Loading...
HomeMy WebLinkAboutC2024-136 - 6/18/2024 - Approved (2)Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D CONTRACT DOCUMENTS FOR CONSTRUCTION OF LA VOLLA CREEK DRAINAGE IMPROVEMENTS PROJECT PACKAGER PROJECT NUMBER 22029 (E10200) LOCKWOOD, ANDREWS & NEWNAM, INC. 500 N. SHORELINE BLVD., SUITE 905/CORPUS CHRISTI, TX/361-882-2257 Re -Issued for Bid 1/29/24 Record Drawing Number: STO-577 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 00 01 00 TABLE OF CONTENTS NOTE: The Texas Department of Transportation (TxDOT) Specification Sections listed in the Table of Contents, cross referenced in the TxDOT Specification Sections, and referenced in the Drawings and referenced in other technical specifications are included in the Contract Documents and incorporated in this Project Manuals by reference as if copied verbatim. Copies of the TxDOT Specification Sections and other important related TxDOT information can be downloaded from TxDOT's website at the following links. htt s www.txdot. oV busIIIness Iresoulrces txdot s . ea:ilfila:atiions. 'titm l ht...IP.:ssa././.p.. x 10 .w..gpy/.P.uuib tx 9:::iir fotd.':`.b./`b..Ip.ec°booIk::::.1.1:: ':.w..P.t Division / Section Title Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 02 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement 00 72 00 General Conditions 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for La Volla Creek Drainage Improvements Project Package A Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 01 Measurement and Basis for Payment 01 33 01 Submittal Register 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls Part S Standard Specifications 021- Site Preparation 021020 Site Clearing and Stripping 021040 Site Grading Table of Contents La Volla Creek Drainage Improvements Project Package A Project Number 22029 000100-1 Re -Issued for Bid 1/29/24 Rev 1/2022 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D Division / Section Title 021080 Removing Abandoned Structures 022 - Earthwork 022020 Excavation and Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 0252 — Roadway Subgrades and Bases 025205 Pavement Repair, Curb, Gutter, Sidewalk, and Driveway Replacement 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025250 Gravel Roads 0254 — Roadway Asphalts and Surfaces 025404 Asphalts, Oils, and Emulsions 025412 Prime Coat 025416 Seal Coat 025424 Hot Mix Asphalt Concrete Pavement 0256 — Roadway Concrete Work 025608 Inlets 025612 Concrete Sidewalks and Driveways 025620 Portland Cement Concrete Pavement 0258 — Roadway Traffic Control and Devices 025802 Temporary Traffic Control During Construction 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words and Emblems 025816 Raised Pavement Markings 0262 — Utilities General 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems Table of Contents La Volla Creek Drainage Improvements Project Package A Project Number 22029 000100-2 Re -Issued for Bid 1/29/24 Rev 1/2022 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D Division / Section Title 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 028370 Barbed Wire Fence 030 — Concrete Grout 030020 Portland Cement Concrete 032020 Reinforcing Steel 050 — Metals 055420 Frames, Gates, Rings, and Covers Part T Technical Specifications Div. 02 — Existing Conditions 02317.1 Load Mitigation Systems for Large Diameter Waterlines TxDOT STANDARD SPECIFICATIONS 100 ITEMS — Earthwork and Landscape Item 103 Disposal of Wells Item 104 Removing Concrete Item 105 Removing Treated and Untreated Base and Asphalt Pavement Item 110 Excavation Item 132 Embankment Item 134 Backfilling Pavement Edges Item 160 Topsoil Item 164 Seeding for Erosion Control Item 166 Fertilizer Item 168 Vegetative Watering Item 169 Soil Retention Blankets Item 180 Wildflower Seeding Item 192 Landscape Planting Item 193 Landscape Establishment 200 ITEMS — Subgrade Treatments and Base Item 247 Flexible Base Item 251 Reworking Base Courses Item 260 Lime Treatment (Road -Mixed) Table of Contents La Volla Creek Drainage Improvements Project Package A Project Number 22029 000100-3 Re -Issued for Bid 1/29/24 Rev 1/2022 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D Division / Section Title Item 263 Lime Treatment (Plant -Mixed) Item 275 Cement Treatment (Road -Mixed) Item 276 Cement Treatment (Plant -Mixed) Item 292 Asphalt Treatment (Plant -Mixed) 300 ITEMS — Surface Courses and Pavements Item 300 Asphalts, Oils, and Emulsions Item 302 Aggregates for Surface Treatments Item 310 Prime Coat Item 340 Dense -Graded Hot -Mix Asphalt Concrete Pavement Item 360 Concrete Pavement 400 ITEMS - Structures Item 400 Excavation and Backfill for Structures Item 401 Flowable Backfill Item 402 Trench Excavation Protection Item 403 Temporary Special Shoring Item 420 Concrete Substructures Item 423 Retaining Walls Item 427 Surface Finishes for Concrete Item 429 Concrete Structure Repair Item 432 Riprap Item 450 Railing Item 462 Concrete Box Culverts and Drains Item 464 Reinforced Concrete Pipe Item 465 Junction Boxes, Manholes, and Inlets Item 466 Headwalls and Wingwalls Item 476 Jacking, Boring, or Tunneling Pipe or Box 500 ITEMS — Miscellaneous Construction Item 502 Barricades, Signs, and Traffic Handling Item 529 Concrete Curb, Gutter, and Combined Curb and Gutter Item 585 Ride Quality for Pavement Surfaces 600 ITEMS — Lighting, Signing, Markings and Signals Item 666 Retroreflectorized Pavement Markings Item 672 Raised Pavement Markers Table of Contents La Volla Creek Drainage Improvements Project Package A Project Number 22029 000100-4 Re -Issued for Bid 1/29/24 Rev 1/2022 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D Division / Section Title Item 677 Eliminating Existing Pavement Markings and Markers Item 678 Pavement Surface Preparation for Markings Appendix All Testing Reports as Applicable A Geotechnical Report (Terracon Report No. CD205027, dated December 13, 2022) B Gifford Hill - Pipe Lay Schedule - Dwg No 60-18VLP (dated 1960) C Southside Water Transmission Main — WTR 337 (dated 2002) END OF SECTION Table of Contents La Volla Creek Drainage Improvements Project Package A Project Number 22029 000100-5 Re -Issued for Bid 1/29/24 Rev 1/2022 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 00 0102 LIST OF DRAWINGS Sheet Index GENERAL 1 COVER SHEET VICINITY & LOCATION MAP 2 SHEET INDEX, TESTING SCHEDULE, & SYMBOLS 3 LEGEND, ABBREVIATIONS, & ESTIMATED QUANTITIES 4 GENERAL NOTES SHEET 1 OF 3 5 GENERAL NOTES SHEET 2 OF 3 6 GENERAL NOTES SHEET 3 OF 3 7 PROJECT AREA AND SURVEY CONTROLS 8 PROJECT BASELINE PLAN 9 BORING LOCATIONS 10 SUBSURFACE PROFILE A 11 SUBSURFACE PROFILE B 12 SUBSURFACE PROFILE C 13 SUBSURFACE PROFILE D 14 SUBSURFACE PROFILE E 15 SUBSURFACE PROFILE F 16 SUBSURFACE PROFILE G 17 SUBSURFACE PROFILE H 18 SUBSURFACE PROFILE I 19 TEMPORARY ACCESS ROAD 19A CONCRETE PAVEMENT 20 HOLLY ROAD DETOUR PLAN 21 EROSION CONTROL PLAN 22 TXDOT STANDARD VEGETATION ESTABLISHMENT DETAILS 23 STORMWATER POLLUTION PREVENTION PLAN NARRATIVE 24 STORMWATER POLLUTION PREVENTION PLAN EPIC 25 STORMWATER POLLUTION PREVENTION PLAN DETAILS SHEET 1 OF 2 26 STORMWATER POLLUTION PREVENTION PLAN DETAILS SHEET 2 OF 2 27 EXISTING UTILITIES CONFLICT SHEET 1 OF 2 28 EXISTING UTILITIES CONFLICT SHEET 2 OF 2 List of Drawings La Volla Creek Drainage Improvements Project Package A Project Number 22029 000102-1 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 29 ELECTRIC TRANSMISSION & DISTRIBUTION COORDINATION SHEET 1 OF 3 30 ELECTRIC TRANSMISSION & DISTRIBUTION COORDINATION SHEET 2 OF 3 31 ELECTRIC TRANSMISSION & DISTRIBUTION COORDINATION SHEET 3 OF 3 32 HIGH PRESSURE GAS UTILITIES COORDINATION SHEET 1 OF 3 33 HIGH PRESSURE GAS UTILITIES COORDINATION SHEET 2 OF 3 34 HIGH PRESSURE GAS UTILITIES COORDINATION SHEET 3 OF 3 CIVIL 35 OVERALL SITE PLAN 36 SITE PLAN SHEET 1 OF 4 37 SITE PLAN SHEET 2 OF 4 38 SITE PLAN SHEET 3 OF 4 39 SITE PLAN SHEET 4 OF 4 40 POST VS FEMA INUNDATION MAP 41 DRAINAGE AREA MAP DETENTION POND 42 DETENTION POND GRADING PLAN SHEET 1 OF 3 43 DETENTION POND GRADING PLAN SHEET 2 OF 3 44 DETENTION POND GRADING PLAN SHEET 3 OF 3 45 PROPOSED BERM & POND SECTIONS SHEET 1 OF 2 46 PROPOSED BERM & POND SECTIONS SHEET 2 OF 2 47 PROPOSED BERM PROFILE SHEET 1 OF 4 48 PROPOSED BERM PROFILE SHEET 2 OF 4 49 PROPOSED BERM PROFILE SHEET 3 OF 4 50 PROPOSED BERM PROFILE SHEET 4 OF 4 51 PROPOSED POND SECTIONS 52 PROPOSED INLET STRUCTURE #1 PLAN VIEW SHEET 1 OF 4 53 PROPOSED INLET STRUCTURE #1 SECTION AND DETAILS SHEET 2 OF 4 54 PROPOSED INLET STRUCTURE #1 SECTION AND DETAILS SHEET 3 OF 4 55 PROPOSED INLET STRUCTURE #1 SECTION AND DETAILS SHEET 4 OF 4 56 PROPOSED INLET STRUCTURE #2 PLAN & ISOMETRIC VIEWS SHEET 1 OF 2 57 PROPOSED INLET STRUCTURE #2 SECTION VIEW SHEET 2 OF 2 58 PROPOSED GRATED INLET #1—PLAN & PROFILE 59 PROPOSED GRATED INLET#3 - PLAN & PROFILE List of Drawings La Volla Creek Drainage Improvements Project Package A Project Number 22029 000102-2 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 60 PROPOSED GRATED INLET #4 - PLAN & PROFILE 61 INLET STRUCTURES & MISCELLANEOUS DETAILS 62 OUTFALL STRUCTURE #1 SHEET 1 OF 3 63 OUTFALL STRUCTURE #1 SHEET 2 OF 3 64 OUTFALL STRUCTURE #1 SHEET 3 OF 3 EXCAVATION DISPOSAL 65 DISPOSAL LOCATION MAP AND GENERAL NOTES 66 DISPOSAL SITE —JC ELLIOT LANDFILL 67 DISPOSAL SITE — CEFE VALENZUELA LANDFILL 68 PAVEMENT REPAIR DETAILS 69 NOT USED 70 NOT USED 71 NOT USED EXCAVATION DISPOSAL: DETENTION POND ACCESS IMPROVEMENTS 72 ACCESS ROAD, STAGING AREA, AND SEQUENCING SHEET 1 OF 3 73 ACCESS ROAD PLAN VIEW SHEET 2 OF 3 74 ACCESS ROAD PLAN VIEW SHEET 3 OF 3 75 NORTH MAINTENANCE ROAD DRAINAGE GRADING PLAN SHEET 1 OF 2 76 NORTH MAINTENANCE ROAD DRAINAGE GRADING PLAN SHEET 2 OF 2 77 PERMANENT ACCESS ROAD SECTIONS SHEET 1 OF 2 78 PERMANENT ACCESS ROAD SECTIONS SHEET 2 OF 2 79 POST INLET DETAILS ALTERNATE 4 - AIRPORT TRIBUTARY #1 IMPROVEMENTS 80 ADDITIVE ALTERNATE 4 - AIRPORT TRIBUTARY EROSION IMPROVEMENTS ALTERNATE 5 - PUBLIC PARK IMPROVEMENTS 81 ADDITIVE ALTERNATE 5 - FENCING PLAN 82 ADDITIVE ALTERNATE 5 - PARKING LOT LAYOUT 83 ADDITIVE ALTERNATE 5 - PARKING & TRAIL DETAILS SHEET 1 OF 2 84 ADDITIVE ALTERNATE 5 - PARKING & TRAIL DETAILS SHEET 2 OF 2 85 ADDITIVE ALTERNATE 5 - KIOSK AND BENCH LOCATION PLAN & DETAILS 86 ADDITIVE ALTERNATE 5 - KIOSK PLAN & SECTION VIEW STANDARD DETAILS 87 CITY STANDARD STORMWATER DETAILS SHEET 1 OF 3 List of Drawings La Volla Creek Drainage Improvements Project Package A Project Number 22029 000102-3 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 88 CITY STANDARD STORMWATER DETAILS SHEET 2 OF 3 89 CITY STANDARD STORMWATER DETAILS SHEET 3 OF 3 90 CITY STANDARD DRIVEWAY PLANS 91 CITY STANDARD DRIVEWAY DETAILS 92 CITY STANDARD DRIVEWAY TYPES 93 TXDOT STANDARD PRECAST SINGLE -BOX CULVERTS 94 TXDOT STANDARD CONCRETE WINGWALL DETAILS 95 TXDOT STANDARD PIPE AND BOX GROUT CONNECTION DETAILS 96 TXDOT STANDARD PRECAST BOX CULVERTS MISCELLANEOUS DETAILS 97 TXDOT STANDARD SAFETY END TREATMENT DETAILS SHEET 1 OF 3 98 TXDOT STANDARD SAFETY END TREATMENT DETAILS SHEET 2 OF 3 99 TXDOT STANDARD SAFETY END TREATMENT DETAILS SHEET 3 OF 3 END OF SECTION List of Drawings La Volla Creek Drainage Improvements Project Package A Project Number 22029 000102-4 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D / A� o® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 07/09/2024 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 po icy, 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 McAfee Insurance Agency P. O. Box 625 P. 321 Second Street Mercedes TX 78570 CONTACT Mindy Rivera NAME: (A/CONN , Ext): (956) 565-2481 (CNo): (956) 565-2733 E-MAIL mindy@mcafeeagency.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: General Security Indemnity Co. of Arizona INSURED MOR W1L LLC 808 S. Shary Rd. Ste 5 PMB 274 Mission TX 78572-8568 INSURER B: National Liability & Fire Ins. Co. INSURER C: United Specialty Insurance Company INSURER D : Texas Mutual Ins. Co. 22945 INSURER E : Fortegra Specialty Ins. Co. INSURER F : COVERAGES CERTIFICATE NUMBER: 2024-2025 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y GSA4639112449-02 09/19/2023 09/19/2024 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE RED PREMISESO(Ea ooccu rrence) $ 100,000 MED EXP (Any one person) $ excluded PERSONAL & ADV INJURY $ 1,000,000 GEN'LAGGREGATE X POLICY OTHER: LIMIT APPLIES PRO- JECTLOC PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ B AUTOMOBILE _ _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY v /� SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y 73APS113972 09/19/2023 09/19/2024 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ Underinsured motorist $ 1,000,000 C _ X UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE BTN2330680 09/19/2023 09/19/2024 EACH OCCURRENCE 2000000 $ ,, AGGREGATE $ 2,000,000 DED RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N Y NIA Y 0001272519 07/11/2024 07/11/2025 PER STATUTE OTH- ER E.L. EACH ACCIDENT 1 $ ,, E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 10, 00000 $ , E Hired/Non Owned Auto FMC-HNO1000194-02 09/19/2023 09/19/2024 Limit 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Job: La Voila Creek Drainage Improvements Project (Package A) RE -BID. Project No. 22029 CERTIFICATE HOLDER CANCELLATION I City of Corpus Christi, Texas 1201 Leopard Street, 3rd Floor Corpus Christi TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE rt4,44r`""""W„`. ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D POLICY NUMBER: GSA4639112449-02 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations As Required By Written Contract, Fully Executed Prior To The Named Insured's Work As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG20100413 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. © Insurance Services Office, Inc., 2012 Page 1 of 2 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 CG 20 10 04 13 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D POLICY NUMBER: GSA4639112449-02 COMMERCIAL GENERAL LIABILITY CG 2011 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designation Of Premises (Part Leased To You): As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Name Of Person(s) Or Organization(s) (Additional Insured): As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Additional Premium: $ Included Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and shown in the Schedule and subject to the following additional exclusions: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to be a tenant in that premises. 2. Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) shown in the Schedule. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and CG 20 11 04 13 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D POLICY NUMBER: GSA4639112449-02 COMMERCIAL GENERAL LIABILITY CG 20 12 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION — PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision shown in the Schedule, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 12 04 13 2. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or "property damage" included within the "products - completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D COMMERCIAL GENERAL LIABILITY CG 20 34 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT - AUTOMATIC STATUS WHEN REQUIRED IN LEASE AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 34 04 13 A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. B. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D POLICY NUMBER: GSA4639112449-02 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As Required By Written Contract, Fully Executed Prior To The Named Insured's Work As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. © Insurance Services Office, Inc., 2012 Page 1 of 1 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D POLICY NUMBER:GSA4639112449-02 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D TeXaSMutua1® WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY WC 42 03 04 B Insured copy 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. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 7/11/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0001272519 of Texas Mutual Insurance Company effective on 7/11/24 Issued to: MOR WIL LLC This is not a bill NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 Fax (800) 359-0650 4)1446 Authorized representative 7/2/24 WC 42 03 04 B Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 00 6113 PERFORMANCE BOND BOND NO. 100368299 Contractor as Principal Name: Mor-Wil, LLC. Mailing address (principal place of business): 808 S. Shary Rd. Ste. 5 PMB 274 Mission, TX 78572 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street, 3`d Floor Corpus Christi, Texas 78401 Contract Project name and number: La Voila Creek Drainage Improvements Project (Package Al RE -BID, Project No. 22029 Award Date of the Contract: June 18, 2024 Contract Price: $19,279,571.99 Bond Date of Bond: 7/02/24 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Merchants Bonding Company Mailing addrWrOapal place of business): PO Box 14498 Des Moines, IA 50306-3498 Physical address (principal place of business): 6700 Westown Parkway West Des Moines, IA 50366-7754 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 800-678-8171 Telephone (for notice of claim): 800-671-8171 Local Agent for Surety Name: Texas Valley Insurance DBA McAfee Agency Address: 321 Second St. .Mercedes, TX 78570 Telephone: 956-565-2481 E-Mail Address: 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: 1-800-2523439 Performance Bond La Voila Creek Drainage Improvements Project (Package A) RE -BID, Project No. 22029 006113-1 Rev 5/2024 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 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 through the Warranty Period required by the Contract Documents then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. The Contract Documents between Owner and Contractor is incorporated by reference into this Statutory Performance Bond, pursuant to Chapter 2253 of the Texas Government Cade. Provisions of the bond shall be pursuant to the terms and provisions of Chapter2253 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. If Contractor does not faithfully construct and complete said Work through the Warranty Period under its contract with Owner, and Owner invokes its contractual rights and declares Contractor in default, Surety shall promptly remedy the default, and at Owner's sole option, Surety shall: 1. Within a reasonable time (but not later than 30 days after Surety receives written notice of Contractor's default), with written notice to Owner, step into and assume the role, all rights and all obligations of the defaulting Contractor under the Contract Documents. Upon assumption of this role, Surety directly shall contract with a Completion Contractor hired/engaged by Surety to complete the Work. The selection of the Completion Contractor must be approved in writing by Owner. Surety shall be responsible for any and all costs incurred, up to the Bond Sum, to complete the Work; or 2. in the event Surety fails to contract with a Completion Contractor within 90 days of receipt of Owner's written notice of Default, Owner may, at Owner's sole discretion, select a Completion Contractor in accordance with Texas law to complete the Work. In this event, Surety shall pay Owner any and all costs, up to the Bond Sum, for Owner's selected Completion Contractor to complete the Work; or 3. At Owner's sole discretion, Surety shall pay Owner the estimated amount for Owner to execute a Project Completion Contract with a Completion Contractor, selected by Owner in accordance with Texas Law, solely to complete the Work. Surety shall pay Owner any and all costs, up to the Bond Sum, for Owner -selected Completion Contractor to complete the Work. Venue shall lie exclusively in Nueces County, Texas. Surety agrees to be bound by the mediation clause in Article 22 of the Contract Documents between Owner and Contractor, said Contract Documents incorporated by reference in this Bond. Performance Bond La Voila Creek Drainage Improvements Project (Package A) RE -BID, Project No. 22029 006113-2 Rev 5/2024 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51D Contractor as Principal Surety Signature: einrulci Name: Mor-Wil, LLC Title: Email Address: rL Signature: Merck Bonding CP`Mpany Name: (Mutua41 Maaa E. Title: Attorney in Fact tst'amion Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond La Voila Creek Drainage Improvements Project (Package A) RE -BID, Project No. 22029 00 61 13 - 3 Rev 5/2024 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 00 6116 PAYMENT BOND BOND NO. 100368299 Contractor as Principal Name: Mor-Will, LLC. Mailing address (principal place of business): 808 S. Shan/ Rd. Ste. 5 PMB 274 Mission, TX 78572 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: La Volla Creek Drainage Improvements Project (Package A) RE -BID, Project No. 22029 Award Date of the Contract: June 18, 2024 Contract Price: $19,279,571.99 Bond Date of Bond: 7/02/24 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Merchants Bonding Company (Mutual) Mailing address (principal place of business): PO Box 14498 Des Moines, IA 50306-3498 Physical address (principal place of business): 6700 Westown Parkway West Des Moines, IA 50266-7754 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): R00-518=8171 Telephone (for notice of claim): 800-671-8171 Local Agent for Surety Name: Texas Valley Insurance DBA McAfee Agency Address: 321 Second St., Mercedes, Tx 78570 Telephone: 956-565-2481 E-Mail Address: 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: 1-800252-3439 Payment Bond La Volla Creek Drainage Improvements Project (Package A) RE -BID, Project No. 22029 006116-1 Rev. 5/2024 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51D 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 Documents then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: COU1 Name: Mor-Wil, LLC Title: td)12/1(17 Email Address: Signature: Merchant' Bonding Coi, pany Name: (Mutual) Title: Attorney in Fact lgs andgfi. Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond La Volla Creek Drainage Improvements Project (Package Al RE -BID, Project No. 22029 00 61 16 - 2 Rev. 5/2024 mimiVernentlnonilliMIA r101, Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D MERCH N-17 BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, dlb/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Araceli Vela; Carmen Trujillo; Magda E Escandon; Mary Martinez; Richard Garza; Robert R Garza their true and lawful Attomey(s)-in-Fact, to sign its name as surety(les) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. This Power -of -Attorney Is granted and Is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -In -Fact includes any and all consents far the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee, shall not relieve this surety company of any of its obligations under its bond. in connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written persona! notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of February . 2024 . RP.................. •; R gg..; • cli `: 2003 ,4 e : 1933 ;: By = • vd. 'c'�• °•.,3Fy... ..••;%— • • �w . • STATE OF IOWA '•., .•` •. • COUNTY OF DALLAS ss. '''"""'.. - ...... On this 3rd day of February 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed In behalf of the Companies by authority of their respective Boards of Directors. 1 A4so Penni Miller z alth r Commission Number 787952 • •u�ii. • My Commission Expires January 20, 2027 IOWA (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and -affixed the seal of the Companies on this 2nd day of July , 2024 . 0*'110N4' tiL : zl'��1iC_C0 A. • d: Gf^° .‘201.e?7°. 11=1.2003 <� �, z.s 3= :=X • • l• • t............ j= V .; 17. it.•• •• MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. dfbla MERCHANTS NATIONAL INDEMNITY COMPANY 77/4 POA 0018 (1/24) Secretary Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D MERCHANTS BONDING COMPANY,. MERCHANTS BONDING COMPANY (MUTUAL) • P.O. BOX 14498 • DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 • FAX: (515) 243-3854 Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. To get information or file a complaint with your insurance company or HMO: Merchants Bonding Company (Mutual) Call: Compliance Officer at (800) 671-8171 Toll -free: (800) 671-8171 Email: regulatory@merchantsbonding.com Mail: P.O. Box 14498, Des Moines, Iowa 50306-3498 To get insurance information you may also contact your agent: Texas Valley Insurance Agency Call: 956-565-2481 Mail: PO Box 625, Mercedes, TX 78570 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: www.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: Consumer Protection, MC: CO-CP, Texas Department of Insurance, PO Box 12030, Austin, TX 78711-2030 Tiene una queja o necesita ayuda? Si tiene un problema con una reclamation o con su prima de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolver el problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas, tambien debe presentar una queja a traves del proceso de quejas o de apelaciones de su compania de seguros o HMO. Si no to hace, podria perder su derecho para apelar. SUP 0032 TX (7/23) Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D Para obtener information o para presentar una queja ante su compania de seguros o HMO: Merchants Bonding Company (Mutual) Llame a: Compliance Officer al (800) 671-8171 Telefono gratuito: (800) 678-8171 Correo electronico: fegulatory@merchantsbonding.com Direction postal: P.O. Box 14498 , Des Moines, Iowa, 50306-3498 El Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presentar una queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electronico: ConsumerProtection@tdi.texas.gov Direction postal: Consumer Protection, MC: CO-CP, Texas Department of Insurance, PO Box 12030, Austin, TX 78711-2030 SUP 0032 TX (7/23) Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D MERCHANTS BONDING COMPANY, MERCHANTS BONDING COMPANY (MUTUAL) P.O. Box 14498, DES MOINES, IoWA 50306-3498 PHONE: (800) 678-8171 FAX (515) 243-3854 ENDORSEMENT It is hereby understood and agreed that.Bond No.: 100368299 Principal: Mor Wil, LLC Obligee' City of Corpus Christi, Texas in the Merchants Bonding Company (Mutual) , is changing this bond effective 07/02/2024 FROM: Bond Number - 100368299 TO: Bond Number - 101204352 All terms and conditions of said bond, except as above changed, to remain the same. Signed, sealed and dated this 2nd day of SUP 0018 (2/15) July Merchants BondingCompan, Magda B. B cndon Attorney -I n-Fact 2024 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31 601735E51 D TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and Si Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Magda E Escandon of MERCEDES , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognlzances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this Instrument to be signed, and their corporate seals to he hereto affixed, this 21st day of April, 2021. State of Connecticut By: City of Hartford es. Robert L. Raney;~Senior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand antf official seal. My Commission expires the 30th day of June, 2026 Anna P. Hewitt, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seat with the Company's seal bonds, recognizances, contracts of Indemnity, and other writings obligatory In the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any lime may remove any such appointee and revoke the power given him or her, and It Is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed In the office of the Secretary; and it Is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory In the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice -President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and drily attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, If required) by one or more Attorneys -In -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and It is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -In - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which it Is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing Is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 2nd day of July , 2024 . e Kevin E. Hughes, Ass ten Secretary To verify the authenticity of this PawerefAttarney, please call us at 1-800-421-3880. Please refer to the above -named Attoney(s)-in-Fact and the details of the hood to which this Power afAttorney is attached. Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM BID TOTALS BASE BID Total Part A - General $1,053,876.29 Part B - Detention Pond and Site Grading $3,961,588.60 Part C - Pond Inlet and Outlet Structures $2,496,559.37 Part D- TemporaryAccess Road $347,500.00 Part E - Access and Maintenance Road $350,886.25 Empty $18,750.00 Total $8,229,160.51 ALTERNATE 1 - HANDLING OF EXCESS SOILS (JC ELLIOT LANDFILL) Total Part F - Alternate 1 - Handling of Excess Soils - JC Elliot Landfill $10,189,269.74 Total $10,189,269.74 ALTERNATE 2 - HANDLING OF EXCESS SOILS (CEFE VALENZUELA LANDFILL) Total Part G - Alternate 2 - Handling of Excess Soils - Cefe Valenzuela Landfill $19,456,751.90 Total $19,456,751.90 ALTERNATE 3 - HANDLING OF EXCESS SOILS (CONTRACTOR RESPONSIBILITY) Total Part H - Alternate 3 - Handling of Excess Soils - Contractors Responsibility $0.00 Total $0.00 ALTERNATE 4 - AIRPORT TRIBUTARY NO. 1 Total Part I - Alternate 4 - Airport Tributary #1 $32,500.00 Part I - Alternate 4 - Airport Tributary #2 $13,000.00 Part I - Alternate 4 - Airport Tributary #3 $25,980.00 Part I - Alternate 4 - Airport Tributary #4 $15,591.60 Part I - Alternate 4 - Airport Tributary #5 $6,500.00 Part I - Alternate 4 - Airport Tributary #6 $20,000.00 Part I - Alternate 4 - Airport Tributary #7 $97,501.50 Total $211,073.10 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM ALTERNATE 5 - PARK IMPROVEMENTS Total Part.] - Alternate 5 - Park Improvements $650,068.64 Total $650,068.64 Part A - General No. Description Unit Qty Unit Price Ext Price 1 MOBILIZATION (5.0% MAXIMUM) AL 1 $384,540.21 $384,540.21 2 BONDS AND INSURANCE (2% MAXIMUM) AL 1 $153,816.08 $153,816.08 3 FIELD OFFICE FOR CITY INSPECTOR - MOBILIZATION AND DEMOBILIZATION LS 1 $25,000.00 $25,000.00 4 FIELD OFFICE FOR CITY INSPECTOR - MONTHLY RENT, MAINTENANCE AND SERVICES LS 1 $83,750.00 $83,750.00 5 STORM WATER POLLUTION PREVENTION PLAN LS 1 $37,500.00 $37,500.00 6 SILT FENCE LF 6000 $6.67 $40,020.00 7 ROCK FILTER DAM EA 2 $12,500.00 $25,000.00 8 INLET PROTECTION BARRIER EA 2 $2,125.00 $4,250.00 9 DISPOSAL OF WELLS AL 1 $300,000.00 $300,000.00 Subtotal: $1,053,876.29 Part B - Detention Pond and Site Grading No. Description Unit Qty Unit Price Ext Price 1 SITE CLEARING & GRUBING AC 8 $3,750.00 $30,000.00 2 REMOVE AND STOCKPILE TOPSOIL (6" LOOSE) SY 373000 $1.02 $380,460.00 3 EXCAVATION (POND) CY 147700 0 $1.46 $2,156,420.00 4 EMBANKMENT(BERM) CY 20100 $5.29 $106,329.00 B5 PLACE TOPSOIL (4" COMPACTED) SY 373000 $1.10 $410,300.00 B6 LOW FLOW CHANNEL EROSION CONTROL SY 1830 $88.80 $162,504.00 B7 TRICKLE CHANNEL EROSION CONTROL SY 1480 $91.22 $135,005.60 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM B8 SOIL RETENTION BLANKET(CL 1, TYA) SY 53620 $2.19 $117,427.80 B9 CELL FBR MLCH SEED(PERM)(RURAL)(CLAY) SY 475920 $0.66 $314,107.20 B10 FINE GRADING (POND AND SITE) SY 373000 $0.17 $63,410.00 B11 BARBED WIRE FENCE LF 2740 $31.25 $85,625.00 Subtotal: $3,961,588.60 Part C - Pond Inlet and Outlet Structures No. Description Unit Qty Unit Price Ext Price C1 INLET STRUCTURE #1 - CONCRETE CHANNEL MODIFICATIONS (I.E., CONCRETE SUMP AND CONCRETE CHANNEL REPAIRS) LS 1 $101,875.00 $101,875.00 C2 INLET STRUCTURE #1 - INLET STRUCTURE AT CHANNEL LS 1 $20,131.25 $20,131.25 C3 INLET STRUCTURE #1 - 5'X4' RCB BY OPEN -CUT LF 160 $930.00 $148,800.00 C4 INLET STRUCTURE #1 - 5'X4' RCB BY TRENCH LESS INCLUDING PITS LF 87 $3,418.53 $297,412.11 C5 INLET STRUCTURE #1 - GRATE DROP INLET WITH CONCRETE APRON LS 1 $12,053.75 $12,053.75 C6 INLET STRUCTURE #1 - OUTLET STRUCTURE AT POND WITH CONCRETE APRON LS 1 $18,750.00 $18,750.00 C7 INLET STRUCTURE #1 - CONCRETE BENCH AT POND SY 16 $312.50 $5,000.00 C8 INLET STRUCTURE #1 - RIPRAP (STONE COMMON)(DRY)(12 IN) CY 10 $193.75 $1,937.50 C9 INLET STRUCTURE #2 - CONCRETE WINGWALLS, HEADWALLS AND SLOPED CONCRETE OUTSIDE POND LS 1 $31,250.00 $31,250.00 C10 INLET STRUCTURE #2 - 8'X4' RCB'S LS 1 $296,000.00 $296,000.00 C11 INLET STRUCTURE #2 - CONCRETE WINGWALLS, HEADWALLS AND SLOPED CONCRETE INSIDE POND LS 1 $43,750.00 $43,750.00 C12 INLET STRUCTURE #2 - CONCRETE BENCH AT POND SY 178 $70.22 $12,499.16 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM C13 INLET STRUCTURE #2 -RIPRAP (STONE COMMON) (DRY) (12 IN) - INSIDE POND CY 118 $158.90 $18,750.20 C14 INLET STRUCTURE #2 - RIPRAP (STONE COMMON) (DRY) (12 IN) - OUTSIDE POND CY 307 $142.51 $43,750.57 C15 INLET STRUCTURE #2 - GUARDRAILS LF 164 $76.22 $12,500.08 C16 INLET STRUCTURE #3 - GRATE INLET WITH CONCRETE APRON LS 1 $15,000.00 $15,000.00 C17 INLET STRUCTURE #3 - 24" RCP (CLASS IV) LF 186 $125.55 $23,352.30 C18 INLET STRUCTURE #3 - OUTLET STRUCTURE AT POND WITH STONE RIP RAP APRON LS 1 $7,500.00 $7,500.00 C19 INLET STRUCTURE #4 - GRATE INLET WITH CONCRETE APRON LS 1 $17,172.50 $17,172.50 C20 INLET STRUCTURE #4 -TWO (2) 24" RCP (CLASS IV) LF 218 $125.95 $27,457.10 C21 INLET STRUCTURE #4 - OUTLET STRUCTURE AT POND WITH STONE RIP RAP APRON LS 1 $13,750.00 $13,750.00 C22 OUTLET STRUCTURE #1 - INLET STRUCTURE INSIDE POND WITH CONCRETE APRON LS 1 $21,875.00 $21,875.00 C23 OUTLET STRUCTURE #1 - CONCRETE BENCH AT POND SY 17 $121.32 $2,062.44 C24 OUTLET STRUCTURE #1 - RIPRAP AT POND (STONE COMMON)(DRY)(12 IN) - INSIDE POND CY 11 $170.45 $1,874.95 C25 OUTLET STRUCTURE #1 - 5'X4' RCB BY OPEN CUT LF 974 $863.59 $841,136.66 C26 OUTLET STRUCTURE #1 - 5'X4' RCB BY TRENCH LESS LF 86 $3,397.30 $292,167.80 C27 OUTLET STRUCTURE #1 - RIPRAP (STONE COMMON) (DRY) (12 IN) -AT CHANNEL (KEY NOTE 5, SHEET 80) CY 700 $133.93 $93,751.00 C28 TEMPORARY AIR BRIDGES AT ENTERPRISE PIPELINE CROSSINGS EA 2 $37,500.00 $75,000.00 Subtotal: $2,496,559.37 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM Part D - Temporary Access Road No. Description Unit Qty Unit Price Ext Price D1 SITE CLEARING & GRUBING LS 1 $6,250.00 $6,250.00 D2 TRAFFIC CONTROL DETOUR PLAN LS 1 $18,750.00 $18,750.00 D3 FLAGMAN - HOLLY RD/BUSH ST CONSTRUCTION ENTRANCE LS 1 $81,000.00 $81,000.00 D4 SAWCUT AND REMOVAL OF EXIST ASPHALT PAVEMENT SY 200 $18.75 $3,750.00 D5 6-INCH CONCRETE PAVEMENT SY 200 $187.50 $37,500.00 D6 TEMPORARY CONSTRUCTION ACCESS ROAD LS 1 $43,750.00 $43,750.00 D7 TEMPORARY AIR BRIDGES AT 42" WATERLINE AND ENTERPRISE PIPELINE CROSSINGS EA 2 $12,500.00 $25,000.00 D8 STABILIZED CONSTRUCTION ENTRANCE EA 1 $6,500.00 $6,500.00 D9 TEMPORARY TRUCK WASH STATION, INCLUDING TEMPORARY WATERLINE LS 1 $93,750.00 $93,750.00 D10 TEMPORARY CONSTRUCTION ACCESS ROAD MAINTENANCE LS 1 $18,750.00 $18,750.00 D11 DITCH CLEANING AND RESHAPING LS 1 $12,500.00 $12,500.00 Subtotal: $347,500.00 Part E - Access and Maintenance Road No. Description Unit Qty Unit Price Ext Price El SITE CLEARING & GRUBBING AC 3 $6,250.00 $18,750.00 E2 TRAFFIC CONTROL DETOUR PLAN LS 1 $25,000.00 $25,000.00 E3 SAWCUT AND REMOVAL OF EXIST ASPHALT PAVEMENT SY 251 $199.20 $49,999.20 E4 6-INCH CONCRETE PAVEMENT SY 251 $179.28 $44,999.28 E5 6-INCH CONCRETE DRIVEWAY SY 134 $233.21 $31,250.14 E6 10-INCH GRAVEL ACCESS ROAD SY 1953 $34.41 $67,202.73 E7 24-INCH RCP (CLASS IV) AT DRIVEWAY LF 156 $128.78 $20,089.68 E8 POST INLET AT DRIVEWAY WITH CONCRETE APRON LS 1 $12,500.00 $12,500.00 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM E9 SAFETY END TREATMENT SET (TY 1) (24 IN) (3:1) EA 2 $937.50 $1,875.00 El CLEAN EXISTING AEP DRIVEWAY CULVERTS - 24" RCP LF 80 $44.94 $3,595.20 El 1 CLEAN EXISTING AEP DRIVEWAY CULVERTS - 48" RCP LF 40 $156.25 $6,250.00 E12 ADJUST WATER METER BOX AND PROVIDE WATER VALVE BOX AND STACK LS 1 $3,125.00 $3,125.00 E13 ACCESS ROAD GATES EA 3 $2,500.00 $7,500.00 E14 SIGNS - SPEED LIMIT EA 2 $1,250.00 $2,500.00 El 5 TEMPORARY AIR BRIDGE AT ENTERPRISE PIPELINE CROSSING EA 1 $25,000.00 $25,000.00 E16 STEEL PIPE BOLLARDS EA 26 $480.77 $12,500.02 E17 LOAD MITIGATION SYSTEMS FOR LARGE DIAMETER WATERLINES - LA VOLLA CREEK PROJECT SITE LS 1 $18,750.00 $18,750.00 Subtotal: $350,886.25 Empty No. Description Unit Qty Unit Price Ext Price D12 SITE RESTORATION (INCLUDING TOPSOIL AND SEEDING) LS 1 $18,750.00 $18,750.00 Subtotal: $18,750.00 Part F - Alternate 1 - Handling of Excess Soils - JC Elliot Landfill No. Description Unit Qty Unit Price Ext Price F1 MOBILIZATION (5.0% MAXIMUM) AL 1 $245,532.82 $245,532.82 F2 BONDS AND INSURANCE (2% MAXIMUM) AL 1 $196,183.92 $196,183.92 F3 TRAFFIC CONTROL PLAN LS 1 $12,500.00 $12,500.00 F4 FLAGMAN -JC ELLIOTT LANDFILL STOCKPILE ENTRANCE LS 1 $62,500.00 $62,500.00 F5 SILT FENCING LF 2000 $6.25 $12,500.00 F6 STOCKPILE SITE PREPARATION AC 79 $395.57 $31,250.03 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM F7 CLEAR AND GRUB STOCKPILE LOCATIONS AC 79 $158.23 $12,500.17 F8 PERMANENT 10" THICKX 20' WIDE GRAVEL ACCESS ROAD LF 2740 $31.02 $84,994.80 F9 HMAC PAVEMENT REMOVAL & REPAIR - FULL DEPTH SY 1500 $62.50 $93,750.00 F10 HMAC PAVEMENT REMOVAL & REPAIR - TRANSITION ZONE SY 130 $50.00 $6,500.00 F11 TEMPORARY AIR BRIDGE - WATERLINE OR GASS PIPELINE CROSSING EA 3 $15,000.00 $45,000.00 F12 TRANSPORT AND OFF SITE DISPOSAL OF EXCESS SOIL CY 147700 0 $6.34 $9,364,180.00 F13 LOAD MITIGATION SYSTEMS FOR LARGE DIAMETER WATERLINES - LA J.C. ELLIOTT LANDFILL DISPOSAL SITE LS 1 $12,500.00 $12,500.00 F14 ORANGE FENCING LF 600 $3.13 $1,878.00 F15 48" WATERLINE UTILITY MARKERS EA 60 $125.00 $7,500.00 Subtotal: $10,189,269.74 Part G - Alternate 2 - Handling of Excess Soils - Cefe Valenzuela Landfill No. Description Unit Qty Unit Price Ext Price G1 MOBILIZATION (5.0% MAXIMUM) AL 1 $12.50 $12.50 G2 BONDS AND INSURANCE (2% MAXIMUM) AL 1 $187,500.00 $187,500.00 G3 TRAFFIC CONTROL PLAN LS 1 $62,500.00 $62,500.00 G4 FLAGMAN - CEFE VALENZUELA LANDFILL STOCKPILE ENTRANCE LS 1 $56,250.00 $56,250.00 G5 SILT FENCING LF 2000 $6.81 $13,620.00 G6 STOCKPILE SITE PREPARATION AC 190 $493.42 $93,749.80 G7 CLEAR AND GRUB STOCKPILE LOCATIONS AC 190 $98.68 $18,749.20 G8 PERMANENT 10" THICKX 20' WIDE GRAVEL ACCESS ROAD LF 4200 $29.76 $124,992.00 G9 HMAC PAVEMENT REMOVAL & REPAIR - FULL DEPTH SY 1400 $53.57 $74,998.00 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM G10 HMAC PAVEMENT REMOVAL & REPAIR - TRANSITION ZONE SY 130 $48.08 $6,250.40 G11 TEMPORARY AIR BRIDGE - GAS PIPELINE CROSSING EA 4 $18,750.00 $75,000.00 G12 TRANSPORT AND OFF SITE DISPOSAL OF EXCESS SOIL CY 147700 0 $12.69 $18,743,130.00 Subtotal: $19,456,751.90 Part H - Alternate 3 - Handling of Excess Soils - Contractors Responsibility No. Description Unit Qty Unit Price Ext Price H1 MOBILIZATION (5.0% MAXIMUM) AL 1 $0.00 $0.00 H2 BONDS AND INSURANCE (2% MAXIMUM) AL 1 $0.00 $0.00 H3 TRAFFIC CONTROL PLAN AND DISPOSAL SITE PREPARATION LS 1 $0.00 $0.00 H4 TRANSPORT AND OFF SITE DISPOSAL OF EXCESS SOIL CY 147700 0 $0.00 $0.00 Subtotal: $0.00 Part I - Alternate 4 - Airport Tributary #1 No. Description Unit Qty Unit Price Ext Price 11 MOBILIZATION (5.0% MAXIMUM) AL 1 $32,500.00 $32,500.00 Subtotal: $32,500.00 Part I - Alternate 4 - Airport Tributary #2 No. Description Unit Qty Unit Price Ext Price 12 BONDS AND INSURANCE (2% MAXIMUM) AL 1 $13,000.00 $13,000.00 Subtotal: $13,000.00 Part I - Alternate 4 - Airport Tributary #3 No. Description Unit Qty Unit Price Ext Price 13 EMBANKMENT REPAIR CY 6000 $4.33 $25,980.00 Subtotal: $25,980.00 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM Part I - Alternate 4 - Airport Tributary #4 No. Description Unit Qty Unit Price Ext Price 14 DEBRIS REMOVAL AND DISPOSAL LF 2440 $6.39 $15,591.60 Subtotal: $15,591.60 Part I - Alternate 4 - Airport Tributary #5 No. Description Unit Qty Unit Price Ext Price 15 REMOVAL OF EXISTING CONCRETE STRUCTURE LS 1 $6,500.00 $6,500.00 Subtotal: $6,500.00 Part I - Alternate 4 - Airport Tributary #6 No. Description Unit Qty Unit Price Ext Price 16 UNFORESEEN CHANNEL IMPROVEMENTS AL 1 $20,000.00 $20,000.00 Subtotal: $20,000.00 Part I - Alternate 4 - Airport Tributary #7 No. Description Unit Qty Unit Price Ext Price 17 RIPRAP (STONE COMMON) (DRY) (12 IN) CY 450 $216.67 $97,501.50 Subtotal: $97,501.50 Part J - Alternate 5 - Park Improvements No. Description Unit Qty Unit Price Ext Price J1 MOBILIZATION (5.0% MAXIMUM) AL 1 $6,500.00 $6,500.00 J2 BONDS AND INSURANCE (2% MAXIMUM) AL 1 $13,000.00 $13,000.00 J3 WOODEN ADA COMPLIANT SHELTER / KIOSK EA 2 $19,500.00 $39,000.00 J4 WOODEN ADA COMPLIANT BENCH EA 8 $1,625.00 $13,000.00 J5 LANDSCAPE PLANTING (NATIVE TREE) EA 30 $975.00 $29,250.00 J6 LANDSCAPE PLANTING (NATIVE SHRUB) EA 100 $195.00 $19,500.00 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM J7 GRAVEL PARKING SPACES SY 180 $36.11 $6,499.80 J8 HMAC PARKING SPACES SY 53 $73.58 $3,899.74 J9 ADA VAN ACCESSIBLE PAVEMENT MARKINGS LS 1 $1,300.00 $1,300.00 J10 CONCRETE WHEEL STOPS AT PARKING LOT EA 20 $260.00 $5,200.00 J11 SIGNS - ADA VAN PARKING EA 1 $1,950.00 $1,950.00 J12 SIGNS - TRAIL HEAD SIGNS EA 2 $1,950.00 $3,900.00 J13 PEDESTRIAN TRAIL FROM PARKING TO POND SY 150 $86.67 $13,000.50 J14 10-INCH GRAVEL MAINTENANCE ROAD ON BERM SY 15430 $32.02 $494,068.60 Subtotal: $650,068.64 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE RFB 5661 PN 22029 Addendum No. 1 04/17/2024 17:33:31 PM RFB 5661 PN 22029 Addendum No. 2 04/17/2024 17:33:32 PM RFB 5661 Addendum 3 04/17/2024 17:33:33 PM RFB 5661 Addendum 4 04/17/2024 17:33:33 PM RFB 5561 Addendum 5 04/17/2024 17:33:34 PM Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D nprovements (Package A)... Report Created On: 4/17/2024 7:25:21 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans RFB 5661 PN 22029 Drawings 3/5/2024 8:12:20 AM Addenda RFB 5661 PN 22029 Addendum No. 1 3/5/2024 8:11:32 AM Addenda RFB 5661 PN 22029 Addendum No. 2 3/18/2024 10:41:01 AM Invitation To Bid RFB 5661 PN 22029 Front Ends & Specs 3/5/2024 8:12:07 AM Addenda RFB 5661 Addendum 3 3/18/2024 10:40:37 AM Addenda RFB 5661 Addendum 4 4/1/2024 8:40:14 AM Addenda RFB 5561 Addendum 5 4/4/2024 1:43:11 PM Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51D 00 30 01 BID FORM Project La Vol ia Creek Drainage Improvements Project Package A Name: Project 22029 Number: Owner: City of Corpus Christi OAR: Joseph Johnson Designer: Lockwood, Andrews 8 Ne 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. Bidder, Signature: Name: Title: Title: Attest: I enera anager State of Residency: Texas 'Federal Tx ID Noi 201-2626954 808 S sHLiRy 5Pryp274 Address for Notices: N1issian4Exaa1B5Z2 _ Phone: 956-456-0628 Email: albertgarza03Ayahoo.com gal name of Bidder) (signature of person with authority to bind the Bidder) (printed name of person signing Bid Form) (title of person signing Bid Form) (signature) Bid Form La Voila Creek Drainage Improvements Project Package A Project Number 22029 OF 61. k II * ii SCOVTMHARRiS 9926 00 3001- Page 1 of 5 Re -issued for Bid 1/29/24 Rev 8/2019 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51D CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT DEPARTMENT FORM FOR EXPEDITED OR NON - EXPEDITED SCHEDULE RFB No. 5561 La Volta Creek Drainage Imps, Project 22029 ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE WHETHER YOUR COMPANY IS PROVIDING AN EXPEDITED SCHEDULE OR NON -EXPEDITED SCHEDULE: —1 Option 1 - Expedited Schedule: The Contractor is required to perform the Work as described in the Plans and Specifications within 240 days (Substantially Complete). Liquidated Damages are set at $10,000 per day. Option 2 - Non -Expedited Schedule: The Contractor is required to perform the Work as described in the Plans and Specifications within 540 days (Substantially Complete). Liquidated Damages are set at $3,000 per day. U O. 5 OP e .110f Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D La Voila Creek Drainage Improvements (Re -Bid), Project No. 22029 CONFORMED SPECIFICATIONS AND DRAWINGS (LINK): eBuilder: Inilicterdriettipmfir . ii6 3ede eac r) IIII° iiir. ii6 loin :r1 (Conformed Specifications and Drawings are publicly available in eBuilder at the link above) Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 00 52 23 AGREEMENT This Agreement, for the Project awarded on June 18, 2024, is between the City of Corpus Christi (Owner) and Mor-Wil, LLC. (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: La Voila Creek Drainage Improvement Project — Package A (Project No. 22029) ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Lockwood, Andrews & Newnam, Inc. 500 N. Shoreline Blvd., Suite 905 Corpus Christi, TX 78401 smharris@lan-inc.com 2.02 The Owner's Authorized Representative for this Project is: Joseph Johnson 4917 Holly Road, Bldg. No. 5 Corpus Christi, TX 78411 Josephi2@cctexas.com (361) 826-3691 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 540 (18 months) 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 570 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 La Voila Creek Drainage Improvements Project Package A Re -Issued for Bid 1/29/24 Project Number 22029 Rev 12/2021 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 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 $3,000.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $1,000.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 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 Bid Price $ 19,279,571.99 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 00 52 23 - 2 La Voila Creek Drainage Improvements Project Package A Re -Issued for Bid 1/29/24 Project Number 22029 Rev 12/2021 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 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.B, 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, 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. 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; Agreement 00 52 23 - 3 La Voila Creek Drainage Improvements Project Package A Re -Issued for Bid 1/29/24 Project Number 22029 Rev 12/2021 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 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. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 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. Agreement 00 52 23 - 4 La Voila Creek Drainage Improvements Project Package A Re -Issued for Bid 1/29/24 Project Number 22029 Rev 12/2021 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D 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 01 00 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. SIGNATURE PAGE FOLLOWS Agreement 00 52 23 - 5 La Voila Creek Drainage Improvements Project Package A Re -Issued for Bid 1/29/24 Project Number 22029 Rev 12/2021 Docusign Envelope ID: 97F8EE77-8348-4374-AEE7-31601735E51 D ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI 8/1/2024 Rebecca Huerta City Secretary [-7,70.d b, C. Jeffrey Edmonds, P.E Director of Engineering Services M2024-093 APPROVED AS TO LEGAL FORM: BY COUNCIL DocuSigned by: 7/29/2024 Assistant City Attorney 6/18/2024 7/29/2024 AUTHORIZED RH/SB ATTEST (IF CORPORATION) CONTRACTOR Mor-Wil, C. (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: 7/29/2024 808 S. Shary Rd. Ste. 5 PMB 274 Address Mission, TX 78572 City (979) 324-9649 Phone Albert.garza03@yahoo.com State Zip Fax EMail END OF SECTION Agreement 00 52 23 - 6 La Voila Creek Drainage Improvements Project Package A Re -Issued for Bid 1/29/24 Project Number 22029 Rev 12/2021