Loading...
HomeMy WebLinkAboutC2019-686 - 12/10/2019 - Approved war- 4,1% RPO•lki° 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on December 10, 2019, is between the City of Corpus Christi (Owner) and Associated Construction Partners Ltd. (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: Greenwood WWTP Headworks and Grit Removal Rehabilitation Project No. 18067A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering TBPE firm 145 2725 Swantner St. Corpus Christi,Texas 78404 markm@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 Rd, Bldg#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 360 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 390 days after the date when the Contract Times commence to run. Agreement 00 52 23- 1 Greenwood WWTP Headworks and Grit Removal Rehabiliation#18067A Rev 8/2019 SCJANNFD CONTRACT DOCUMENTS FOR CONSTRUCTION OF GREENWOOD WWTP HEADWORKS AND GRIT REMOVAL REHABILITATION PROJECT NUMBER 18067A CONFORMANCE SET FOR CONSTRUCTION ASSEMBLED 12/16/2019 OF * * � ............. MARONEY � Cityof 00 A�;•. 9 62015 •:4(kla; odo h sr0% �N Corpus Christi URBAN ENGINEERING 2725 Swantner Corpus Christi, Texas 78404 (361) 854-3101 TBPE FIRM No: 145 TBPLS FIRM No: 10032400 AUGUST 2019 Record Drawing Number STL-225 UE Job No: 26175.138,00 00 01 00 TABLE OF CONTENTS 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 01 11 00 Summary of Work(Rev 10-11-2018) 01 23 10 Alternates and Allowances(Rev 10-11-2018) 01 29 01 Measurement and Basis for Payment(Rev 10-11-2018) 01 33 01 Submittal Register(Rev 10-11-2018) 01 35 00 Special Procedures (Rev 10-11-2018) 01 50 00 Temporary Facilities and Controls (Rev 10-11-2018) 01 57 00 Temporary Controls(Rev 10-11-2018) Part S Standard Specifications 025223 Crushed Limestone Flexible Base Part T Technical Specifications Technical Special Provisions 01011 Equipment Documentation Requirements 1E24[2] Pre-Selected Equipment (and Section 11D2[4)Attachment) Table of Contents 000100- 1 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 11/2018 Division/ Title Section 2A2[1] Deviations Occasioned by Existing Obstructions 2A3[i] Clearing, Grubbing and Stripping 2B1[1] Site Grading 2B2[1] Structural Excavation and Backfill 2B3[1] Pipe Trench Excavation and Backfill 2B6[2] Pavement Excavation and Backfill 2H1[6] Flexible Base (Limestone TyA GE 1-2) 2H16[1] Concrete Sidewalk and Concrete Driveways 2H17[1] Removing and Replacing Pavements, Curb and Gutter, Driveways and Sidewalk 2H18[4] Portland Cement Concrete Pavement 3A1[i]-3A3 Concrete Formwork 3B[1]-3B3 Concrete Reinforcement 3C1[1] Normal Weight Aggregate Concrete 3C4[1] Concrete Structures 3G1[4] Concrete Wall Repair(Polymer Modified Cementitious Mortar) 5A1[1] Structural Steel and Other Metals 5A3[2] Steel Shelter 5C2[i] Aluminum Covers for Process Equipment 5E2[1] Stairs and Walkways 5E3[3] Handrails 5E5[2] Floor Grating (Galvanized Steel) 9.11[5] Coating of Concrete Walls 9K General 10C1[1] Heavy Duty Fiberglass Grating 11B23[1] Vortex-Type Slurry Pumps 11D1[6] Mechanical Bar Screen 11G3[3] Danger and Wall Signs 13C1[1] General Requirements 13C2 Existing Headworks Structure Improvements 15C2[i] Ductile Iron Pipe and Fittings 15C3[i] Polyvinyl Chloride Pipe and Fittings 15C5[i] Installation of Process Piping 15C14[1] Pipe Hangers and Supports Table of Contents 000100-2 Greenwood WWTP Headworks and Grit Removal Rehabilitation-Project No. 18067A Rev 11/2018 Division/ Title Section 15C15[1] PVC Duct and Fittings for Air Service 15C20[i] Pipe Labeling 15D3[i] Plug Valves 15D4[i] Check Valves(swing Check) 15D22[i] Plastic Valves and Strainers 15D30[i] Miscellaneous Gauges and Valves 15E2[4) Mechanically Operated Slide Gates 26 01 26 Electrical Testing 26 05 00 Common Work Results for Electrical 26 05 19 Low-Voltage Electrical Power Conductors and Cables 26 05 19.01 Wire Connections and Devices 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 53 Identification for Electrical Systems 26 28 16 Enclosed Switches and Circuit Breakers 16F1[3] Control Panels END OF SECTION Table of Contents 000100-3 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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: Greenwood WWTP Headworks and Grit Removal Rehabilitation Prosect No. 18067A A. This project consists of the removal and replacement of mechanical and manual bar screens, grit removal equipment,grit classifiers,grit pumps,valves and piping,aluminum covers,slide gates, handrails and electrical gear, conduit and wiring, rehabilitation of the concrete walls and new epoxy coating, concrete wall and beam replacement, new concrete pavement, control of flow pumping and miscellaneous items of work required to complete project in accordance with plans, specification and Contract Documents. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $4,399,000. The Project is to be substantially complete and ready for operation within 360 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday,September 25, 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. 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. Invitation to Bid and Instructions to Bidders 002113- 1 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 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—Greenwood WWTP Headworks and Grit Removal Rehabilitation, Project No. 18067A 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 Department 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 Wednesday, September 4, 2019 at 10:30 AM, at the following location: City Hall Building, 3rd Floor Engineering SmartBoard Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. Invitation to Bid and Instructions to Bidders 002113-2 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts,errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Questions must be submitted by 5:00 p.m. 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 in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. Invitation to Bid and Instructions to Bidders 002113-3 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 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 greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 2. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders 002113-4 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown in accordance with SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to Invitation to Bid and Instructions to Bidders 002113-5 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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. 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. Invitation to Bid and Instructions to Bidders 002113-6 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and Article 6 of the Supplementary Conditions set forth the Owner's requirements as to bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Engineering Services will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the executed Contract to the Owner within 10 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However,Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 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 Invitation to Bid and Instructions to Bidders 002113-7 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 influenced or attempted to influence the bidding or award process, the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 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. Invitation to Bid and Instructions to Bidders 002113-8 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity(i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost 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 002113-9 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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 Bath Engineering Group ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 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 Supplementary Conditions 007300- 1 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. Supplementary Conditions 007300-2 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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 Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ©Not Required Supplementary Conditions 007300-3 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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 6:00 a.m. and 6:00 p.m. unless other times are specifically authorized in writing by OAR. SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX-21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-288 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) Supplementary Conditions 007300-4 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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: TX190288 01/04/2019 TX288 Superseded General Decision Number: TX20180342 State: Texas Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5 (a) (1) (ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate) . The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2)-(60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 BOIL0074-003 01/01/2017 Rates Fringes BOILERMAKER. . . . . . . . . . . . . . . . . . . . . .$ 28.00 22.35 ---------------------------------------------------------------- ELECO278-002 08/28/2016 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 25.20 7.91 ---------------------------------------------------------------- ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane. . . . . . . . . . . . .$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above. . . . .$ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under. . . . . . . . . . . . . .$ 27.50 10.60 ---------------------------------------------------------------- * IRON0084-011 06/01/2018 Rates Fringes IRONWORKER, ORNAMENTAL. . . . . . . . . . .$ 23.77 7.12 ---------------------------------------------------------------- SUTX2014-068 07/21/2014 Rates Fringes https://www.wdol.gov/wdol/scafiles/davisbacon/TX288.dvb?v=0[1/16/2019 11:41:02 AM] BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 20.04 0.00 CARPENTER. . . . . . . . . . . . . . . . . . . . . . . .$ 15.21 0.00 CEMENT MASON/CONCRETE FINISHER. . .$ 15.33 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) . . . . . . . . . . . . . . .$ 19.77 7.13 IRONWORKER, REINFORCING. . . . . . . . . .$ 12.27 0.00 IRONWORKER, STRUCTURAL. . . . . . . . . . .$ 22.16 5.26 LABORER: Common or General. . . . . .$ 9.68 0.00 LABORER: Mason Tender - Brick. . .$ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete. . . . . . . . . . . . . . . . . .$ 10.58 0.00 LABORER: Pipelayer. . . . . . . . . . . . . .$ 12.49 2.13 LABORER: Roof Tearoff. . . . . . . . . . .$ 11.28 0.00 OPERATOR- Backhoe/Excavator/Trackhoe. . . . . . .$ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader. . . . . . . . . . . . . . . .$ 13.93 0.00 OPERATOR: Bulldozer. . . . . . . . . . . . .$ 18.29 1.31 OPERATOR: Drill. . . . . . . . . . . . . . . . .$ 16.22 0.34 OPERATOR: Forklift. . . . . . . . . . . . . .$ 14.83 0.00 OPERATOR: Grader/Blade. . . . . . . . . .$ 13.37 0.00 OPERATOR: Loader. . . . . . . . . . . . . . . .$ 13.55 0.94 OPERATOR: Mechanic. . . . . . . . . . . . . .$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . .$ 16.03 0.00 OPERATOR: Roller. . . . . . . . . . . . . . . .$ 12.70 0.00 PAINTER (Brush, Roller, and Spray) . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 14.45 0.00 PIPEFITTER. . . . . . . . . . . . . . . . . . . . . . .$ 25.80 8.55 PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 25.64 8.16 ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 13.75 0.00 SHEET METAL WORKER (HVAC Duct Installation Only) . . . . . . . . . . . . . . .$ 22.73 7.52 SHEET METAL WORKER, Excludes HVAC Duct Installation. . . . . . . . . . .$ 21.13 6.53 TILE FINISHER. . . . . . . . . . . . . . . . . . . .$ 11.22 0.00 TILE SETTER. . . . . . . . . . . . . . . . . . . . . .$ 14.74 0.00 TRUCK DRIVER: Dump Truck. . . . . . . .$ 12.39 1.18 TRUCK DRIVER: Flatbed Truck. . . . .$ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck. . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 12.50 0.00 TRUCK DRIVER: Water Truck. . . . . . .$ 12.00 4.11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. https://www.wdol.gov/wdol/scafiles/davisbacon/TX288.dvb?v=0[1/16/2019 11:41:02 AM] 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. 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 https://www.wdol.gov/wdol/scafiles/davisbacon/TX288.dvb?v=0[1/16/2019 11:41:02 AM] 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. ---------------------------------------------------------------- END OF GENERAL DECISION https://www.wdol.gov/wdol/scafiles/davisbacon/TX288.dvb?v=0[1/16/2019 11:41:02 AM] ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Urban Engineering 361-854-3101 Mark A. Maroney, 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 007300-5 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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 SEE SECTION 0133 01—SUBMITTAL REGISTER ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 00 72 00 ART 26 Record Drawing for Entire Project VARIOUS See Section 0133 01—Submittal Register END OF SECTION Supplementary Conditions 007300-6 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation Report Created On:9/25/19 7:29:27 PM PROJECT: 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation BIDDER: Associated Construction Partners Ltd TOTAL BID: $3,118,590.00 COMPLETION TIME: Not Required BIDDER INFO: 215 W Bandera Rd Ste 114-461 Boerne,TX 78006 P: 210-698-8714 F: 210-698-8712 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 Associated Construction partners, Ltd. (type or print name of company) on: Wednesday, September 25, 2019 at 2:00 PM, for Greenwood WWTP Headworks and Grit Removal Rehabilitation - Project No. 18067A 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 Contract & Procurement Department 1201 Leopard Street Corpus Christi,Texas 78401 Attention: Contract & Procurement Bid—Greenwood WWTP Headworks and Grit Removal Rehabilitation, Project No. 18057A 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 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT. 2.04 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.05 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signa ure Acknowledging Receipt 01 9 20 2019 Bid Acknowledgement Form 003000- 1 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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 003000-2 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 180G7A 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 003000-3 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 360 days after the date when the Contract Times commence to run as provided in Paragraph 4,01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 17.16 of the General Conditions within 390 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within the number of days indicated above in Paragraph 6.01. 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 45 16 STATEMENT OF EXPERIENCE ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form 003000-4 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/201.8 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 003000-5 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 ARTICLE 12—BID SUBMITTAL 12.01 This Bid is submitted by: Bidder: Associated Construction Partners, Ltd. (type printed full legal name of Bidder) By: ( Y�m --, (indt 'du i na e) Name: iii-j- Sim son (typed or printed) Title: President yped or ' ted) Attest: ww wl- ndividua s signature) State of Residency: Texas Federal Tax Id. No. Address for giving notices: 215 w Bandera Rd. , Ste. 114-461 Boerne, TX 78006 Phone: 210-698--8714 Email: -fill@acpartners.orq (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation Report Created On:9/25/19 7:29:27 PM BID TOTALS BASE BID Total Part A-General $335,000.00 Part B-Site Improvements $19,050.00 Part C- Headworks Improvements $2,764,540.00 Total $3,118,590.00 Part A-General No. Description Unit Qty Unit Price Ext Price Al Mobilization(Max. 5%) LS 1 $110,000.00 $110,000.00 A2 Bonds and Insurance LS 1 $175,000.00 $175,000.00 A3 Allowance for Unanticipated Work LS 1 $50,000.00 $50,000.00 Subtotal:$335,000.00 Part B-Site Improvements No. Description Unit Qty Unit Price Ext Price B1 8" Limestone Base SY 40 $50.00 $2,000.00 B2 6"Thick 3000 psi Concrete Pavement SY 40 $200.00 $8,000.00 B3 6"Concrete Block Curb LF 75 $30.00 $2,250.00 B4 Concrete Sidewalk SF 120 $15.00 $1,800.00 B5 Relocate Existing PVC Odor Duct Piping LS 1 $5,000.00 $5,000.00 Subtotal: $19,050.00 Part C-Headworks Improvements No. Description Unit Qty Unit Price Ext Price C1 Headworks Improvements LS 1 $1,269,000.00 $1,269,000.00 C2 Control of Flow Pumping and Piping LS 1 $150,000.00 $150,000.00 C3 Grit Removal Equipment(Pre-Selected LS 1 $695,540.00 $695,540.00 and as described in Spec. 1 E24) C4 Concrete Structural Restoration LS 1 $250,000.00 $250,000.00 C5 Concrete Protective Coating LS 1 $150,000.00 $150,000.00 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation Report Created On:9/25/19 7:29:27 PM C6 Electrical Improvements LS 1 $250,000.00 $250,000.00 Subtotal: $2,764,540.00 003002 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. x❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Texas ❑ 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: Associated Construction Partners, Ltd. (typed or printed) By: 4tuAireJ-- tach evidence of authority to sign) Name: Jill Simpson (typed or printed) Title: President Business address: 215 Til Bandera Rd. , Ste 114-461 Boerne, TX 78006 Phone: 210-698-8714 Email: fill@acpartners.org END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A 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 allpersons or firms seeking to do business with the City to provide the following information. ],very question must be answered. If the question is not applicable, answer with"NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Associated Construction Partners, Ltd. STREET P. O. BOX: ADDRESS 215 W Bandera Rd. , St.e. 114-461 CITY: Boerne STATE: Texas ZIP: 78006 FIRM IS: I. Corporation ❑ 2. Partnership 8 3. Sole Owner El4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. L State the names of each "employee" of the City of Corpus Christi having an ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A 2. State the names of each "official' of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above name "firm." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant N/A City of Corpus Christi 003005-1 Greenwood WWTP Headworks and Grit Removal Rehabilitation-Project No, 18067A Rev 01/2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter,unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Jill Simpson. Title: President (Type or Print) Signature of Certifying Person: Date: 9/25/2019 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 hiterest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 00 30 05—1 Greenwood WWTP Headworks and Grit Removal Rehabilitation-Project No. 18067A Rev 01/2016 BID BOND Conforms with The American Institute of Architects,A.I.A.Document No.A-310 KNOW ALL BY THESE PRESENTS,That we, Associated Construction Partners, Ltd. 215 W. Bandera Rd., Ste. 114461, Boerne, Texas 78006 as Principal,hereinafter called the Principal, and the North American Specialty Insurance Company of 5200 Metcalf OPN111, Overland Park, KS 66202 a corporation duly organized under the laws of the State of New Hampshire ,as Surety,hereinafter called the Surety,are held and firmly bound unto City of Corpus Christi as Obligee,hereinafter called the Obligee, in the suns of *** FIVE PERCENT OF TOTAL AMOUNT BID BY PRINCIPAL*** Dollars( 5% TAB ) for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves,our hews, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Greenwood WWTP Headworks and Grit removal Rehabilitation NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligce may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 25th day of September 2019 Associate Construction Partners, Ltd. (Seal) a6L f Principal Witness North Amer ,an Sp cialty In urance Company Witness { By Bett J eeh Attorney-in-Fact SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF AT'T'ORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,each does hereby make,constitute and appoint: GARY W.WHEATLEY,BETTY J.REEH CLARK D.FRESHER AND BRYAN K.MOORE JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FiFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile Linder and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the Vic of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." `y��O�G7tAlJIiY%y�/��A 01",AIS4r1NA(j N' a� .. yA SEAL v O= 5lcrcn P.Anderson,Senior Vice President of Nnshington Inlcruatlonol Insurance CompanyS a OSEAL w:, tg79 w to R Scalar Vice President of Kurth American specialty Insurance Company ri in s ip- O� BY lilichael.A.[lo, enmr Vice Presideni of ns nKlon nternoUunn nsu rnnce pmpeny �[NggStt�dsN &Senior Vice President of Korth American Speelnity Insurance Compnuy IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington Itnternational Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 25th day of January ,2018 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 25th day of January ,2018 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of Nortli American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies.. OFRCIAL SML Nntary Frt�dir-5t Ic,il Ilhkn�s • -'. " MyCnmmissiuu irpvice M.Kenny,Notary Public 1210Af202i I, Jefficy Goldberg . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this Aiay of 5� ,20 19 . Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International htsuraacc Company&North American Specially insurance Company IMPORTANT NOTICE AVISO IMPORTANTE In order to obtain information or make a complaint: Para obtener informacion o para someter un queja: You may contact Jeffrey Goldberg, Vice President- Puede comunicarse con Jeffrey Goldberg, Vice Claims, at 1-800-338-0753. President-Claims, at 1-800-338-0753. You may call Washington International Insurance Usted puede llamr at numero de telefono gratis de Company and/or North American Specialty Washington►International Insurance Company Insurance Company's toll-free number for and/or North American Specialty Insurance information or to make a complaint at: Company's para informacion o para someter una queja al: 1-800-338-0753 1-800-338-0753 You may also write to Washington International Usted tambien puede escribir a Washington Insurance Company and/or North American International Insurance Company and/or North Specialty Insurance Company at the following American Specialty Insurance Company al: address: 1450 American Lane,Suite 1100 1450 American Lane, Suite 11.00 Schaumburg, IL 60173 Schaumburg, IL 60173 You may contact the Texas Department of Insurance Puede escribir at Departmento de Seguros de Texas to obtain information on companies, coverages, rights para obtener informacion acerca de companias, or complaints at: coberturas, derechos o quejas at: 1-800-252-3439 1- 800-252-3439 You may write the Texas Department of Insurance: Puede escribir at Departmento de Seguros de Texas: P.O. Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax: (512)475-1771 Fax: (512) 475-1771 Web: httn://www.t(ii.state.tx.iis Web: http:/hvww.tdi.statc.tx.us E-mail:Cons umet-Protectiontn)tdi.state.tx.us E-mail:ConsumerProtection tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium or Si tiene una disputa concerniente a su prima o a un about a claim you should first contact the Washington reclamo, debe comunicarse con el Washington International Insurance Company and/or North International Insurance Company and/or North American Specialty Insurance Company. If the American Specialty Insurance Company primero. Si dispute is not resolved, you may contact the Texas no se resuelve la disputa, puede entonces comunicarse Department of Insurance. con el Departmento de Seguros de Texas. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not become Este aviso es solo para proposito de infromacion y no se a part or condition of the attached document. converte en parte o condicion del documento adjunto. 00 30 06 NONCOLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Greenwood WWTP Headworks and Grit Removal Rehabilitation Project No. 18067A Bidder certifies that it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality,or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: Associated Construction Partners,ytd. (typed or printed) By: (,&/,w f, 1- 0 (sign re__att evidence of authority to sign) Name: Jill Sim son (typed or printed) Title: President Business address: 215 W Bandera Rd. , Ste. 114-461 Boerne, TX 78006 Phone: 210--698--8714 Email: jili@acpartners .org END OF SECTION Non-Collusion Certification 003006-1 Greenwood WWTP Headworks and Grit Removal Rehabilitation-Project No. 18067A 10/2018 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due, or earlier if required by the Bid Documents,to demonstrate the Bidders'responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non- responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2,01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Statement of Experience 004516- 1 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formai training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3--SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and Statement of Experience 004516-2 Greenwood WWTP Neadworks and Crit Removal Rehabilitation—Project No. 18067A Rev 10/2018 moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the "TCEQ"), the United States Environmental Protection Agency (the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers, the Texas Department of State Health Services, the Texas Parks and Wildlife Department,the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations,and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five (5)years. 2. Whether the Bidder's response reveals more than one (1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death, within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder. The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE, AND QBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 5. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS. Statement of Experience 004516-3 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2015 TABLE 1-ORGANIZATION INFORMATION Organization doing business as: Associated Construction partners, Ltd. Business Address of Principal Office 215 W Bandera Rd. , Ste. 114-461 Boerne TX 78006 Telephone No. 1210-G98-8714 Website www..ac artners.or Form of Business(check one) ❑ Corporation ® Partnership ❑ individual If a Corporation State of incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization 12004 Form of Partnership: ❑ General N Limited If an Individual Name Ownership of Organization List of companies,firms,or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Jill Simpson 990 ACS,Ltd. Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees 55-60 Average estimate of revenue for the current year 1 $25, 000, 000 Statement of Experience 004516-4 Greenwood WWTP Headworks and Grit Removal Rehabilitation--Project No. 18067A Rev 10/2018 Table 1—Organization Information Organization doing business as: Associated Construction Partners, Ltd. Previous`Hist ory;with::City of Corpus Christi:: List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 Wesley E Seale Dam Outlet Rehab Current Z Litt Station Re airs Citywide 2017-2018 Current 3 Sta les Street PumpincT Station Improvements 2017 4 Lift Station Repairs Citywide 2017 5 La una Madre 2016 Construction Site Safety Experience.:i` Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year 2016 1 EMR 1 . 84 Year 2017 EMR 1 .78 1 Year 1 2018 EMR 77 Previom Bidding and Construction Experience—.Answer.all question Yes or No Has Bidder or a predecessor organization been debarred within the last 10 years? List debarring entities below and provide full details in a separate attachment if yes, NO X YES Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO X YES Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. NO X YES Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. NO X YES Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. NO X YES Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. NO X YES There are no outstanding liens or claims where any monies are owed to any third party. Statement of Experience 004516-5 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No, 18067A Rev 10/201.8 Table 2--Project Information organization doing busineSS aS: Associated Construction Partners, Ltd. Proposed Project 0rga.nizatio.n Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Chad Riley Lei hton Moore Superintendent Frank Lazano Frac Summers Safety Manager Chad Riley beicrhton Moore Quality Control Manager Matt Mees Leighton Moore Division'of work`between Bidder antl Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price TBD subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR I I Year I EMR I Year I I EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-G Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 Table 3—Projects Awarded during the last 5 Years Organization doing business as: Associated construction Partners, Ltd. Project information Project SEE ATTACHED LIST Description Name Reference.Contact.l nformati on Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information. Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget;and Performance Original Final Contract #Contract # Days Contract Price Price Days L- Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Associated Construction Partners, Ltd. Proiectinformation .. Project SEE ATTACHED LIST Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project.Budget;and Performance Original Final Contract #Contract # Days Contract Price Price Days late Issues/Claims/ Litigation: Pro ect Information Project Description Name Reference Contact.lnfoemation Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final ContractT #Contract # Days --[ Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: A ssoci.ated Construction Partners, Ltd. Project Information Project Name SEE ATTACHED LIST Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact.Information Project Owner Name/Title Telephone Email Project Designer J_ Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late issues/Claims/ Litigation: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance . Original final Contract ----j#Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Greenwood WWTP Headworks and Grit Removal Rehabilitation---Project No. 18067A Rev 10/2018 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Associated Construction Partners, Ltd. Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5)years? List Citations below (date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any, and the penalty assessed. NO X YES Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes. The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. NO X YES Has the Bidder, within the past ten (10) years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions orjudgments below and provide full details in a separate attachment if yes. NO x YES The ,Owner'will consider the following information as additional support to'make a determination as tothe responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets`` minimum OSHA construction safety standards andhas a ost time injury rate that does not exceed the limits established below: r31 Does the Bidder have a written construction safety program? x Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? x Yes Li No Does the Bidder have an active construction safety training program? x Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding cK Yes Li No ❑ N/A B. Excavation m Yes ❑ No ❑ N/A C. Cranes & Hoists x Yes ❑ No ❑ N/A D. Electrical x Yes ❑ No Q N/A Statement of Experience 004516- 10 Greenwood WWTP Headworks and Grit Removal Rehabilitation--Project No. 18067A Rev 10/2018 Table 4--Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Associated Construction Partners,Ltd. E. Fall Protection m Yes ❑ No ❑ N/A F. Confined Spaces m Yes ❑ No ❑ N/A G. Material Handling m Yes ❑ No ❑ N/A H. Demolition M Yes ❑ No ❑ N/A I. Steel Erection M Yes ❑ No ❑ N/A J. Underground Construction N Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than 5 or equa[ to the national average for North American Industrial Classification System Yes ❑ No ("NAICS")Category 23 for each of the past five (5)years? Provide the Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder's 6 NCCI workers' compensation experience rating sheets for the past five (5) years in a X Yes ❑ No separate attachment. Has the Bidder had any OSHA inspections within the past six (G) months? Provide 7 documentation showing the nature of the inspection,the findings, and the magnitude of ❑Yes X No the issues in a separate attachment if yes. Statement of Experience 00 45 16-11 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 Table 5- Demonstrated Minority, MBE, DBE Participation Organization doing business as Associated Construction Partners, Ltd. Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated %of Contract Price TBD Statement of Experience 00 45 16-12 Greenwood WWTP Headworks and Grit Removal Rehabilitation--Project No. 18067A Rev 10/2018 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: Associated Construction Partners, Ltd. (typed or printed) By: (individual's signature) Name: Jill Simpson (typed or printed) Title: President (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 004516-13 Greenwood WWTP Headworks and Grit Removal Rehabilitation—Project No. 18067A Rev 10/2018 r N Associated Construction Partners, Ltd. Success by Design ,w u Y F , M ALtl urn. "Partners in Construction" Associated Construction Partners, Ltd. 215 W Bandera Rd, Suite 114-461 Boerne, Texas 78006 Phone: 210-698-8714 Fax: 210-698-8712 www.acpartners.org f� s Associated Construction Partners, Ltd. 215 W Bandera Rd., Suite 114-461 Boerne, TX 78009 Phone: 210-698-8714----Fax: 210-698-8712....www.acpartners.org Executive Summary 1. The Company The owners and Key Management personnel at Associated Construction Partners,Ltd. bring over 100 years of combined experience to the table with a proven track record of having undertaken and completed many projects for a variety of customer types both in the Government and Private Sectors.This group has worked together specifically as a cohesive team for many years. 2. Project Expertise: Associated Construction Partners, Ltd (ACP) is a Specialty Trade Construction Company Specializing in work which takes place within the Water and Wastewater Treatment Plant and Distribution Industry.The Trade work which ACP specializing in is mostly`associated with(1) Mechanical Systems (Pipe,Valves&Fittings,Pumps and other mechanically operated Structures and Equipment), (2) Electrical Automation Systems (Electrical, Controls and Instrumentation), (3) General Trades (Concrete, Site work,Steel and other trades associated with General Construction Work). 3. Certifications:ACP is a"Women Owned Enterprise".It is currently categorized as a small business concern with SBA and has also received a full HUB certifi,Ation with the State of Texas,and is a certified TXDOT approved Contractor.(See attached cernfi� tia s). 4. Customer Base:ACP's main Customer Base focus is wit' is Owned Utility Companies,Municipalities, State of Texas Owned and Operated Facilities,TX DOT an Procurement Divisions of all branches of the Federal Government.However,with the Management background and customer relations of its Owner and Key Employees,ACP will continue to work with selected groups in the private sector. S. Personnel Resources:The Management group at ACP is depicted on the attached organizational Charts and outlined within the personnel resumes also attached with this document. Company Information as of 04/2019 a. Name of CompanAssociated Construction Partners,Ltd. b. Address ��� ' 215 Bandera Rd.,Suite 114-461 Boerne,TX 78006 c. Phone 210-698-8714 d. Fax: 210-698-8712 e. Website: www.acl2artners.org f. Type of Organization: Texas Based Limited Partnership g. Owners: Jill Simpson,Operating Manager h. Federal ID#: 26-2197773 i. Contractor's License: As required(electrical,mechanical,plumbing) j. Bonding&Insurance: ACP carries General Liability,Auto,Workers Comp, Umbrella&Equip damage Insurance.The company is a bondable contractor with an aggregate bonding line of$50,000,000+and$20,000,000 per project. ACP's Insurance and Bonding lines are represented by Insurance& Bonds,Inc.Contact,Gary Wheatley at 210-696-6688. k. State Sales Tax: ACP is not exempt from state sales tax;except on select projects such as Public owned projects where the associated entity has been given a tax tax exempt status by the state of Texas.Tax Exempt Certificate will be provided in those cases if applicable(material purchases). Associated Construction Partners, LTD (ACP) was organized under the laws of the state of Texas as a Texas Limited Partnership and is considered a "Small Business Concern" as determined by the United States Small Business Administration, Additionally, ACP has registered in all areas required for evaluation and award under Federal Procurement Guidelines, as follows: ❖ Cage Code: 510Y7 ❖ DUNS Number: 807376418 ❖ CCR Number: On File ❖ SBA Pro-Net: On File ❖ Federal Tax payer ID #: 26-2197773 Equipment and Facilities Associated Construction Partners, LTD has set up a shop facility that is in Boerne, Texas at a location within Bexar County and San Antonio's ETJ. The shop is complete with tools and equipment necessary to undertake and complete its projects 100% with its own forces whenever required. Specific but not all inclusive of equipment inventory (owned or to be leased) will include the following: Cat 416 Backhoes Cat 426 Backhoes Cat 315 Excavators Cat 325 Excavators Link-Belt 30 Ton Crane Whacker;Trench and Earth Compacting Remote operated machinery Concrete Forming equipment Bobcats and complete line of attachments Welding and Service oriented equipment Light crane and hoisting equipment Site work survey equipment Dodge Dually One-ton service vehicles 2004 Terex RF 450 Rough Terrain Crane SN 12241 2007 Ingersoll Rand Single Drum Roller SD 45D SN 194480 Ford F250 2013 #3035 2012 Doosan Crawler Excavator Kobelco SK 210 Excavator YQ13-U5261 Tf is frr r Scheduling and Planning: ACP utilizes Microsoft's Project Manager Software for its scheduling needs.Attention is paid in putting together the initial schedule; data for which is brought together with the input of all staff members involved with the project.All schedules are updated and reviewed Monthly. Quality Assurance: Associated Construction Partners, LTD adopts its quality control procedures from the U.S. Army Corp of Engineers Regulation No. 1180-1-6 "Construction Quality Management" and as specified within section 01451 "Contractor Quality Control" on U.S. Army Corp of Engineer's Projects in producing a quality control plan. Each plan is tailored specifically to an individual project. Specific to the Corp of Engineer's m thud of Quality Control, the following procedures apply to each quality control plan: COC(Contractor Quality Control):The Quality Control System itself consists of a written Quality Control plan "Inspection of Construction" tailored specifically to the project, and wherein a properly qualified individual,or individuals (as may be required),are identified and directed to comply with the procedures which are established within the plan. The Individual(s) form the Quality Control Team, which is considered a separate organization from those within the Construction production portion of the management team, and who's level of authority reach to the highest upper management of the company. The CQC system includes insurance of Contract compliance through a 3-step process, as follows: (a) Preparatory Inspection Phase;CQC review and approval of all submittals prior to submission and following with inspections of all materials which are delivered for use to the project site.(b)Initial inspection Phase; CQC review of all definable work to be accomplished,directly before or at the beginning of each such effort, to ensure that all are in agreement with the procedures that will take place during installation efforts. (c). Follow-Up Phase; A daily "follow-up" inspection process that takes place after each major effort is completed, to review and test the effectiveness of the overall Quality Control Plan, and make any adjustments,should it be deemed necessary. Project Safety Program: In addition to the above responsibilities of the CQC, Associated Construction Partners LTD,thro gh a separate written plan"Project Safety Plan",directs the implementation of all Safety Requirements for te'project to the same team. The U.S.Army Corp of Engineers Manual EM385-1-1 is adopted as a format for the formation and implementation of all required safety procedures, which includes the identification of all areas of the project, all required OSHA requirements applicable to the different efforts and requires weekly safety meetings "tool-box meetings"; wherein all safety issues are reviewed with the entire work force at the site.All field personnel at ACP have OSHA certifications in CPR and"Construction 10-Hour 1 CEW OSHA Supervisors training ACP,through its Owners and Key Personnel themselves has over 100 years combined experience in the Construction business and can comply with any requirements of having completed many projects of the size and type of work it seeks to undertake.;The projects below specifically represent work that has been completed by the entire management group at ACP and demonstrate their experience and capabilities.ACP has never failed to complete a project awarded to them. Please consider the following project references: w Project References: Ongoing Projects Wesley E Seale Dam Outlet Rehabilitation; Lake Corpus Christi Dam, Mathis, TX The project includes several rehabilitation and improvement work items.The primary work includes removal and replacement of 3 -30"x 48"cast-iron sluice gates,1 -5'x 5'cast-iron sluice gate 1- 48"Howell-Bunger valve and associated appurtenance,electrical actuators for all new and existing sluice gates and supporting electrical feed and switchgear.Additional 6"of crushed limestone paving will be added to the existing crane pad prior to use to support the primary work items.A 12"outlet will be installed in the south spillway training wall to supply maintenance water for the secondary stilling basin,and new access ladders will be provided for access to the south spillway. Project Size: $1,689,000.00 ❖ Engineer:Freese and Nichols,Inc. ❖ bdbC@freese.com ❖ 361-561-6500 Medio Creek WRC Filter and UV System Improvements; San Antonio, TX The project scope includes demolition of the existing filter and UV process equipment,modifications to existing structures to facilitate installation of new filtration and UV system.Provision of temporary power to UV system channel,in order to keep disinfection process online throughout construction duration.Installation of new tertiary filtration cloth disc filters and revised UV system equipment.UV system equipment to be installed channel-by-channel,System programming,integration,testing, commissioning and start-up.Project Size: $4,922,893.00 Engineer:Arcadias ❖ Garrett.kehoeParcadias.com ❖ 512-527-6064 Asherton 0.200 MGD Wastewater Treatment Plant; Asherton, TX The project's scope includes providing all the material,tools,transportation,services,labor and supervision required for construction of new treatment facilities including but not limited to temporary facilities and lines;influent and effluent lines,yard piping; existing treatment plant closure as well as all related site work and electrical appurtenances Project Size:$6,347,250.00 ❖ Engineer:Robert Thonhoff,Jr.,PE-Thonhoff Consulting Engineers,Inc. ❖ bthonhoffRtcetcx.com 512-328-6736 Dos �os WRC Thickening Facility Expansion; San Antonio Water Systems The project's scope includes the installation of two centrifuges and associated structures, submersible pumps,positive displacement cavity pumps,lope pumps,inline grinder pumps,along with the construction of a new electrical building,new bridge crane,and related ancillary works to operate the centrifuges.Project includes multiple complicated shut downs.Project Size: $6,610,000.00 ❖ Engineer:Garrett Kehoe,PE-Arcadis-US,Inc. ❖ markmOurbaneng com ❖ Phone: 361-854-3101 Project References: Ongoing Projects, cont. New Influent Structure&Wastewater Treatment Plant Improvements; Rockport,TX The project consists of excavation and backfilling,new concrete structure,mechanical bar screen, manual bar screen,concrete walkway demolition,ductile iron pipe and fittings,PVC pipe,galvanized air pipe and fittings,concrete pavement,handrail,aluminum slide gates,stairs,fiberglass grating, painting,electrical and miscellaneous related items of work.Project Size:$1,232,550.00 ❖ Engineer:Mark Maroney,PE-Urban Engineering ❖ markm@urbaneng com Phone: 361-854-3101 Lift Station Repairs Citywide 2017-18; City of Corpus Christi, TX This project consists of the rehabilitation of nine lift stations which requires control of flow pumping,the replacement of discharge piping,plug valves,check valves,dumps,pump bases,guide rails,pump control panels,electrical generators,concrete structures,main electrical disconnects,new chainlink fencing,minor site fill,concrete coating,pipe painting, temporary traffic control and miscellaneous items of work required to complete the project in accordance with plans,specifications and Contract Documents.Project Size:$1,496,000.00 ❖ Engineer:Mark Maroney,PE-Urban Engineering ❖ markmPurbaneng.com ❖ Phone: 361-854-3101 BPUB Odor Control Improvements at Various-L".ii�5tations Phase 2; Brownsville, TX The work in general includes,but is not limited to:'the installation of a 3 each 1000 CFM and 5 each 500 CFM Biotrickling Filter System,Odorous Air Ductwork,and other appurtenances at 8 lift stations throughout the BPUB Sanitary Sewer Collection System.Project Size: 2,440,000.00 ❖ Engineer:Joseph Tamayo,PE-Ambiotec Group ❖ jtamayo0ambiotec.com ❖ Phone:956-548-9333 Johnson Ranch Wastewater Treatment Plant; Bulverde,TX The project is generally described as a 350,000-gpd wastewater treatment plant.Treatment is provided by an extended aeration system and shall include a flow equalization tank,selector tank, two (2) 1st stage aeration basins,two (2) 2nd stage aeration basins,two (2)secondary clarifiers,two (2) aerated sludge digester tanks,and all associated equipment,piping and electrics.Flow from the wastewater treatment plant will flow through a tertiary cloth media filter and a UV disinfection system prior to being directly discharged into an existing outfall.A mechanical screen and Influent Pump Station will also be provided.The pump station will consist of one 12' (I.D.)pre-cast concrete wet well,triplex submersible non-clog pumps, 10-inch force main,and all associated equipment, piping,electrics.Project Size:3,758,005.00 ❖ Engineer:Jessica Kwiatkowski,PE-Bowman Consulting, Inc. ❖ jkwiatkowskiC@bowmanconsulting com ❖ Phone: 757-561-2776 Project References: Ongoing Projects, cont. Lake Thomas Raw Water System Improvements; Big Spring, TX The work for this project includes proposed upgrades at Base 8,Base 3,and Base 4.Base 8, Morgan Creek Pump Station,will include a new pump station with three vertical turbine pumps and a 1 MG ground storage tank.The Snyder Pump Station,Base 3,will include a new pump station with three horizontal pumps.The Lake Thomas Pump Station,Base 4,improvements will include replacing the existing portable a-frame crane with a permanent overhead bridge crane, replace existing overhead door and exhaust fan.Project Size:14,678,500.00 ❖ Engineer:Mearl Taylor,PE-Freese and Nichols,Inc. ❖ MDT@freese.com ❖ Phone:817-735-7469 Zapata County Wastewater Treatment Plant Improvements (.BMGD Expansion) The Project consists of expanding the existing Waste Water Treatment Facility from 0.8 MGD capacity to 1.6 MGD capacity to include the construction of one (1) new Headworks Facility,one (1) new Carrousel Basin,Improvements to Existing Carrousel Basin,two(2) new Secondary Clarifiers, one (1)new Clarifier Splitter Box,one(1)new RAS/WAS Pump Station,one(1)new Cloth Media Filter Basin,one (1)new Chlorine Contact/Dechlorination Basin,one (1)new Chlorination/ Dechlorination System with Fiberglass Shelter,one(1) new Electrical Building,and one (1)new Administration/Laboratory Building.Project Size:9,830,000.00 ❖ Engineer:Armando Guerra PE P.,remier Engineering,Inc. ❖ Armando.guerraftremier-ce com ❖ Phone:956-717-1199 i Project References: Completed Projects Sharpsburg LS and Up River Road Force Main Rehabilitation; City of Corpus Christi Sharpsburg Lift Station and Up River Road Force Main Rehabilitation consists of replacing three submersible pumps,piping,and controls with four new 85 HP pumps,providing new wet well top,grouted bottom of wet well contour,above grade piping and manifold,245 LF of new 20"PVC force main,1,545 LF of new 6"PVC force main,60 LF of new 24"PVC gravity line into the wet well with two 5'manholes,dismantling the existing valve pit structure, new access hatches at each pump location,new control building,standby generator and transformer,new odor control system,SCADA system upgrade,site concrete paving,site perimeter fencing with security electronic entrance vehicle and pedestrian gates,,Due to extensive dismantling and construction work required within the existing wet well and valve pit areas,all incoming flow will be by-passed during construction utilizing a new 10- foot diameter FRP by-pass structure at the head of the station with pumps,controls and temporary piping to the existing outfall force main.Project Size:3,044,255.00 ❖ Completed 2017 ❖ Engineer:Donnie Rehmet,PE-Coym,Remet&Gutierrez Engineering,LP ❖ donr@cr eg i.com ❖ Phone: 361-991-8550 - '!'� Staples Street Pumping station; City of Corpus Christi, TX The project consists of the installation of three(3) 7.5 MGD>horizontal split case pumps and motors,suction and discharge pipe,valves ond'fittings,variable speed drives,electrical feed to support the new pumps,HVAC to maint4in humidity and temperature in the pumping Station electrical and control rooms,upgraf the process monitoring and control instrumentation,demolition of existing analytical panels,demolition of existing 5 MGD pumps,motors,bases and suction/discharge pipes,installation of analytical instrument panels,control system integration and an upgrade of the SCADA system to Utility Department Standard Hardware/Software Platform.Project Size:$1,923,430.00 ❖ Completed 2017 ❖ Engineer:J.Douglas McMullen,PE-Urban Engineering ❖ dougmPurbaneng.com ❖ Phone: 361-854-3101 Lift Station Repairs Citywide 2016; City of Corpus Christi, TX This project consists of the rehabilitation of seven lift stations which requires control of flow pumping,the replacement of discharge piping,plug valves,check valves, pumps, pump bases, guide rails,pump control panels,main electrical disconnects,new chain-link fencing, minor site fill,concrete coating, pipe painting,temporary traffic control and miscellaneous items of work. Project Size:$1,359,000.00 ❖ Completed 2017 ❖ Engineer:Mark Maroney,PE-Urban Engineering ❖ markmPurbaneng com ❖ Phone: 361-854-3101 Project References: Completed Projects. cont. ERHWSC Martha A Simpson WTP UV Disinfection System; San Benito, TX The project consisted of the construction of a 40'X36'Canopy Structure and Electrical Room,two (2) each-UV Reactors,24"pipe/fittings,electrical&SCADA.Project size: $1,450,000.00 ❖ Completed 2017 ❖ Engineer:David Flinn,PE-Ferris,Flinn&Medina,LLC ❖ D.flinn0ferrisandflinn.com ❖ Phone:956-364-2236 Brownsville PUB Odor Control Improvements for Various Lift Stations Phase 1 The project included but not limited to the installation of a three(3)each 1,000 CFM and five(5) each 500 CFM biotrickling filter system,odorous air ductwork,and other appurtenances at 8 Lift Stations throughout the BPUB Sanitary Sewer Collection System.Projectsize: $2,200,000.00 ❖ Completed 2017 ❖ Engineer:Joseph Tamayo,PE-Ambiotec Group jtamayoRambiotec.com ❖ Phone:956-548-9333 DWSRF Water Treatment Plant Improvements; Palo Pinto, TX This project consisted of the construction olWhater Treatment Plant improvements including work at the Raw Water Pump Station,Water Treatment Plant and 7-R Ranch.Project Size:$1,641,421.50 ❖ Completed 2017 ❖ Engineer:Colden Rich Ply Enprotec/Hibbs and Todd,Inc. ❖ colden.richl0e-ht= ` ❖ Phone: 325-698-5560'-," North Alamo Regional Wastewater Treatment Plant Improvements; Edinburg, TX This project consisted of the construction of a 0.50 MGD Carrousel Oxidation Ditch Wastewater Treatment Plant aril associated buildings and site improvements.Project Size:$5,899,220.00 ❖ Completed 2017 ❖ Engineer:Jimmy Griffith,PE -Rio Delta Engineering ❖ jwgPgcons.net ❖ Phone: 512-626-0023 Water Treatment Plant Improvements; Breckenridge,TX The work generally includes the upgrade of the existing water treatment facility to provide potable �,Vater for the City of Breckenridge-including but not limited to chemical/chlorination system improvements,clarifier install,VT pumps and split case pump installation,vertical mixers all associated piping,sitework and electrical.Project Size:$1,989,075.00 ❖ Completed 2017 ❖ Engineer:Colden Rich,PE-Enprotec/Hibbs and Todd,Inc. ❖ colden.richiRe-ht.com ❖ Phone: 325-698-5560 Project References: Completed Projects, cont. Raw Water Intake and Pump Station Modifications; Quitman, TX The project consists of Construction of a new raw water intake and raw water pump station on Lake Fork Reservoir including drilled shaft foundations,galvanized steel bridge sections,concrete pump platform,three vertical turbine raw water pumps with variable frequency drives,motor control building,standby generator,and electrical and SCADA improvements. Demolition of the existing raw water intake and pump station facilities following completion of the proposed raw water intake.Project Size:$2,089,349.00 ❖ Completed 2016 ❖ Engineer:John Ringler,PE-KSA Engineers ❖ jringlerOksaeng.com ❖ Phone:903-236-7700 Laguna Madre WWTP Headworks; City of Corpus Christi, TX This project consisted of the removal and replacement of the bar screen,grit removal system,lift station pumps,lift station piping,force main,valves,building roofs,fencing and the installation of new electrical control room,control panels�:emergency generator,and other miscellaneous items required to complete this project. oject Size: $2,895,000.00 ❖ Completed 2016 ❖ Engineer:Mark Maroney,PE-Urban Engineering ❖ markmOurbaneng com ❖ Phone: 361-854-3101 Sunfield MUDs No. 1-4 WWTP Expansion Phase 2; Buda, TX This project consisted of the erection of a 250,000-gallon per day steel Wastewater Treatment Plant at the existing Sunfield MUDs WWTP site along with the associated appurtenances necessary to integrate the proposed pla"ith the existing facilities.Project size:$1,679,633.00 ❖ Completed 2016 ❖ Engineer:Jason BAze,PE-Murfee Engineering ❖ jbaze@murfee.com ❖ Phone: 512-327-9204 Brownsville PUB Odor Control Improvements for the South WWTP The project included installation of a 5,000 CFM Biotrickling Filter Sytem,Prefabricated Aluminum Covers,Odorous Air Ductwork,new influent box discharge fittings,chemical resistant coatings and other appurtenances.Project size:$1,400,000.00 ❖ Completed 2016 ❖ Engineer:Joseph Tamayo,PE-Ambiotec Group ❖ jtamayoRambiotec.com ❖ Phone:956-548-9333 Project References: Completed Projects, cont. Industrial Pump Station; Ingelside, TX The project consists of the construction of a new potable water plant site,excluding water storage tanks.This will entail the installation of plant site piping and gate valves.This will also include the construction of a new building to house the electrical controls and chemical disinfection operations, installation of electrical components and wiring,site grading,and construction of plant site security fencing.The offsite work shall include the installation of an emergency standby generator and required wiring at another existing facility. Project size: $890,000.00 Completed 2016 ❖ Owner:Mallory Gabro,PE-San Patricio Municipal Water District ❖ MEG spmwd.com ❖ Phone: 361-777-4009 2015 Commerce Park Plant; Hewitt, TX The project consists of the construction of a new potable water plant site,excluding water storage tanks.This will entail the installation of plant site piping and gate valves.This will also include the construction of a new building to house the electrical controls and chemical disinfection operations, installation of electrical components and wiring,site grading,and construction of plant site security fencing.The offsite work shall include the installation of an emergency standby generator and required wiring at another existing facility.Project size: $873,875.00 ❖ Completed 2016 ❖ Engineer:Miles Whitney,PE='Iayote Consulting ❖ miles Rcayotecon.com ❖ Phone: 254-744-3439 Bailey County Well Field Disinfection Improvements; City of Lubbock This project included the demolition of existing chlorine and ammonia equipment as well as the existing chlorine storage area.Construction of a Sodium Hypochlorite Building as well as a new Bulk Tanks.Replacement of existing Globe Valve and Gate Valve as well as Gate Vault Roof.Miscellaneous yard piping instrumentation and Electrical.Project size:$2,941,000.00 ❖ Completed 2016 ❖ Engineer: Brian Beach,PE-Freese and Nichols,Inc. ❖ btbCa)freese.com ❖ Phone: 682-438-5469 Henderson WWTP UV Disinfection Improvements; City of Lampasas This project included demolition and removal of 3 pump motors,pump supports,pipping,supports end valving between the suction and discharge header connections.Installation of 3 booster pumps and motors,pump supports,piping,supports and valving between the suction and discharge header connections.Project size:$240,000.00 ❖ Completed 2016 ❖ Owner:City of Lampasas ❖ Contact:Dean Grant,PM ❖ Phone: 512-818-7764 Project References: Completed Projects, cont. Kingsville Pump Station Improvements; South Texas Water Authority This project included demolition and removal of 3 pump motors,pump supports,pipping,supports and valving between the suction and discharge header connections. Installation of 3 booster pumps and motors,pump supports,piping,supports and valving between the suction and discharge header connections.Project size: $295,000.00 ❖ Completed 2016 ❖ Engineer: HDR Engineering,Inc. ❖ Phone: 512-912-5100 Wastewater Treatment Plant Secondary Clarifier No. 1 Replacement; City of Pharr This project included replacement of the Secondary Clarifier No. 1.Project size: $380,000.00 ❖ Completed 2016 ❖ Engineer:Javier Garcia,PE-S&GE Civil Engineers ❖ jgarciaRshrefeysa.com ❖ Phone: 210-493-9200 Wastewater Treatment Plant Clarifier Rehabilitation; City of Grand Saline This project included rehabilitation of the Wastewater Treatment Plant Clarifier. Project size: $250,000.00 ❖ Completed 2015 ❖ Engineer:Walter Hicks,PE- KSA Engineers ❖ thicksPksaeng com ❖ Phone:903-581-8141 Wastewater Treatment Plant Improvements; City of Eustace, TX This project included construction of a clarifier,return to sludge pump station and installation of all associated piping valves and electrical. Project size: $518,000.00 ❖ Completed 2015 ❖ Engineer:Bob Staehs,PE-Everett,Griffith&Associates ❖ bstaehsPeverettgriffith.com ❖ Phone:903-658-2065 Project References: Completed Projects, cont. Balboa Lift Station Upgrade; McAllen,TX The proposed project includes the following elements: replace the existing odor control system with a new biotrickling filter odor control scrubber; replace the existing six submersible pumps with five pumps and VFD drives; modify the existing MCC panels;modify the existing MCC Building;provide an HVAC system for the MCC Building;modify the existing bridge crane structure; reroute the lift station electrical feed; provide for a future connection to the Balboa Lift Station SCADA system;and construct miscellaneous facility improvements and associated site work for a complete and usable facility.There is an urgency to having the new odor control system operational,so it has an earlier substantial completion date than the remainder of the project. Project size:$2,795,000.00 ❖ Completed 2015 ❖ Engineer:Leon Allen,PE-Carollo,Inc. '' ❖ lallen0carollo.com ❖ Phone: 512-453-5383 Northwest Well Field Pump Station&Ground Storage Tank, Borger, TX This project included the following elements:Two (2) new one-million-gallon prestressed storage tank,new 5 MGD portable water pump station,chlorination facilities,site grading,yard piping, electrical and instrumentation.Project size:$4,$00,000.00 ❖ Completed 2015 ❖ Engineer: Scott Honeyfield,PE-Parkhill, Smith&Cooper, Inc. ❖ SHoneyfield0team-12sc.com ❖ Phone:806-376-8600 Headworks Project; City of Alamo This project consisted of co},truction'�of Wastewater Headworks with Odor Control,18"Force Main, 12"Force Main,8"Force 1V{ain,18"Concrete Pipe,Electrical and Instrumentation,Site Restoration and Reservoir Circulation Equipment 5 Mixers total (Solar bees). Project size: $1,344,000.00 ❖ Completed 2015 ❖ Engineer:Lalo Ramirez,PE-Quintanilla Headley&Associates,Inc. ❖ lalor(@qhaengineering.com ❖ Phone:956-381-6480 Project References: Completed Projects. cont. Well Field Electrical &Water Treatment Plant Improvements; City of Burkburnett This project includes but is not limited to the following items:Connection of a raw water pipeline(by others)to new well pumps (installed by others)and to the water treatment plant,including pipeline, valves,meters and appurtenances,and connection to the new well heads and to the water treatment plant.The Contractor shall be responsible for the above-ground piping,meters,and appurtenances at each as well.The Contractor shall also construct the general sitework at each well.The project also includes modifications or additions to the following existing facilities:Replacement of the existing 8- inch diameter raw water flow control valve and raw water meter with a new actuated butterfly valve and flow meter.Replacement of the chlorine leak detector and exhaust fans in the chlorine building Project size:$840,000.00 ❖ Completed 2015 „ ❖ Engineer:Alan Davis,PE-Alan Plummer Associates,Inc. ' ❖ adavisPapaienv.com ❖ Phone:817-806-1700 ar Phase 1 Water System Improvements Plant; Wellborn SUD i . This project consisted of water system improvements at 13 different sites.Work at each site varies from minor electrical and SCADA improvements to modifications to existing pump stations to construction of new pump stations from the ground up. Project size:$2,360,000.00 ❖ Completed 2014 ❖ Engineer:Terry Winn,PE-Winn Professional Engineers,Inc. ❖ twinn@winnpec.com ❖ Phone:903-553-0500 Water System Improvements; City of Eden, TX The work generally include�,,,construction of a new 1.1 MGD Water Treatment Plant(WTP)Facility, modifications to the exists Veer Treatment Facility to convert it into a groundwater transfer pump station.Project size:"§2,Qf37,219.00 '711,7/ ❖ Completed 2015 ❖ Engineer:Joshua Berryhill,PE-Enprotec/Hibbs&Todd,Inc. ❖ loshua.berryhillCa)e-ht.com ❖ Phone: 325.698-5560 DWSRF Water System Improvements -Water Treatment Plant; Roscoe,TX Work under this contract includes construction of a new groundwater treatment system at the City of Roscoe's Water Treatment Plant,upgrade of the Owner's supervisory control and data acquisition (SCADA)system,rehabilitation of equipment at the Owner's existing groundwater wells,and replacement of the groundwater transmission system.Project size: $1,286,700.00 ❖ Completed 2014 ❖ Engineer:Joshua Berryhill,PE-Enprotec/Hibbs&Todd,Inc. ❖ Joshua.berryhillRe-ht.com ❖ Phone: 325-698-5560 Project References: Completed Projects. cont. Cuates Pump Station Improvements; Laguna Madre Water District The Project consists of constructing a new pump station building,installing four(4)42"cans for vertical turbine pumps,installing two (2) 12.5 MGD vertical turbine pumps,motor,and VFD's, removing an existing pump from existing Cuates pump station and installing one (1)new 12.5 MGD vertical turbine pump with motor,and VFD,installing a baffle wall in the ground storage tank,and demolishing an existing pump station and an abandoned pump station after the new pump station is in operation.Project size:$1,558,100.00 Completed 2014 ❖ Engineer: Shrirang Golhar,PE-RPS Espey ❖ Shrirang.GolharOrpsgroup.com " ❖ Phone: 214-951-0807 Water Distribution System Improvements This project includes a new waterline,pump station,pump station building,100,000-gallon GST, chlorination system,upgrades to the hydro pneumatic tank,associated electrical and controls as well as all paving.Project size:$723,400.00 ❖ Completed 2014 ❖ Engineer:Melanie Gavlik-Naismith Engineering, Inc. ❖ mgavlickOnaismith-en ineerm ',740m Phone: 361-814-9900 East Delivery Pump Station Expansion; Lavaca Navidad River Authority Project consists of pump station expel' on improvements,including the procurement and installation of a new vertical turbine pump(rated at 6,000 GPM and 72 feet of head) into an existing pump slot,the installation of pump discharge piping and appurtenances,the installation of bypass piping and appurtenances,the installation of control valve operators,and the installation of associated pump starter,controls,instrumentation,cable,and conduit.Additional site improvements include the replacement of a 30-inch diameter electromagnetic flow meter,rehabilitation of Victaulic couplings,and the replacement of approximately 160 linear feet of 14-inch piping and appurtenances.Project size:$552,000.00 ❖ Completed 2014 ❖ Engineer:Jason Ward,PE-Freese&Nichols,Inc. ❖ jvwPfreese.com ❖ Phone: 713-600-6800 Project References: Completed Projects, cont. Wastewater Lift Station 19 Rehabilitation Project; Laguna Madre Water District The project consists of the installation of a new, 15.5'diameter fiberglass wet well,concrete valve vault and wet well slab,discharge piping and valves,electrical enclosure,wiring and weather head, 300KW stand-by generator,telecommunication system and new wooden perimeter fencing.The project will also consist of the conversion of an existing,in-service concrete wet well to a receiving manhole and the relocation of existing lift station pumps and controls to the new fiberglass wet well. Additionally,the project will consist of the demolition of an abandoned lift station and the relocation of on-site utilities and existing odor control system.Sanitary sewer bypass pumping will also be required.Project size:$874,000.00 ❖ Completed 2014 ❖ Engineer:Charles Ortiz,PE-Laguna Madre Water District ❖ CortizPlmwd.org ❖ Phone:956-943-2626 x130 Water Treatment Plant Booster Station Improvements; City of Elgin, TX This project consisted of demolition of the two (2)existing 600 GPM pumps and installation of one (1) 1,000 GPM pump and one(1) 600 GPM pump at the Water Treatment Plant Booster Station.The project also included replacement of the existing electrical panel at the Pistol Hill Booster Station. Project size:$284,800.00 ❖ Completed 20141 ❖ Engineer: Kevin Osborn,PE RC Engineers,Inc. ❖ kosborneRtresolutions.com ❖ Phone: 512-454-8716 South Mesquite Creek Regional WWTP; Wylie, TX This project includes,but is not limited to,construction of one packed bed chemical scrubber odor control facility with duct,one make-up air unit with duct,two bulk chemical storage tanks,and associated civil,mechanical,electrical,instrumentation and controls work.Project size: $1,699,200.00 ❖ Completed 2014 ❖ Engineer:James McMillen-Perkins Engineering Consultants,Inc. ❖ jmcmillenCa)perkinsconsultants.com ❖ Phone:817-719-0372 Water Distribution Improvements-Tanks &Pump Station; El Tanque WSC The project consists of the following: (1)new ground storage tank(62,000 gallons approx.), (1) new standpipe(optional materials)approx.235,000 gallons, (1)new standpipe (optional materials)approx. 130,500 gallons, (2)new booster pump stations,each with metal buildings, electrical,and related controls,rehabilitation of existing bolted steel ground storage tank. Project size:$1,800,000.00 ❖ Completed 2014 ❖ Engineer: Sage Diller,PE-Enprotec/Hibbs&Todd,Inc. ❖ Sage.DillerPe-ht.com ❖ Phone: 325-698-5560 Project References: Completed Projects, cont. FM 492 Water Treatment Plant Improvements; Palm View, TX This scope of work included the replacement of existing tube settlers,the replacement of the existing sludge removal system,replacement of existing flocculators and the installation of appurtenant electrical control panels,equipment,and wiring associated with the operation of these improvements.Project size:$765,000.00 ❖ Completed 2014 ❖ Engineer:Jose Rodriguez-SAM Engineering&Surveying,Inc. ❖ jose0samengineerin -surveyincom 1%;, ❖ Phone:956-702-8800 %-_ River Road Wastewater Treatment Plant Anaerobic Digester Improvements; Wichita Falls, TX This project included construction of multiple new structures;including but not limited to primary sludge pump station,Primary sludge screen system and new building,2 new digester fixed covers, new bolted glass sludge holding tank,all new digester biogas equipment,installation of new Linear Motion Mixers,all associated electrical,instrumentation and SCADA and miscellaneous paving and all associated trench safety and SWPPP requirements.Project Size:$3,700,000.00 ❖ Completed in 2014 ❖ Engineer:Chris Jones-Freese&Nichols,Inc. ❖ cajC@freese.com ❖ Phone:817-735-7291 Harvest Water Plant Phase 1; Denton County, TX The work includes the erection of one (1) 213,000-gallon galvanized bolted steel ground storage tank and erection of MCC,both furnished by the Owner.The work also includes the purchase, delivery,and start-up of two (2) 1200-GPM horizontal booster pumps,one(1) 500-gpm horizontal booster pump,one(1) 15,000-gallon hydro pneumatic tank,control and booster pump building,chlorine gas feed system,liquid ammonium sulfate feed system,plant piping, electrical equipment,instrumentation and controls,fencing,and all additional items needed for a completely functional water plant.Project size:$1,201,300.00 ❖ /tbmpf d in 2014 ❖ Ergfneer:Larry Weppler,PE-Jones&Carter,Inc. ❖ 11j6pler jonescarter.com ❖ Phone: 713-777-5337 Project References: Completed Projects, cont. Harris County Aeration Conversion &Digester Addition; Harris County MUD 122 The work included Construction of Aeration Conversion and Digester Addition,including but not limited to,move-in and start-up;demolition of portions of the existing main process unit; converting the existing digester into an aeration basin;Miscellaneous improvements and re- coatings to the existing main process unit;modifications to the existing blower building;two (2) new multi-stage centrifugal blowers;two new package digester tanks complete with aeration equipment,air lifts,walkway an all else shown in the construction drawings;set-up,monitoring and operation of the plant bypass system;electrical modifications including a new service,duct bank,conduit,wire,lighting,site work,etc.Project size: $840,000.00 ❖ Completed in 2013 ❖ Engineer:Nathan Walton,PE-Jones&Carter,Inc. ❖ nwalton0jonescarter.com ❖ Phone: 713-777-5337 x503 Alamo Community College District First Responders WWTP; San Antonio, TX This project included a new 25,000 GPD interim,50,000 GPD final membrane biological reactor (MBR)advanced secondary wastewater treatment plant,including all specified lift,mechanical screen,ultraviolet disinfection system,flow measurement,emergency backup generator, construction of on-site utility roads,all related piping,installation and controls as well as all electrical and other appurtenances to complete the wastewater treatment plant and outfall discharge line.Project size:$1,217,400.00 ❖ Completed in 2013 ❖ Owner:San Antonio River Authority Contact:Jim Doersam ❖ Phone: 210-302-36'f8' ❖ jdoersamOsara-tx.org ❖ Engineer: CDS Muery ❖ Phone: 210-581-1111 Friar Creek Lift Station Improvements; Temple, TX This project included rehabilitation of an existing lift station.Replacement of all pumps,HVAC, misc.roofing repairs,all associated electrical controls and instrumentation. Project size: $720,000.00 ❖ Completed in 2013 101 q/1 Engineer:Clark&Fuller,Inc. mclark@clark-fuller.com Phone: 251-899-0899 Project References: Completed Projects, cont. Water System Improvements; Freer, TX This project consisted of a new 900gpm Water Treatment Plant housed in a new pre-engineered building specifically designed to reduce arsenic inherent to the ground water supply to acceptable levels,a 300,000 gallon ground storage tank site grading and paving,yard piping, pumps and controls,electrical power and instrumentation,a SCADA control system for the new plant and existing remote pumping and storage facilities and an 8"distribution water main. Project size:$2,740,000.00 ❖ Completed in 2013 ❖ Engineer: Pay Coym-Coym,Rehmet&Gutierrez ❖ nwcoymOsbcglobal.net ❖ Phone: 361-991-8550 Water Treatment Plant Improvements Project; Ballinger,TX This project included the addition of a 350gpm Reverse Osmosis System to Ballinger's existing water treatment plant.Major work elements included:RO Feed Pumps,RO System&Pilot Study, RO Building and Associated Civil,Electrical and Control Systems. Project size:$1,812,000.00 ❖ Completed in 2013 ❖ Engineer:Jordan Hibbs-Enprotec/Hibbs Todd ❖ Jordan.hibbs0e-ht.com ❖ Phone: 325-698-5560 Water System Improvements, Pump Station &Wholesale Meter; City of Aledo, TX This project included construction of a pump station including three pumps and a flow meter,a meter station,a check valve vault,approximately 120 LF of 16"water line,associated building, and all associated electrical,controls and instrumentation.Project size:$890,000.00 ❖ Completed in 2013 ❖ Engineer:Robert McGee-Freese&Nichols,Inc. ❖ rhm0freese.com ❖ Phone:817-735-7260 Greenwood WWTP 2011 Improvements; Corpus Christi,TX This project consisted of sitework and demolition,drilled concrete piers,steel supports,concrete wall extension,stainless steel air piping,butterfly valve,roofing repair,seeding,small emergency generator,roof downspouts and miscellaneous items of work.Project size:$452,900.00 „4/ Completed in 2012 ❖ Engineer:Mark Maroney-Urban Engineering ❖ markmOurbanengineering.com ❖ Phone: 361-854-3101 Project References: Completed Projects. cont. Wastewater Treatment Plant Upgrade; Rankin, TX This project included rehabilitation of an existing WWTP,including but not limited to installing a bar screen vault,new bar screen,meter vault and flow meter,15"gravity collection line,new manhole assembly and tie ins,all associated electrical and miscellaneous paving and all associated trench safety and SWPPP requirements.Project size:$300,000.00 ❖ Completed in December 2012 ❖ Engineer:Ralph Truszkowski-Parkhill,Smith&Cooper ❖ rtruszkowskiPteam-psc.com 1% ❖ Phone:432-697-1447 ' New Anoxic Basin&Miscellaneous Improvements; Rockport,T, This project consisted of excavation and backfilling,new concrete structure,dry-pit submersible pumps,submersible horizontal mixers,ductile iron pipe&fittings,PVC pipe,stainless steel air pipe&fittings,handrail,aluminum slide gates,sluice gates,stairs,fiberglass grating,painting, electrical&misc.related items of work.Project size:$1,200,000.00 Completed in September 2012 ❖ Engineer:Mark Maroney-Urban Engineering ❖ markm@urbanengcom ❖ Phone: 361-854-3101 Clarifier&Headworks; Edgewood,T ,(45 F, of Clarifiers) This project included replacement and rehainhitation of the clarifier mechanism,bar screen, scum pump station piping,electrical,sludge and grit pump station installation,grit removal strainers and associated yard piping.Project size:$200,000.00 ❖ Completed in 2012 ❖ Engineer:Mike N Tibbets,PE-Hayter Engineering ❖ mtibbetts0ha, tt�g com ❖ Phone:903-735-0303 Hurricane Ike Recovery#1 ORCA 2008 Supplemental Disaster Project This project:consists of the purchase and installation of standby pumps,control panel improvements,misc.sitework,concrete work and misc.electrical improvements at numerous lift stations throughout the City of Webster.Project size:$425,000.00 ❖ Completed in May 2012 ❖ Engineer:Thomas Sikora-KSA Engineers ❖ tsikoraPksaeng.com ❖ Phone: 281-494-3252 Project References: Completed Projects. cont. Old Town Lift Station and Force Main; Portland,TX This project consists of 12 ft.diameter FRP wet well,lift station with pumps,piping,electrical and controls,45 LF.Of 12"PVC gravity sewer with two manholes,2,555 LF.Of 8"PVC force main bored and cased construction,2 each air release valves,sitework,fencing,traffic control and storm water pollution prevention.Project size:$660,000.00 ❖ Completed in 2012 ❖ Engineer: Donnie Rehmet-Coym,Rehmet&Gutierrez Engineering,LP ❖ donr@cr eg i.com "';, ❖ Phone: 361-991-8550 ,lilt Wastewater Treatment Plant Improvements; Sheffield,TX This project included the extension of a sewer line to the proposed WWTP a 24 acre land application system,decommissioning of the existing WWTP.The proposed sewer extension consists of 1405 feet of gravity sewer and numerous manholes.The new WWTP consists of a bar screen and metering structure,new lined and aerated ponds equipped with Shp floating aerators,new storage pond with overflow structures and misc.piping.The irrigation systems includes a 405gpm firm capacity pump station,irrigation piping and a pivot spray system.This project also includes all associated civil,electrical and control systems.Project size: $1,400,000.00 ❖ Completed in December 20111,,111" , ❖ Engineer: Kevin Fredley-Par ill Sr'it h&Cooper ❖ kfredleyoteam-psc.com % ❖ Phone:915-533-6811 Geronimo Creek WWTP Lift Station Modifications; Seguin, TX This project included modifications to the Geronimo Creek WWTP Lift Station including new submersible pumps,emergency generator relocation,raised fabricated steel platform,access hatch replacement,electrical controls,panels and misc.sitework.Project size:$377,000.00 ❖ Completed in December 2011 ❖ Engineer: Kelsey Blaisdell-TRC Engineers,Inc. ❖ kblaisdell0tresolutions.com ❖ Phone: 512-454-8716 North Third Street&Garland Lane Lift Station; Sealy, TX This project included the replacement of an existing lift station with a new 95gpm lift station wet // well,piping,submersible pumps,electrical,controls,etc.at Garland Lane.The project also included replacement of an existing lift station with a new 15 00gpm lift station and include temporary pump,conversion of an existing dry well into a new wet well,piping,submersible pumps,electrical controls,generator,slab,etc.on North Third St.Project size:$425,000.00 ❖ Completed in October 2011 ❖ Engineer:William Huebner,PE-O'Malley Engineers ❖ wjhPomalleyengineers.com ❖ Phone:979-836-7937 1 Fax: 979-836-7396 Project References: Completed Projects, cont. Water Valve Replacement; Taft,TX This project included installing 30 gate valves and valve boxes throughout the City of Taft Water Distribution System.The new gate valves varied in size from 4,6,8,10-inch.Additional facilities and work include the installation of PVC waterline spool pieces,coupling adapters,tees,MJ retainer glands,thrust blocking,the removal,transportation and proper disposal of asbestos cement pipe,valve markers,road and alley repairs and traffic control.Project size:$200,000.00 ❖ Completed in May 2011 ❖ Engineer:Mike Hernandez-Melden&Hunt ❖ mike@meldenandhunt.com ❖ Phone:956-381-0981 River Road Wastewater Treatment Plant;Wichita Falls, TX This project includes the purchase and installation of a new belt filter press and conveyor. Formed concrete work and associated piping.HVAC and Electrical upgrades.Project size: $700,000.00 ❖ Completed in April 2011 ❖ Engineer: Dean Hinton-Corlett,Probst&Boyd ❖ Phone:940-723-1455 ❖ Website:tdh cpbw£.com Trinity Aquifer Supply Project; Shavano Park TX This project includes improvements for the Shavano Drive Pumping Station Improvements,Raw Water Transmission Main Constriction,Wagon Trail Road Wellhead Construction and Well Tie in Construction. Installation of new booster pumps,4500 linear feet of Raw Water Transmission Main,Furnish and installation,of a 100,000-gallon storage tank,Installation of mixed oxidants generation and Filtratiop Systems, all associated electrical installed.Project size: $1,200,000.00 �� ❖ Completed in Marc-2011 ❖ Engineer:Mehmet Boz;PE-URS Corporation ❖ Mehmet boz@urscorp.com ❖ Phone: 210-377-3764 Water Treatment Plant Improvements; Elsa,TX The project included replacement of mechanical equipment within the clarifier,this installation of a clarifier sludge blowdown system,removal and replacement of filter media,the addition of 4F air scour to the filter backwash system,the replacement of inoperable valves,and actuators in the filter gallery,the replacement of 3 transfer pumps,installation of liner in 2 reservoir ponds and improvements to the raw water feed systems to the existing sludge lagoons.This project also includes site work,yard piping,electrical and instrumentation. (all clarifier material here was provided by Ovivo) Project size:$2,700,000.00 ❖ Completed 2011 ❖ Engineer:Mike Hernandez-Melden&Hunt ❖ mike@meldenandhunt.com ❖ Phone:956-381-0981 Project References: Completed Projects, cont. Robinson Road Well Booster Pump Station; Grand Prairie, TX The project consists of demolition,building addition,roofing,new pump pads and new pump installation,coatings on all surfaces,hypochlorite feed system,chemical storage tank,electrical, instrumentation and controls.Project size: $679,000.00 ❖ Completed 2010 ❖ Engineer:John Fields-DeltaTek Engineering ❖ jfields Odeltatekeng com Phone:469-374-9800 Fax:469-374-9801 FM 2252 Water Plant Improvements; Garden Ridge,TX The project includes installation of new infrastructure at the City of Garden Ridge Water Plant Site,includes new High Service Pumps,Pump Building,yard piping,site work,paving,fencing, electrical and associated appurtenances.Project size:$500,000.00 ❖ Completed June 2010 ❖ Engineer:HMT Engineering ❖ mikebPhmtnb.com ❖ Phone:830-625-8555 x151 Huntsville State Park Utility Upgrades; Huntsville TX The project consists of the renovation of electric service,and some upgrades to water and sewer services,to three separate camping loops and other locations within the Park.The major thrust will be to upgrade select campsites to 50 amp electrical pedestals.The project was completed in phases,with EXTENSIVE coordination between the Contractor,Huntsville State Park Management and the TPWD Project Manager.Project size:$1,100,000.00 ❖ Completed Mid 2010 ❖ Engineer: Denney R Howard;Chief Electrical Engineer-Lockwood,Andrews&Newman ❖ DRHowardPlan-inc.com ❖ Phone:817-820-0420 x4105 I Fax:817-338-7505 Raw Water Pump Station No. 1 Modifications; Wylie, TX Project consists of concrete,piping,demolition,blasting,coatings,electrical work,pump replacement and installation of 5kV Motor Control Center.Project size:$965,184.00 ❖ Completed Early 2010 ❖ Owner:North Texas Water District ❖ Contact:Robin Williams-972-442-5405 ❖ Engineer:Jeff Hensley-Freese&Nichols,Inc. ❖ Phone:817-735-7369 1 Fax: 817-735-7491 Project References: Completed Projects, cont. Lakeside Lift Station Improvements; Rockwell, TX Project consists of the addition of two variable frequency drives,generator,electrical building and electrical and SCADA improvements for the North Texas Municipal Water District.Project size:$790,000.00 ❖ Completed in 2010 ❖ Owner:North Texas Water District ❖ Contact:Kara Byrnes-972-442-5405 ❖ Engineer:Paul Carline,PE-Birkhoff,Hendricks&Conway ❖ pcarlinefthclip.com ❖ Phone: 214-361-7900 Fax: 214-416-8390 Reclaimed Water Basin Improvements; Wylie,TX Project consists of a new pump and instrumentation plateform,installation of a new pump and associated yard piping,relocation of the existing instrumentation and control panel,relocation of an existing high voltage transformer,installation of new;transformer and switched.Project size: $550,000.00 ❖ Completed in 2009 ❖ Owner:North Texas Water District 1 ❖ Contact:Kara Byrnes-972-442-5405. ❖ Engineer: Kent Ricker,PE- Black&VeAtch <-%rr ❖ mgmcculloughOlan-inc.com ❖ Phone: 512-338-4212 1 Fax: 512-338-4942 Kenedy County Wastewater Treatment System Improvements; Sarita, TX Project consists of installation of pumps,piping,site work,water tanks,aeration chambers, wetland water basins,etc.Project size:$488,000.00 ❖ Completed in 2009 ❖ Owner:Texas Department of Transportation ❖ Contact: Kevin Rucker,TxDot Contracting Officer ❖ Phone: 512-416-3221 Water Treatment Plant Sludge Removal and Piping Modifications; Lewisville, TX Project consists of installation of underground water sludge piping,valves,vaults and structures. Removal and disposal of WTP sludge.Project size:$208,000.00 Completed in 2009 ❖ Engineer:Ron Conway,PE-Birkhoff,Hendricks&Conway ❖ RConwayPBHCLLP.com ❖ Phone: 214-361-7900 1 Fax: 214-461-8390 Project References: Completed Projects, cont. Water Treatment Plant Filter Improvements; Nixon TX Project consists of the rehabilitation of four pressurized filters located at the Schertz Seguin Local Government Corporation Water Treatment Plant. Project size: $435,000.00 ❖ Completed in 2009 ❖ Engineer: Meredith McCullough ❖ mgmcculloughOlan-inc.com ❖ Phone: 512-338-4212 1 Fax: 512-338-4942 Wastewater Collection&Treatment Plant Improvements; Commerce TX Project Consists of replacement of existing manholes,underground water and sewer piping, boring,WWTP equipment modifications and replacement(conveyors&screening equipment), Major electrical controls and instrumentation modifications. Project Size:$720,000.00 ❖ Completed in 2009 ❖ Engineer: Mike Tibbets PE-Hayter Engineering Inc. ❖ mtibbetsCcDhae t�gineeringinc.com ❖ Phone:903-785-0303 1 Fax:903-785-0308 Live Oak Country Rest Area Water Treatment Plant Improvements; Live Oak, TX Project consists of installation of pumps,piping,sitework,water tanks,aeration chambers, wetland water basins,etc.Project Size: $750,000.00 ❖ Completed January 2009 ❖ Contact: Kevin Rucker,TxDot Contracting Officer ❖ Phone: 512-416-3221 Garlic Creek Lift Station Improvements; Buda, TX Project consists of replacement of pumps,piping and includes bypass of existing system for a sewage Collection system and lift station. Project Size: $195,000.00 ❖ Completed in November 2008 ❖ Engineer: Graham Moore,PE-Lockwood Andrews&Newman ❖ gmmoorePlan-inc.com ❖ Phone: 512-338-2727 1 Mobile: 512-294-3214 Project References: Completed Projects. cont. Chilled Water Extension 08C-071,Northwest Vista College; San Antonio,TX This project included the Installation of 2,200 LF of 8"pre-insulated chilled waterline,and a 15- ton concrete vault. Primary scope of work was to excavate and provide a trench for and install 2,200 LF of 8"pre-insulated chilled water that had to be fitted and welded in the field. Chilled water plan also called for a 15-ton vault to be provided and installed to provide a tap for future expansion. Installation of this line of course included all valves and fittings associated with a project of this nature. Peripheral work included demolition and replacement of 100 LF of concrete curbing,975 SF of concrete sidewalk, 1,500 SF of asphalt mill and patch overlay, movement of multiple existing utilities,cleaning(chemical flush)and testing of chilled water line,and rehabilitation of jobsite including sprinkler head/pipe replacement and general landscaping. Associated Construction Partners management team worked with the owners and consultants on this project to resolve several major design issues encountered at the beginning of the task. Construction was delayed for 2 months;however,ACP still managed to bring the project in on budget and 60 days ahead of schedule. The site was also unique in that ACP was required to perform major excavation and installation of the line within the perimeter of an active college campus.Projects Size:Approximately$300,000.00 ❖ Completed on 9/12/2008 ❖ Contact:Tony Alfaro,AIA,Senior Project Manager ❖ Construction Managers for ADA:Broaddus Project Control ❖ talfaro0ba-12ct.com ❖ Phone: 210-496-0008 1 Mobile: 210-414-1870 Asbestos Abatement&Facility Rehab at TxDot Storage&Service Station Bldg., San Antonio,TX This project includes the renovation of the buildings and replacement of siding and windows. proper removal,transportation and disposal of asbestos-containing materials.Project Size: $680,000.00 ❖ Completed May 2008 ❖ Owner:Texas Department of Transportation;Austin,TX ❖ Contact:Roel Bazan,TxDot Contracting Officer ❖ Phone: 512-416-2357 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation Report Created On:9/25/19 7:29:27 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Addendum No. 1 09/24/2019 16:49:54 PM 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation Report Created On:9/25/19 7:29:27 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs 18067A Specifications 9/24/19 11:59:19 AM Plans 18067A Plans 9/24/19 11:59:18 AM Addenda Addendum No. 1 9/24/19 10:13:03 AM Other 18067A Bidders Worksheet 9/24/19 11:59:18 AM Bidders Pre-Bid Attendance Roster 9/24/19 11:59:18 AM SC 0 � N U yea na o n n+�� 1$52 00 52 23 AGREEMENT This Agreement, for the Project awarded on December 10, 2019, is between the City of Corpus Christi (Owner) and Associated Construction Partners Ltd. (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: Greenwood WWTP Headworks and Grit Removal Rehabilitation Prosect No. 18067A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering TBPE firm 145 2725 Swantner St. Corpus Christi, Texas 78404 markmC@urbanene.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 Rd, Bldg#5 Corpus Christi, TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 360 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 390 days after the date when the Contract Times commence to run. Agreement 005223- 1 Greenwood WWTP Headworks and Grit Removal Rehabiliation#18067A Rev 8/2019 B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. 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$800 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. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 3,118,590.00 Agreement 005223- 2 Greenwood WWTP Headworks and Grit Removal Rehabiliation#18067A Rev 8/2019 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 Greenwood WWTP Headworks and Grit Removal Rehabiliation#18067A Rev 8/2019 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 Greenwood WWTP Headworks and Grit Removal Rehabiliation#18067A Rev 8/2019 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 Greenwood WWTP Headworks and Grit Removal Rehabiliation#18067A Rev 8/2019 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI �E 9 Digitally signed by Rebecca H—a pby dna � I - S,, —1=,,,c—h@o,p�scn,i Michael RodriguezDate: 202gned 909:32ael 8-06'0iguez t j7� Da,azozo.oi�i0Oe29as-bosoon@waasommus Date:2020.01.0909:32:18-06'00 Rebecca Huerta Michael Rodriguez City Secretary Chief of Staff M2019-199 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 12-10-2019 Digitally signed by Kent Mcllyar DN:cn=Kent Mcllyar,o,on, LJ� Digitally signed by RH/AB email=kentmc@cctexas.com,c=us Rf l //�1 Date:2020.01.10 08:46:17-06'00' _ Date:2020.01.08 15:38:44-06100' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Associated Construction Partners Ltd. ( y. Jill Simpson Seal Below B Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 215 W Bandera Rd, Ste 114-461 Financial Officer Address Boerne, TX 78006 City State Zip 210/698-8714 210/698-8712 Phone Fax jill@acpartners.org EMail END OF SECTION Agreement 005223-6 Greenwood WWTP Headworks and Grit Removal Rehabiliation#18067A Rev 8/2019 00 6113 PERFORMANCE BOND BOND NO. 2287796 Contractor as Principal Name: Associated Construction Partners Ltd. Mailing address (principal place of business): 215 W Bandera Rd, Ste 114-461 Boerne, TX 78006 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. 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation Award Date of the Contract: December 10, 2019 Contract Price: $3,118.590.00 Bond Date of Bond: December 18, 2019 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: North American Specialty Insurance Company Mailing address (principal place of business): 5200 Metcalf OPN111 Overland Park, KS 66202 Physical address (principal place of business): Same Surety is a corporation organized and existing under the laws of the state of: New Hampshire 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): 913-676-5200 Telephone (for notice of claim): 913-676-5200 Local Agent for Surety Name: Acrisure, LLC dba IBTX Address: 10101 Reunion Place #100 San Antonio, Texas 78216 Telephone: 210-697-2230 Email Address: breeh@ib-tx.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 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor .. ;r0...cipal Signature: Iti lbit Surety Signature: .,Z;) /6/ Name: 1 ,n, 1 / Name: Betty J. Re'h Title: , it ,: a i Title: Attorney -in -Fact Email Address: i II l�/�Li. li ,fIl v .0 VZ / Email Address: breeh@ib-tx.com (Attach Power of Attorney and place surety seal below) . 1 END OF SECTION Performance Bond 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation 006113-2 7-8-2014 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby make, constitute and appoint: GARY W. WHEATLEY, BETTY J. REEH CLARK D. FRESHER AND BRYAN K. MOORE JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificatorelat ng theteto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be bindin upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." `��Q�tiG\V iryU///� "w► 0NA �? 6,�BPaR.tp G,e% By o if 1 00.N6A �1'SG rZy SEAkrF:? t^ SERI. - :O S Steven P. Anderson, Senior Vice President of Washington International Insurance Company I z; -Y • g W 1973 0, m & Senior Vice President of North American Specialty Insurance Company _ O: ;g, 9 = (21,43:.„ Nic499:yi 0 )1 H i !! 2� Michael A. Ito, Sensor Vice President of ash ngton International Insurance Company °mraw 1fs1.11'111st X41 ' & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25th day of January , 2018 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 25th day of January , 20 18 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M. KENNY Notary Public: State of Illinois My Commission Espies 1210412021 M_ Kenny. Notary Public 1, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this I' t1{ day of De , 20 . Jeffrey Goldberg. Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company I , 1 •, :i • r • - Ns - ',iti%A\11 ° IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President - Claims, at 1-800-338-0753. You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll-free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1450 American Lane, Suite 1100 Schaumburg, IL 60173 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httu://www.tdi.state.tx.us E-mail:ConsumerProtection(a�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President - Claims, al 1-800-338-0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1450 American Lane, Suite 1100 Schaumburg, IL 60173 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1- 800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httu://www.tdi.state.tx.us E-mail: Cons umerProtection(uitdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. e 00 6116 PAYMENT BOND BOND NO. 2287796 Contractor as Principal Name: Associated Construction Partners Ltd. Mailing address (principal place of business): 215 W Bandera Rd, Ste 114-461 Boerne, TX 78006 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. 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation Award Date of the Contract: December 10, 2019 Contract Price: $3,118,590.00 Bond Date of Bond: December 18, 2019 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: North American Specialty Insurance Company Mailing address (principal place of business): 5200 Metcalf OPN111 Overland Park, KS 66202 Physical address (principal place of business): Same Surety is a corporation organized and existing under the laws of the state of: New Hampshire 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): 913-676-5200 Telephone (for notice of claim): 913-676-5200 Local Agent for Surety Name: Acrisure, LLC dba IBTX Address: 10101 Reunion Place #100 San Antonio, Texas 78216 Telephone: 210-697-2230 Email Address: breeh@ib-tx.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 00 6116 -1 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor - • Alir ipal Signature: ,9 i / Surety . AdOP Signature: �. / Name: I 1 VIA �t-_Name: Betty J. Reeh, Title: , ttolit Title:/Attorney-in act Email Address: 1 4 V ea elltrh. Y ail Address: breeh@ib-tx.com Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 18067A Greenwood WWTP Headworks and Grit Removal Rehabilitation 006116-2 7-8-2014 -� rte; ,!!l1111islt;••' • •I SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, each does hereby make, constitute and appoint: GARY W. WI-IEATLEY, BETTY J. REEH CLARK D. FRESHER AND BRYAN K. MOORE JOINTLY OR SEVERALLY Its tnie and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER,RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificatprelating thcreto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be bindip.upon the Company'when so. affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." rdY: $ By $a� �4iFrGp5RP0 P; S ie - SEai. :O= Steven P. Anderson. Senior Vice President of Washington International insurance Company # 2? SEAL iZ a ,rst ?,t, 1973 41''..14.).? q'" ` & Senior Vice President of North American Specialty Insurance Company _ O: ; m dimilliiaoo• ,. Michael A. Ito. Senior Vice President of\Yashington international Insurance Company �`'?+�t� _+.mtn�p°^ teifdl.9i:itttt°t� & Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 25th day of January , 2018 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 25th day of January , 2018 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vicc President of North American Specialty Insurance Company and Michael A. Ito , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M. KENNY Notary Pttbtc -State of Illiixtis My Commission IrtNcs 12/0412021 M. Kenny. Notary Public I, Jeffrey Goldberg . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals oldie Companies this PrifIday of De , 20 t 9 . Jeffrey Goldberg. Vicc President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company f�. • • ;r v, ---i * - - -,...': : 1: - ' .,-‘ ::: .1.: .7 - . . , .;c" ' %. ' .7.' ..,a: . . 1 ; �! �► w AA 4 ::i: 'j',frstINI,' r. IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President - Claims, at 1-800-338-0753. You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll-free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1450 American Lane, Suite 1100 Schaumburg, IL 60173 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail:Consu merProtectionntdi.state.tx. us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President - Claims, al 1-800-338-0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company al: 1450 American Lane, Suite 1100 Schaumburg, IL 60173 Puede escribir al Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1- 800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail:ConsumerProtection(ctdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. ACORO® CERTIFICATE OF LIABILITY INSURANCE `� DATE(MMIDDIYYYY) 1/6/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER IBTX Risk Services 10101 Reunion Place Suite 100 San Antonio TX 78216 CONTACT Rosa Maughan PHONE FAX (NC. No. Ext): 800-880-6689 (AIC, No): 210-696-8414 AIL ADDRESS: servicero@ib-tx.com INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A : Continental Casualty Company 20443 INSURED Associated Construction Partners, Ltd. 215 W. Bandera Rd. Ste. 114-461 Boeme TX 78006 INSURER B : The Continental Insurance Company 35289 INSURER C : 10/4/2020 INSURER D : $ 1,000,000 INSURER E : $ 500,000 INSURER F : COVERAGES CERTIFICATE NUMBER: 1'432917548 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR W POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXPVD (MMIDD1YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 6020651005 10/4/2019 10/4/2020 EACH OCCURRENCE $ 1,000,000 DAMAGE TO PREMISES (EaENTED occurrence) $ 500,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPUES JECT PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X - X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X X _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY 6020650985 10/4/2019 10/4/2020 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS UAB X OCCUR CLAIMS -MADE 6020650999 10/4/2019 10/4/2020 EACH OCCURRENCE $ 10,000,000 AGGREGATE 510,000,000 DED X RETENTIONS i nnnn S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y 1 N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A PER STATUTE ERS E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A GL -Ltd Pollution Liab Worksites 6020651005 10/4/2019 10/4/2020 Each Claim Aggregate 1,000,000 2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached 0 more space is required) Gen Liab & Auto Liab policies include blanket automatic additional insured endorsements (CNA750791016, CA20481013) and blanket automatic waiver of subrogation endorsement (CNA747050115, CA04441013) that provides this feature only when there is written contract between named insured & certificate holder that requires such status. Primary Non -Contributory wording per endorsement (CNA750791016). Auto Liab includes Broadened Pollution- Transportation Endorsement (G -140378-B 05-08). Cancellation per attached (CA747021-15, CNA7231502-13). Umbrella is a follow -form policy. Project No. 18067A Greenwood W VTP Headworks and Grit Removal Rehabiliation CERTIFICATE HOLDER CANCELLATION i City of Corpus Christi P.O. Box 9277 Corpus Christi TX 78469 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATNE f� © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CERTIFICATE ACORO9 CERTIFICATE OF LIABILITY INSURANCE kiiim.i./i Acct#: 1179840 DATE(MMIDDIYYYY) 12/23/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the poiicy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies, LLC 5847 San Felipe, Suite 320 Houston, TX 77057 CONTACT 888-828-8365 NAME: PHONE FAX all: (AIC. No): EIIIANo• ADDRESS: INSURERS) AFFORDING COVERAGE NAIC # INSURER A : Indemnity Insurance Co. of North America 43575 INSURED Insperity, Inc. (A PEO) ASSOCIATED CONSTRUCTION PARTNERS, LTD (A Client Company of The PEO) 19001 Crescent Springs Drive Kingwood, TX 77339 'SEE BELOW INSURER B : INSURER C : INSURER D INSURER E : $ INSURER F : $ CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TERM OR CONDITION OF ANY CONTRACT PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL fNSD SUBR WVD POLICY NUMBER POUCY EFF (MM1DYYYY) POLICY EXPDI (MMIDDIYYYY) LIMITS COMMERCIAL GENERAL UABIUTY EACH OCCURRENCE $ DAMAGE TO PREMISES (EaENTED occurrence) $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- a LOC OTHER: JECT PRODUCTS -COMP/OP AGG $ S AUTOMOBILE _ UABIUTY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) S BODILY INJURY (Per person) S BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ S UMBRELLA UAB_ EXCESS UAB OCCUR CLAIMS -MADE EACH OCCURRENCE S AGGREGATE S S DED RETENTION S A WORKERS COMPENSATION AND EMPLOYERS' UABIUTY AND ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? LI (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A X C66698506 10/1/2019 10/1/2020 X S STATUTE OTH- ER E.L. EACH ACCIDENT $ 1.000,000 E.L. DISEASE - EA EMPLOYEE, $ 1000 000 E.L. DISEASE - POLICY LIMIT S 1000 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ASSOCIATED CONSTRUCTION PARTNERS, LTD (2407100) IS INCLUDED AS A NAMED INSURED THROUGH ENDORSEMENT. Greenwood WWTP Headworks and Grit Removal Rehabilitation Project No. 18067A WAIVER OF SUBROGATION IN FAVOR OF City of Corpus Christi ? Engineering Services WHEN REQUIRED BY WRITTEN CONTRACT. Notice of Material Change Endorsement Included CERTIFICATE HOLDER CANCELLATION CITY OF CORPUS CHRISTI ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 30020002250936590220255 CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. additional insured coverage with "arising out of" language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Page 1 of 2 Policy No: 6020651005 Endorsement No: Effective Date: 10/04/2019 Insured Name: ASSOCIATED CONSTRUCTION PARTNERS, LTD. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a Toss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Page 2 of 2 Policy No: 6020651005 Endorsement No: Effective Date: 10/04/2019 Insured Name: ASSOCIATED CONSTRUCTION PARTNERS, LTD. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy No: 6020651005 Page 16 of 17 Endorsement No: 3 CONTINENTAL CASUALTY COMPANY Insured Name: ASSOCIATED CONSTRUCTION PARTNERS, LTD. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER C 6020650985 INSURED NAME AND ADDRESS ASSOCIATED CONSTRUCTION PARTNERS, LTD. 215 W BANDERA RD STE 114-461 BOERNE, TX 78006-2820 POLICY CHANGES CA 2048 DESIGNATED INSURED BLANKET This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED BLANKET ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON OR ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. Vt.srub Chairman of the Board G -56015-B .(ED. 11/91) Secretary 20020008560206509851310 POLICY NUMBER: COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: ASSOCIATED CONSTRUCTION PARTNERS, LTD. Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 40020000560206510053223 II CNA CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY — NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 030 Number of days notice for nonpayment of premium: N/A Name of person or organization to whom notice will be sent: PER SCHEDULE ON FILE. CANCELLATION NOTICE WILL NOT BE SENT WHEN THE REASON IS FOR NONPAYMENT OF PREMIUM. Address: PER SCHEDULE ON FILE If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74702XX (1-15) Policy No: 6020651005 Page 1 of 1 Endorsement No: 28 CONTINENTAL CASUALTY COMPANY Effective Date: 10/04/2019 Insured Name: Associated Construction Partners, Ltd. Copyright CNA All Rights Reserved. CNA 1 Business Auto Policy Policy Endorsement NOTICE OF CANCELLATION OR MATERIAL CHANGE - DESIGNATED PERSON OR ORGANIZATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: In the event of cancellation or material change that reduces or restricts the insurance provided by this Coverage Form, we agree to send prior notice of cancellation or material change to the person or organization scheduled below at the address scheduled below. This endorsement does not amend our obligation to notify the Named Insured of cancellation as described in the Common Policy Conditions or in another endorsement attached to this policy. SCHEDULE 1. Number of days advance notice: 10 Days if we cancel for non-payment of premium. 30 Days if the policy is cancelled for any other reason, or if coverage is restricted or reduced by endorsement. 2. Person or Organization's Name and Address Name: Per List on file Attention: Street Address: City, State, ZIP: E-mail address: All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA72315XX (02-2013) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 17; Page: 1 of 1 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 ‘" Copyright CNA All Rights Reserved. Policy No: BUA 6020650985 Policy Effective Date 10/04/2019 Policy Page: 68 of 96 Workers' Compensation and Employers' Liability Policy Named Insured INSPERITY, INC. 19001 CRESCENT SPRINGS DRIVE KINGWOOD TX 77339 Endorsement Number Policy Number Symbol: RWC Number: C66698506 Policy Period 10-01-2019 TO 10-01-2020 Effective Date of Endorsement 10-01-2019 Issued By (Name of Insurance Company) INDEMNITY INS. CO. OF NORTH AMERICA Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. NUMBER OF DAYS ADVANCE NOTICE: 30 2. NOTICE WILL BE MAILED TO: CITY OF CORPUS CHRISTI — ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 .7' - Authorized Agent WC 42 06 01 (7/84) Ptd. in U.S.A. Workers' Compensation and Employers' Liability Policy Named Insured Insperity Inc. ASSOCIATED CONSTRUCTION PARTNERS, LTD Endorsement Number Policy Number Symbol: RWC Number: C66698506 Policy Period 10/1/2019 TO 10/1/2020 Effective Date of Endorsement 12/23/2019 Issued By (Name of Insurance Company) Indemnity Insurance Co. of North America Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. (X) Specific Waiver Name of person or organization: City of Corpus Christi Engineering Services 1201 Leopard Street Corpus Christi, TX 78401 Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: Greenwood VW TP Headworks and Grit Removal Rehabilitation Project No. 18067A 3. Premium: The premium charge for this endorsement shall be INCLUDED percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED Authorized Representative WC 42 03 048 (06/14) 0 Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved.