Loading...
HomeMy WebLinkAboutC2019-635 - 10/29/2019 - Approved cpsLiS Ciimm V MCavOPG�0 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on October 29, 2019, is between the City of Corpus Christi (Owner)and CPC Interests, LLC dba Clark Pipeline Services (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: Citywide Water Distribution System IDIQ Program (Year 1) Protect No.19037A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering—J. Douglas McMullan,P.E. 2725 Swantner Corpus Christi,Texas 78404 dougm@urbaneng.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel,PMP—Asst.Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg#5 Corpus Christi,Texas 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This project will be executed by multiple indefinite quantity Delivery Orders as required by the City,in accordance with the plans,specifications and contract documents. Each Delivery Order will stipulate the Substantial Completion date and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. • Agreement 00 52 23-1 #19037A Citywide Water Distribution System IDIQ Program Year 1 v 0/ 0 9 k., N ED CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITYWIDE WATER DISTRIBUTION SYSTEM INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) PROGRAM (YEAR 1) PROJECT NUMBER 19037A 0 '� *�l . ..............................! J.DOUGLAS AfiCI.�OtIAN Cityof ..........� Corpusr7 � Iq o� j � Christi [ tF URBAN ENGINEERING 2725 Swantner Carpus Christi, Texas 78404 (361) 854-3101 TBPE FIRM No: 145 TBPLS FIRM No: 10032400 CONFORMED Record Drawing Number WTR - 471 AUGUST 2019 UE Job No: 33760.69.03 CITY OF CORPUS CHRISTI FRONT END DOCUMENTS INDEX Division/ Title Section Division 00 Procurement and Contracting Requirements 00 00 00 Cover 00 01 00 Table of Contents(Rev.11-14-2018) 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) Division 01 General Requirements 011100 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 021020 Site Clearing and Stripping 021040 Site Grading 022020 Excavations and Backfill for Utilities Citywide Water Distribution System 000100- 1 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)— Project No. 19037A Rev 11/2018 Division/ Title Section 022021 Control of Groundwater Water 022022 Trench Safety for Excavation 022100 Select Material 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025424 Hot Mix Asphaltic Concrete Pavement (Class A) 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeve and Tapping Valves 026411 Gate Valves For Waterlines 026416 Fire Hydrants 027205 Fiberglass Manholes 028020 Seeding 028040 Sodding 028200 Mailbox Relocation 028300 Fence Relocation 028320 Chain Link Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel Citywide Water Distribution System 000100- 2 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)— Project No. 19037A Rev 11/2018 Division/ Title Section 038000 Concrete Structures Part T Technical Specifications Technical Special Provisions 01200 Existing Obstructions 02203 Utility Easement R.O.W Clearing and Restoration 02204 Ditch Cleaning and Shoulder Restoration 02340 Boring and Casing Roadways and Railroads 02342 Open Cutting and Casing 02449 Installation of Utilities by Horizontal Directional Drilling 02450 Installation of Utilities by Pipe Bursting 02512 Fusible Polyvinyl Chloride Pipe 02620 Storm Water Pollution Prevention 05020 Welding 09910 Painting 15060 Miscellaneous Piping 15104 Gate Vales 15108 Combination Air Release and Vacuum Valves APPENDIX 1 Example Delivery Order Citywide Water Distribution System 000100- 3 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)— Project No. 19037A 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: Citywide Water Distribution System Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1) Project No. 19037A A. This project consist of City-wide waterline improvements which includes removal and abandonment of existing 4" to 24" (max)waterlines, the installation of new 4" to 24" (max) waterlines by open trenching, pipe bursting, horizontal directional drilling, boring and jacking, boring and casing, new fire hydrants, valves, fittings, services, pavement repair, and other miscellaneous items required to complete the project. Work will be executed with multiple indefinite delivery, indefinite quantity (IDIQ) delivery orders as required, in accordance with the plans, specifications, and contract documents. Each delivery order will stipulate the substantial completion date, as shown in the appended example delivery orders.The initial contract will be for a one (1)year(12-calendar months) base contract,with two (2) optional one (1)year (12-calendar month) extensions. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $5, 000,000. This Project will be executed by multiple indefinite delivery indefinite quantity delivery orders as required by the City, in accordance with the plans,specifications,and contract documents. Each delivery order will stipulate the Substantial Completion date, is to be completed according to the terms of the delivery order, and is to be 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 Wednesday,September 11, 2019 at 2:00 PM,to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. Invitation to Bid and Instructions to Bidders Citywide Water Distribution System 002113- 1 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A 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 Contracts and Procurement Department City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: Contracts and Procurement Bid—Citywide Water Distribution System Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Program—Project No. 19010A 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, 1st. Floor Contracts and Procurement 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, August 27, 2019 at 10:00 AM, at the following location: City Hall Building, 1st Floor Contracts and Procurement 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 Citywide Water Distribution System 002113-2 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A 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. Questions must be submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening, in order for responses to be posted. 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 Citywide Water Distribution System 002113-3 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A 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 thejob 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 1-year budge amount. If the bid exceeds 1-year budget, 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 Citywide Water Distribution System 002113-4 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A 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 Citywide Water Distribution System 002113-5 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A 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, 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 City intends to award this INDEFINITE DELIVERY/ INDEFINITE QUALITY(ID/IQ) CONTRACT for $5,000,000 over a 1 year period with 2 possible 1 year renewals. Renewal will be based on Contractor's successful performance of Delivery Orders, approval by the Owner,and concurrence from the Contractor. The renewal will allow for an economic adjustment, based upon published Invitation to Bid and Instructions to Bidders Citywide Water Distribution System 002113-6 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 and acceptable indices.The Owner will issue individual delivery orders with specific bid items and quantities from the Contractor's proposed unit prices. Emergency Delivery Orders, as determined by the City, may be issued under this Contract. For Emergency Delivery Orders, the Contractor shall be on-site within three (3) hours to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving authorization to proceed. The Contractor may be required to respond to and complete up to two (2) Emergency and/or Non-Emergency sites at the same time. In the case of Emergency Delivery Orders, the Contractor shall also be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s) has/have been rectified and the danger to the Public has been resolved. To accommodate the increased costs associated with the Emergency Work, a "Coefficient for Emergency Work" of 1.5 will be included in applicable D. O. This coefficient shall be applied to the Bid Items to determine the final cost of the Emergency Repair(s). The Contractor shall have the following materials stock piled onsite in case of an emergency: a. 2000-ft. of 4-inch C-900 DR18 PVC Pipe. b. 2000-ft. of 6-inch C-900 DR18 PVC Pipe. C. (2)4-inch gate valves. d. (2) 6-inch gate valves. The bid documents include hypothetical scenarios that establish unit costs and to gain an understanding of the type and scope of anticipated delivery orders. However, there shall be no expectation (by Contractor) that all bid items and/or quantities will be awarded in this Contract and that the hypothetical scenarios presented in the plans cover every possible scenario that may arise throughout this project. The Contract award value is based on current anticipated budget allocations. The Contractor will have no basis for a claim against the City, if the actual delivery order total is less. 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. Invitation to Bid and Instructions to Bidders Citywide Water Distribution System 002113-7 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 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. 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 Invitation to Bid and Instructions to Bidders Citywide Water Distribution System 002113-8 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 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. 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. Invitation to Bid and Instructions to Bidders Citywide Water Distribution System 002113-9 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 I. Previous environmental violations resulting in fines or citations by a governmental entity(i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid,which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of 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 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 Citywide Water Distribution System 002113-10 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A 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: City of Corpus Christi, Texas Urban Engineering B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Newly installed waterline and appurtenances per each Delivery Order issued. 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 Supplementary Conditions Citywide Water Distribution System 007300- 1 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Condition 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. Delete Paragraph 5.06 entirely and insert the following: "5.06 Hazardous Environmental Condition at site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner". Supplementary Conditions Citywide Water Distribution System 007300- 2 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 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 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 pollutants/contaminants. Required if excavation>3 ft. Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required XD Not Required Supplementary Conditions Citywide Water Distribution System 007300-3 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 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 Sun up and Sundown unless other times are specifically authorized in writing by the 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 Determination Construction Type Project Type (WD) No TX-21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Supplementary Conditions Citywide Water Distribution System 007300-4 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 General Decision Number: TX190021 01/04/2019 TX21 Superseded General Decision Number: TX20180031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) 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 $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2)-(60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 2.58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7.68 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8.72 ---------------------------------------------------------------- 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 https://www.wdol.gov/wdol/scafiles/davisbacon/TX21.dvb?v=0[1/14/2019 4:48:53 PM] 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) . Union Rate Identifiers A four 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, 1000 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 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 https://www.wdol.gov/wdol/scafiles/davisbacon/TX21.dvb?v=0[1/14/2019 4:48:53 PM] 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: 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 https://www.wdol.gov/wdol/scafiles/davisbacon/TX21.dvb?v=0[1/14/2019 4:48:53 PM] General Decision Number: TX190029 01/04/2019 TX29 Superseded General Decision Number: TX20180040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . 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 $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2)-(60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 10.69 Structures. . . . . . . . . . . . . . . . . .$ 13.61 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 11.67 Flagger. . . . . . . . . . . . . . . . . . . . .$ 8.81 Laborer, Common. . . . . . . . . . . . .$ 10.25 Laborer, Utility. . . . . . . . . . . .$ 11.23 Pipelayer. . . . . . . . . . . . . . . . . . .$ 11.17 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.51 PAINTER (Structures) . . . . . . . . . . . . .$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 14.25 Asphalt Paving Machine. . . . . .$ 13.44 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17.00 Motor Grader, Fine Grade. . . .$ 17.74 Motor Grader, Rough. . . . . . . . .$ 16.85 TRUCK DRIVER https://www.wdol.gov/wdol/scafiles/davisbacon/TX29.dvb?v=0[1/25/2019 8:23:32 AM] Lowboy-Float. . . . . . . . . . . . . . . .$ 16.62 Single Axle. . . . . . . . . . . . . . . . .$ 11.61 ---------------------------------------------------------------- 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) . Union Rate Identifiers A four 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. https://www.wdol.gov/wdol/scafiles/davisbacon/TX29.dvb?v=0[1/25/2019 8:23:32 AM] 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, 1000 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 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: 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. ---------------------------------------------------------------- https://www.wdol.gov/wdol/scafiles/davisbacon/TX29.dvb?v=0[1/25/2019 8:23:32 AM] END OF GENERAL DECISION https://www.wdol.gov/wdol/scafiles/davisbacon/TX29.dvb?v=0[1/25/2019 8:23:32 AM] ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES A. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Urban Engineering 361-854-3101 J. Douglas McMullan, P. E. Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 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 1-888-632-0931 (Network Operations Center) Centuryl-ink 361-208-0730 W i ndstrea m 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 Supplementary Conditions Citywide Water Distribution System 007300-5 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 025223 Crushed Limestone Flexible Base 026206 Ductile Iron Pipe and Fittings 026210 Polyvinyl Chloride Pipe 026404 Water Service Lines 026409 Tapping Sleeve and Tapping Valves 026411 Gate Valves For Waterlines 026416 Fire Hydrants 030020 Portland Cement Concrete 02340 Boring and Casing Roadways and Railroads 02449 Installation of Utilities by Horizontal Directional Drilling 02450 Installation of Utilities by Pipe Bursting 02512 Fusible Polyvinyl Chloride Pipe 02608 Fiberglass Manholes 15104 Gate Vales 15108 Combination Air Release and Vacuum Valve ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description Submit Redline Drawings for each Delivery Order Submit O&M Manuals (as Required) END OF SECTION Supplementary Conditions Citywide Water Distribution System 007300-6 Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No. 19037A Rev 10/2018 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 CF �`%ga,\ t (type or print name of company) on: Wednesday, September 11, 2019 at 2:00 PM, for Citywide Water Distribution System Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)—Project No.19037A 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 Contracts and Procurement Department 1201 Leopard Street Corpus Christi,Texas 78401 Attention: Contracts and Procurement Bid- Citywide Water Distribution System Indefinite Delivery/Indefinite Quantity(IDIQ)Program (Year 1)—Project No.19037A All envelopes and packages(including FEDEX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 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 0129 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: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form Citywide Water Distribution System 00 30 00-1 Indefinite Delivery/Indefinite Quantity(IDIQ) Program(Year 1)—Project No.19037A Rev 10/2018 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress,and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost, progress,and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs,Bidder agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. Bid Acknowledgement Form Citywide Water Distribution System 003000-2 Indefinite Delivery/Indefinite Quantity(IDIQ) Program(Year 1)—Project No.19037A Rev 10/2018 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 at the unit prices shown in the BID FORM. 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. Bid Acknowledgement Form Citywide Water Distribution System 003000-3 Indefinite Delivery/Indefinite Quantity(IDIQ)Program(Year 1)—Project No.19037A Rev 10/2018 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. 5.04 The City intends to award this INDEFINITE DELIVERY/INDEFINITE QUALITY(ID/IQ)CONTRACT for $5,000,000 over a 1 year period with 2 possible 1 year renewals. Renewal will be based on Contractor's successful performance of Delivery Orders,approval by the Owner,and concurrence from the Contractor.The renewal will allow for an economic adjustment, based upon published and acceptable indices.The Owner will issue individual delivery orders with specific bid items and quantities from the Contractor's proposed unit prices. Emergency Delivery Orders, as determined by the City, may be issued under this Contract. For Emergency Delivery Orders, the Contractor shall be on-site within three (3) hours to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and have in place ALL mitigation measures to prevent further damage to public and private property within six(6) hours of receiving authorization to proceed. The Contractor may be required to respond to and complete up to two (2) Emergency and/or Non-Emergency sites at the same time. In the case of Emergency Delivery Orders,the Contractor shall also be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s) has/have been rectified and the danger to the Public has been resolved. To accommodate the increased costs associated with the Emergency Work, a "Coefficient for Emergency Work"of 1.5 will be included in applicable D. 0.This coefficient shall be applied to the Bid Items to determine the final cost of the Emergency Repair(s). The Contractor shall have the following materials stock piled onsite in case of an emergency: a. 2000-ft.of 4-inch C-900 DR18 PVC Pipe. b. 2000-ft.of 6-inch C-900 DR18 PVC Pipe. C. (2)4-inch gate valves. d. (2)6-inch gate valves. The bid documents include hypothetical scenarios that establish unit costs and to gain an understanding of the type and scope of anticipated delivery orders. However, there shall be no expectation (by Contractor)that all bid items and/or quantities will be awarded in this Contract and that the hypothetical scenarios presented in the plans cover every possible scenario that may arise throughout this project.The hypothetical quantities shown in the Bid Form are not intended for award but will be used for bid evaluation purposes ONLY. Bid Acknowledgement Form Citywide Water Distribution System 003000-4 Indefinite Delivery/Indefinite Quantity(IDIQ) Program(Year 1)—Project No.19037A Rev 10/2018 The Contract award value is based on current anticipated budget allocations.The Contractor will have no basis for a claim against the City,if the actual delivery order total is less. ARTICLE 6—TIME OF COMPLETION 6.01 This Project will be executed by multiple indefinite quantity Delivery Orders as requires by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, as shown in the Appended Example Delivery Orders,and is to be eligible for Final Payment 30 days after the date for Substantial Completion. 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 above in Paragraph 6.01. 6.03 The initial contract duration shall be 12 months and will be subject to renewal for up to two (2) additional 12-months periods. Each delivery order will be issued with an allowable working time (calendar days)and will be based on the durations identified in the Working Time Table. Non-Emergency Delivery Orders —The working time begins and the Contractor shall mobilize, place traffic controls and commence work within 24 hours of receiving written notice from the Owner Authorized Representative (OAR) to proceed. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to order provision of this Contract, $750.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon the production rates shown in the table below. Emergency Delivery Orders—The working time begins and the Contractor shall be required to be on-site within three(3) hours of receiving written notice from the OAR to proceed to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The contractor shall begin actual work and shall have in place ALL mitigation measures to prevent further damage to public and private property within six(6)hours of receiving written notice from the OAR to proceed. In the case of Emergency Delivery Orders,the Contractor shall be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s)have been rectified and the danger to the Public has been resolved. For each calendar day that any work remains incomplete after the time specific in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of the Contract, $750.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon production rates shown in the table below. Bid Acknowledgement Form Citywide Water Distribution System 003000-5 Indefinite Delivery/Indefinite Quantity(IDIQ) Program(Year 1)—Project No.19037A Rev 10/2018 WORKING TIME TABLE Description Typical Work Time(Days) Allowed for each Delivery Order Non-Emergency Emergency Mobilization 3 Days/D.0. 1 Day/D.0 Remove&Replace Water Line 7 Days/600 LF 5 Days j 600 LF (Up to 6 ft.of Cover) Rehab Water Line Pipeburst(Up to 6 ft.of Cover) 7 Days/600 LF 5 Days/600 LF Install Temporary Water Supply for Pipe Bursting 2 Days/600 LF 1 Day/60OLF Well Pointing for Lines 1 Day/400 LF 0.5 Day/400 LF Remove&Replace Driveway or Sidewalk 2 Day/400 SF 1 Day/400 SF Install Gate Valve 1 Day/2 Valves 0.5 Day/2 Valves Install Fire Hydrant 2 Days/Fire Hydrant 1 Day/Fire Hydrant Install Service 1 Day/3 Services 0.5 Day/3 Services Install Pavement(Across Street Curb to Curb) 2 Days/Cut 1 Day/Cut Install Pavement(Along Street) 2 Days/600 LF 1 Day j 600 LF Fence Removal 1 Day/100 LF 0.5 Day/100 LF Clear&Grub 1 Day/500 SY 0.5 Day/500 SY Hydrostatic Test 1 Day 1 Day Bacteriologic Test 3 Days 3 Days Note: Working Time shown in this table is in CALENDAR DAYS. Emergency Delivery orders require a 3 hour response ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. G. SECTION 00 4516 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. Bid Acknowledgement Form Citywide Water Distribution System 003000-6 Indefinite Delivery/Indefinite Quantity(IDIQ)Program(Year 1)—Project No.19037A Rev 10/2018 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 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. Bid Acknowledgement Form Citywide Water Distribution System 003000-7 Indefinite Delivery/Indefinite Quantity(IDIQ)Program(Year 1)—Project No.19037A Rev 10/2018 ARTICLE 12—BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: tA � � ,,� S2v, cc s (typed or printed full legal n of Bidde_ By: (individual's sign Name: UAe, VL C. (typed or printed) Title: c (typed or printed) Attest: Ifi I AA (individual's signat State of Residency: Federal Tax Id. No. 3`{I aoS Address forgiving notices: (022 Phone: 1101 ,Ci2ii —Sv-ZZ Email: A r4,}(,1 C' 1"I'�pJ,`,L (Attach evidence of authority to sign if the authori ed individual is o 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 Citywide Water Distribution System 003000-8 Indefinite Delivery/indefinite Quantity(IDIQ) Program (Year 1)-Project No.19037A Rev 1012018 CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11/2019 1:38:44 PM BID TOTALS BASE BID Total Part A General $284,557.00 Part B Waterline Improvements $4,147,793.00 Part C $60,000.00 Total $4,492,350.00 Part A General No. t Description Unit Qty Unit Price Ext Price Al Mobilization(Maximum 5%of Project LS 1 $224,200.00 $224,200.00 Total) A2 Bonds and Insurance(Maximum of 2.5% LS 1 $60,180.00 $60,180.00 of Project Total) A3 Ozone Advisory Day Day 1 $177.00 $177.00 Sub Total: $284,557.00 Part B Waterline Improvements No. Description Unit Qty Unit Price Ext Price B1 Remove and Dispose of 2"Diam.CIP LF 200 $14.16 $2,832.00 and DIP Waterline(Up to 6-ft of Cover) B2 Remove and Dispose of 4"Diam.CIP LF 200 $17.70 $3,540.00 and DIP Waterline(Up to 6-ft of Cover) B3 Remove and Dispose of 6"Diam.CIP LF 200 $31.86 $6,372.00 and DIP Waterline(Up to 6-ft of Cover) B4 Remove and Dispose of 8"Diam,CIP LF 200 $33.04 $6,608.00 and DIP Waterline(Up to 6-ft of Cover) B5 Remove and Dispose of 12"Diam.CIP LF 200 $38.15 $7,630.00 and DIP Waterline(Up to 6-ft of Cover) B6 Remove and Dispose of 16"Diam.CIP LF 200 $41.69 $8,338.00 and DIP Waterline(Up to 6-ft of Cover) B7 Remove and Dispose of 24"Diam.CIP LF 200 $45.23 $9,046.00 and DIP Waterline(Up to 6-ft of Cover) B8 Remove and Dispose of 2"Diam.ACP LF 50 $29.50 $1,475.00 Waterline(Up to 6-ft of Cover) CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9111/2019 1:38:44 PM B9 Remove and Dispose of 4"Diam.ACP LF 50 $31.86 $1,593.00 Waterline(Up to 6-ft of Cover) B10 Remove and Dispose of 6"Diam.ACP LF 50 $33.04 $1,652.00 Waterline(Up to 6-ft of Cover) B11 Remove and Dispose of 8"Diam.ACP LF 50 $35.40 $1,770.00 Waterline(Up to 6-ft of Cover) B12 Remove and Dispose of 12"Diam.ACP LF 20 $40.51 $810.20 Waterline(Up to 6-ft of Cover) B13 Remove and Dispose of 16"Diam.ACP LF 20 $50.74 $1,014.80 Waterline(Up to 6-ft of Cover) B14 Remove and Dispose of 24"Diam.ACP LF 20 $54.28 $1,085.60 Waterline(Up to 6-ft of Cover) B15 Extra Depth for Waterline Removals for LF 50 $39.33 $1,966.50 Each Vertical For Over 6-ft of Cover, Added Linearly Along the Trench(All Pipe Sizes) B16 Furnish and Install 4"Diam.C900 DR18 LF SO $22.11 $1,105.50 PVC Waterline(Up to 6-ft of Cover) B17 Furnish and Install 6"Diam.C900 DR18 LF 50 $26.07 $1,303.50 PVC Waterline(Up to 6-ft of Cover) B18 Furnish and Install 8"Diam.C900 DR18 LF 50 $39.24 $1,962.00 PVC Waterline(Up to 6-ft of Cover) B19 Furnish and Install 12"Diam.C900 DR18 LF 50 $58.00 $2,900.00 PVC Waterline(Up to 6-ft of Cover) B20 Furnish and Install 16"Diam.C900 DR18 LF 50 $89.92 $4,496.00 PVC Waterline(Up to 6-ft of Cover) B21 Furnish and Install 24"Diam.C900 DR18 LF 50 $140.23 $7,011.50 PVC Waterline(Up to 6-ft of Cover) B22 Furnish and Install 4"Diam.DIP LF SO $56.69 $2,834.S0 Waterline(Up to 6-ft of Cover) B23 Furnish and Install 6"Diam.DIP LF 50 $52.45 $2,622.50 Waterline(Up to 6-ft of Cover) B24 Furnish and Install 8"Diam.DIP LF 50 $54.60 $2,730.00 Waterline(Up to 6-ft of Cover) B25 Furnish and Install 12"Diam.DIP LF 50 $83.14 $4,157.00 Waterline(Up to 6-ft of Cover) B26 Furnish and Install 16"Diam.DIP LF SO $116.29 $5,814.50 Waterline(Up to 6-ft of Cover) CIVCAST 19037A CityWide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11/2019 1:38:44 PM B27 Furnish and Install 24"Diam.DIP LF 50 $168.57 $8,428.50 Waterline(Up to 6-ft of Cover) B28 Extra Depth for Waterline Installations LF 50 $25.17 $1,258.50 for Each Vertical Foot Over 6-ft of Cover, Added Linearly Along the Trench(All Pipe Sizes) B29 Furnish and Install 4"Diam.C900 DR18 LF 500 $31.86 $15,930.00 PVC Waterline(Up to 6-ft of Cover) B30 Furnish and Install 6"Diam.C900 DR18 LF 500 $42.05 $21,025.00 PVC Waterline(Up to 6-ft Cover) B31 Furnish and Install 8"Diam.C900 DR18 LF 500 $52.96 $26,480.00 PVC Waterline(Up to 6-ft of Cover) B32 Furnish and Install 12"Diam.C900 DR18 LF 500 $71.47 $35,735.00 PVC Waterline(Up to 6-ft Cover) B33 Furnish and Install 16"Diam.C900 DR18 LF 500 $85.16 $42,580.00 PVC Waterline(Up to 6-ft of Cover) B34 Furnish and Install 24"Diam.C900 DR18 LF 500 $128.15 $64,075.00 PVC Waterline(Up to 6-ft of Cover) B35 Extra Depth for Waterline Installation LF 500 $26.35 $13,175.00 for Each Vertical Foot Over 6-ft Cover, Added Linearly Along the Trench(All Pipe Sizes) B36 Furnish and Install 4"Diam.C900 DR18 LF 50 $83.07 $4,153.50 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B37 Furnish and Install 6"Diam.C900 DR18 LF 50 $127.17 $6,358.50 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B38 Furnish and Install 8"Diam.C900 DR18 LF 50 $178.97 $8,948.50 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B39 Furnish and Install 12"Diam.C900 DR18 LF 20 $267.47 $5,349.40 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B40 Furnish and Install 16"Diam.C900 DR18 LF 20 $386.36 $7,727.20 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B41 Furnish and Install 24"Diam.C900 DR18 LF 20 $584.10 $11,682.00 PVC Waterline(Up to 6-ft of Cover)by Auger Boring CIVCAST 19037A CityWide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11/2019 1:38:44 PM B42 Extra Depth for Waterline Installation by LF 10 $35.79 $357.90 Auger Boring for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B43 Furnish and Install 4"Diam. C900 DR 18 LF 200 $79.36 $15,872.00 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B44 Furnish and Install 6"Diam.C900 DR 18 LF 200 $123.88 $24,776.00 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B45 Furnish and Install 8"Diam.C900 DR 18 LF 200 $147.23 $29,446.00 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B46 Furnish and Install 12"Diam.C900 DR LF 100 $227.47 $22,747.00 18 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B47 Furnish and Install 16"Diam.C900 DR LF 100 $325.15 $32,515.00 18 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B48 Furnish and Install 24"Diam.C900 DR LF 100 $481.44 $48,144.00 18 PVC Waterline(Up to 6-ft of Cover)by Auger Boring B49 Extra Depth for Waterline Installation by LF 50 $36.97 $1,848.50 Auger Boring for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B50 Furnish and Install 4"Diam.C900 DR18 LF 50 $59.00 $2,950.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B51 Furnish and Install 6"Diam.C900 DR18 LF 50 $68.44 $3,422.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B52 Furnish and Install 8"Diam.C900 DR18 LF 50 $82.60 $4,130.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B53 Furnish and Install 12"Diam.C900 DR18 LF 20 $147.50 $2,950.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B54 Furnish and Install 16"Diam.C900 DR18 LF 20 $413.00 $8,260.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting CIVCAST 19037A Citytide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11/2019 1:38:44 PM B55 Furnish and Install 24"Diam.C900 DR18 LF 20 $1,062.00 $21,240.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting 856 Extra Depth for Waterline Installation by LF 50 $88.50 $4,425.00 Pipe Bursting for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B57 Furnish and Install 4"Diam.C900 DR18 LF 50 $56.64 $2,832.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B58 Furnish and Install 6"Diam.C900 DR18 LF 50 $63.72 $3,186.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B59 Furnish and Install 8"Diam.C900 DR18 LF 50 $74.34 $3,717.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B60 Furnish and Install 12"Diam.C900 DR18 LF 20 $138.06 $2,761.20 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B61 Furnish and Install 16"Diam.C900 DR18 LF 20 $413.00 $8,260.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B62 Furnish and Install 24"Diam.C900 DR18 LF 20 $885.00 $17,700.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting 863 Extra Depth for Waterline Installation by LF 50 $88.50 $4,425.00 Pipe Bursting for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B64 Furnish and Install 2"Temporary Water LF 50 $47.20 $2,360.00 Supply for Pipe Bursting B65 Furnish and Install 4"Temporary Water LF 50 $53.10 $2,655.00 Supply for Pipe Bursting B66 Connect and Disconnect Service to EA 10 $442.50 $4,425.00 Temporary Water Supply B67 Point Repair in Front Easement EA 10 $1,867.35 $18,673.50 B68 Furnish and Install 4"Diam.C900 DR18 LF 50 $67.26 $3,363.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B69 Furnish and Install 6"Diam.C900 DR18 LF 50 $76.70 $3,835.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9111/2019 1:38:44 PM B70 Furnish and Install 8"Diam.C900 DR18 LF 50 $94.40 $4,720.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B71 Furnish and Install 12"Diam.C900 DR18 LF 20 $159.30 $3,186.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B72 Furnish and Install 16"Diam.C900 DR18 LF 20 $413.00 $8,260.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B73 Furnish and Install 24"Diam.C900 DR18 LF 20 $1,180.00 $23,600.00 Fusible PVC Waterline(Up to 6-ft of Cover)by Pipe Bursting B74 Extra Depth for Waterline Installation by LF 50 $118.00 $5,900.00 Pipe Bursting for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B75 Install 4"Diam.C900 DR18 Fusible PVC LF 500 $59.00 $29,500.00 Waterline(Up to 6-ft of Cover)by Pipe Bursting B76 Install 6"Diam.C900 DR18 Fusible PVC LF 500 $68.44 $34,220.00 Waterline(Up to 6-ft of Cover)by Pipe Bursting B77 Install 8"Diam.C900 DR18 Fusible PVC LF 500 $82.60 $41,300.00 Waterline(Up to 6-ft of Cover)by Pipe Bursting 678 Install 12"Diam.C900 DR18 Fusible PVC LF 100 $147.50 $14,750.00 Waterline(Up to 6-ft of Cover)by Pipe Bursting B79 Install 16"Diam.C900 DR18 Fusible PVC LF 100 $413.00 $41,300.00 Waterline(Up to 6-ft of Cover)by Pipe Bursting B80 Install 24"Diam.C900 DR18 Fusible PVC LF 100 $590.00 $59,000.00 Waterline(Up to 6-ft of Cover)by Pipe Bursting B81 Extra Depth for Waterline Installation by LF 50 $118.00 $5,900.00 Pipe Bursting for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B82 Furnish and Install 2"Temporary Water LF 500 $44.25 $22,125.00 Supply for Pipe Bursting B83 Furnish and Install 4"Temporary Water LF 500 $47.20 $23,600.00 Supply for Pipe Bursting CIVCAST 19037A CityWide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9111/2019 1:38:44 PM B84 Connect and Disconnect Service to EA 50 $442.50 $22,125.00 Temporary Water Supply B85 Point Repair in Rear Easement EA 10 $1,811.30 $18,113.00 B86 Furnish and Install 4"Diam.C900 DR 18 LF 50 $176.67 $8,833.50 Fusible PVC Waterline by HDD B87 Furnish and Install 6"Diam.C900 OR 18 LF 50 $210.52 $10,526.00 Fusible PVC Waterline by HDD B88 Furnish and Install 8"Diann.C900 DR 18 LF 50 $244.43 $12,221.50 Fusible PVC Waterline by HDD 689 Furnish and Install 12"Diam.C900 DR LF 20 $457.86 $9,157.20 18 Fusible PVC Waterline by HDD B90 Furnish and install 16"Diam.C900 DR LF 20 $569.73 $11,394.60 18 Fusible PVC Waterline by HDD B91 Furnish and install 24"Diam.C900 DR LF 20 $750.65 $15,013.00 18 Fusible PVC Waterline by HDD B92 Furnish and Install Air Release Valves EA 2 $8,342.60 $16,685.20 and Manhole B93 Construct Drill Pads EA 2 $5,900.00 $11,800.00 B94 Furnish and Install 4"Diam.C900 DR 18 LF 300 $137.47 $41,241.00 Fusible PVC Waterline by HDD B95 Furnish and Install 6"Diam.C900 DR 18 LF 300 $169.26 $50,778.00 Fusible PVC Waterline by HDD B96 Furnish and Install 8"Diam.C900 OR 18 LF 300 $201.78 $60,534.00 Fusible PVC Waterline by HDO B97 Furnish and Install 12"Diam.C900 DR LF 100 $334.83 $33,483.00 18 Fusible PVC Waterline by HDD B98 Furnish and Install 16"Diam.C900 DR LF 100 $425.98 $42,598.00 18 Fusible PVC Waterline by HDD B99 Furnish and Install 24"Diam.C900 DR LF 100 $513.30 $51,330.00 18 Fusible PVC Waterline by HDD 8100 Furnish and Install Air Release Valves EA 10 $8,295.40 $82,954.00 and Manhole B101 Construct Drill Pads EA 10 $5,900.00 $59,000.00 6102 Furnish and Install 4"C900 DR 18 LF 50 $354.42 $17,721.00 Fusible PVC Waterline with Casing Spacers and 10-inch steel casing by HDD CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11/2019 1:38:44 PM B103 Furnish and Install 6"C900 DR 18 LF 50 $392.69 $19,634.50 Fusible PVC Waterline with Casing Spacers and 12-inch Steel Casing by HDD 8104 Furnish and Install 8"C900 DR 18 LF 50 $437.51 $21,875.50 Fusible PVC Waterline with Casing Spacers and 16-inch Steel Casing by HDD B105 Furnish and Install 12"C900 DR 18 LF 20 $645.01 $12,900.20 Fusible PVC Waterline with Casing Spacers and 18-inch Steel Casing by HDD 8106 Furnish and Install 16"C900 DR 18 LF 20 $792.33 $15,846.60 Fusible PVC Waterline with Casing Spacers and 24-inch Steel Casing by HDD 13107 Furnish and Install 24"C900 DR 18 LF 20 $1,100.08 $22,001.60 Fusible PVC Waterline with Casing Spacers and 30-inch Steel Casing by HDD B108 Furnish and Install Air Release Valves EA 2 $8,360.30 $16,720.60 and Manhole 8109 Construct Drill Pads EA 2 $5,900.00 $11,800.00 8110 Furnish and Install 4"C900 DR 18 LF 50 $359.94 $17,997.00 Fusible PVC Waterline with Casing Spacers and 10-inch steel casing by HDD B111 Furnish and Install 6"C900 DR 18 LF 50 $447.10 $22,355.00 Fusible PVC Waterline with Casing Spacers and 12-inch Steel Casing by HDD 8112 Furnish and Install 8"C900 DR 18 LF 50 $512.58 $25,629.00 Fusible PVC Waterline with Casing Spacers and 16-inch Steel Casing by HDD 8113 Furnish and Install 12"C900 DR 18 LF 20 $724.33 $14,486.60 Fusible PVC Waterline with Casing Spacers and 18-inch Steel Casing by HDD B114 Furnish and Install 16"C900 DR 18 LF 20 $871.65 $17,433.00 Fusible PVC Waterline with Casing Spacers and 24-inch Steel Casing by HDD CIVCAST 19037A CityWide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11/2019 1:38.44 PM B115 Furnish and Install 24"C900 DR 18 LF 20 $1,216.14 $24,322.80 Fusible PVC Waterline with Casing Spacers and 30-inch Steel Casing by HDD 8116 Furnish and Install Air Release Valves EA 2 $8,361.48 $16,722.96 and Manhole B117 Construct Drill Pads EA 2 $5,900.00 $11,800.00 B118 Furnish and Install 4"R/W Gate Valve EA 10 $757.40 $7,574.00 and Valve Box(MJ with Mega Lug joint Restraint fitting) B119 Furnish and Install 6"R/W Gate Valve EA 10 $884.34 $8,843.40 and Valve Box(MJ with Mega Lug joint Restraint fitting) 8120 Furnish and Install 8"R/W Gate Valve EA 10 $1,275.55 $12,755.50 and Valve Box(Mj with Mega Lug joint Restraint fitting) 8121 Furnish and Install 12"R/W Gate Valve EA 5 $2,460.80 $12,304.00 and Valve Box(MJ with Mega Lug joint Restraint fitting) B122 Furnish and Install 16"R/W Gate Valve EA 5 $7,241.07 $36,205.35 c/w Bevel Gear and Valve Box(MJ with Mega Lug joint Restraint fitting) B123 Furnish and Install 24"R/W Gate Valve EA 5 $20,478.06 $102,390.30 c/w Bevel Gear and Valve Box(MJ with Mega Lug joint Restraint fitting) B124 Furnish and Install 4"11.25 Deg.Bend EA 10 $165.63 $1,656.30 (MJ with Mega Lug joint Restraint Fitting) 8125 Furnish and Install 4"22.5 Deg.Bend(Mj EA 10 $166.97 $1,669.70 with Mega Lug Joint Restraint Fitting) B126 Furnish and Install 4"45 Deg Bend(MJ EA 10 $166.77 $1,667.70 with Mega Lug Joint Restraint Fitting) 8127 Furnish and Install 4"90 Deg Bend(MJ EA 10 $176.39 $1,763.90 with Mega Lug Joint Restraint Fitting) B128 Furnish and Install 4"Reducers-AII EA 10 $132.51 $1,325.10 Sizes(MJ with Mega Lug joint Restraint Fitting) B129 Furnish and Install 4"Crosses-All Sizes EA 10 $329.65 $3,296.50 (MJ with Mega Lug Joint Restraint Fitting) B130 Furnish and Install 4"Tees(MJ with EA 10 $226.79 $2,267.90 Mega Lug Joint Restraint Fitting) CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/1112019 1:38:44 PM B131 Furnish and Install 6"11.25 Deg. Bend EA 10 $206.43 $2,064.30 (Mj with Mega Lug Joint Restraint Fitting) B132 Furnish and Install 6"22.5 Deg.Bend(Mj EA 10 $204.19 $2,041.90 with Mega Lug joint Restraint Fitting) 13133 Furnish and Install 6"45 Deg Bend(Mj EA 10 $209.57 $2,095.70 with Mega Lug joint Restraint Fitting) B134 Furnish and Install 6"90 Deg Bend(Mj EA 10 $223.02 $2,230.20 with Mega Lug Joint Restraint fitting) B135 Furnish and Install 6"Reducers-All EA 10 $145.99 $1,459.90 Sizes(MJ with Mega Lug joint Restraint Fitting) 8136 Furnish and Install 6"Crosses-All Sizes EA 10 $394.21 $3,942.10 (Mj with Mega Lug joint Restraint Fitting) 8137 Furnish and Install 6"Tees(Mj with EA 10 $301.00 $3,010.00 Mega Lug Joint Restraint Fitting) B138 Furnish and Install 8"11.25 Deg.Bend EA 10 $258.51 $2,585.10 (Mj with Mega Lug Joint Restraint Fitting) B139 Furnish and Install 8"22.5 Deg.Bend(Mj EA 10 $266.13 $2,661.30 with Mega Lug joint Restraint Fitting) 8140 Furnish and Install 8"45 Deg Bend(Mj EA 10 $268.38 $2,683.80 with Mega Lug Joint Restraint Fitting) 8141 Furnish and Install 8"90 Deg Bend(Mj EA 10 $287.66 $2,876.60 with Mega Lug Restraint Fitting) 8142 Furnish and Install 8"Reducers-All EA 10 $236.12 $2,361.20 Sizes(Mj with Mega Lug joint Restraint Fitting) 8143 Furnish and Install 8"Crosses-All Sizes EA 10 $472.37 $4,723.70 (MJ with Mega Lug joint Restraint Fitting) B144 Furnish and Install 8"Tees(MJ with EA 10 $400.87 $4,008.70 Mega Lug joint Restraint Fitting) 8145 Furnish and Install 12"11.25 Deg.Bend EA 10 $436.76 $4,367.60 (Mj with Mega Lug joint Restraint Fitting) B146 Furnish and Install 12"22.5 Deg. Bend EA 10 $447.07 $4,470.70 (Mj with MEGA LUG joint Restraint fitti ng) 8147 Furnish and Install 12"45 Deg Bend(Mj EA 10 $470.39 $4,703.90 with Mega Lug joint Restraint Fitting) 8148 Furnish and Install 12"90 Deg Bend(Mj EA 10 $509.40 $5,094.00 with Mega Lug joint Restraint Fitting) CIVCAST 19037A CityWide Water Distribution System Indefinite Detivery/Indefinite... Report Created On:9/11/2019 1:38:44 PM B149 Furnish and Install 12"Reducers-All EA 10 $402.68 $4,026.80 Sizes(Mj with Mega Lug joint Restraint Fitting) 8150 Furnish and Install 12"Crosses-All Sizes EA 10 $977.29 $9,772.90 (Mj with Mega Lug Joint Restraint Fitting) 8151 Furnish and Install 12"Tees(Mj with EA 10 $709.94 $7,099.40 Mega LugJoint Restraint Fitting) B152 Furnish and Install 16"11.25 Deg.Bend EA 10 $893.12 $8,931.20 (MJ with MEGA LUG Joint Restraint fitting) 8153 Furnish and Install 16"22.5 Deg. Bend EA 10 $872.95 $8,729.50 (Mj with Mega Lug joint Restraint Fitting) B154 Furnish and Install 16"45 Deg Bend(Mj EA 10 $887.74 $8,877.40 with Mega Lug joint Restraint Fitting) 13155 Furnish and Install 16"90 Deg Bend(Mj EA 10 $1,033.02 $10,330.20 with Mega Lug joint Restraint Fitting) 8156 Furnish and Install 16"Reducers-All EA 10 $764.88 $7,648.80 Sizes(MJ with Mega Lug joint Restraint Fitting) 8157 Furnish and Install 16"Crosses-All Sizes EA 10 $2,281.47 $22,814.70 (Mj with Mega Lug Joint Restraint Fitting) B158 Furnish and Install 16"Tees(MJ with EA 10 $1,544.62 $15,446.20 Mega LugJoint Restraint Fitting) 8159 Furnish and Install 24"11.25 Deg.Bend EA 10 $4,286.57 $42,865.70 (Mj with MEGA LUG Joint Restraint fitting) 8160 Furnish and Install 24"22.5 Deg.Bend EA 10 $3,351.66 $33,516.60 (MJ with Mega Lug Joint Restraint Fitting) 8161 Furnish and Install 24"45 Deg Bend(MJ EA 10 $3,416.68 $34,166.80 with Mega LugJoint Restraint Fitting) 8162 Furnish and Install 24"90 Deg Bend(Mj EA 10 $3,846.25 $38,462.50 with Mega Lug joint Restraint Fitting) B163 Furnish and Install 24"Reducers-All EA 10 $2,143.93 $21,439.30 Sizes(Mj with Mega Lug Joint Restraint Fitting) 8164 Furnish and Install 24"Crosses-All Sizes EA 10 $4,560.70 $45,607.00 (Mj with Mega LugJoint Restraint Fitting) 8165 Furnish and Install 24"Tees(Mj with EA 10 $3,320.61 $33,206.10 CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11/2019 1:38:44 PM B166 Furnish and Install 5/8"to 3/4"Copper EA 10 $541.42 $5,414.20 or HDPE Service 8167 Furnish and Install 1"to 2"Copper or EA 10 $962.70 $9,627.00 HDPE Service B168 Furnish and Install 5/8"to 3/4"Copper EA 10 $668.41 $6,684.10 or HDPE Service B169 Furnish and Install 1"to 2"Copper or EA 10 $1,534.00 $15,340.00 HDPE Service 8770 Reconnect 5/8"to 3/4"Copper or HDPE EA 10 $318.60 $3,186.00 Service 8171 Reconnect 1"to 2"Copper or HDPE EA 10 $572.30 $5,723.00 Service B172 Connection to Existing 4"Waterline EA 10 $959.78 $9,597.80 B173 Connection to Existing 6"Waterline EA 10 $1,053.58 $10,535.80 8174 Connection to Existing 8"Waterline EA 10 $1,181.73 $11,817.30 B175 Connection to Existing 12"Waterline EA 5 $1,513.88 $7,569.40 B176 Connection to Existing 16"Waterline EA 5 $2,323.54 $11,617.70 B177 Connection to Existing 24"Waterline EA 5 $3,732.71 $18,663.55 13178 Furnish 4"Tapping Sleeve c/w 2"RW EA 2 $457.84 $91S.68 Gate Valve B179 Furnish 6"Tapping Sleeve c/w 4"RW EA 2 $1,456.71 $2,913.42 Gate Valve B180 Furnish 8"Tapping Sleeve c/w 4"RW EA 2 $1,527.81 $3,055.62 Gate Valve 6181 Furnish 8"Tapping Sleeve c/w 6"RW EA 2 $1,717.49 $3,434.98 Gate Valve B182 Furnish 12"Tapping Sleeve c/w 8"RW EA 2 $2,703.68 $5,407.36 Gate Valve B183 Furnish 16"Tapping Sleeve c/w 12"RW EA 2 $4,930.93 $9,861.86 Gate Valve B184 Furnish 4"Tapping Sleeve c/w 4"RW EA 2 $1,504.50 $3,009.00 Gate Valve 8185 Furnish 6"Tapping Sleeve c/w 6"RW EA 2 $1,648.46 $3,296.92 Gate Valve 6186 Furnish 8"Tapping Sleeve c/w 8"RW EA 2 $2,274.75 $4,549.50 Gate Valve CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11/20191:38:44 PM B187 Furnish 12"Tapping Sleeve c/w 12"RW EA 1 $4,356.27 $4,356.27 Gate Valve 8188 Furnish 16"Tapping Sleeve c/w 16"RW EA 1 $18,413.90 $18,413.90 Gate Valve B189 Furnish 24"Tapping Sleeve c/w 24"RW EA 1 $37,226.35 $37,226.35 Gate Valve B190 Furnish and Install 4"Tapping Sleeve EA 10 $2,690.40 $26,904.00 c/w 2"RW Gate Valve B191 Furnish and Install 6"Tapping Sleeve EA 10 $2,832.00 $28,320.00 c/w 4"RW Gate Valve 8192 Furnish and Install 8"Tapping Sleeve EA 10 $3,068.00 $30,680.00 c/w 4"RW Gate Valve 8193 Furnish and Install 8"Tapping Sleeve EA 10 $3,068.00 $30,680.00 c/w 6"RW Gate Valve 13194 Furnish and Install 12"Tapping Sleeve EA 5 $4,130.00 $20,6S0.00 c/w 8"RW Gate Valve 8195 Furnish and Install 16"Tapping Sleeve EA 5 $7,080.00 $35,400.00 c/w 12"RW Gate Valve 8196 Furnish and Install 24"Tapping Sleeve EA 5 $17,700.00 $88,500.00 c/w 16"RW Gate Valve 13197 Furnish and Install 4"Tapping Sleeve EA 10 $2,690.40 $26,904.00 c/w 4"RW Gate Valve B198 Furnish and Install 6"Tapping Sleeve EA 10 $2,920.50 $29,205.00 c/w 6"RW Gate Valve B199 Furnish and Install 8"Tapping Sleeve EA 10 $3,156.50 $31,565.00 c/w 8"RW Gate Valve B200 Furnish and Install 12"Tapping Sleeve EA 5 $6,136.00 $30,680.00 c/w 12"RW Gate Valve 8201 Furnish and Install 16"Tapping Sleeve EA 5 $16,756.00 $83,780.00 c/w 16"RW Gate Valve B202 Furnish and Install 24"Tapping Sleeve EA 5 $40,474.00 $202,370.00 c/w 24"RW Gate Valve 8203 Furnish and Install FH Assembly Long EA 10 $3,780.27 $37,802.70 Lead(fee,Pipe and Valve)Greater than 14'in Length B204 Furnish and Install FH Assembly Short EA 10 $3,794.70 $37,947.00 Lead(Tee,Pipe and Valve)Up to 14'in Length B205 Remove Fire Hydrant EA 1 10 $1,248.82 $12,488.20 CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/1112019 1:38:44 PM B206 Furnish and Install Water Meter Box EA 10 $672.60 $6,726.00 B207 Adjust Valve Box,12"and Under EA 10 $365.21 $3,652.10 B208 Adjust Valve Box,Greater than 12" EA 10 $365.21 $3,6S2.10 8209 Trench Safety for Remove and Install LF 1000 $11.80 $11,800.00 Waterline(Up to 6-ft of Cover) 8210 Extra Depth for Trench Safety for LF 10 $29.50 $295.00 Remove and Install for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B211 Trench Safety for Auger Boring/Pipe EA 10 $2,950.00 $29,500.00 Bursting Pits(Up to 6-ft of Cover) 8212 Extra Depth for Trench Safety for Auger EA 10 $1,180.00 $11,800.00 Boring Pits for Each Vertical Foot Over E- ft of Cover,Added to Each(All Pipe Sizes) B213 Furnish and Install Cement Stabilized TONS 100 $59.00 $5,900.00 Sand 8214 Clearing and Grubbing AC 1 $2,950.00 $2,950.00 8215 Furnish and Install Asphalt Pavement SY 100 $100.30 $10,030.00 Repair 8216 Sawcut Asphalt Per 2"lift greater than 2" LF 1000 $1.77 $1,770.00 thickness B217 Furnish and Install Asphalt Overlay Per SY 100 $29.50 $2,950.00 2"lift greater than 2"thickness B218 Remove Asphalt Per 2"lift greater than SY 500 $5.90 $2,950.00 2"thickness B219 Furnish and Install Concrete Pavement SF 50 $92.93 $4,646.50 Repair B220 Sawcut Concrete Per 2"lift greater than LF 100 $2.95 $295.00 8"thickness B221 Furnish and Install Concrete Thickness SF 50 $177.00 $8,850.00 per 2"Greater than 8"thickness B222 Remove Concrete Per 2"lift greater than SF 50 $17.70 $885.00 8"thickness B223 Furnish and Install Concrete Driveway SF 100 $9.74 $974.00 Repair 8224 Furnish and Install Concrete Curb Ramp SF 50 $26.55 $1,327.50 Repair CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9111/2019 1:38:44 PM B225 Furnish and Install Concrete Curb and LF 100 $21.24 $2,124.00 Gutter Repair 8226 Furnish and Install Concrete Valley LF 100 $47.20 $4,720.00 Gutter Repair B227 Furnish and Install Concrete Sidewalk SF 100 $9.44 $944.00 Repair B228 Furnish and Install Seeding SY 100 $1.30 $130.00 8229 Furnish and Install Sodding SY 50 $7.08 $354.00 B230 Furnish and Install Wooden Fence LF 100 $41.30 $4,130.00 B231 Furnish and Install Chain Link Fencing LF 100 $53.10 $5,310.00 B232 Remove and Reinstall Residential EA 10 $236.00 $2,360.00 Mailbox B233 Haul off Concrete(Greater than 8 inches HR 50 $123.90 $6,195.00 in thickness)/Asphalt(Greater than 2 inches thickness) 8234 Abandon 2"to 4"Waterline in Place and LF 100 $11.80 $1,180.00 Fill with Grout 8235 Abandon 6"to 8"Waterline in Place and LF 100 $15.93 $1,593.00 Fill with Grout B236 Abandon 12"Waterline in Place and Fill LF 100 $33.04 $3,304.00 with Grout B237 Abandon 16"Waterline in Place and Fill LF 100 $33.04 $3,304.00 with Grout B238 Abandon 24"Waterline in Place and Fill LF 100 $38.94 $3,894.00 with Grout 8239 Furnish and Install 10"Steel Casing Pipe LF 25 $105.05 $2,626.25 w/4"Waterline by Conventional Trenching,(Up to 6-ft of Cover) B240 Furnish and Install 12"Steel Casing Pipe LF 25 $129.41 $3,235.25 w/6"Waterline by Conventional Trenching(Up to 6-ft of Cover) 8241 Furnish and Install 16"Steel Casing Pipe LF 25 $154.71 $3,867.75 w/8"Waterline by Conventional Trenching,(Up to 6-ft of Cover) 8242 Furnish and Install 20"Steel Casing Pipe LF 20 $164.02 $3,280.40 w/12"Waterline by Conventional Trenching(Up to 6-ft of Cover) CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/1112019 1:38:44 PM B243 Furnish and Install 30"Steel Casing Pipe LF 20 $274.94 $5,498.80 w116"Waterline by Conventional Trenching(Up to 6-ft of Cover) B244 Furnish and Install 36"steel casing Pipe LF 20 $486.46 $9,729.20 w124"Waterline by Conventional Trenching(Up to 6-ft of Cover) B245 Extra Depth for Casing and Waterline LF 25 $29.89 $747.25 Installation by Conventional Trenching for Each Vertical Foot Over 6-ft of Cover, Added Linearly Along the Trench(All Pipe Sizes) B246 Furnish and Install 10"Steel Casing Pipe LF 25 $285.17 $7,129.25 w/4"Waterline by Auger Boring(Up to 6- ft of Cover) B247 Furnish and Install 12"Steel Casing Pipe LF 25 $346.53 $8,663.25 w/6"Waterline by Auger Boring(Up to 6- ft of Cover) B248 Furnish and Install 16"Steel Casing Pipe LF 25 $381.93 $9,548.25 w18"Waterline by Auger Boring(Up to E- ft of Cover) B249 Furnish and Install 20"Steel Casing Pipe LF 20 $462.17 $9,243.40 w/12"Waterline by Auger Boring(Up to 6-ft of Cover) 8250 Furnish and Install 30"Steel Casing Pipe LF 20 $712.33 $14,246.60 w116"Waterline by Auger Boring(Up to 6-ft of Cover) 8251 Furnish and Install 36"Steel Casing Pipe LF 20 $1,012.34 $20,246.80 w/24"Waterline by Auger Boring(Up to 6-ft of Cover) 8252 Extra Depth for Casing and Waterline LF 25 $74.73 $1,868.25 Installation by Auger Boring for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B253 Furnish and Install 10"Steel Casing Pipe LF 100 $271.01 $27,101.00 w/4"Waterline by Auger Boring(Up to 6- ft of Cover) B254 Furnish and Install 12"Steel Casing Pipe LF 100 $345.64 $34,564.00 w/6"Waterline by Auger Boring(Up to 6- ft of Cover) B255 Furnish and Install 16"Steel Casing Pipe LF 100 $379.57 $37,957.00 w/8"Waterline by Auger Boring(Up to 6- ft of Cover) CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11120191:38:44 PM B256 Furnish and Install 20"Steel Casing Pipe LF 50 $463.35 $23,167.50 w/12"Waterline by Auger Boring(Up to 6-ft of Cover) B257 Furnish and Install 30"Steel Casing Pipe LF 50 $662.77 $33,138.50 w/16"Waterline by Auger Boring(Up to 6-ft of Cover) B258 Furnish and Install 36"Steel Casing Pipe LF 50 $922.37 $46,118.50 w/24"Waterline by Auger Boring(Up to 6-ft of Cover) B259 Extra Depth for Casing and Waterline LF 50 $86.53 $4,326.50 Installation by Auger Boring for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B260 Tree Removal Up To 8"in Dia. EA 5 $442.50 $2,212.50 8261 Tree Removal Greater than 8"in Dia. EA 5 $885.00 $4,425.00 B262 Brush Removal AC 1 $3,540.00 $3,540.00 B263 Remove and Relocate Existing Wooden LF 50 $23.60 $1,180.00 Fence B264 Remove and Relocate Existing Chainlink LF 50 $29.50 $1,475.00 Fence B265 Furnish and Install Signing and Traffic DAY 10 $295.00 $2,950.00 Control(Scenario 1) B266 Furnish and Install Signing and Traffic DAY 10 $295.00 $2,950.00 Control(Scenario 2) B267 Furnish and Install Signing and Traffic DAY 10 $472.00 $4,720.00 Control(Scenario 3) B268 Furnish and Install Signing and Traffic DAY 10 $354.00 $3,540.00 Control(Scenario 4) B269 Furnish and Install Signing and Traffic DAY 10 $354.00 $3,540.00 Control(Scenario 5) 8270 Furnish and Install Signing and Traffic DAY 10 $590.00 $5,900.00 Control(Scenario 6) B271 Furnish and Install Signing and Traffic DAY 10 $708.00 $7,080.00 Control(Scenario 7) B272 Furnish and Install Signing and Traffic DAY 10 $1,003.00 $10,030.00 Control(Scenario 8) 8273 Furnish and Install Signing and Traffic DAY 10 $885.00 $8,850.00 Control(Scenario 9) CIVCAST 19037A Citywide Water Distribution System Indefinite Delivery(Indefinite... Report Created On:9/11/2019 1:38:44 PM 8274 Furnish and Install Signing and Traffic DAY 10 $826.00 $8,260.00 Control(Scenario 10) 8275 Furnish and Install Signing and Traffic DAY 10 $1,062.00 $10,620.00 Control(Scenario 11) B276 Furnish and Install Signing and Traffic DAY 10 $1,298.00 $12,980.00 Control(Scenario 12) B277 Furnish and Install Signing and Traffic DAY 10 $767.00 $7,670.00 Control(Scenario 13) 8278 Furnish and Install Signing and Traffic DAY 10 $1,416.00 $14,160.00 Control(Scenario 14) B279 Furnish and Install Signing and Traffic DAY 10 $590.00 $5,900.00 Control(Scenario 15) 8280 Furnish Flagger DAY 10 $500.00 $5,000.00 8281 Furnish and Install Flashing Arrow Board DAY 10 $100.30 $1,003.00 B282 Furnish and Install Channelization DAY 10 $29.50 $295.00 Drums(10 Drums) B283 Furnish and Install Type III Barricade DAY 10 $17.70 $177.00 B284 Furnish and Install Skid Mount Sign on DAY 10 $23.60 $236.00 Double Wooden Posts 8285 Furnish and Install Silt Fence LF 1000 $7.00 $7,000.00 8286 Furnish and Install Fiber Rolls LF 10 $4.26 $42.60 B287 Furnish and Install Rock Filled Bags LF 10 $35.53 $355.30 B288 Furnish and Install Rock Filter Dam LS 5 $2,006.00 $10,030.00 B289 Furnish and Install Construction LS 5 $2,596.00 $12,980.00 Entrance/Exit B290 Furnish and Install Well Pointing for LF 500 $42.78 $21,390.00 Waterline Installation(Up to 6-ft of Cover) 8291 Extra Depth for Well Pointing for LF 50 $14.75 $737.50 Waterline Installation for Each Vertical Foot Over 6-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B292 Preconstruction Exploratory Excavation LF 500 $106.20 $53,100.00 (Up to 6-ft of Cover) 8293 Extra Depth for Preconstruction LF 100 $42.48 $4,248.00 Exploratory Excavation for Each Vertical Foot Over 6-ft Cover,Added Linearly Along the Trench(All Pipe Sizes) CIVCAST 19037A City ide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:911112019 1:38:44 PM 8294 Furnish and Install Bell Harness EA 5 $430.60 $2,153.00 Assembly for 4"Waterline 8295 Furnish and Install Bell Harness EA 5 $440.98 $2,204.90 Assembly for 6"Waterline 8296 Furnish and Install Bell Harness EA 5 $673.99 $3,369.95 Assembly for 8"Waterline B297 Furnish and Install Bell Harness EA 2 $1,339.77 $2,679.54 Assembly for 12"Waterline B298 Furnish and Install Bell Harness EA 2 $1,550.54 $3,101.08 Assembly for 16"Waterline B299 Furnish and Install Bell Harness EA 2 $2,134.74 $4,269.48 Assembly for 24"Waterline B300 Furnish and Install 4"Dia.Transition EA 5 $318.01 $1,590.05 Coupling 8301 Furnish and Install 6"Dia.Transition EA 5 $372.29 $1,861.45 Coupling 8302 Furnish and Install 8"Dia.Transition EA 5 $489.70 $2,448.50 Coupling B303 Furnish and Install 12"Dia.Transition EA 2 $647.23 $1,294.46 Coupling B304 Furnish and Install 16"Dia.Transition EA 2 $3,098.68 $6,197.36 Coupling 8305 Furnish and Install 24"Dia.Transition EA 2 $3,409.02 $6,818.04 Coupling B306 Furnish and Install 4"Dia.Waterline Cap EA 5 $112.09 $560.45 B307 Furnish and Install 6"Dia.Waterline Cap EA 5 $134.29 $671.45 B308 Furnish and Install 8"Dia.Waterline Cap EA 5 $287.07 $1,435.35 8309 Furnish and Install 12"Dia.Waterline EA 2 $439.23 $878.46 Cap B310 Furnish and Install 16"Dia.Waterline EA 2 $2,185.04 $4,370.08 Cap B311 Furnish and Install 24"Dia.Waterline EA 2 $2,566.44 $5,132.88 Cap Sub Total: $4,147,793.00 Part C No. Description Unit Qty Unit Price Ext Price CIVCAST 19037A CityWide Water Distribution System Indefinite Delivery/Indefinite... Report Created On:9/11/2019 1:38:44 PM C1 Preparation of Traffic Control Plans AL 1 $45,000.00 $45,000.00 C2 Disposal of Contaminated Ground AL 1 $15,000.00 $15,000.00 Water Sub Total: $60,000.00 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 L' 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: C--?c C I&L- icoC�i"L G-JI u.c (typed or rinted) By: (signature-- ttoch gwi&hke of authority tojs�iin—) Name: h her (typed or prin'ed) Title: Business address: Phone: ';{ol.�12�(-SSZ2 Email: END OF SECTION Compliance to State Law on Nonresident Bidders Citywide Water Distribution System 00 30 02-1 Indefinite Delivery/Indefinite Quantity(IDIQ)Program(Year 1)—Project No.19037A 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: C2 C e �t, u ;J L - - a, , � .�XJ c. u�r i v int ��cc J STREET P.O.BOX: ADDRESS CITY: Cs , STATE: .-� � ZIP: FIRM IS: 1. Corporation B2. Partnership 3. Sole Owner El4. Association 5. Other It DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 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 Citywide Water Distribution System 00 30 05—1 Indefinite Delivery/Indefinite Quantity(IDIQ)Program(Year 1)-Project No.19037A Rev 01/2016 If a Berson who reFILING REQUIREMENTS a matter knows that the requested action will confer an economic benefit on any City officiquests official action on al 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 writin 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: � ` sb�w C . 1�, Title: (Type or Print) Signature of Certifying Person: Date: It 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 Citywide Water Distribution System 00 30 05—1 Indefinite Delivery/indefinite Quantity(IDIQ)Program(Year 1)-Project No.19037A 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: Citywide Water Distribution System Indefinite Delivery/Indefinite Quantity(IDIQ) Program (Year 1)-Project No. 19037A 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 considerration in the letting of a contract. Company Name: Cpc LL�_ 11, L".L C i0ai-0- � 41 o-s (typed or printed) By: (signature LktMwidence of authority to sign) Name: 0 ; f,,,,. C__ typed or Xinted) Title: :T—res`,Kt' Business address: ('ay „5 LtJ, '7% Phone: -'ill ll - �8Z-Z Email: END OF SECTION Non-Collusion Certification Citywide Water Distribution System 00 30 06-1 Indefinite Delivery/Indefinite Quantity(IDIQ)Program(Year 1)-Project No.19037A 10/2018 Sure BID BOND KNOW ALL MEN BY THESE PRESENTS, that we CPC Interests, LLC dba Clark Pipeline Services, LLC as principal, hereinafter called the"Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Corpus Christi as obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid by Principal 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 CityWide Water Distribution System Indefinite Delivery/Indefinite Quantity, (1DIO) Program (Year 1): Proiect No, 19037A, 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 or, in the event of the failure of the Principal to enter into such Contract, 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 11th day of September, 2019. CPC Interests, LLC dba Clark Pipeline Services, LLC (Principal) - BY: ( 1 TITLE: ` Sure ec Insurance Co an BY CC Dennis . Descant, Jr., Attorney-in-Fact ) Clark Pipeline Services-City of Corpus Christi-CityWide Water Distribution System Indefinite Delivery.doe Rev 1.1.06 .. .,_ , ,. - � :; .. _ .,. . .,' �. _ ..... '.- .. t .. .. .. ' _ .. s .. .. .. � _ .' . ..fit .. .... � .. a __,:i;. l.. - .. �. t .a. .. ... � ♦ .. I .. ., .. .; � .. . �� .. r. ' _.- :. - ' .. .. '1-.. .. .. .. ;. .. .. ... ; .}; .. :. ,_ fy� ;J .fL r,, - POA#: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company'!, a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston,Harris County, Texas, does by these presents make,constitute and appoint Jeffrey L.Brady,Dennis M.Descant,Jr.,Cheryl A.Sanders,Alicia Cantavella its true and lawful Attomey-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for,providing the bond penalty does not exceed Ten Million and 00/100 Dollars($10,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment shall continue in force until unl/2019 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)4n-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney4n-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizanecs,-contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolver4 that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20ei of April, 1999) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, ' is corporate seal to be hereto affixed this 25th day of April ,A.D. 2017 . UPAN C SURETEC SURAN C ory X y By: State of Texas ss: ��w John Knox .,7residiCountyof Harris �.. .On this 2m day of Apra ,A.D. 2017 before me personally came John Knox Jr.,to me known,who,being by me ,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company,that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. JACQUELYN GREENLEAF P,�OI., Z_°' ..%Notary public,State of Texas r Comm.Expires 06-18-2021 oF .�� Jac el n Greenleaf Nota Pubiic Ru„qo Notary ID 126$03028 � rI y :Notary My commission expires May 18,2021 L M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full farce and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston,Texas this 11 thday of September 2019 A.D. M.Brent Beaty, ssistap3'Sec r} ' Any Instrument Issued In excess of the penalty stated above is totally void and without any validity. — For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 8:00"ptn•Cry--'`�� SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint:You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin,Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot,civil insurrection, or acts of war. Exclusion of Liability for Mold,Mycotoxins, Fungi&Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae,or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 1.1.06 SC 0 � N U yea na o n n+e� 1$52 00 52 23 AGREEMENT This Agreement, for the Project awarded on October 29, 2019, is between the City of Corpus Christi (Owner) and CPC Interests, LLC dba Clark Pipeline Services (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: Citywide Water Distribution System IDIQ Program (Year 1) Project No. 19037A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering—J. Douglas McMullan, P.E. 2725 Swantner Corpus Christi, Texas 78404 dougm@urbaneng.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Asst. Director of Construction City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg#5 Corpus Christi, Texas 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications and contract documents. Each Delivery Order will stipulate the Substantial Completion date and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. Agreement 005223- 1 #19037A Citywide Water Distribution System IDIQ Program Year 1 Rev 10/2019 C. Milestones, and the dates for completion of each,are as defined in Section 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner 750 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner 400 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 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. Such liquidated damages shall be in addition to and not in preclusion of the recovery of actual damages resulting from other defects in Contractor's performance under the Contract for matters other than delays. 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. 4.02 This Indefinite Delivery/Indefinite Quantity (IDIQ) Project will be for a Base Contract Price of $5,000,000.00 with two optional renewal(s) in amounts not to exceed the Base Contract Price. Any monies remaining in the contract amount upon renewal may, at Owner's discretion, be allocated for use in the renewed contract. Agreement 005223- 2 #19037A Citywide Water Distribution System IDIQ Program Year 1 Rev 10/2019 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. 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. Invoices must comply with Article 17 of the General Conditions. 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. Agreement 005223-3 #19037A Citywide Water Distribution System IDIQ Program Year 1 Rev 10/2019 ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 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 Agreement 005223-4 #19037A Citywide Water Distribution System IDIQ Program Year 1 Rev 10/2019 Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 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. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. 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. Agreement 005223-5 #19037A Citywide Water Distribution System IDIQ Program Year 1 Rev 10/2019 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI 1,9�1js1goetlbyR,b...10`e Digitally signed by Mark Van Vleck DN = 111IofCou=Glry So ,ib�@, ` -us Mark Van Vleck Date:2019.11.19 17:00:53-06'00' iee�iaaioo Rebecca Huerta Mark Van Vleck City Secretary Assistant City Manager M2019-180 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 10-29-2019 Cgftv °��11,1 Digitally signed by RH/AB - R 1 ae 201 11 19 12 27 1 Date:2019.11.20 13:48:41 -06'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR CPC Interests, LLC dba Clark Pipeline Services Digitally signed by Christopher Clark (Seal Below) By: Christopher Clark Date:2019.11.1217:23:38-06'00' Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 6229 Leopard Street Financial Officer Address Corpus Christi, TX 78409 City State Zip 361/929-5822 Phone Fax npatel@clarkpipeline.com EMail END OF SECTION Agreement 005223-6 #19037A Citywide Water Distribution System IDIQ Program Year 1 Rev 10/2019 00 6113 PERFORMANCE BOND BOND NO. 4429467 Contractor as Principal Name: CPC Interests, LLC dba Clark Pipeline Services Mailing address (principal place of business): 6229 Leopard Street Corpus Christi, TX 78409 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. 19037A Citywide Water Distribution System IDIQ Program Year 1 Award Date of the Contract: October 29, 2019 Contract Price: 55,000,000.00 Bond Date of Bond: October 31, 2019 (Date of Bond cannot be earlier than Award Dote of the Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Physical address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 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): 866-732-0099 Telephone (for notice of claim): 866-732-0099 Local Agent for Surety Name: Lonna Pokrant / Keetch & Associates Address: 1718 Santa Fe Street Corpus Christi, Texas 78404 Telephone: 361-883-3803 Email Address: Ipokrant@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Performance Bond 00 61 13 -1 19037A Citywide Water Distribution System IDIQ Program Year 1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. N. Ptiinterests, LL Contractor as Princ' rk Pipe ' 'L ice. Signature: Sure Signature: ec insurance Com an v .� Name: bix,AcvL 0- . Uci Name: Dennis M. Descant. Jr. Title: ---W“-,c-,--/rTitle: Attorney-in-Fact - Y ' Email Address: cc o-ec_UIT`;I.c, • t'c'•' Email Address: (Attach Power dermis.descant@bcb-insttranCec'opt! i`! ` of Attorney and place surety seal below) END OF SECTION Performance Bond 19037A Citywide Water Distribution System IDIQ Program Year 1 006113-2 7-8-2014 . ; rr •.7 ,3, • POA #: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey L. Brady, Dennis M. Descant, Jr., Cheryl A. Sanders, Alicia Cantavella its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Ten Million and 00/100 Dollars ($10,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 23rd day of October , A.D. 2019 . n State of Texas ss: ?\ t .r Y County of Harris ""•••• On this 23rd day of October , A.D. 2019 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. SURETEC INS By: John Kn ANY ,�►urrr,�. JACQUELYN GREENLEAF Notary Public, State of Texas ^�- sires 05-18-2021 .Z4 -c..1.-71 Comm. Expires Notary ID 126903029 Jacgelyn Greenleaf, Notary Public My commission expires May 18, 2021 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 31st day of ctober 2019 A.D. . Bren Beaty Any instrument Issued in excess of the penalty stated above Is totally vold and without any validity. 1- For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 ami5 00 c Ti SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio -hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Texas Rider 010106 1 00 6116 PAYMENT BOND BOND NO. 4429467 Contractor as Principal Name: CPC Interests. LLC dba Clark Pipeline Services Mailing address (principal place of business): 6229 Leopard Street Corpus Christi, TX 78409 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: Prosect No. 19037A Citywide Water Distribution System IDIQ Program Year 1 Award Date of the Contract: October 29, 2019 Contract Price: $5,000,000.00 Bond Date of Bond: October 31, 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Physical address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 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): 866-732-0099 Telephone (for notice of claim): 866-732-0099 Local Agent for Surety Name: Lonna Pokrant / Keetch & Associates Address: 1718 Santa Fe Street Corpus Christi, Texas 78404 Telephone: 361-883-3803 Email Address: Ipokrant@kectchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form 19037A Citywide Water Distribution System IDIQ Program Year 2 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively ta.Alpece County, Texas or any legal actio --- Contractor as Prin Signature: ' • al CP Interests, LL ba" lar reline ces _"- Sur Tec Insurance C n an Surety Signature: ,: A''• Name: li Q - Name:... Dennis M. Descant. Jr. r" Title: fi S.,\- Title: Attomey-in-Fact Email Address: G i.,AA.,e,-1, ,,tt�._t. �- Email Address: dennis.descant(bch-insurcam .` \ t (Attach Power of Attorney and place surety'seatilelo ) END OF SECTION Payment Bond Form 19037A Citywide Water Distribution System IDIQ Program Year 2 006116-2 7-8-2014 POA #: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey L. Brady, Dennis M. Descant, Jr., Cheryl A. Sanders, Alicia Cantavella its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Ten Million and 00/100 Dollars ($10,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April, 1999) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to be hereto affixed this 23rd day of October , A.D. 2019 State of Texas ss: County of Harris On this 23rd day of October , A.D. 2019 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. SURETEC INS By: John Kn PANY • Jac9tfeI3n Greenleaf, Notary Public My commission expires May 18, 2021 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 31st day of ctober /% r• .,,,1 �`� .Bren Beaty, AN'i ''.�Se' Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. : k.. f f t ' For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am. 15.0r{ 00 ..:., ....: : 4�' . _ , fp �d 2019 A.D. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio -hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Texas Rider 010106 1 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 10/31/2019 Brady,Chapman,Holland &Associates 10055 West Gulf Bank Houston TX 77040 713-688-1500 713-688-7967 eCSR24@bch-insurance.com Travelers Indemnity Company of CT 25682 CLARKPIPELINE Charter Oaks Fire Ins.Co.(Travelers)25615CPCInterests,LLC dba Clark Pipeline Services 6229 Leopard Street Corpus Christi TX 78409 St.Paul Surplus (AmWINS Brkg)30481 Travelers Lloyds Insurance Company 41262 TravelersPropertyCasualtyof America-TRV 25674 238786236 B X 1,000,000 X 300,000 X 1,000 10,000 1,000,000 2,000,000 X DTCO1J092295COF 2/1/2019 2/1/2020 2,000,000 E 1,000,000 X BA3L34939TIL 2/1/2019 2/1/2020 A X X 5,000,000CUP1J361278TCT2/1/2019 2/1/2020 5,000,000 X 10,000 B XUB1J093913COF2/1/2019 2/1/2020 1,000,000 1,000,000 1,000,000 C D Contractors Pollution Contractors Equipment 51N10308 QT6608075X250TLC19 2/1/2019 2/1/2019 2/1/2020 2/1/2020 Pollution Limit Scheduled Equipment Leased/Rented Equip. $1,000,000 $2,428,786 $400,000 The policy includes Blanket additional insured on the general liability per form CGD604 0813 and automobile per form CAT353 with a waiver of subrogation on the general liability per form CGD316 1111 automobile per form CAT353 and workers compensation per form WC 420304 when required by written contract. This insurance is primary and non-contributory as respects general liability per form CGD604 0813 and automobile per form CAT474 0216. Contractors Equipment policy includes Blanket Loss Payees per form CMT5600110 Contractors Equipment Deductible $2,500 Project Number 19037A -Citywide Water Distribution System Indefinite Delivery/Indefinite Quantity (IDIQ)Program (Year 1) City of Corpus Christi Engineering Services 1201 Leopard Street Corpus Christi TX 78469 BA3L34939TIL BA3L34939TIL UB1J093913COF UB1J093913COF