Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2020-271 - 7/14/2020 - Approved
DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF C 301. v �4C APO �0 1852 00 52 23 AGREEMENT This Agreement,for the Project awarded on July 13,2020, between the City of Corpus Christi(Owner)and J Carroll Weaver Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The is generally described as: Work Swantner Drive, Indiana Ave. to Texan Trail (Bond 2018) Project No. 18046A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,Texas 78404 stephens@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 720 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 750 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. Agreement 00 52 23-1 Swantner Drive, Indiana Avenue to Texas Trail (Bond 2018)—Project No. 18046A St2AN N E D DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 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 $1000 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 $7,113,357.76 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 Swantner Drive, Indiana Avenue to Texas Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 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. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 Swantner Drive, Indiana Avenue to Texas Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 Swantner Drive, Indiana Avenue to Texas Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 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 Swantner Drive, Indiana Avenue to Texas Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI DocuSigned by: DocuSigned by: )L�kee., 14,44U 8/5/2020 8/5/2020 e 'e��'c�'ff&4 a �'cfir����Ff 4 uez City Secretary Chief of Staff M2020-118 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 07/14/2020 DocuSigned by: DS Z "dIV 4 7/29/2020 A91'ffsr�tffVAttorney ATTEST(IF CORPORATION) CONTRACTOR J Carroll Weaver Inc oD Osy�ed y: (Seal Below) By: 6AAAAif, U IYV 7/23/2020 ECA6E71A51FD452... Note: Attach copy of authorization to sign if Title: vice-President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief P.O. Box 1361 Financial Officer Address Sinton, TX 78387 City State Zip 361/364-1569 361/364-4729 Phone Fax bennie@carrollweaverinc.com EMail END OF SECTION Agreement 005223-6 Swantner Drive, Indiana Avenue to Texas Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF CIVCAST SWANTNER DRIVE(INDIANA AVE.TO TEXAN TRAIL) Report Created On:4/29/20 7:34:07 PM PROJECT: SWANTNER DRIVE (INDIANA AVE. TO TEXAN TRAIL) \/ BIDDER: J Carroll Weaver TOTAL BID: COMPLETION TIME: Not Required BIDDER INFO: PO Box 1361 Sinton,TX 78387 P: 361-364-1569 F: 361-364-4729 DocuSign Envelope I D:3AD11DAE-53Fl-4B8A-9E96-EA14F717A3DF 00 30 01 BID FORM A 'No 2 it A FEIue 'I of Project Name: Swantner Drive, Indiana Avenue to Texan Trail (Bond 2018) Project Number: 18046A Owner: City of Corpus Christi OAR: Designer: Stephen L.Skrobarczyk,Urban Engineering By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. I Bidder: J. Carroll Weaver, Inc. (full legal name of Bidder) A Signature: �:4—z 4-4n!:�f (signature of person with authority to bind the Bidder) Name: Bennie Vickers (printed name of person signing Bid Form) Title: Vice President (title of person signing Bid Form) J Attest: ell (signature) State of Residency: Texas Federal Tx ID No. 74-1895212 Address for Notices: PO Box 1361 Sinton, Texas 78387-1361 Phone: 361-364-1569 Email: bennie@jcarrollweaverinc.com ...!64 ............. 0,STEPHU;L SIKROBARQUKA .................................. 123299 .......... tit%.'ONAL THE SEAL ARMING ON THIS DDCUMNi WAS ALITHORID BY STEPHEN L SKRMRCM,P.rL TX.RIC-123299 (4/1012020) Bid Form 00 3001-Page I of 4 SWdntner Drive,Indiana Avenue to Texan Trail(Bond 2018)-Project No.18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF CIVCAST SWANTNER DRIVE(INDIANA AVE.TO TEXAN TRAIL) Report Created On:4/29/20 7:34:07 PM BID TOTALS BASE BID A Total General $499,243.96 Street Improvements $2,966,217.63 ADA Improvements $846,645.20 Stormwater Improvements $1,980,138.76 Water Improvements $782,336.20 Wastewater Improvements $11,400.00 Gas Improvements $27,376.01 Total $7,113,357.76 BASE BID B Total General Not Bidding Street Improvements Not Bidding ADA Improvements Not Bidding Stormwater Improvements Not Bidding Water Improvements Not Bidding Wastewater Improvements Not Bidding Gas Improvements Not Bidding Total Not Bidding General No. Description Unit Qty Unit Price Ext Price A-A1 Mobilization(5% Maximum of General LS 1 $23,769.12 $23,769.12 Items) A-A2 Bonds and Insurance LS 1 $43,680.00 $43,680.00 A-A3 Ozone Action Day DAY 1 $1,680.00 $1,680.00 A-A4 Clear ROW LS 1 $76,958.84 $76,958.84 A-A5 Tree Removal(12"+Caliper) EA 22 $1,026.12 $22,574.64 A-A6 Traffic Control Mobilization/Adjustments EA 9 $1,512.00 $13,608.00 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF CIVCAST SWANTNER DRIVE(INDIANA AVE.TO TEXAN TRAIL) Report Created On:4/29/20 7:34:07 PM A-A7 Traffic Control Items(Signs, Barricades, MO 24 $9,503.89 $228,093.36 Channelizing Devices,etc.) A-A8 Block Sodding SY 7200 $6.55 $47,160.00 A-A9 Silt Fence LF 500 $11.20 $5,600.00 A-A10 Curb Inlet Protection EA 58 $140.00 $8,120.00 A-A11 Storm Water Pollution Prevention Plan EA 1 $28,000.00 $28,000.00 Subtotal:$499,243.96 Street Improvements No. Description Unit Qty Unit Price Ext Price A-B1 Mobilization(5% Maximum of Street LS 1 $133,701.22 $133,701.22 Items) A-132 Street Salvage and Excavation SY 33450 $16.27 $544,231.50 A-133 Driveway Demolition SF 17241 $1.19 $20,516.79 A-134 3"TY'D'HMAC SY 27976 $25.37 $709,751.12 A-135 2"TY'D' HMAC SY 2680 $25.37 $67,991.60 A-B6 Prime Coat(0.15 GAL/SY) GAL 4598 $6.16 $28,323.68 A-137 Limestone Base(10"TY-A GR1-2) SY 30421 $23.55 $716,414.55 A-138 Limestone Base(6"TY-A GR1-2) SY 3029 $23.55 $71,332.95 A-139 Geogrid(Tx-5) SY 33450 $3.15 $105,367.50 A-B10 Compacted Subgrade(12") SY 33450 $4.00 $133,800.00 A-1311 Driveways SF 17241 $16.80 $289,648.80 A-1312 Speed Hump EA 1 $1,680.00 $1,680.00 A-B13 Speed Table EA 1 $2,800.00 $2,800.00 A-1314 Pavement Repair* SY 150 $140.00 $21,000.00 A-B15 Reflectorized Pavement Marking Type 1 LF 3680 $1.40 $5,152.00 (Y)(4")(SLD)(DBQ A-1316 Reflectorized Pavement Marking Type 1 LF 500 $2.80 $1,400.00 (W)(8")(SLD) A-1317 Reflectorized Pavement Marking Type 1 LF 60 $10.08 $604.80 (W)(16")(SLD) A-B18 Parking Lot Spaces and Accessible LS 1 $1,344.00 $1,344.00 Striping DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF CIVCAST SWANTNER DRIVE(INDIANA AVE.TO TEXAN TRAIL) Report Created On:4/29/20 7:34:07 PM A-1319 Red Painted Curb LF 350 $2.24 $784.00 A-1320 Yellow Painted Curb LF 200 $1.96 $392.00 A-1321 Prefab Pavement Marking(W)(24")(SLD) LF 914 $17.92 $16,378.88 A-1322 Type II-A-A and Type II-B-13 Raised EA 256 $5.04 $1,290.24 Pavement Marker(Reflectorized)(Yellow or Blue) A-1323 School Zone Sign Assembly with EA 2 $6,440.00 $12,880.00 Flashing Lights A-1324 Street Sign Assembly w/9"Blades EA 43 $812.00 $34,916.00 (Green)and Stop Sign A-1325 Other Signs EA 41 $476.00 $19,516.00 A-1326 Allowance for Unanticipated Street LS 1 $25,000.00 $25,000.00 Improvements Subtotal:$2,966,217.63 ADA Improvements No. Description Unit Qty Unit Price Ext Price A-C1 Mobilization(5% Maximum of ADA LS 1 $41,000.00 $41,000.00 Items) A-C2 Sidewalk/Accessible Ramp Demolition SF 48568 $2.24 $108,792.32 A-C3 Raised Median SF 710 $14.56 $10,337.60 A-C4 Sidewalk Retaining Curb* LF 150 $30.24 $4,536.00 A-05 Sidewalk SF 62574 $7.22 $451,784.28 A-C6 Sidewalk Drain* EA 2 $560.00 $1,120.00 A-C7 Accessible Ramp SF 7950 $28.50 $226,575.00 A-C8 Allowance for Unanticipated ADA LS 1 $2,500.00 $2,500.00 Improvements Subtotal:$846,645.20 Stormwater Improvements No. Description Unit Qty Unit Price Ext Price A-DI Mobilization(5% Maximum of LS 1 $89,000.00 $89,000.00 Stormwater Items) A-D2 Curb and Gutter Demolition LF 14765 $4.28 $63,194.20 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF CIVCAST SWANTNER DRIVE(INDIANA AVE.TO TEXAN TRAIL) Report Created On:4/29/20 7:34:07 PM A-D3 Remove Existing Storm Main, up to 36" LF 100 $48.81 $4,881.00 Diameter A-D4 Tie to Existing Manhole EA 1 $4,881.30 $4,881.30 A-D5 42" RCP(Class III) LF 862 $300.75 $259,246.50 A-D6 36" RCP(Class III) LF 285 $126.62 $36,086.70 A-D7 30" RCP(Class III) LF 2059 $162.75 $335,102.25 A-D8 24" RCP(Class III) LF 2183 $114.10 $249,080.30 A-D9 18" RCP(Class III) LF 2251 $120.98 $272,325.98 A-D10 6"Curb and Gutter LF 14765 $19.56 $288,803.40 A-D11 5'Curb Inlet EA 50 $3,414.21 $170,710.50 A-D12 5'Curb Inlet(5'x4'Junction Box) EA 1 $3,414.21 $3,414.21 A-D13 5'Curb Inlet(8'x3'Junction Box) EA 1 $3,414.21 $3,414.21 A-D14 Post Inlet EA 1 $3,414.21 $3,414.21 A-D15 4' Manhole(Type A) EA 6 $5,040.00 $30,240.00 A-D16 5' Manhole(Type A) EA 1 $6,496.00 $6,496.00 A-D17 6' Manhole(Type A) EA 10 $4,368.00 $43,680.00 A-D18 7' Manhole(Type A)(Remove and EA 2 $6,944.00 $13,888.00 Replace) A-D19 Type'C'Manhole EA 1 $10,640.00 $10,640.00 A-D20 OSHA Trench Safety Plan LF 7640 $5.60 $42,784.00 A-D21 OSHA Manhole/Inlet Safety Plan EA 71 $336.00 $23,856.00 A-D22 Allowance for Unanticipated Stormwater LS 1 $25,000.00 $25,000.00 Improvements Subtotal:$1,980,138.76 Water Improvements No. Description Unit Qty Unit Price Ext Price A-E1 Mobilization(5% Maximum of Water LS 1 $35,363.65 $35,363.65 Items) A-E2 6"C-900 PVC Water Line LF 5617 $59.61 $334,829.37 A-E3 6" D. I. 11.25° Bend EA 1 $685.80 $685.80 A-E4 6" D. I.22.5° Bend EA 7 $845.88 $5,921.16 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF CIVCAST SWANTNER DRIVE(INDIANA AVE.TO TEXAN TRAIL) Report Created On:4/29/20 7:34:07 PM A-E5 6" D. I.45° Bend EA 41 $734.10 $30,098.10 A-E6 6" D.I.90° Bend EA 14 $696.41 $9,749.74 A-E7 6"x 4" D. I. Reducer EA 20 $650.46 $13,009.20 A-E8 6" D.I.Tee EA 14 $805.97 $11,283.58 A-E9 6" D.I. Cross EA 6 $994.47 $5,966.82 A-E10 6" Gate Valve and Box EA 34 $2,136.40 $72,637.60 A-E11 4" D.I.Water Line LF 623 $50.95 $31,741.85 A-E12 4" D.I.45° Bend EA 50 $683.45 $34,172.50 A-E13 4" D. I.90° Bend EA 2 $691.70 $1,383.40 A-E14 8"C-900 PVC Water Line LF 78 $169.12 $13,191.36 A-E15 8"x 6" Reducer EA 2 $658.71 $1,317.42 A-E16 8" D.I. 11.25° Bend EA 1 $732.92 $732.92 A-E17 8" D. I.45° Bend EA 5 $798.90 $3,994.50 A-E18 8" D.I.Tee EA 1 $947.34 $947.34 A-E19 Connections(Tie To Existing) EA 32 $1,773.48 $56,751.36 A-E20 Service Reconnect(Up to 3") EA 9 $2,282.39 $20,541.51 A-E21 Reconnect Fire Line EA 1 $5,862.29 $5,862.29 A-E22 Fire Hydrant(Type 1) EA 7 $6,892.87 $48,250.09 A-E23 OSHA Trench Safety Plan LF 6318 $4.48 $28,304.64 A-E24 Abandon Existing Water Line in Ray HS LS 1 $5,600.00 $5,600.00 Parking Lot A-E25 Allowance for Unanticipated Water LS 1 $10,000.00 $10,000.00 Improvements Subtotal:$782,336.20 Wastewater Improvements No. Description Unit Qty Unit Price Ext Price A-F1 Mobilization(5% Maximum of LS 1 $500.00 $500.00 Wastewater Items) A-F2 Adjust Wastewater MH Ring and Cover EA 5 $1,680.00 $8,400.00 to Grade A-F3 Allowance for Unanticipated LS 1 $2,500.00 $2,500.00 Wastewater Improvements DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF CIVCAST SWANTNER DRIVE(INDIANA AVE.TO TEXAN TRAIL) Report Created On:4/29/20 7:34:07 PM Subtotal:$11,400.00 Gas Improvements No. Description Unit Qty Unit Price Ext Price A-GI Mobilization(5% Maximum of Gas LS 1 $1,300.00 $1,300.00 Items) A-G2 Trench Backfill and Compaction LF 4551 $2.15 $9,784.65 A-G3 OSHA Trench Safety LF 4551 $3.36 $15,291.36 A-G4 Allowance for Unanticipated Gas LS 1 $1,000.00 $1,000.00 Improvements Subtotal:$27,376.01 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF CONTRACT DOCUMENTS FOR CONSTRUCTION OF SWANTNER DRIVE Indiana Avenue to Texan Trail (Bond 2018) Project Number 18046A o � 0 CORPORAt�a URRAN ENGINEERING to 2725 SWANTNER CORPUS CHRISTI, TX 78404 FIRM No. 145 TBPLS FIRM No: 10032400 Record Drawing No. STR-958 Project Seal Date .. j.......................... .*'I STEPHEN L SKROBARCZYK A L..................0.......s.•.•� ti 123 99 !tl 7'-4/CENT•';, �+ ION UE Jab No: 43125.88.00 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Contracting Requirements 00 52 23 Agreement(Rev8-2019) 00 72 00 General Conditions(Rev8-2019) 00 73 00 Supplementary Conditions(Rev8-2019) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 0123 10 Alternates and Allowances(Rev 10-2018) 012901 Measurement and Basis for Payment(Rev8-2019) UPDATED, CONFORMED 5/2020 0133 01 Submittal Register(Rev 10-2018) 0135 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls (Rev8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications 021020 Site-Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavation 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk, and Driveway Replacement 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils, and Emulsions 025412 Prime Coat Table of Contents 000100 -2 Swantner Drive, Indiana Avenue to Texan Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 025424 Hot-Mix Asphalt Concrete Pavement 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Control During Construction 025805 Work Zone Pavement Markings 025807 Pavement Marking (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words and Emblems 025816 Raised Pavement Markings 025818 Reference Specification—TOOT DMS-4200 Pavement Markers(Reflectorized) 025828 Reference Specification—TOOT DMS-6130 Bituminous Adhesive for Pavement Marker 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe—AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows 027202 Manholes 027203 Vacuum Testing of Wastewater Manhole and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipes 027404 Concrete Box Culverts 027414 Culvert Rehabilitation Flexible Lining Process 027602 Gravity Wastewater Lines 027604 Disposal of Waste from Wastewater Cleaning Operations 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 027618 Wastewater Line Rehabilitation—Pipe Bursting Table of Contents 001000-3 Sawantner Drive, Indiana Avenue to Texan Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 028020 Seeding 028040 Sodding 028320 Chain Like Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Gates, Rings, and Covers Appendix Title Subsurface Exploration and Pavement Recommendations for the Proposed Swantner Appendix 1 Drive Project(Bond 201/8)—Project Number 18046A Limits:Texas Trail to Indiana Avenue Corpus Christi,Texas [RETL Job No.—G118550] Geotechnical Engineering Report Residential Street Rebuild Program (Bond 2016 GO) Appendix 2 Proposed City District 2 Streets±9,330 Lineal Feet Corpus Christi,Texas [PSI Project No. 03251138-2] END OF SECTION Table of Contents 001000-4 Sawantner Drive, Indiana Avenue to Texan Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 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 Rock Engineering and Testing Laboratory Professional Service Industries, Inc. B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All street improvements are open to traffic. b. Pedestrian and Driveway facilities are open. C. All utilities are operational. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Final site cleanup. b. Sod. 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. Supplementary Conditions 007300- 1 Swantner Drive, Indiana Avenue to Texan Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 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 86 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS, HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Subsurface Exploration and Pavement Recommendations for the Proposed Swantner Drive Project, Rock Engineering and Test Laboratory, Inc. February 13, 2019 - The Contractor may rely on the following Technical Data in using this document: 1) Subsurface Exploration 2) Pavement Recommendations b. Residential Street Rebuild Program Proposed City District 2 Streets ± 9,330 Lineal Feet, Professional Service Industries, Inc.January 23, 2018.The Contractor may rely on the following Technical Data in using this document: 1) Subsurface Exploration 2) Pavement Recommendations 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: - None. 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 Supplementary Conditions 007300-2 Swantner Drive, Indiana Avenue to Texan Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability - Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability Required if Contract Price>$5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability Environmental $1,000,000 Per Claim Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. XD Required ❑ Not Required 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 1X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required �X Not Required Supplementary Conditions 007300-3 Swantner Drive, Indiana Avenue to Texan Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS A. 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 sunup and sundown 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 TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) Supplementary Conditions 007300-4 Swantner Drive, Indiana Avenue to Texan Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF "General Decision Number: TX20200021 01/03/2020 Superseded General Decision Number: TX20190021 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$10.80 for calendar year 2020 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 $10.80 per hour(or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER(Excluding Form Setting).........................$ 9.05 tile:///C/Users/elsak.tJRBANENG.000/Desktop/Wage%20Determ/TX21%20-%20HEAVY%20(Nueces,%20San%20Patricio).txt[3/2/2020 8:25:39 AM] DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 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 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). tile:///C/Users/elsak.URBANENG.000/Desktop/Wage%20Determ/TX21%20-%20HEAVY%20(Nueces,%20San%20Patricio).txt[3/2/2020 8:25:39 AM] DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 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: SLTLA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s)listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union 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 tile:///C/Users/elsak.URBANENG.000/Desktop/Wage%20Determ/TX21%20-%20HEAVY%20(Nueces,%20San%20Patricio).txt[3/2/2020 8:25:39 AM] DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 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 tile:///C/Users/elsak.URBANENG.000/Desktop/Wage%20Determ/TX21%20-%20HEAVY%20(Nueces,%20San%20Patricio).txt[3/2/2020 8:25:39 AM] DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF 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 if tile:///C/Users/elsak.URBANENG.000/Desktop/Wage%20Determ/TX21%20-%20HEAVY%20(Nueces,%20San%20Patricio).txt[3/2/2020 8:25:39 AM] DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES A. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Urban Engineering 361-854-3101 Stephen L. Skrobarczyk, 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 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 007300-5 Swantner Drive, Indiana Avenue to Texan Trail (Bond 2018)—Project No. 18046A Rev 8/2019 DocuSign Envelope ID:3AD11DAE-53F1-4B8A-9E96-EA14F717A3DF ARTICLE 23—MINORITY/ MBE/ DBE PARTICIPATION POLICY SC-23.03 Goals A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be per General Conditions Section 23.03. ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description N/A N/A ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description Various Record Drawings (Redlines) END OF SECTION Supplementary Conditions 007300-6 Swantner Drive, Indiana Avenue to Texan Trail (Bond 2018)—Project No. 18046A Rev 8/2019 006113 PERFORMANCE BOND BOND NO. B3236023 Contractor as Principal Surety Name: J Carroll Weaver Inc. Name: The Cincinnati Casualty Company Mailing address(principal place of business): Mailing address(principal place of business): P.O.Box 1361 P.O.Box 145496 Sinton,TX 78387 Cincinnati,Ohio 45250-5496 Physical address(principal ploce of business): Owner 6200 South Gilmore Road Name: City of Corpus Christi,Texas Fairfield,Ohio 45014-5441 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 leopard Street under the laws of the state of: Ohio Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number. Telephone(main number): Prolect No.18046A 972-841-4944 Swantner Drive—Indiana Ave to Texan Trail Telephone(for notice of claim): 800-635-7521 Local Agent for Surety Name: Higginbotham/Aaron Endris Award Date of the Contract: July 14,2020 Address: 500 N.Shoreline 1200,Corpus Christi,TX 78401 Contract Price: 57.113,357.76 Bond Telephone: 361-561-4253 Email Address:aendris@higginbotham.net Date of Bond: July 21,2020 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date of the Contract) from the Texas Dept of Insurance by tolling the following toll-free number.1-800-252-3439 Performance Bond 00 6113-1 Swantner Dr—Indiana Ave to Texan Trail Proj 18046A 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duty executed on its behalf by its authorized officer,agent or representative. The Prindpal and Surety bind themselves,and their heirs,administrators,executors,successors and assigns,jointly and severalty to this bond.The condition of this obligation is such that if the Contractor as Prindpal faithfully performs the Work required by the Contract then this obligation shall be null and vold;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 226-9 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 He exclusively in Nueces County,Texas for any legal action. Contractor as P " ipal / Surety Signature: �(/�� Signature: Name: Bennie Vickers Name: Tricia Balolong Title: Vice President Title: Attomey in Fact Email Address: bennieM)9carroltweaverinc.com Email Address: tbalolong@hlgginbotham.net (Attach Power of Attorney and place surety seal below) W EA END OF SECTION Performance Bond 006113-2 Swantner Dr—Indiana Ave to Texan Trail Proj 18046A 7-8-2014 • � i J C. 1 r � .. , _ , _-_, , �_ , . li,�� .��=� '�� . , _ ,.� �-- , ., -- - . _ .. -_- ----. _ tir �, . - THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY Fairfield,Ohio POWER OF ATTORNEY KNOWALL MEN BY THESE PRESENTS:That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the Laws of the State of Ohio, and having their principal offices in the City of Fairfield, Ohio (herein collectively called the"Companies"),do hereby constitute and appoint William Blanchard;Alicia Grumbles;Tracy Miller;Katie Rogers;James R.Reid;William Mitchell Jennings;Aaron Endris; Mary Ellen Moore;Tricia Balolong;Steve Addkison and/or Cathleen I-Iayles Of Fort Worth,Texas their true and legal Attorneys)-in-Fact, each in their separate capacity if more than one is named above, to sign,execute, seal and deliver on behalf of the Companies as Surety, any and all bonds, policies, undertakings or other like instruments, as follows: Any such obligations in the United States, up to Fifty Million and No/100 Dollars($50,000,000.00 This appointment is made under and by authority of the following resolutions adopted by the Lards of Directors of The Cincinnati Insurance Company and The Cincinnati Casualty Company,which resolutions are now in full force and effect, reading as follows: RESOLVED,that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in-Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority.Any such writings so executed by such Attorneys-in-Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. RESOLVED,that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary and the Seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Company. IN WITNESS WHEREOF,the Companies have caused these presents to be sealed with their corporate seals,duly attested by their President or a Vice President this 19th day of December, 2018. 444•i.rar .t4 t.r.,rr coAPoeuE `CORPORhTE THE CINCINNATI INSURANCE COMPANY SEAL ° ' SEAL " THE CINCINNATI CASUALTY COMPANY OHl4 aH40 STATE OF OHIO )SS: COUNTY OF BUTLER ) Vice President On this 19th day of December,2018 before me came the above-named President or Vice President of The Cincinnati Insurance Com- pany and The Cincinnati Casualty Company, to me personally known to be the officer described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of said Companies and the corporate seals and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of sacorporations. �C �Sc�+.,..,,,,.,,•;* Keith Co tt,Attorney at Law MO ." Notary ublic—State of Ohio .••.rq • • �,N°;' My commission has no expiration date. T�OFT Section 147.03 O.R.C. I, the undersigned Secretary or Assistant Secretary of The Cincinnati Insurance Company and The Cincinnati Casualty Company, hereby certify that the above is the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Power of Attorney is still in full force and effect. Given under my hand and seal of said Companies at Fairfield, Ohio,this 21st day of July 2020 r SEAL SEAL SX/x_// �� 0X10 ONlO _. _... _ _-.- q.L,a. ,••...ter '.....� Secretary BN-1457(1211$) t � s T1 .. TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call our toll-free telephone number for information or to make a complaint at: 1-800-635-7521 You may also write to us at: The Cincinnati Insurance Companies or The Cincinnati Insurance Companies 6200 South Gilmore Road P.O. Box 145496 Fairfield,Ohio 45014-5141 Cincinnati,Ohio 45250-5496 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://wwwtdi.state.tx.us E-mail:ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY:This notice is for information only and does not become a part or condition of the attached document. IA 4332 TX 1109 006116 PAYMENT BOND BOND NO. 83236023 Contractor as Principal Surety Name: J Carroll Weaver Inc. Name: The Cincinnati Casually Company Mailing address(principal place of business): Mailing address(principal place of business): P.O.Box 1361 P.O.Box 145496 Sinton,TX 78387 Cincinnati,Ohio 45250-5496 Physical address(principal place of business): Owner 6200 South Gilmore Road Name: City of Corpus Christi,Texas Fairfield,Ohio 45014-5441 Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of:Ohio Corpus Christi,Texas 78469 By submitting this Bond,Surety arms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Prosect No.18046A Telephone(for notice of claim): Swanrtner Drive—Indiana Ave to Texan Trail 800-635-7521 Local Agent for Surety Name: Higginbotham/Aaron Endds Award Date of the Contract: Julv 14.2020 Address: 500 N.Shoreline 1200,Corpus Christi,TX 78401 Contract Price: 57.113357.76 Bond Telephone: 361-561-4253 Email Address: aendris@higginbotham.net Date of Bond: July 21,2020 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of daim should be sent may be obtained of Contract) from the Texas Dept of Insurance by calling the following toll-free number.1-800-252-3439 Payment Bond Form 00 6116-1 Swantner Dr -Indiana Ave to Texan Trail—Proj 18046A 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 farce and effect.Provisions of the band 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 some extent as if it were copied at length herein. Venue shall re exclusively in Nueces County, Texas for any legal action. Contractor as Pi' cipal Surety Signature: Signature: -�o to Name: _Bennie Vickers Name: Tricia Balol ng Title: Vice President Title: Attomey in Fact Email Address: bennie@.ican�ollw-eavermnr,.com Email Address: tbalolong@higginbotham.net (Attach Power of Attorney and place surety seal below) �W Eq C C ?� END OF SECTION Payment Bond Form 006116-2 Swantner Or -Indiana Ave to Texan Trall—Proj 18046A 7-8-2014 '%r,rtt{t 111\�� � �J Jas . �. � 1 ��{�tom''/-'�i ��'i� Y ,-y�,�r` THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY Fairfield,Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNATI INSURANCE COMPANY and THE CINCINNATI CASUALTY COMPANY, corporations organized under the laws of the State of Ohio, and having their principal offices in the City of Fairfield, Ohio (herein collectively called the"Companies"), do hereby constitute and appoint William Blanchard;Alicia Grumbles;Tracy Miller; Katie Rogers;James R.Reid;William Mitchell Jennings;Aaron Endris; Mary Ellen Moore;Tricia Balolong; Steve Addkison and/or Cathleen Hayles Of Fort Worth,Texas their true and legal Attorneys)-in-Fact,each in their separate capacity if more than one is named above, to sign, execute, seal and deliver on behalf of the Companies as Surety, any and all bonds, policies, undertakings or other like instruments,as follows: Any such obligations in the United States, up to Fifty Million and No/100 Dollars($50,000,000.00). This appointment is made under and by authority of the following resolutions adopted by the Boards of Directors of The Cincinnati Insurance Company and The Cincinnati Casualty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED,that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in-Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority.Any such writings so executed by such Attorneys-in-Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. RESOLVED,that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary and the Seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS WHEREOF, the Companies have caused these presents to be sealed with their corporate seals,duly attested by their President or a Vice President this 19th day of December, 2018. ee THE CINCINNATI INSURANCE COMPANY THE CINCINNATI CASUALTY COMPANY STATE OF OHIO )SS: COUNTY OF BUTLER ) J Vice President On this 19th day of December,2018 before me came the above-named President or Vice President of The Cincinnati Insurance Com- pany and The Cincinnati Casualty Company,to me personally known to be the officer described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of said Companies and the corporate seals and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of sacorporations. ,•�P�l IA ' Keith Co11�tt,Attorneyw Notary ublic—State of Ohio My commission has no expiration date. OF Section 147.03 O.R.C. 1,the undersigned Secretary or Assistant Secretary of The Cincinnati Insurance Company and The Cincinnati Casualty Company, hereby certify that the above is the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Power of Attorney is still in full force and effect. Given under my hand and seal of said Companies at Fairfield. Ohio,this 21st day of July 2020 �'�COAPOAATE y v`*CORP60.ATE� .�� l) w� oxla axle Secretary BN-1457(12118) . _'tom• ��.:.. r� "`— , 1 t: , TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call our toll-free telephone number for information or to make a complaint at: 1-800-635-7521 You may also write to us at: The Cincinnati Insurance Companies or The Cincinnati Insurance Companies 6200 South Gilmore Road P.O.Box 145496 Fairfield,Ohio 45014 .5141 Cincinnati,Ohio 45250-5496 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://wwwtdi.state.tx.us E-mail:ConsumerProtecbon@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES:Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY:This notice is for information only and does not become a part or condition of the attached document. IA 4332 TX 1109 77/23/2020 (MM/DD/YYYY) ° CERTIFICATE OF LIABILITY INSURANCE 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 CONTACT NAME: GSM Insurors PHONE FAX PO Box 1478 A/C No Ext): 361-729-5414 A/C,No):361-729-3817 E-MRockport TX 78381 ADDRESS: info@gsminsurors.com INSURER(S)AFFORDING COVERAGE NAIC# wsURERA: Charter Oaks Fire Ins Co 25615 INSURED JCARROL-01 INSURER B:Travelers Ind Co of Amer 25666 J. Carroll Weaver, Inc. P. O. Box 1361 INsuRERc: Great American Insurance Co. Sinton TX 78387 INSURER D:Texas Mutual Insurance Co 22945 INSURER E: Travelers Insurance Company INSURER F: Homeland Insurance of NY COVERAGES CERTIFICATE NUMBER:1273416338 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY CO-2J115538-20 3/1/2020 3/1/2021 EACH OCCURRENCE $1,000,000 F 793010063 0000 3/1/2020 3/1/2021 CLAIMS-MADE OCCUR PREMI ETORENTED PREMISES Ea occurrence $300,000 Contractor's MED EXP(Any one person) $5,000 X Pollution Liab PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- JECT 1:1 LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: ContractorPollution $5,000,000 B AUTOMOBILE LIABILITY BA81_58103A20 3/1/2020 3/1/2021 COMEaBINEDaccident SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIREDX NON-OWNED FIR ERTYDAMAGE $ AUTOS ONLY AUTOS ONLY Per accident X MCS-90 $ C X UMBRELLALIAB X OCCUR TUU5014453-04 3/1/2020 3/1/2021 EACH OCCURRENCE $5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$1 n nnn $ D WORKERS COMPENSATION 0001237005 3/1/2020 3/1/2021X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICE R/M EMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 E Contractors Equipment QT 660 21`257505 20 3/1/2020 3/1/2021 Leaesd/Rented Equp 500,000 Deductible 2,500 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Certificate Holder is an Additional Insured on General Liability,Auto Liability and Umbrella and has Waiver of Subrogation in its favor on General Liability,Auto Liability,Worker's Compensation and Umbrella by Blanket Endorsements contingent upon requirements in previously executed written contract. General Liability includes Blanket Primary and Non-Contributory contingent upon requirement in previously executed written contract. Auto Policy includes MCS-90 and CA99 48 Pollution Liability-Broadened Coverage for Covered Autos- Project:Swantner Drive, Indiana Ave.to Texan Trail-Project No. 18046A Homeland Insurance Company policy#793-01-00-63-000 scheduled under the General Liability section above provides Contractors Environmental Liability Coverage to include Contractors Pollution Liability Coverage,Transportation Pollution Liability,and Non-Owned Disposal Site Liability 30 Days Notice of Cancellation for General Liability,Auto Liability and Workers Compensation CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi PO Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi TX 78469 IF ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: EED7CE18-F479-4D24-AB24-5CE43DB062DA NOTICE TO PROCEED Contractor: J Carroll Weaver Inc Project: 18046A Swantner Drive— Indiana Ave to Texan Trail CONTRACTS AND This notice serves as authorization to begin construction on the referenced project. Contractor PROCUREMENT has been provided an electronic copy of the executed Contract Document. Contractor shall DEPARTMENT begin construction on August 31, 2020. You are hereby advised that all project signs, barricading and signage as required by the plans and specifications, shall be in place and PO Box 9277 approved prior to beginning construction operations. As provided in the contract documents, Corpus Christi all work on this project is to be completed within 720 calendar days,after construction is begun. Texas, 78469-9277 Resident inspection on the project will be provided by the City's Engineering Department Phone: Construction Division. Please notify your designated Construction Inspector 48 hours prior to 361.826.3160 beginning construction. Key dates related to completion of construction, and associated liquidated damages are listed below. DocuSigned by: 8/7/2020 Issued By:_ ia ,`, Date: 181C3EWD0344F... Kim Baker, Director of Contracts and Procurement Milestone Dates: Date of Notice to Proceed with Construction August 31, 2020 Anticipated Date of Completion August 21, 2022 Contract Time Calendar Days 720 Cal Days (substantial) 750 Cal Days (final) Liquidated Damages $1,000 /day (substantial) $ 400/day (final) Distribution List: Jeff Edmonds, Dir. Engr. Michael Rodriguez, Chief of Staff Claudia Pena, Engr Brett Van Hazel, Constr Kim Baker, CAP Maria Pedraza, CAP Ratna Pottumuthu, Engr Construction Inspectors Construction MAs Design Consult Sylvia Arriaga,CAP Clarissa Johnson,CAP Lynda Herndon, Engr Stacey Pillinger, Engr Zenona Casas, Engr Hilda Mihalco, Engr Sandra Gomez Larijai Francis, Engr Mail Bernal Angelica Garza, CAP Grace Limas, CAP Utilities Mail Box Gerald Garcia, Util Daniel Deng, Util William Creech, Util Brittany Mouttet, Util Maria Godina, Engr Gabriel Ramirez, Util Dan Grimsbo, Util Fred Pena, Util Sarah Munoz, Streets Renee Couture,Traffic Tony Salinas,Traffic Signals Sonny Garza, Land Acq Robert Rocha, Fire Joe Johnson, Parks&Rec Becky Perrin, Parks&Rec Jim Davis,Asset Mgr Charles Mendoza,Asset Mgt David Lehfeldt, Solid Wste Philip Aldridge, Solid Wste Keith Rodriguez, Gas Robert Robles, MIS Peter Collins, IT Richard Martinez,Streets Isaac Perez, Engr Larry Wenger, Engr Thomas Klein, Engr David Thornburg, Engr DocuSign Envelope ID: FEC06DEA-0993-4F80-A04A-F709AF6BE1 D6 riaNOTICE OF AWARD CONTRACTS AND Contractor: J. Carroll Weaver Inc PROCUREMENT Project: 18046A Swantner Dr— Indiana Ave to Texan Trail DEPARTMENT PO Box 9277 This notice serves as confirmation of award of the referenced Project, to your Corpus Christi firm, by the Corpus Christi City Council on July 14, 2020 in the amount of Texas, 78469-9277 $7,113,357.76. Contractor is instructed to execute all necessary forms and Phone: submit all required documentation as outlined in the contract document. 361.826.3160 All required insurance and bond submittals are due back to this office within 10 calendar days of receipt. A Pre-Construction Meeting will be scheduled within two weeks of returning required contract submittals, pending final execution of the contract. The following document submittals are required to execute the contract: Performance and Payment Bond — The required bond forms have been provided for execution. The bonds cannot be digitally signed. Submit one set of executed hard copy originals. Insurance — Refer to the contract documents, Section 00 73 00, Article 6, for insurance requirements and submit proof of coverage. Submittals will include a Certificate of Insurance referencing the project name and number and all applicable endorsements to the policies. Please contact Sylvia Arriaga, Construction Contracts Administrator, if you have any questions regarding this information. DocuSigned by: 7/17/2020 18 3E1A7DC344F... Kim aker Date Director of Contracts and Procurement RETURN DOCUMENTS TO: Sylvia Arriaga — Construction Contracts Administrator City of Corpus Christi — Contracts and Procurement 1201 Leopard St. - City Hall, First Floor Corpus Christi, TX 78469-9277