLATION PROVIDED BY US DATE 10-01-19 MJD Authorized Representative -INSURED-SBRASHAW JN INSURANCE SERVICES INC -JE097 TRADESMEN'S INS JE097 NA110697704 04-16-2019 2,000,000 2,000,000 1,000,000 1,000,000 100,000 5,000 11304 CONCHOS RIVER TRAIL,AUSTIN,TX 78717 RESIDENTIAL REMODELING 91340 12,750 (p)INCL 27.359 INCL 349 COMMERCIAL REMODELING 91342 12,750 (p)INCL 24.362 INCL 311 AND TENANT IMPROVEMENTS AND BETTERMENTS CONTRACTORS-SUBCONTRACT 91585 100,000 (c)INCL 3.425 INCL 343 WORK-IN CONNECTION WITH CONSTRUCTION,RECON- STRUCTION,REPAIR OR ERECTION OF BUILDINGS FAULTY WORKMANSHIP 73444 (c)INCL INCL 30 1,033 $ $ $ $ $ $ See Schedule of Applicable Forms -INSURED- NA110697704 30 USS PO Box 12058 Austin, TX 78711-2058 Print Cover Page TWFG INSURANCE SERVICES INC 1201 LAKE WOODLANDS DR STE 4020 THE WOODLANDS TX 77380-5015 CONFIDENTIALITY NOTICE: This communication may contain confidential, proprietary or privileged information and is intended only for the person to whom the communication is addressed. If you are not the intended recipient, please immediately notify Texas Mutual's information services center at (800) 859-5995 or information@texasmutual.com and destroy all copies of the communication as your use, disclosure, copying or storage of the communication is prohibited and may be a violation of state or federal law. J BRINDLEY 2019-09-24 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 99 03 01 Agent copy GENERAL CHANGE ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 9/23/19 at 12:01 a.m. standard time, forms a part of: Policy no. 0002021595 of Texas Mutual Insurance Company effective on 10/4/18 Issued to:Coast to Coast Construction Inc Premium change:$25.00 This is not a bill NCCI Carrier Code:29939 Endorsement no.2 Authorized representative 9/24/19 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 99 03 01 The policy to which this endorsement is attached is amended as shown below: Added WC 42 03 04 (Specific Waiver of Subrogation) in favor of: CITY OF CORPUS CHRISTI Added WC 42 06 01 (Texas Material Change) in favor of: CITY OF CORPUS CHRISTI Premium is determined at Final Audit. Extension of Information PageWorkers' Compensation and Employer's Liability Policy Policy number Issue date Policy period 0002021595 9/24/19 10/4/18 to 10/4/19 Item 3: Endorsement Schedule Agent copy This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 9/23/19 at 12:01 a.m. standard time, forms a part of: Policy no. 0002021595 of Texas Mutual Insurance Company effective on 10/4/18 Issued to:Coast to Coast Construction Inc Premium change:$25.00 This is not a bill NCCI Carrier Code:29939 Endorsement no.2 Authorized representative 9/24/19 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 00 00 01 B-ENDS State Endorsement Description 42 TM LRC 2008 Limited Reimbursement for Texas Employees Injured in Other Jurisdictions 42 TM MV 2011 Mutuals - Membership and Voting Notice 42 TM PC 2003 Policy Conditions Endorsement 42 WC 00 00 00 C Policy Conditions Form 42 WC 00 00 01 B Policy Coverage Document (Declarations Page) 42 WC 00 04 06 Premium Discount Endorsement 42 WC 00 04 14 Notification of Change in Ownership Endorsement 42 WC 00 04 22 B Terrorism Risk Insurance Act Coverage Endorsement 42 WC 42 03 01 I Texas Amendatory Endorsement 42 WC 42 03 04 B Specific Texas Waiver of Our Right To Recover from Others Endorsement 42 WC 42 04 07 Texas- Audit Premium and Retrospective Premium Endorsement 42 WC 42 04 08 A Network Discount Endorsement 42 WC 42 06 01 Specific Texas Notice of Material Change Endorsement j WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 03 04 B Agent copy This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 9/23/19 at 12:01 a.m. standard time, forms a part of: Policy no. 0002021595 of Texas Mutual Insurance Company effective on 10/4/18 Issued to:Coast to Coast Construction Inc Premium change:$25.00 This is not a bill NCCI Carrier Code:29939 Endorsement no.2 Authorized representative 9/24/19 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1.(X)Specific Waiver Name of person or organization CITY OF CORPUS CHRISTI ( )Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2.Operations:1201 LEOPARD ST CORPUS CHRISTI, TX 78401 3.Premium: The premium charge for this endorsement shall be 5.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4.Advance Premium: Subject to Final Audit WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 06 01 Agent copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 9/23/19 at 12:01 a.m. standard time, forms a part of: Policy no. 0002021595 of Texas Mutual Insurance Company effective on 10/4/18 Issued to:Coast to Coast Construction Inc Premium change:$25.00 This is not a bill NCCI Carrier Code:29939 Endorsement no.2 Authorized representative 9/24/19 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com | (800) 859-5995 | Fax (800) 359-0650 WC 42 06 01 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice:30 2. Notice will be mailed to:CITY OF CORPUS CHRISTI 1201 LEOPARD ST CORPUS CHRISTI, TX 78401 US