Loading...
HomeMy WebLinkAboutC2018-349 - 2/23/2018 - NA 2018-349 2/23/18 Siemens Industry Inc. 00 52 23 AGREEMENT This Agreement is the Third Renewal of the Traffic Signal and Street Lighting Improvements IDIQ- Project No.E15126 awarded on January 12,2016 by the City Council of the City of Corpus Christi,Texas ("Owner")to Siemens Industry.Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Traffic Signal and Street Lighting Improvements IDIQYr3(Contract Renewal 4E151261 Project No. 18052A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems,LLP 3833 South Staples Street.Suite N214 - Corpus Christi.TX.78411 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza,P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg.45 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the Third One-Year Renewal, Project No.1807.3�2A of the Original Contract No. E15126 for Traffic Signal and Street Lighting Improvements IDIQ.The Third Renewal Contract extension will not exceed the amount of$496,000.00 for one year.The Work is required to be substantially completed within 365 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 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages 005223-1 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF Traffic Signal and Street lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ)- REBID Project No. E15126 oe p,................., R-l.'LON H1ULDO?ti DD.#R i................'63 ...,;�Cit of Corpus 9/11/15 Christi SUBMITTED BY: M RL OONI..-R-1 INTELLIGENT rRAN5-ATION SY51-5,LLP 3833 South Staples St., Suite N214 Corpus Christi, TX 78411 September 11, 2015 Record Drawing Number STR 915 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev06/12/2015) 00 30 00 Bid Acknowledgment Form (Rev06/12/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 0052 23 Agreement(Rev 03/23/2015) 0061 13 Performance Bond (Rev7/3/2014) 0061 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev3/23/2015) 00 72 01 Insurance Requirements (Rev7/3/2014) 00 72 02 Wage Rate Requirements(Rev 06/12/2015) 00 72 03 Minority/ MBE/ DBE Participation Policy 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for Funding Agency Division 01 General Requirements 01 11 00 Summary of Work 0123 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 0133 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 000100- 1 Table of Contents REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 Division/ Title Section 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications General Specifications for Traffic Signal Maintenance, Repair and Installation General Notes 025803 Traffic Signal Adjustments 341416.33 Traffic Signal Controller Unit 344116.23 Traffic Signal Cabinet and Assemblies 600 Lighting, Signing, Markings and Signals 618 Conduit 620 Electrical Conductors 622 Duct Cable 624 Ground Boxes 628 Electrical Services 633 Uninterruptible Power Supply for Traffic Signals 635 Internally Illuminated Street Name Sign 655 Controller Foundation 680 Installation for Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head 683 LED Vehicle and Pedestrian Signal Countdown Module 687 Pedestrian Pole Assemblies Part T Technical Specifications 416 Drilled Shaft Foundations 432 Riprap 476 Jacking, Boring, or Tunneling Pipe or Box 502 Barricades, Signs, and Traffic Handling 610 Roadway Illumination Assemblies 613 High Mast Illumination Poles 614 High Mast Illumination Assemblies 621 Tray Cable 627 Treated Timber Poles 000100-2 Table of Contents REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 Division/ Title Section 684 Traffic Signal Cables 685 Roadside Flashing Beacon Assemblies 686 Traffic Signal Pile Assemblies (Steel) 688 Pedestrian Detectors and Vehicle Loop Detectors 690 Maintenance of Traffic Signals 6000 Illumination Maintenance ASTRO-Brac Assy,Tallon Series 1-Way Cable Mount City Traffic Signal Cable Color Code Exhibit A-Camera Connector Pinout PELCO Astro-Brac Camera Mounting Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Internally Illuminated Street-Name Sign Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance COHU_Helios_3960SD or approved equivalent COHU-Camera_Mounting Brackets or approved equivalent COHU-Camera-Control-Cable or approved equivalent Cobalt by Econolite Appendix Title END OF SECTION 000100-3 Table of Contents REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID Project No. E15126 A. This project is for the installation/ maintenance and repair of roadway illumination and traffic signals.The construction/maintenance will include, but not limited to: foundations, signal poles, mast arms, signal heads, pedestrian poles, pedestrian heads, school zone flashers, conduits, conductors, controller cabinets, electrical services, illumination poles, etc. Reference to the engineering drawings should be made for estimated summary of materials and details. This project is a twelve-month service agreement with option to extend for up to two additional twelve-month periods, subject to the approval of the supplier and the City Manager or his designee for Installation, Maintenance and Repair of Roadway Illumination and Traffic Signal Repairs throughout various locations in the City of Corpus Christi. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $450,000.00 to $600,000.00. The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. 002113- 1 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 ARTICLE 3—PRE-BID CONFERENCE 3.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday September 29, 2015 at 10:30 am at the following location: City Hall Building—Capital Programs Conference Room 1 or 2 3rd floor, Capital Programs Department(formerly"Engineering Department") 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 4—COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 4.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 5—EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents,Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the 002113-2 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 6—INTERPRETATIONS AND ALTERNATE BIDS 6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 7—BID SECURITY 7.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 7.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 7 below. 7.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or 002113-3 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 7.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8—PREPARATION OF BID 8.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 8.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 8.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. 002113-4 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 ARTICLE 9—DELIVERY OF BIDS 9.01 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 9.02 Bids must be received no later than Wednesday October 7,2015 at 2:00 p.m. to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 15Y floor of the City Hall Building. Bids received after this time will not be accepted. 9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com. 9.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid -Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID Project No. E15126 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 002113-5 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at Wednesday October 7, 2015 at 2:00 p.m., at the following location: City Hall Building- City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 12.02 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 13—BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 14—STATEMENT OF EXPERIENCE 14.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 15—EVALUATION OF BIDS 15.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, whether the Bidder has met the minimum specific project experience requirements. 15.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 15.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. 002113-6 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 ARTICLE 16—AWARD OF CONTRACT 16.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the Bidder who provides the best value for Owner that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 16.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 17—MINORITY/MBE/ DBE PARTICIPATION POLICY 17.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 17.02 Minority participation goal for this Project has been established to be 45%of the Contract Price. 17.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. ARTICLE 18—BONDS AND INSURANCE 18.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 18.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 19—SIGNING OF AGREEMENT 19.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (4) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. 002113-7 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 ARTICLE 20—SALES AND USE TAXES 20.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 20.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 21—WAGE RATES 21.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 22—BIDDER's CERTIFICATION OF NO LOBBYING 22.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 23—REJECTION OF BID 23.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 23.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: 002113-8 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. END OF SECTION 002113-9 Invitation to Bid and Instructions to Bidders REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. 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-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, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability/ $2,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Builder's Risk(All Perils including Collapse) Equal to Contract Price ❑ Required X Not Required Installation Floater Equal to Contract Price ❑ Required X Not Required Owner's Protective Liability Equal to Contractor's liability insurance ❑ Required X Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. 007201- 1 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 007201-2 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or"All Peril" policy providing coverage for all materials, supplies, machinery,fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and 007201-3 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery,fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. 007201-4 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk"all risk" policy form that includes insurance for physical loss or damage to the Work,temporary buildings,falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning;windstorm; riot; civil commotion;terrorism; vehicle impact; aircraft; smoke;theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake;volcanic activity, and other earth movement;flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that 007201-5 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise,this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional 007201-6 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them,for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds"for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 007201-7 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi—Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the Project. 007201-8 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 2. Duration of the Project- includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include,without limitation, providing, hauling, or delivering equipment or materials, or providing labor,transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the Contractor providing services on the Project,for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period,file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text,form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 007201-9 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the Project,for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project,for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts,to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage,the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION 00 72 01- 10 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 00 91 01 ADDENDUM NUMBER 01 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS Project: IDIQ-REBID Project Number: E15126 Owner: City of Corpus Christi City Engineer: Jeff Edmonds, P.E. Designer: RAMON H. MALDONADO,JR., P.E. Addendum No. 01 Specification Section: 00 91 01 issue Date: 10/02/15 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Ramon H. Maldonado,Jr., P.E. 10/01/15 Name Date +_� � OFFk yl Addendum Items: �' q •.i.........• . ............. 00 01 00 TABLE OF CONTENTS (ATTACH EM ENT NO. 1) ..'...... 00 30 01 BID FORM EXHIBIT ATTACHMENT NO. 2 �.• 96763 PRE-BID SIGN- IN SHEET(ATTACHMENT NO. 3) It°�� !eEr�s °o 'o i M AL DOHA LI O.I N RX Iii INTELLIGENT TXANSPDXTATION 5TStLMS.LLP Article 1-BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 1116 INVITATION TO BID—ARTICLE 7: 1. The date for receipt of Bids remains unchanged. The location for the receipt of Bids remains unchanged. Addendum No. 01 009101-3 Corpus Christi Standards-Regular Projects REV 03-09-2015 ARTICLE 2-BIDDING REQUIREMENTS 2.01 MODIFICATION TO THE BIDDING REQUIREMENTS A.SECTION 00 0100 TABLE OF CONTENTS: DELETE: TABLE OF CONTENTS in its entirety. ADD: TABLE OF CONTENTS in its entirety(Attachment 1). B.SECTION 00 30 01 BID FORM DELETE: BID FORM in its entirety. ADD: BID FORM in its entirety(Attachment 2). Article 3-CLARIFICATIONS 3.01 QUESTIONS A.Will the city be supplying certain materials? 1. Answer:The City will supply some equipment under maintenance of Traffic Signals and Illumination ONLY.Check Specifications for those items. B.For High Mast maintenance are ballast being furnished? 1.Answer:No, ballast to be furnished by Contractor. ARTICLE 4-ADDITION OF PRE-BID CONFERENCE SIGN-IN SHEET 4.01 ACKNOWLEDGE OF PRE-BID SIGN-IN SHEET A.ACKNOWLEDGE of the following sheet 1. PRE-BID SIGN-IN SHEET(Attachment 3). Addendum No. 01 00 9101-4 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 1 Page 1 of 3 000100 TABLE OF CONTENTS Division J Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev06/12/2015) 00 30 00 Bid Acknowledgment Form(Rev 06/12/2015) 00 30 01 Bid Form(Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement(Rev03/23/2015) 006113 Performance Bond(Rev 7/3/2014) 00 61 16 Payment Bond(Rev 7/3/2014) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements(Rev 7/3/2014) 00 72 02 Wage Rate Requirements(RevO6/12/2015) 00 72 03 Minority/MBE/DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work 01 23 10 Alternates and Allowances 012900 Application for Payment Procedures(Rev 03/11/2015) 012901 Measurement and Basis for Payment 013100 Project Management and Coordination 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 013305 Video and Photographic Documentation Addendum No. 1 Attachment No. 1 Page 2 of 3 Division/ Title Section 013500 Special Procedures 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications General Specifications for Traffic Signal Maintenance,Repair and Installation General Notes 025803 Traffic Signal Adjustments 341416.33 Traffic Signal Controller Unit 344116.23 Traffic Signal Cabinet and Assemblies 600 Lighting,Signing,Markings and Signals 618 Conduit 620 Electrical Conductors 622 Duct Cable 624 Ground Boxes 628 Electrical Services 633 Uninterruptible Power Supply for Traffic Signals 635 Internally Illuminated Street Name Sign 655 Controller Foundation 680 Installation for Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head 683 LED Vehicle and Pedestrian Signal Countdown Module 687 Pedestrian Pole Assemblies Part T Technical Specifications 416 Drilled Shaft Foundations 432 Riprap 476 Jacking, Boring,or Tunneling Pipe or Box 502 Barricades,Signs,and Traffic Handling 610 Roadway Illumination Assemblies 613 High Mast Illumination Poles 614 High Mast Illumination Assemblies 621 Tray Cable Addendum No. 01 00 9101-2 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 1 Page 3 of 3 Division J Title Section 627 Treated Timber Poles 684 Traffic Signal Cables 685 Roadside Flashing Beacon Assemblies 686 Traffic Signal Pile Assemblies(Steel) 688 Pedestrian Detectors and Vehicle Loop Detectors 690 Maintenance of Traffic Signals 6000 Illumination Maintenance ASTRO-Brac Assy,Tallon Series 1-Way Cable Mount City Traffic Signal Cable Color Code Exhibit A-Camera Connector Pinout PELCO Astro-Brac Camera Mounting Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Internally Illuminated Street-Name Sign Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance COHLI Helios_3960SD or approved equivalent COHU-Camera_Mounting Brackets or approved equivalent COHU-Camera-Control-Cable or approved equivalent Cobalt by Econolite Appendix Title Addendum No. 01 00 9101-3 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 1 of 6 00 30 Ol BID FORM 00 30 01 BID FORM Project Name. Traffic Signal and Street Lighting Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)-REBID Project Number: E15126 Owner: City of Corpus Christi Bidder- OA R: Designer: Maldonado-Burkett Intelligent Transportation Systems,LLP Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNrrPRICE EXTENDED QUANWY AMOUNT Base Bid Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) MOBILIZATION/DEMOBI LIZATION/BO NDS/IN SURANCE Al (NOT TO EXCEED 5%OF TOTAL BID AMOUNT) LS 1 A2 TRAFFIC CONTROL;SET-UP MAINTENANCE AND REMOVAL, EA 13 COMPLETE IN PLACES PER ARTERIAL STREET SUBTOTAL PARTA-GENERAL(Items Al thru A2) 5 Part.B-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Bl DRILL SHAFT(TRF SIG POLE) (24 IN) LF 6 B2 DRILL SHAFT(TRF SIG POLE( (301N) LF 1l B3 DRILL SHAFT(TRF SIG POLE)(36 IN) LF 43 64 DRILL SHAFT(TRF 53G POLE)(42 INF LF 17 B5 DRILL SHAFT(TRF SIG POLE)(48 INF LF 22 B6 RIPRAP(CONC)(CL C) Cy 2 B7 IN RD IL AM(U/P)(TY 1)(150W)5 EA 2 B8 IN RD iL AM(U/P)(TY IF)(150W) EA 2 B9 IN RD IL(TY SA)SOB-8(AKW)S EA 2 B10 CONDI(PVC)(SCH 40) (1 1/2") LF 40 all CONDI(PVC) SCHD 40)(2") LF 20 B12 CONDT(PVC)(SCHD 40)(2")(BORE) LF 20 B13 CONDT(PVC)(SCHD 40)(3") LF 65 B14 CONDT(PVC)(SCHD 40)(3")(BORE) LF 120 BIS CON DT(PVC)(SCHD 40)(4") LF 40 B16 CONDT(PVC)(SCHD 40)(4")(BORE) LF 40 B17 CON DT(RM)(3/4") LF 10 818 CONDT(RM)(1") LF ID 019 CONDT(RM)(2") LF 10 B20 CONOT(RM)(1 1/2") LF 100 B21 ELEC COMDR(NO.10)BARE LF 50 B22 ELEC CONDR(NO-10)INSULATED LF 100 B23 ELEC CONDR(ND.&)BARE LF 100 B24 ELEC CONDR(NO-8)INSULATED LF 285 Bid Form Page 1 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 REV3-23-2DIS Addendum No. 01 009101-1 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 2 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTLMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B25 ELEC CONDR(NO.6)BARE LF 100 B26 ELEC CONDR(NO.6)INSULATED LF 200 B27 FLFC CONDR(NO.4)BARE LF 25 B28 ELEC COMDR(NOA)INSULATED LF 50 B29 TRAY CABLE(3 CONDR)112 AWG) LF 25 B30 GROUND BOX TYA(122311) EA 1 B31 GROUND BOX TY A(122311)W/APRON EA B32 GROUND BOX TY C(162911) EA 833 GROUND BOX TY C(162911)W/APRON EA B34 TIMBER POLE(CL 2)40 FT EA 835 ELC SRV TY D 120/240 060(NS)SS(E)TS(0) f 836 FLC SRV TY T 120/240000(NS)GS(NITS(0) B37 REMOVE ELECTRICAL SERVICES C1 638 UNINTERRUPTIBLE POWER SUPPLY WITH EA CABINET B39 (ILSN SIGN 6S)LED EA B40 (ILSN SIGN 8S)LED EA 2 B41 CONTROLLER FOUNDATION EA B42 INSTALL HWY TRF SIG(FLASH BEACON) EA B43 INSTALL HWY TRF SIG(ISOLATED) F:, B44 REMOVING TRAFFIC SIGNALS EA 1 B45 VEH SIG SEC(12")LED(GRN) EA 10 B46 VEH SIG SEC(12")LED(GRN ARW) EA 5 B47 VEH SIG SEC(12")LED(YEL) EA 1s B48 VEH SIG SEC(12")LED(YEL ARWI EA 5 B49 VEH SIG SEC(12")LED(RED) Ell 15 1350 VEH SIG SEC(12")LED(RED ARW) EA 5 B51 BACK PLATE(12 IN)(3 SEC) EA 2 B52 BACK PLATE(12 IN)(4 SEC) EA 2 B53 BACK PLATE(12 IN)(5 SEC) EA 2 B54 PED SIG SEC LEDI(COUNTDOWN) EA 4 B55 ITRF SIG CBL(TY A)(12 AWG)(2 COMDR) LF 100 B56 TRF SIG CBL(TY A)(14 AWG)(4 CONDR) LF 1200 B57 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 50 B58 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 100 859 IN5TAiLL RDSD FL45H BEACON ASSEMBLY EA 1 860 RELOCATE RDSD FLASH BEACON ASSEMBLY EA 1 B61 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1 B62 INSTL RDSD FLSH BCN ASSM(SOLAR PWRD) "I I B63 RELOCT RD5D FLSH BCN AM(SOLAR PW RD) EA 1 664 TRAFFIC SIG POLE ASSEM(RELOCATE) EA 1 665 INS TRF SIG PL AM(S)1 ARM(32') EA 1 866 INS TRF SIG PL AM(S)1 ARM(32')LUM EA 1 667 INS TRF SIG PL AM(S)1 ARM(36') EA I 1 Bid Form Page 2 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 xrr�_s oas Addendum No. 01 009101-2 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No, 2 Page 3 of 6 00 30 01 BID FORM Item DESCRiPTIOt! UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B68 INS TRF SIG PL AIV1(S)1 ARM(36')LUM EA 1 B69 INS TRF SIG PL AM(S)1 ARM(40') EA 1 670 INS TRF SIG PL AMS I ARM(40')LUM EA 1 B71 INS TRF SIG PL AM(S)1 ARM(44') EA 1 B72 INS TRF SIG PL AM(S)1 ARM(44')LUM EA 1 B73 INS TRF SIG PL AM(S)1 ARM(50') EA 1 874 INS TRF SIG PL AM(S)1 ARM(50')LUM EA 1 B7S INS TRF SIG PL AM(S)1 ARM(SS') EA 1 B76 INS TRF SIG PL AM(S)1 ARM(55')LUM EA 1 B77 INS TRF SIG PL AM(S)1 ARM(60') EA 1 B78 INS TRF SIG PL AM(S)1 ARM(60')LUM EA B79 PED POLE ASSEMBLY EA 4 B80 PEDESTRIAN PUSH BUTTON POLE EA 1 B81 PED DETECT PUSH BUTTON(APS) EA 4 882 RADAR PRESENCE DETECTOR EA 6 B83 RADAR PRESENCE DETECTOR COMM CABLE LF 100 B84 ETHERNET CABLE CAT 5 LF 50 CONTINGENCY FOR UNANTICIPATED 1-5 88� 1 IMPROVEMENTS(MANDATORY) $ 4,000.0C $ 4,000.00 Part B-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS(Items Bt thru B85) Part C-MAINTENANCE OF TRAFFIC SIGNALS(per SECTION 0129 01 MEASUREMENT ANO BASIS FOR PAYMENT) C1 REMOVALAND REPLACE GROUND BOXES EA 2 C2 REMOVAL AND REPLACE CABLES LF 25 C3 REMOVAL OF SPAN CABLE ASSM LF 1000 C4 REMOVAL OF TIMBER POLES EA 2 C5 REMOVAL OF SIGNAL HEAD ASSM EA G C6 INSTALL OF SIGNAL HEAD ASSM EA 6 C7 REMOVAL OF SIGNAL RELATED SIGNS EA 4 CS INSTALL OF SIGNAL RELATED SIGNS EA 4 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2 CID INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2 C11 REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1 C12 INSTALL OF FND FOR GROUND MNT CABINETS EA 2 C13 INSTALL OF CONTROL CABINET(GRND MINT) EA 18 C14 INSTALL OF FLASHER CABINET EA 1 C15 INSTALL OF SIGNAL POLE ASSM EA 2 C16 REMOVAL OF SIGNAL POLE ASSM EA 2 C17 REMOVAL OF PEDESTRAIN RAMPS EA C18 REPLACE OF LUMINAIRE HEAD EA C19 INSTL PED POLE ASSM EA 2 C20 REMOVE PED POLE ASSM EA 2 C21 REPL 12"LED TRF SIG LAMP UNIT(RED) EA 4 C22 REPL 12"LED TRF SIG LAMP UNIT(AMBER) fA 4 Bid Farm Page 3 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,indefinite Quantity(IDtQ)REBID-EIS126 RE.'3-23-7015 Addendum No. 01 00 9101-3 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 4 of 6 00 30 01 BID FORM Item DESCRIMCIN UNIT ESTIMATES UNITPRICF EXTENDED QUANTITY AMOUNT C23 REPL 12"LED TRF SIG LAMP UNIT(GREEN) EA C24 REEL 12"LED TRF SIG LAMP UNIT(GRN ARW) EA -1 C25 REEL 12"LED TRF SIG LAMP UNIT(AMBERARW) EA a C26 INSTALL LED TRAF SIG LAMP UNIT EA 2 C27 REROUTE CABLES LF 20 C28 INSTALL TRAFFIC CONTROLLER CABINET(CITY SUPPLIED) EA 15 C29 REPLACE MMU/CVM UNIT EA 40 C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM EA 2 C31 REPLACE VIVDS CAMERA(INCLUDES CABLE) EA 2 C32 CLEAN&INSPECT VIVDS CAMERA EA 5 C33 CLEAN&INSPECT CCTV CAMERA EA 1 C34 INSTALL OR REPLACE CCTV CAMERA EA 1 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR EA In C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR EA C37 BATTERY BACK UP UNIT($HU)PM EA 28 C38 CONTROLLER CABINET PM EA 30 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UNIT EA C40 INSTALL OF SPAN CABLE ASSEMBLY LF 2000 CONTINGENCY FOR UNANTICIPATED C41 IMPROVEMENTS(MANDATORY) LS 1 $ 4,000.00 5 4,000.00 SUBTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(Cl THRU C41) Part 0-ILLUMINATION MAINTENANCE(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Dl REPLACE ABOVE-GROUND CONDUIT LF 10 D2 REPLACE UNDERGROUND CONDUIT LF 10 D3 REPLACE CONDUCTOR LF 20 D4 REPLACE TRAY CABLE LF 10 05 INSTALL ELECTRICAL SPLICE EA 10 D6 REPLACE ROADWAY ILLUMINATION ASSEMBLY(HPS) EA 2 D7 REPLACE UNDERPASS LUMINAIRE(HPS) EA 2 D8 REPLACE INDUCTION FLOURESCENT FIXTURE EA 1 D9 REPLACE LUMINAIRE EA 2 DID REPLACE HIGH MAST LUMINAIRES 1, D11 REPLACE LUMINAIRE POLE LA D12 REPLACE LUMINAIRE ARMS EA D13 MAINTAIN ROADWAY ILLUMINATION EA D14 MAINTAIN HIGH MAST ILLUMINATION EA 2 D15 MAINTAIN UNDERPASS FIXTURE EA 2 D16 MAINTAIN INDUCTION FLUORESCENT FIXTURE EA D17 PREVENTIVE MAINTENANCE(RDWAY ILL ASSY) EA 1 D18 PREVENTIVE MAINTENANCE(HIGH MAST ASSY) EA 1 D19 REPLACE ELECTRICAL SERVICE EA 1 D20 INSTALL FOUNDATION EA 1 021 REMOVE FOUNDATION EA 1 Bid Form Rage 4 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 R1%'W3-)015 Addendum No. 01 009101-4 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 5 of 5 00 30 01 BID FORM KM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT D22 REPLACE TRANSFORMER BASE EA 2 D23 REPLACE TRANSFORMER COVER EA 2 D24 REPLACE HAND HOLE COVER EA 2 025 INSTALL GROUND ROD EA 2 026 REPLACE BALLAST EA 2 D27 REPLACE BALLAST(HIGH MAST LIGHTING) EA 2 D28 REPLACE FUSED DISCONNECT EA 2 D29 REPLACE LAMPSOCKET FOR POLE MOUNTED FIXTURES EA 2 D30 IREPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2 D32 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2 D33 REPLACE LAMP(HIGH MAST LIGHTING) EA 2 D34 REPLACE LENS EA 1 D35 REPLACE FUSE EA -Y D36 REPLACE FUSE HOLDER EA - D37 REPLACE BREAKAWAY FUSE HOLDER EA A D38 REPLACE STARTING AID EA 2 D39 REPLACE PHOTOCELL AND BRACKET EA 1 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1 D41 REPLACE CONTROL TRANSFC)RMER FOR ELECT SERVICE EA 2 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1 D43 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2 D44 REPLACE HAND-OFF-AUTO SWITCH EA 2 D45 REPLACE CONTACTOR EA 2 D46 REPLACE METER BASE EA 1 D47 REPLACE TIME CLOCK EA 2 D48 REPLACE BREAKER PANEL EA 1 D49 REPLACE CIRCUIT BREAKER EA 2 DSO REPLACE FLEXIBLE POWER CABLE OR CORD LF 25 D51 REPLACE TWIST LOCK CONNECTOR EA 5 D52 REPLACE SAFETY CHAIN LF 25 D53 RAISE AND LOWER RING(HIGH MAST LIGHTING) EA 4 D54 REPALCE MISSING NUTS,WASHERS,OTHER HARDWARE EA 4 CONTINGENCY FOR UNANTICIPATED D55 1 IMPROVEMENTS (MANDATORY) 5 t,000.[):) > 4,1100.00 SUBTOTAL PART D-ILLUMINATION MAINTENANCE(Di THRU D55) Bid Form Page 5 of 6 Traffic Signal and Street Ughitng Improvements Indefinite Delivery,Indefinite Quantity(IDICL)REBID-EIS126 Kv x-21-ams Addendum No. 01 00 9101-5 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No.2 Page 6 of 6 00 30 01 BID FORM Item DESCRIPTION U T E5nMA10 UNITMICE EXMDE" QUANTrTY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A2) SUBTOTAL PART B-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS(Items B1 thru 385) SUBTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(Items Cl thru C41) SUBTOTAL PART D-ILLUMINATION MAINTENANCE(Items Dl thru D55) TOTAL BASE BID Contract Times Nates I bid hems include the required labor,materials and equipmen:fox the construction activities.The quantities are intended only m show the nature of the 1 mark and the typical attivitiea.Attual quarntites will be measured and authorized far payment. This is a Indefinite Delivery Indefinite QuamityfIDsQl Contract with 365 calendar day base year with twa(2)1 year optional extensions Each Derrvery order wil 2 include a specific performance period and cost basad on the contract bid prices and quantites approved by the engineer and city. 3 This contract atliows for an anuuat econornic adjustment to the unit prices based on approval City indexes in each year L aI base bid is far evacuation only.The actual avrard is$1,133,600.00 based on available city operations department funds. Bid Form Page 6 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 Uv 323-2c: Addendum No. 01 009101-6 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 3 Page 1 of 1 CITY OF CORPUS CHRISTI - CAPITAL PROGRAMS PRE-BID CONFERENCE SIGN-IN SHEET TRAFFIC SIGNAL&STREET LIGHTING 9MPR.-REBID Location: Capital Programs-City Hall 3rd Floor PROJ. #E15126 Date/Time: 29.Sept.2015-1.030 a.m. NAME TITLE COMPANY� PHONE E-MAIL 15V41Cria mr-,a � J �w.�'- .-.ta• t �l b }5 3 c! ''y? f�C{P x r.r / ,,� �r- `�j f l j ryirr•ry,/r,—th Cr k'i��,rY �C.+lir) ���"�/ 'yt f1�'- .✓'`Ti•1',3'>=•,/F'• ��1/fit Q '�`l �� 14 Qpf /� J l d J s �x-1 S r L5(d2 1 t1f A rVe,J t 2� IL /-if 6-16/0 o �_kcGs.ram { ..34Pr � � '1 � Z 6- b)) a e-a-etilifl5 rvup.Ga rJ � y 5 02-6 Com— -361 ?.N- 380'7 C h jt - T+k_3 Q cue s-co END OF ADDENDUM NO. 01 Addendum No. 01 00 9101-1 Corpus Christi Standards-Regular Projects REV 03-09-2015 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: SIEMENS fNT>i URYAW (typed or printed full legal nome of Sid By: ' Name: Steven M. Teal Jr. (individual's signature) • (typed or printed) Title: Director of Service i�iV�L FV V T�A (typed or printed) Attest: refer above (individual's signature) State of Residency: Federal Tax Id.No. �3-27�Z48$ Address for giving notices: 16560 A►I&CENf><$RBL- P AIOWSTON;TX Phone: 1(281)443r99s09 Email: 1&AiMUAL.STAYMAN@SYH E-NS COM (Attach evidence of authority to sign if the authorized individual is not the Bidder,but an Individual signing on behalf of another individual Bidder,or if the authorized individual is a representative of a corporation,partnership,or joint venture.) END OF SECTION 003000-6 Bid Acknowledgement Form RWOB-12.2015 Traffic Signal and Street Lighting Improvements indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder"refers to a person who is not a resident of Texas. "Resident bidder"refers to a person whose principal place of business is in this state,including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. O Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of �! Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the Information provided in the State of Texas Comptroller's annual publication of other states'laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: SikKR4$¢ L! ;,,T[{Y P1,4q,^A9LWENT.,T0FFI1P,i_.s;.a,i,•, (typed or printed) By; (signature-attach evidence of authority toWn Name: Steven M. Teak. Jr. l�th,S AA-,,ciA e.• (typed or printed) y� y Title: Director of Service 8,Loc� 1�� Business address: '8M'BBE CAVE ROAD;:B>l3fLDINta$;SUITEa101 Phone: Email: steven.teat@siemens.com END OF SECTION 00 30 02-1 Compliance to State law on Nonresident Bidders 11-25-2013 Traffic Signal and Street lighting Improvement Indefinite Delivery,Indefinite Quantity(IDIQJ REBID-E25126 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CICS For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B.1491,90th Lag.,Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Cade Date Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 Q Chock this box if you aro filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or Inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C &D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a).Local Government Code. Attach additional pages to this Form CIO as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? ElYes 0 No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable Income is not received from the local governmental entity? QYes a No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes ❑ No D.Describe each employment or business relationship with the local government officer named in this section. 4 .`il: '+i:..'.: .�;i ._., .a:. ?:i;._.. _ _..51' ._ ., . !.a..;�:. .. r c 1 , a..( . 3",1?S t•:.. .1' iii. 10/7/2015 Signature of person doing business Will a governmen al entity Date Adopted 06129/2007 FILING RE,QUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349{d}j CERTWICATION I certify that all information provided is true and correct as of the date of this statement,that t have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,'rexas as changes occur. Certifying Person: Steven M. Teal Jr. Title: Director of Service {Type orlkdu) Signature of Certifying Date: Person: -' V 10/07/2015 XS DEWIMTIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a firll or part- time basis,but not as an independent contractor. d. -Firm." Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service,including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official" The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Traffic Signal and Street Liahting Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID Prosect No.EIS126 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;or with any official or employee of the Owner as to quantity,quality,or price in the prospective contract,or any other terms of said prospective contract;or in any discussion between Bidders and any official of the owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: S(Ts11 lYS,F1q US,T]Ry!PVC-,y§ (typed or printed) By: „�.. (signature'--ottach evidence of authoritz sign) Name: Steven M. Teal Jr. G�(,1j !"c�I, (typed or printed) Title: Director of Service APf-a J V&<_ — Business address: 9225MEE'CSR.Y.E`R0AQ;*EF1LJ)dNG6B;SUIT7,t61 r1i.LIy9G'�IN;:'f.)C,-,�$:733 Phone: 512-837-8300 Email: Steven.teal®siemens.com END OF SECTION 0030 06-1 Non-Collusion Certification 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 Addendum Na. 1 Attachment No. 2 Page 1 of 6 00 30 Ol BID FORM 00 30 01 BID FORM Project Name: Traffic Signal and Street Lighting Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)-REBID Project Number. E15126 Owner: City of Corpus Christi Bidder: SIEMENS INDUSTRY INC ITS OAR: Designer: Maldonado-Burkett Intelligent Transportation Systems,LLP Basis of Bid Item OESCRIPttohl uNtr AN T(TY utt1TPRICE EXTErNOtHtNNTT Base Bid Part A-General(par SECTION Ol 2901 MEASUREMEN 1 AND BASIS FCR PAYMENT) MOBILIZATION/DEMOBILIZATION/BONDS/INSURANCE $38,100.00 $38,100.00 Al (NOTTO EXCEED 5%OF TOTAL BID AMOUNT) LS 1 A2 TRAFFIC CONTROL;SET-UP MAINTENANCE AND REMOVAL, EA 15 $1270.00 19,050.00 COMPLETE IN PLACES PER ARTERIAL STREET SUBTOTAL PARTA-GENERAL(Items Al thru A2) $57,150.00- Part B-TRAFFIC SIGNAL 8 ILLUMINATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Bl DRILL SHAFT(TRF SIG POLE)(241N) LF 6 $261.43 $1,568.58 82 DRILL SHAFT(TRF SIG POLE)(30 IN) LF 11 $274.13 $3,015.43 B3 DRILL SHAFT(TRF SIG POLE)(36 IN) LF 43 $286.83 $12,333.69 B4 DRILL SHAFT(TRF SIG POLE)(42 IN) LF 17 $299.53 $5,092.01 B5 DRILL SHAFT(TRF SIG POLE)(48 IN) LF 22 5312.23 $6,869.04 B6 RIPRAP(CONC)(CL C) CY 2 1 $767.64 $1,535.28 B7 IN RD IL AM(U/P)(TY 11(150W)S EA 2 S1,660.60 $3,321.20 BS IN RD IL AM(U/P)(TY IF)(1SOW) EA 2 S5,097.53 $10,195.06 B9 IN RD IL(TY$A)SOB-8(.4K%V)5 EA 2 S4,539.92 $9,079.84 B10 CONDT(PVC)(SCH 40) (1 1/2") LF 40 $14.28I $571.20 B11 CONDT(PVC) SCHD 40)(2") LF 20 S26.44 5528.80 B12 CONDT(PVC)(SCHD 40)(2")(BORE) LF 20 S46.93 $938.60 B13 CO NOT(PVC)(SCHD 40)(3") LF 65 S1,186.90 B14 CONDT(PVC)(SCHD 40)l3")(BORE) LF 120 $49.47 $5,936.40 BIS CONDI(PVC)(SCHD 40)(4") LF 40 $27.72 $1 108.80 B16 CONDT(PVC)(SCHD 40)(4")(BORE) LF 40 $2,080.40 B17 CONDT(RM)(3/4") LF 10 S60.70 $607.00 B18 CONDT(RM)(1") LF 10 $674.40 B19 CONDT(RM)(2") LF 10 S77.90 $779.00 B20 CONOT(RM)(11/2") LF 100 S53.13 ..$5.313.00 313.00 B21 EIEC CONDR(NO-10)BARE LF s0 S4.09 $204,50 B22 ELEC CONDR(NO-10)INSULATED LF 100 S5 17 S517,00 B23 ELEC CONDR(NO.B)BARE LF 100 B24 ELEC CONDR(NO.8)INSULATED LF 285 Bid Farm Page 1 of 6 Traffic Signal and Street Lighttng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 RfV323-2915 Addendum No. 01 009101-1 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 2 of 6 CO 30 01 BID FORTY! Item DESCRtP"ON UNIT ESTIMATED UNIT PRICE EXTENDED gvArmTY AMOUMT B25 ELEC CONDR 1N0.6)BARE LF loo $437.44 B26 ELEC CONDR(N0.61 INSULATED LF 200 S4,43 $886.00 B27 ELEC CONDR(NO.41 BARE LF 25 S4.67 116.75 B28 ELEC CONDR(NO.41 INSULATED LF 50 5 6 $238.00 329 TRAY CABLE(3 CONDR)(12 AWG) LF 25 $7.19 $179.75 830 GROUND BOXTYA(1223111 E.1 1 5944.2 $944.25 331 GROUND BOXTYA(122311)W/APRON EA 1 $976.00 $976.00 B32 GROUND BOXTY C(162911) EA 1 $988.70 833 GROUND BOX TY C(162911)W/APRON EA d $1,014.10 B34 TIMBER POLE(CL 21.10 FT EA 1 $1,724.10 B35 ELC SRV TY D 120/240 060(NSISS(E)TS(D) EA 1 $3,256.03 S3,256.o3 B36 ELC SRV TY T 120/240 000(NS)GS(NITS(D) EA 4 $2 055.88 $8,223.52 B17 REMOVE ELECTRICAL SERVICES EA 1 $962.10 $962.10 UNINTERRUPTIBLE POWER SUPPLY WITH 338 CABINET EA 1 56,437.00 $6,437.00 B39 (ILSN SIGN 6S)LED EA 2 $206.81 B40 (ILSN SIGN 85)LED EA 2 $2,520.84 55,041:68 B41 CONTROLLER FOUNDATION EA 1 $2,204.32 $2,204.32 B42 INSTALL HWY TRF SIG)FLASH BEACON) EA 2 $11,223.27 $22,446.54 B43 INSTALL HWY TRF SIG[ISOLATED) EA 1 $16 303.27 $16,343.27 B44 REMOVING TRAFFIC SIGNALS EA 1 $481.89 $481.89 B45 VEH SIG SEC(12")LED(GRNI EA 10 5217.92_ $2,179.20 B46 VEH SIG SEC(12")LED[GRN ARW) EA 5 $217.92 $1,089.60 B47 VEH SIG SEC(12")LED(YEL) EA 15 $217.92 $3,268.80 848 VEH SSG SEC(12")LED(YEL ARW) EA 5 $217.92 S1,089.60 B49 IVEH SIG SEC(12")LED(REDI CA 15 $217.92 $3,268.80 B50 VEH SIG SEC(12")LED(RED ARW) EA 5 $217.92 $1,089.60 B51 BACK PLATE(12 IN')(3 SEC) EA 2 $118.86 $237.72 B52 BACK PLATE(12 IN)(4 SEC) EA 2 $140.45 $280.90 B53 BACK PLATE(12 IN)(5 SEC) EA 2 $156.96 5313.92 B54 PED SIG SEC ILE D)(COUNTDOWN) EA 4 $398,26 51.593.04_ BSS TRF SIG CBL(TY A)(12 AWGI(2 CONDR) LF 100 514.02 $1,402.00 B56 TRF S€G CBL(TY A)(14 AWG)(4 CONDR) LF 1200 $4.50 $5,400.00 B57 TRF SIG CBL(TY A)(14 AWG)17 COMDR) LF 50 516.78 $839.00 858 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 100 $13.06 $1,306.00 859 INSTALL RDSD FLASH BEACON ASSEMBLY EA 1 52.267.82 $2,267.82 B60 RELOCATE RDSD FLASH BEACON ASSEMBLY EA 1 $1,954.28 $1,954.28 B61 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1 $494.59 $494.59 B62 INSTL RDSD FLSH BCN A55M(SOLAR PWRD) EA 1 $10,903.82 $I0,903.82 B63 RELOCT RDSD FLSH BCN ADA(SOLAR PWRD) EA 1 $1,94158 $1,941.58 B64 TRAFFIC SIG POLE ASSEM(RELOCATEI EA 1 $3,388.57 $3,388.57 B65 INS TRF SIG PL AM($)1 ARM132') EA 1 $5,771.23 $$,771.23 B66 JINS TRF SIG PL AM(S)1 ARM(32')LUM EA 1 $6,545.93 $6,545.93 667 JINS TRF SIG PLAM(S)1 ARM(36') EA 1 $6,241.13 $6,241.13 Bid Form Page 2 of 6 Traffic Signal and Street Ltghitng Improvements Indefinite Delivery,Indefinite Quantity(IDICI)REBID-E15126 u:).:I..'O:s Addendum No. 01 009101-2 Corpus Christi Standards-Regular Projects REV 03.09.2015 Addendum No. g Attachment No. 2 Page 3 of fr 00 30 01 BID FORM Item DESCRIPTION UNIT E5TIMATED UNrr PRICE EXTENDED QUANTIFY AMOUNT 868 INS TRF SIG PL AM(S)1 ARM(36-)LUM EA 1 $6.977.73 $6.977.73 B69 INS TRF SIG PL AM(S)I ARM(40') EA 1 $6,857.08 $6,857.08 870 INS TRF SIG PL AM(S)I ARM(40')LUM EA 1 $7.758.78 $7 758.78 671 INS TRF SIG PL AM(S)1 ARM(44') €A 1 $7,718.89 $7.718.89 872 INS TRF SIG PL AM(S)I ARM(44')LUM EA 1 $8,550.74 $8,550.74 B73 INS TRF SIG PL AM(51 1 ARM(50') EA 1 $16.545.39 $16,545.39 B74 INS TRF SIG PL AM(S)1 ARM(50')LUM EA 1 $18,583.74 $18,583.74 875 INS TRF SIG PL AM(S)1 ARM(55') EA l ..JI.6,8.37.49 837.49 16 837.49 B76 INS TRF SIG PL AM(S11 ARM(55'I LUM EA 1 $18,875.84 $18,875.84 877 INS TRF SIG PL AM(S)1 ARM(60') EA 1 $17.662.99 1i 662.99 878 MS TRF SIG PL AM(S)1 ARM(60')LUM EA 1 8,4 13&41 SIR.418.64 B79 PED POLE ASSEMBLY EA 4 '1103. 4 1. 0 B80 PEDESTRIAN PUSH BUTTON POLE EA 1 1%723.19 S77 BSI PED DETECT PUSH BUTTON(APS) EA 4 1%200.47 ;Rfl I as B82 RADAR PRESENCE DETECTOR EA 6 1,96,361.99 S38.171.94 883 RADAR PRESENCE DETECTOR COMM CABLE LF 100 1410,4-1 Sl 041.00 B94 ETHERNET CABLE CAT 5 LF 50 885 CONTINGENCY FOR UNANTICIPATED LS I IMPROVEMENTS(MANDATORY) S 4.000.00 $ 4,000,00 Part 8-TRAFFICSIGNAL$ILLUMINATION IMPROVEMENTS(hems 81 thru B85) Pari C•MAINTENANCE OF TRAFFIC SIGNALS(per SECTION of 29 o1 MEASUREMENT AND BASIS FDR PAYMENT) C1 REMOVAL AND REPLACE GROUND BOXES EA 2 $923.52 $1,847.04 c2 REMOVAL AND REPLACE CABLES LF 25 $11.06 $276.50 C3 REMOVAL OF SPAN CABLE AS5M LF loco $0.36 $360.00 C4 REMOVAL OF TIMBER POLES EA 2 $543.71 $1,087.42 C5 REMOVAL OF SIGNAL HEAD ASSM EA 6 $240.11 $1,440.66 C6 INSTALL OF SIGNAL HEAD ASSM EA G $385.56 $2,313.36 C7 REMOVAL OF SIGNAL RELATED SIGNS EA 4 $22.81 $91.24 C8 INSTALL OF SIGNAL RELATED SIGNS EA 4 $79.08 $316.32 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2 $24.01 $48.02 CIU INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2 $102.74 $205.48 Cil REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1 $720.32 $720.32 C12 INSTALL OF FND FOR GROUND MNT CABINETS EA 2 $2,873.35 $5,746.70 C13 INSTALL OF CONTROL CABINET(GRND IVINT) EA 18 $1.984.35 $35.718.30 C14 INSTALL OF FLASHER CABINET EA 1 $1,023.92 S1.023.92 C15 INSTALL OF SIGNAL POLE ASSM EA 2 $1,264.03 $2.528.06 C16 REMOVAL OF SIGNAL POLE ASSM EA 2 $720.32 $1.440.64 C17 REMOVAL OF PEDESTRAIN RAMPS EA 1 $720.32 $720.32 CIS REPLACE OF LUMINAIRE HEAD EA 2 $497.58 $995.16 _ C19 INSTL PED POLE ASSM EA 2 $783.82 \1.567.64 C20 REMOVE PED POLE A551A EA 2 $360.16 'fi 1 C21 REPL 12"LED TRF SIG LAMP UNIT(RED) EA 4 $64.36 tS C22 REPL 12"'LED TRF SIG LAMP UNIT(AMBER) EA 4 67.54 v Bid Form Page 3 of 6 Traffic Signal and Street Ughitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-ElS126 ur1-25-:03 *Siemens assumes that items in section C and D that reference only'install'are for installation only,no furnishing of materials per TADOT Addendum No. 01 009101-3 Corpus Christi Standards-Regular Projects REV 03.09.2015 Addendum No. 1 Attachment No. 2 Page 4 of 6 CO 30 01 BID FORM, ESTIMATED W ENOE D Item DESCRIPTION UNIT UNIT PRICE QUANTITY AMOUNT C23 REPL 12"LED TRF SIG LAMP UNIT(GREEN) EA 4 $66.50 - TM- C24 REPL 12"LED TRF SIG LAMP UNIT(GRN ARW) EA L $67.36 C25 REPL 12"LED TRF SIG LAMP UNIT(AMBERARWI EA a $66.72 C26 INSTALL LED TRAF SIG LAMP UNIT EA 2 $79.08 $158.I6 C27 REROUTE CABLES LF 20 590.04 $1,800-80 C28 INSTALL TRAFFIC CONTROLLER CABINET(CITY SUPPLIED) EA 15 $2,047.85 $30,717.75 C29 REPLACE MMU/CVM UNIT EA 40 $1,414.26 ,ti C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM EA 2 $5,722.92 $11,445.84 C31 REPLACE VIVOS CAMERA(INCLUDES CABLE) 2 $1,167.80 52,335.60 C32 CLEAN&INSPECT VIVDS CAMERA EA S $132.75 $663.75 C33 CLEAN&INSPECT CCTV CAMERA EA 1 $48.72 548.72 C34 INSTALL OR REPLACE CCN CAMERA EA 1 $3,387.32 $3,387.32 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR EA 10 $733.02 57,330.20 C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR EA 2 $543.71 S1,087.42 C37 13ATTERY BACK UP UNIT(8BU)PM EA 28 5102.74 $2,876.72 C38 CONTROLLER CABINET PM EA 30 $132.75 $3,982.50 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UNIT EA 5 $239.06 $1,195.30 C40 INSTALL OF SPAN CABLE ASSEMBLY LF 2000 51.06 $2,120.00 CONTINGENCY FOR UNANTICIPATED C41 1 IMPROVEMENTS(MANDATORY) 5 4,000.00 $ 4,000.00 SUBTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(C I THRUC-111 5190,217.82 Port D-ILLUMINATION MAINTENANCE(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAY MENTI Dl REPLACE ABOVE-GROUND CON DULT Lr io $136.13 51,361.30 D2 REPLACE UNDERGROUND CONDUIT 10 S71.84 5718.40 D3 REPLACE CONDUCTOR LF 20 570.98 $1,419.60 D4 REPLACE TRAY CABLE LF 10 $71.32 $713.20 D5 INSTALL ELECTRICAL SPLICE EA 10 $133.89 $1338.90 06 REPLACE ROADWAY ILLUMINATION ASSEMBLY(HPS) EA 2 $1,048.32 $2,096.64 D7 REPLACE UNDERPASS LUMINAIRE(HPS) EA 2 $1.048.32 $2.096.64 08 REPLACE INDUCTION FLOURESCENT FIXTURE EA 1 $106.54 $106.54 D9 REPLACE LUMINAIRE EA 2 $94.04 5188.08 DLO REPLACE HIGH MAST LUMINAIRES EA 2 $519.42 51.038.84 D11 REPLACE LUMINAIRE POLE EA 1 $992.07 5992.07 D12 REPLACE LUMINAIRE ARMS EA 1 $164.93 5164.93 D13 MAINTAIN ROADWAY ILLUMINATION C", 2 $612.03 S3 224.06 014 MAINTAIN HIGH MAST ILLUMINATION L', 2 51.869.13 53.738.26 015 MAINTAIN UNDERPASS FIXTURE [;, 2 $1J $2.325.40 016 MAINTAIN INDUCTION FLUORESCENT FIXTURE EA 1 S1,1152.70 $1,152.7( 017 PREVENTIVE MAINTENANCE(RDWAY ILL ASSY) E,, 1 $612.03 $612.03 D18 PREVENTIVE MAINTENANCE(HIGH MAST ASSY) [A 1 SI 869.13 $1 869.13 D19 REPLACE ELECTRICAL SERVICE F", 1 $2,540.90 $2,540.90 D20 INSTALL FOUNDATION F.A 1 $1,918.25 $1,818.25 D21 REMOVE FOUNDATION E 1 S401.26 S4011,26 Bid Form Page 4 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery.Indefinite Quantity(IDIQ)REBID-E15125 uv 5-2WC'.5 `Siemens assumes that items in section C and D that reference only'install'are for installation only,no furnishing of materials per TXDOT Addendum No. 01 00 91 01-4 Corpus Christi Standards-Regular Projects REV 0309-2015 Addendum No. 1 Attachment No. 2 Page 5 of 6 00 30 01 BID FORM LMMArLD EXTENDED 11Ym OESCRItm011 WOT QUANTITY UNrt PRICE AMOUNT D22 REPLACE TRAN5fORMER BASE EA 2 $0447f- 51,288.84 D23 REPLACE TRANSFORMER COVER EA 2 $254.10 024 REPLACE HAND HOLE COVER EA 2 5 $583.30 D25 INSTALL GROUND ROD FA 2 $239.20 D26 REPLACE BALLAST FA 2 1$241.18 $482.36 D27 REPLACE BALLAST(HIGH MAST LIGHTING) EA 2 4 -•1 $806.20 D28 REPLACE FUSED DISCONNECT EA 2 S" 5942.36 029 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2 $I 6,01 $372.02 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2 $156.47 5312.94 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2 S157-8T- $315.78 D32 _ REPLACE LAMP FOR UNDERPASS FIXTURES EA2 $157.89 5315.78 D33 REPLACE LAMP(HIGH MAST LIGHTING) EA 2 $246.51 $493.02 D34 REPLACE LENS EA 4 $232.89 $931.56 D35 REPLACE FUSE EA 4 5170.23 $680.92 036 REPLACE FUSE HOLDER EA 4 $193.35 $773.40 D37 REPLACE BREAKAWAY FUSE HOLDER EA 4 5247.10 5988.40 1338. REPLACE STARTING AID EA 2 $184.60 $369.20 039 REPLACE PHOTOCELL AND BRACKET FA ? S246.18 5246.18 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1 $1,016.92 $1,016.92 D41 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2 $1,016.92 $2,033.84 042 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1 $831.92 5831.92 D43 REPLACE CONTROL CIRCU[T FOR ELECTRICAL SERVICE EA 2 $831.92 S1.663.94 D44 REPLACE HAND-OFF-AUTO SWITCH EA 2 $404.14 S808.28 D45 REPLACE CONTACTOR Et, 2 $602.43 $1,204.86 D46 REPLACE METER BASE EA 1 $268.48 D47 REPLACE TIME CLOCK EA 2 $375.46 s7qo,92 D4B REPLACE BREAKER PANEL EA 1 S1,119.14 D49 REPLACE CIRCUIT BREAKER EA 2 $844.72 !�l 6R944 D50 REPLACE FLEXIBLE POWER CABLE OR CORD LF 25 $73.46 S 1.83 DS1 REPLACE TWIST LOCK CONNECTOR EA 5 $124.98 19624.90 D52 REPLACE SAFETY CHAIN LF 25 $201.31 S5.032.71.9 DS3 RAISE AND LOWER RING(HIGH MAST LIGHTING) EA 4 S556.92 0077769 D54 REPALCE MISSING NUTS,WASHERS,OTHER HARDWARE EA 4 376.85 CONTINGENCY FOR UNANTICIPATED LS 055 IMPROVEMENTS (MANDATORY) i $ 4,000,00 $ 4,000.00_ SUBTOTAL PART D-ILLUMINATION MAINTENANCE(01THRU USS)' $64,929.56 *Siemens assumes that items in section C and D that reference only'install'are for installation only,no furnishing of materials other than mise.per TXD� specifications ref@itfoull in hid documents. Page 5 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity{IDIQ)REBID-ElS126 RE73-33,:m5 Addendum No. 01 009101-5 Corpus Christi Standards-Regular Projects REV 034)9-2015 Addendum No. 1 Attachment No. 2 Page 6 of 6 CD 300?BID FORM Item DEiCAlPTION UNIT ESTIMATED UNIT PRI Cf MENDED t7uANnry AM3uNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A21 I 1 $57,150.00 SUBTOTAL PART B-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS{items B1 thru HSI 9408,588.62 SUBTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(Items C1 thru C41) 9190,217.82 SUBTOTAL PART D-ILLUMINATION MAINTENANCE(Items Dl thru DSS) $64,929.56 TOTAL BASE BID S720,886.00 Contract Times Notes All bid aelns induda the required lanw.materials and etauOrren_±orthe consu;xnan aarrmes.The quanatwt am inWd#d ori."y to slo.the nature of the 1 alit and tM ryprcal actidrea Act WI quantities.;g be areas red and aura mind for paytnen& Thd is a Indermitt D*"viy lndefinte Ouanmy(1DR"li`Contrail with 165 salandar dal basa tear with rwo(111 year optional e.trnsior'i Each Eaefirere Order w 2 include a smi&peAmmance period and tort based on the cormact bid prices and guanines apProrrd by the engtnter wA dry 3 thn contract allows lot an anwal irco +c sdluturrnt to the will Pmm based on awp l CeY mdr.es in each rear. A total base aid is tar evalWtiart aniy.The actual award is 51,133.600.00 based on aaaiable ckv operation)dePartttlerst tends. Sid Form Page 6 of 6 TrWit Signal and street Lighitng improvements Indefinite Delivery.Indefinite Quantity(IDIQ)REBID-E 15126 u+a•zrmta Addendum No. 01 009101-6 Corpus Christi Standards-Regular Projects REV 03-09-2015 00 91 01 ADDENDUM NUMBER 01 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS Project: IDIQ-REBID Project Number: E15126 Owner: City of Corpus Christi City Engineer: Jeff Edmonds, P.E. -/ Designer: RAMON H. MALDONADO,JR., P.E. Addendum No. 01 specification Section: 00 91 01 Issue Date: 10/02/15 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Ramon H. Maldonado,Jr.,P.E. 7°�. 10/01/15 Name Date ��S. ..©....rF,k4��{+ Addendum Items: .:. ........... .............'.. 00 0100 TABLE OF CONTENTS (ATTACHEMENT NO. 1) e............................,....� 00 30 01 BID FORM EXHIBIT(ATTACHMENT NO. 2) ��!%. PRE-BID SIGN-IN SHEET ATTACHMENT NO. 3 I1`"` ''=' ~.`.�''�c'= i M.cuox.00 uxKtat Article 1-BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Farm may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 1116 INVITATION TO BID-ARTICLE 7: 1. The date for receipt of Bids remains unchanged. The location for the receipt of Bids remains unchanged. Addendum No. 01 009101-3 Corpus Christi Standards-Regular Projects REV 03-09.2015 ARTICLE 2-BIDDING REQUIREMENTS 2.01 MODIFICATION TO THE BIDDING REQUIREMENTS A.SECTION 00 0100 TABLE OF CONTENTS: DELETE: TABLE OF CONTENTS in its entirety. ADD: TABLE OF CONTENTS in its entirety(Attachment 1). B.SECTION 00 30 01 BID FORM DELETE: BID FORM in its entirety. ADD: BID FORM in its entirety(Attachment 2). Article 3-CLARIFICATIONS 3.01 QUESTIONS A.Will the city be supplying certain materials? 1. Answer:The City will supply some equipment under maintenance of Traffic Signals and Illumination ONLY.Check Specifications for those items. B.For High Mast maintenance are ballast being furnished? 1.Answer:No,ballast to be furnished by Contractor. ARTICLE 4-ADDITION OF PRE-BID CONFERENCE SIGN-IN SHEET 4.01 ACKNOWLEDGE OF PRE-BID SIGN-IN SHEET A.ACKNOWLEDGE of the following sheet 1.PRE-BID SIGN-IN SHEET(Attachment 3). Addendum No. 01 00 9101-4 Corpus Christi Standards-Regular Projects REV 03.09.2015 Addendum No.1 Attachment No.i Page i of 3 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 002113 Invitation to Bid and Instructions to Bidders (Revowunis) 003000 Bid Acknowledgment Form(Rev aWi2Mis) 00 30 01 Bid Form(Rev o3/23/2a1s) 00 30 02 Compliance to State Law on Nonresident Bidders 003004 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 004516 Statement of Experience 00 52 23 Agreement(Revo3/23/2ois) 006113 Performance Bond(Rev 7/3/2M4) 006116 Payment Bond)Rev 7/3/2014) 007200 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements(Rev7/3/2oi4) 00 72 02 Wage Rate Requirements(Reva6/n/2o1s) 00 72 03 Minority/MBE/DBE Participation Policy 00 73 00 Supplementary Conditions G--di ingftenpp Division 01 General Requirements 011100 Summary of Work 012310 Alternates and Allowances 012900 Application for Payment Procedures(Rev w/ii/2ozs) 012901 Measurement and Basis for Payment 013100 Project Management and Coordination 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/mm) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 0133 05 Video and Photographic Documentation Addendum No.1 Attachment No.1 Page 2 of 3 Dion J Title Section 013500 Special Procedures 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications General Specifications for Traffic Signal Maintenance,Repair and Installation General Notes 025803 Traffic Signal Adjustments 341416.33 Traffic Signal Controller Unit 344116.23 Traffic Signal Cabinet and Assemblies 600 Lighting,Signing,Markings and Signals 618 Conduit 620 Electrical Conductors 622 Duct Cable 624 Ground Boxes 628 Electrical Services 633 Uninterruptible Power Supply for Traffic Signals 635 Internally Illuminated Street Name Sign 655 Controller Foundation 680 Installation for Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head 683 LED Vehicle and Pedestrian Signal Countdown Module 687 Pedestrian Pole Assemblies Part T Technical Specifications 416 Drilled Shaft Foundations 432 Riprap 476 Jacking,Boring,or Tunneling Pipe or Box 502 Barricades,Signs,and Traffic Handling 610 Roadway Illumination Assemblies 613 High Mast Illumination Poles 614 High Mast Illumination Assemblies 621 Tray Cable Addendum No._DJL 00 9101-2 Corpus Christi Standards-Regular Projects REV 0309-2015 Addendum No.1 Attachment No.1 Page 3 of 3 Division J Title Section 627 Treated Timber Poles 684 Traffic Signal Cables ' 685 Roadside Flashing Beacon Assemblies 686 Traffic Signal Pile Assemblies(Steel) 688 Pedestrian Detectors and Vehicle Loop Detectors 690 Maintenance of Traffic Signals 6000 Illumination Maintenance ASTRO-Brac Assy,Tallon Series i-Way Cable Mount City Traffic Signal Cable Color Code Exhibit A-Camera Connector Pinout PELCO Astro-Brac Camera Mounting Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Internally Illuminated Street-Name Sign Quazite PG11188AIS Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance COHU_Hellos_39605D or approved equivalent COHU-Camera Mounting Brackets or approved equivalent COHU-Camera-Control-Cable or approved equivalent Cobalt by Econolite Appendix Title Addendum No. 01 00 9101-3 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No.2 Page 1 of 6 00 30 01 BID FORM 00 30 01 BID FORM Project Name: Traffic Signal and Street Lighting Improvements Indefinite Delivery,indefinite Quantity(IDIQ)-REBID Project Number: EIS126 Owner: City of Corpus Christi Bidder: OAR: Designer: Maldonado-Burkett Intelligent Transportation Systems,LLP Basis of Bid Item DESCRIPTION UNIT q IMAUM Y UNiTPRICE AMOUNT Base Bid Part A-General(per SECTION 01 29 01 MEASUREWENT AND BASIS FOR PAWENTI MO BILIZATION/DE M OBI LIZATION/80 NDS/IN SURANCE Al (NOTTO EXCEED 5%OF TOTAL BID AMOUNT) LS 1 A2 TRAFFIC CONTROL;SET-UP MAINTENANCE AND REMOVAL, EA 15 COMPLETE IN PLACES PER ARTERIAL STREET SUBTOTAL PART A-GENERAL(items Al thru A2) ` Part B•TRAFFIC SIGNAL b ILLUMINATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Bl DRILLSHAFT(TRF SIG POLE)124 IN) LF 6 B2 DRILL SHAFT(TRF SIG POLE)(30 IN) LF 11 B3 DRILL SHAFT(TRF SIG POLE)(36 IN) LF 43 B4 DRILL SHAFT(TRF SIG POLE)(42 IN) LF 17 65 DRILL SHAFT(TRF SIG POLE)(48 IN) LF 22 B6 RIPRAP(CONC)(CLC) CY 2 B7 IN RAIL AM(U/P)(Ty 1)(150W)S EA 2 138 IN RD IL AM(U/P)(TY IF)(15OW) EA 2 B9 IN RD IL(TY SA)SOB-8(AKW)S EA 2 910 CONDI(PVC)(5CH 40) (1 1/2") LF 40 Bll CONDT fPVC)(SCHD 40)(2") LF 20 B12 CONDT(PVC)(SCHD 40)(2")(BORE) LF 20 B13 CONDT(PVC)(SCHD 40)(3") LF 65 B14 CONOT(PVC}(SCHD 40)(3")(BORE) LF 120 B15 CONDT(PVC)(SCHD 40)(4") LF 40 B16 CONDT(PVC)(SCHD 40)t4")(BORE) LF 40 B17 CONDT(RM)(3/4") LF 10 B18 CONDT(RM)(1") LF 14 B19 CONDT(RM)(2") LF 10 620 CONDT(RM)(1 1/2") LF 100 821 ELEC COMDR(NO.10)BARE LF s0 B22 I ELEC CONDR(NO-10)INSULATED LF 100 B23 JELEC CONDR(NO.8)BARE LF 100 B24 JELEC CONDR(NO.8)INSULATED LF 1 285 Bid Farm Page 1 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDICI)REBID-E15126 RcvI-2.1-20:s Addendum No. 01 00 9101-1 Carpus Christi Standards-Regular Projects REV 03-09.2015 Addendum No. 1 Attachment No.2 Page 2 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESIMAt'S0 UNIT PRICE EXTENDED QUAHTRY i.1.14 U N T 825 ELEC CONDR(NO.5)BARE LF 100 B26 ELEC CONDR(NO.6)INSULATED LF 200 B27 ELEC CON DR(NO.41 BARE LF 25 B28 ELEC CONDR(NO.4)INSULATED LF S0 B29 TRAY CABLE(3 COMDR)(12 AWG) LF 25 630 _GROUND BOX TYA(122311) FA 1 B31 GROUND BOX TY A(122311)W/APRON EA I B32 GROUND BOX TY C(1&2911) EA 1 B33 GROUND BOX TYC(162911)W/APRON EA 4 Baa TIMBER POLE(CL 2140 FT EA i 635 ELC SRV TY D 120/240 060(NS)SS(E)TS(G) EA 1 636 ELC SRV TY T 120/240 000(NS)GS(N)TS(0) EA 4 837 REMOVE ELECTRICAL SERVICES EA 1 838 UNINTERRUPTIBLE POWER SUPPLY WITH EA I CABINET B39 (ILSN SIGN 6S)LED EA 2 B40 (ILSN SIGN 85)LED EA 2 B41 CONTROLLER FOUNDATION EA 1 942 INSTALL HWY TRF SIG(FLASH BEACON) EA 2 B43 INSTALL HWY TRF SIG(ISOLATED) EA 1 B44 REMOVING TRAFFIC SIGNALS EA I B45 VEH SIG SEC(12")LED(GRNI EA 10 846 VEH SIG SEC(12")LED{GRN ARW) EA 5 847 VEH SIG SEC(12")LED(YEL) EA 15 B48 VEH SIG SEC(12")LED(YELARW) EA 5 649 VEH SIG SEC(12-)LED(RED) EA 15 850 VEH SIG SEC 112')LED(RED ARW) EA S B51 BACK PLATE(12 IN)(3 SEC) EA 2 852 BACK PLATE(12 IN)(4 SEC) EA 2 B53 BACK PLATE(12 IN)(S SEC) EA 2 854 PED SIG SEC LED)(COUNTDOWN) EA 4 B55 TRF SIG CBL(TY A)(12 AWG)(2 CONDR) LF 100 B56 TRF SIG CBL(TY A)(14 AWG)(4 COMDR) LF 1200 B57 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 50 658 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 100 659 INSTALL RDSD FLASH BEACON ASSEMBLY EA 1 860 RELOCATE RDSD FLASH BEACON ASSEMBLY EA 1. 861 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1 B52 INSTIL RDSD FLSH BCN ASSM(SOLAR PWRD) EA I B63 RELOCT RDSD FLSH BCN AM(SOLAR PWRD) EA 1 864 TRAFFIC SIG POLE ASSEM(RELOCATE) EA 1 865 INS TRF SIG PL AM(S)2 ARM(32') EA 1 B66 INS TRF SIG PL AM(S)1 ARM(32-)LUM EA I 867 1 INS TRF SIG PL AM(S)1 ARM(36') EA I Bid Form Page 2 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-EIS126 uv}a wu Addendum No. 03 009101-2 Corpus Christi Standards-Regular Projects REV 03.09.2015 Addendum No. 1 Attachment No.2 Page 3 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDUN'rr PRICE EXTENDED czwom;Y ANIOUNT 668 INS FRF SIG PL AM(5)I ARM(36'I LUNI EA 669 INS TRF SIG PL AMTS)I ARM(40') EA 1 870 INS TRF SIG PL AM(S1 ARM(40')LUM EA 1 B71 INS TRF SIG PL AM(S)I ARM(44') EA I B72 INS TRF SIG PL AM(S)1 ARM(44')LUM EA 1 B73 INS TRF SIG PL AM(5)I ARM(50') EA 1 B74 INS TRF SIG PL AM(S)I ARM(50')LUM EA 1 97S INS TRF SIG PL AM(S)1 ARM(55') EA 1 B76 INS TRF SIG PL AM(S)1 ARM(55-)LUM EA 1 B77 INS TRF SIG PL AM(S)1 ARM(601 EA 1 B78 INS TRF SIG PL AM(S)1 ARM(60')LUM EA 1 679 PED POLE ASSEMBLY EA 880 PEDESTRIAN PUSH BUTTON POLE EA BSl PED DETECT PUSH BUTTON(APS} EA a B82 RADAR PRESENCE DETECTOR EA G B83 RADAR PRESENCE DETECTOR COMM CABLE LF 100 B84 ETHERNET CABLE CAT 5 LF 50 CONTINGENCY FOR UNANTICIPATED B85 IMPROVEMENTS(MANDATORY) LS S 4,000.00 $ 4,000.C3 Part R-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENT'S(Items BI thru 1185) PartC-MAINTENANCE OF TRAFFIC SIGNALS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) CL REMOVAL AND REPLACE GROUND BOXES EA 2 C2 REMOVAL AND REPLACE CABLES LF 25 C3 REMOVAL OF SPAN CABLE ASSM LF 1000 C4 REMOVAL OF TIMBER POLES EA 2 C5 REMOVAL OF SIGNAL HEAD ASSM EA 6 CIS INSTALL OF SIGNAL HEAD ASSM EA 6 C7 REMOVAL OF SIGNAL RELATED SIGNS EA 4 CS INSTALL OF SIGNAL RELATED SIGNS EA 4 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2 CIO INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2 C11 REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1 C12 INSTALL OF FND FOR GROUND MNT CABINETS EA 2 C13 INSTALL OF CONTROL CABINET(GRND N1NT) EA 18 C14 INSTALL OF FLASHER CABINET EA 1 C15 INSTALL OF SIGNAL POLE ASSM EA 2 C16 REMOVAL OF SIGNAL POLE ASSIA EA 2 C17 REMOVAL OF PEDESTRAIN RAPAPS EA 1 CIS REPLACE OF LUMINAIRE HEAD EA 2 c19 INSTL PED POLE ASSM EA 2 C20 REMOVE PED POLE A55M FA 2 C21 REPL 12"LED TRF SIG LAMP UNIT(RED) EA 4 C22 REPL 12"LED TRF SIG LAMP UNIT(AMBER) EA 4 Bid Form Page 3 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-EIS126 uvs,i-.M:s Addendum No. 01 00 9101-3 Corpus Christi Standards-Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 4 of 6 00 3D 01 BID FORt,1 Item DESCRIPnow UNIT ESTIMATED UAR FRICE EXTENDED QUANTITY A.MDOU NT C23 REPL 12"LED TRF SIG LAMP UNIT(GREEN) E A C24 KEPI,12"LED TRF SIG LAMP UNIT(GRN ARW) E A .1 C25 REPL 12"LED TRF SIG LAMP UNIT(AMBER ARW) EA 1 C26 INSTALL LED TRAF SIG LAMP UNIT EA 2 C27 REROUTE CABLES LF 20 C28 INSTALL TRAFFIC CONTROLLER CABINET(CITY SUPPLIED( EA is C29 REPLACE MMU/CVM UNIT EA 40 C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM EA 2 C31 REPLACE VIVDS CAMERA(INCLUDES CABLE) EA 2 C32 CLEAN&INSPECT VIVDS CAMERA EA 5 C33 CLEAN&INSPECT CCTV CAMERA EA 1 C34 INSTALL OR REPLACE CCTV CAMERA EA 1 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR FA 10 C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR EA 2 C37 BATTERY BACK UP UNIT(BBU)PM EA 28 C38 CONTROLLER CABINET PM EA 30 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UNIT EA 5 C40 INSTALL OF SPAN CABLE ASSEMBLY LF 2000 CONTINGENCY FOR UNANTICIPATED LS 1 C41 IMPROVEMENTS(MANDATORY) S 4,000.D0 S 4,000.00 55BTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(Cl THRU C411 Part O-ILLUMINATION MWEMANCE(per SECTION 0129 01 MEASUREMENTAND BASIS FOR PAYMENT) Dl REPLACE ABOVE-GROUND CONDUIT LF 10 D2 REPLACE UNDERGROUND CONDUIT LF 10 03 REPLACE CONDUCTOR LF 20 04 REPLACE TRAY CABLE LF 10 D5 INSTALL ELECTRICAL SPLICE EA 10 D6 REPLACE ROADWAY ILLUMINATION ASSEMBLY(HP5) EA 2 07 REPLACE UNDERPASS LUMINAIRE(HPS) EA 2 D8 REPLACE INDUCTION FLOURESCENT FIXTURE EA I D9 REPLACE LUMINAIRE EA 2 Dl0 REPLACE HIGH MAST LUMINAIRES EA 2 Dil REPLACE LUMINAIRE POLE EA 1 D12 REPLACE LUMINAIRE ARMS EA 1 D13 MAINTAIN ROADWAY ILLUMINATION EA 2 D14 MAINTAIN HIGH MAST ILLUMINATION EA 2 015 MAINTAIN UNDERPASS FIXTURE EA 2 016 MAINTAIN INDUCTION FLUORESCENT FIXTURE EA I D17 PREVENTIVE MAINTENANCE(RDWAY ILL ASSY) EA 1 D18 PREVENTIVE MAINTENANCE(HIGH MAST ASSY) EA 1 D19 REPLACE ELECTRICAL SERVICE EA 1 D20 INSTALL FOUNDATION EA D21 REMOVE FOUNDATION EA 1 Bid Farm Page 4 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 Af 3.23.2015 Addendum No. 01 009101-4 Corpus Christ(Standards-Regular Projects REV 73-09-2015 Addendum No. 1 Attachment No. 2 Page 5 of 6 00 30 01 BID FORT.. MOU Item DESCRIPTION UNIT ESTIMATED UNrr PRICE AMOUNT T QUANTITY AMOUNT D22 REPLACE TRANSFORMER BASE EA 2 D23 REPLACE TRANSFORMER COVER EA 2 D24 REPLACE HAND HOLE COVER EA 2 D25 PINSTALL GROUND ROD EA 2 026 REPLACE BALLAST EA 2 D27 REPLACE BALLAST(HIGH MAST LIGHTING) EA 2 D28 REPLACE FUSED DiSCONNECT EA 2 029 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2 032 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2 033 REPLACE LAMP(HIGH MAST LIGHTING) EA 2 034 REPLACE LENS EA 4 D35 REPLACE FUSE EA 4 036 REPLACE FUSE HOLDER EA 4 D37 REPLACE BREAKAWAY FUSE HOLDER EA 4 D38 REPLACE STARTING AID EA 2 D39 REPLACE PHOTOCELL AND BRACKET EA 1 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1 041 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1 D43 REPLACE CONTROL CIRCUrT FOR ELECTRICAL SERVICE EA 2 D44 REPLACE HAND-OFF-AUTO SWITCH EA 2 D45 REPLACE CONTACTOR EA 2 D46 REPLACE METER BASE EA 1 D47 REPLACE TIME CLOCK EA 2 D43 REPLACE BREAKER PANEL EA 1 049 REPLACE CIRCUIT BREAKER EA 2 D50 REPLACE FLEXIBLE POWER CABLE OR CORD LF 25 D51 REPLACE TWI5T LOCK CONNECTOR EA 5 DS2 REPLACE SAFETY CHAIN LF 25 053 RAISE AND LOWER RING(HIGH MAST LIGHTING) EA-1 4 D54 1REPALCE MISSING NUTS,WASHERS,OTHER HARDWARE EA 1 4 055 CONTINGENCY FOR UNANTICIPATED LS IMPROVEMENTS (MANDATORY) 1 $ 4.000.00 S 4,000.00 SUBTOTAL PART D-ILLUMINATION MAINTENANCE(Dl THRU D551 Bid Form Page 5 Or 6 Traffic Signal and Street Lighitng Improvements indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 Addendum No. 01 009101-5 Corpus Christi Standards-Regular Projects REV 03.09.2015 Addendum No. 3 Attachment No. 2 Page 6 of 6 00 30 01 BID FORM Item DESCRIPTION um, ESTthtATED UNIT PRICE E%TENDED QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A2) SUBTOTAL PART B-TRAFFIC SIGNAL&ILLUMINATION IMPROVEMENTS{Items Bl thru BBS) SUBTOTAL PART C-MAINTENANCE OF TRAFFIC SIGNALS(Items C1 thru C41) SUBTOTAL PART D-ILLUMINATION MAINTENANCE(Items D1 thru D55) TOTAL BASE BID Contract Times Notes All bid hemsindude 1hete4uirad LAW,materiaB and ew meni wthe wnttrucum ac h**s.Thequantities inintendadartytostwwtheeutureof dw 1 wort and the typical acthrines.:.ttual quantitn writ fx meaaaad and aviFfirited tar payment ih.a is a tMetwta tlelr.:ry tr+dertnte Eauneit{11Cta<]J Cwtnn rith 365 c21endsr day Eau year wth s+ 121 t year opNprtat a+tens1wst Each DeFNvv OMtr wi 2 w�d,,de a Wwsc Wmnance p"wsd aad coo based on the cw&ar,hid prim and quaneies spprrwW by rite engmw and drS 3 tt raatratl aqW stcy anazuwl emn x aoyvstmeat tattcurn ptw—bated w approval Cny aAeses m each year. Total baso tad a for evalwttan aNy.the anuai arartl fs St.t33.660.tlO tutrd on a.a6bk cEy operatwns trepartrnertt turns. Bid Farm Page 6 of 6 Trak Signal and Street Lighitng Improvements indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 MV J-2.3-2-015 Addendum No. 01 009101-6 Corpus Christi Standards-Regular Projects REV 0309-2015 Addendum No. 1 Attachment No. 3 Page 1 of 1 CITY OF CORPUS CHRISTI-CAPITAL PROGRAMS PRE-BID CONFERENCE SIGN-IN SHEET TRAFFIC SIGNAL&STREET LIGHTING IMPR.-REBID Loeatlom Capital Programs-City Hall 3rd Floor I PROJ. tIE1S226 Date/Time; 29.5apl-2015.1030 a.m. NAMETITLE COMPANY PHONE E-MAIL �rT ," �/�� Atqq [rr15c1.�a.J;.+r.+r7_3. {, s� �. : a /-g:6-16/0 p.. kxr .ew- u. 1{`n r. Y 4 C `. i� j O r ,C, _ --weyl st.I-r_:5 f ezvJ,21CHfU A4 AW S ,k co LC_ vel 41.6 3W7 sh r+s k3 Q c-f'ezAl c. i I i pace I of t END OF ADDENDUM NO. 01 Addendum No. 01 009101-1 Corpus Christi Standards-Regular Projects REV 03.09-2015 DELEGATION OF APPROVAL AUTHORITY FROM PRESIDENT KEVIN RIDDETT AND VICE PRESIDENT FINANCE &BUSINESS ADMINISTRATION MATTHIAS SCHLELEIN Mobility Management Rolling Stock Rail Electrification Customer Service SIEMENS INDUSTRY, INC.—MOBILITY DIVISION A. The undersigned Kevin Riddett,President and Matthias Schlelein,Vice President,Finance and Business Administration of the Mobility Division of Siemens Industry, Inc. (the"Corporation"), a corporation duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as President and Vice President Finance&Business Administration to sign or countersign and otherwise execute in the name,or on behalf of the Corporation, any bids, projects, contracts,agreements and any certificates,affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s)may exercise such authority for and on our behalf up to$10 million. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position Name/Position John Paljug Marsha Smith VP-MM Senior Director FBA-MM Michael Cahill Christopher Halleus VP-RS FBA-RS Robin Stimson Michael Tyler Vice President, RS MK&S Senior Director CS Chris Maynard Madeline Rodriguez Senior Director CS Director RS LOC Steffen Goeller Christopher Giesch VP-TPE FBA-TPE Dave Ward James Thornton Vice President RS LOC Head of Procurement, MO B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name or on behalf of the Corporation the same documents as referenced in paragraph A, up to and including a transactional limit of$5 million.Any such delegation extends to but is limited to the same scope,documents and subject matter as referenced and granted in Paragraph A, limited to the monetary amount stated in this Paragraph. AUTHORIZED SIGNATORIES Sales Operations Finance/Central Support Function Name/Position Name/Position Douglas Dreisbach Mary Rachel Pearce Director of Projects, MM Director of Finance&Administration-MM Bradley Hall Scott Carper VP, Sales Manager, FBA—MM Jack Wilson Valerie Conway MM Sales Senior Director SCM RS 1 Dirk Punstein Rajarshi Ghosh CS ITS ITS Thomas Wiechert Jessica Shaiegan CS ITS BA MM Steve Gitkin, Sales Director ITS C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name,or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of$3 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in Paragraph A, limited to the monetary amount stated in this Paragraph AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position Name/Position David Gutierrez Nikki Bassi Director, RS UT Director, RS HS Tony Ritter Cathie Steele Director, CS Segment Controller CS UT Reiner Martin Kim Swain Director, CS Segment Controller RS Metros&Coaches Omid Akbarzadeh-Paydar Fleur Gessner Business Manager Bogies, RS LOC BG Segment Controller RS BG Mark Bennett Carrie Hernandez Vice President RS Operations SCC SPR RS Raymond Ginnell Michelle Picard General Project Manager, RS Director RS Jaimie Doherty D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name,or on behalf of the Corporation,the same documents as referenced in paragraph A, up to and including a transactional limit of$1 million.Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in Paragraph A. limited to the monetary amount stated in this Paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function Name/Position Name/Position Stephan Klein, Tommy Charurat Director, MM Director, Performance Controlling Paul Eliea, Sandra Kluthausen, Director, MM Commercial Manager David Costello, Gisela Kaufmann Director MM Controller Dave Jeanette Rudolf Wagner Manager, MM Performance Controlling Jim Lyons Constanze Kutschki Sr. Manager, MM Manager, Order Management RS Jeff Balogh Kathrin Schicketanz Sr. Director, MM Commercial Project Manager, RS LOC George Long Ronald Staggs Director, Engineering RS Commercial Project Manager, RS UT Greg Tindall Mary Matos Director, Quality RS I Commercial Project Manager, RS UT, CS Robert Martner I Vesa Venttinen 2 Senior Project Manager, RS LOC Commercial Project Manager, RS UT Jeffrey Curran Cheerag Jani Project Manager, RS UT Commercial Project Manager, RS UT Duane Kopp Alexander Jankowski Project Manager, RS UT Commercial Project Manager, RS UT Ron VanHuuksloot Christine Jaw Project Manager, RS UT Commercial Project Manager, CS Thomas Stehlik Steffen Hertel Project Manager, RS UT Commercial Project Manager, RS LOC Morel Aninoiu Larry Chen Project Manager, RS UT I Commercial Project Manager, CS Carsten Nebe Kavita Patel Project Manager, RS UT Commercial Project Manager, RS LOC Mark Anderson Paul Berquam, Project Manager, CS Director Business Continuity RS Aaldrik Metting Angela Hampton, Project Manager, CS Manager, O erations Controlling RS Jochen Woem Patrick Blackbume Project Manager, CS Commercial Project Manager, RS Brad Bonn Craig Debevoise Project Manager, CS Projects Commercial Chander Khanna, Tara Inboriboon Sr. Director, Manufacturing Processes RS FBA Paul Aichholzer Claus Maucher Project Manager, RS LOC FBA Digant Dave, Christoph Hilgers Project Manager, RS CS Director Operations Controlling RS Ibrahim Kalender Manuel Schimhofer Project Manager, RS BG Commercial Project Manager, RS LOC Barry Sidler Trine Boedker Jensen Program Manager, CS Project Manager, CS Michael Diaz Projects Dimitrios Andrikos Sales Operations Christopher Romeo Operations manager Steven Teal Operations manager mange Mike Emmons_ _ Operations Manager E. It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C and D are binding upon the Corporation. F. It is further acknowledged that any document shall require the signature of two(2)of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions,whom shall have the requisite signature authority to be legally binding upon the Corporation. G. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority hereunder to additional members of his or her management team up to the limit of such person's delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. H. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. 3 IN WITNESS WHEREOF, we have hereunto subscribed our names and affixed the corporate seal of the said Corporation, as of the 16"'day of April, 2015. �x Kevin' ' nett Presi en Siemens Industry, Inc. Mobility Division Matthias ScHelein Vice President, Finance and Business Administration Siemens industry, Inc. Mobility Division 4 10/7/2015 www.civcastusa.com/engineer/ob_results_bdform.aspx?obid=6922&projected=7211&ccuid=22521&submibd=1G40&IsManual=false Traffic Signals and Lighting improvements ID/IQ - RE-BID Menu- Bid FormBid Stats Total Bid Items: 183 Bid Items Left: 0 Total Bid Amount: $721,485.80 Contractor:Siemens Industry Inc Part A item No. Description Unit Qty Unit Price Ext.Price Al MOBILIZATION/DEMOBILIZATION/BONDS/INSURANCE)(NOT TO LS 1.00 $ 38,100.00 $38,100.00 EXCEED 5%OF TOTAL BID AMOUNT) A2 TRAFFIC CONTROL;SET-UP MAINTENANCE AND REMOVAL, EA 15.00 S 1,270.00 $19,050.00 COMPLETE IN PLACES PER ARTERIAL STREET Sub Total: $57,150.00 Part B Item No. Description Unit Qty Unit Price Ext.Price Bi DRILL SHAFT(TRF SIG POLE)(24 IN) LF 6.00 S 261.43 $1,568.58 132 DRILL SHAFT(TRF SIG POLE)(30 IN) LF 11.00 $ 274.13 $3,015.43 B3 DRILL SHAFT(TRF SIG POLE)(36 IN) LF 43.00 S 286.83 $12,333.69 B4 DRILL SHAFT(TRF SIG POLE)(42 IN) LF 17.00 $ 299.53 $5,092.01 B5 DRILL SHAFT(TRF SIG POLE)(48 IN) LF 22.00 S 312.23 $6,869.06 B6 RIPRAP(CONC)(CL C) CY 2.00 $ 767.64 $1,535.28 B7 IN RD IL AM (U/P)(TY 1)(150W)S EA 2.00 $ 1,660.60 $3,321.20 B8 IN RD IL AM (U1P)(TY IF)(150W) EA 2.00 S 5,097.53 $10,195.06 139 IN RD IL(TY SA)50B-8(AKW)S EA 2.00 $ 4,539.92 $9,079.84 B10 CONDT(PVC)(SCH 40) (1 112") LF 40.00 S 14.28 $571.20 B11 CONDT(PVC)(SCHD 40)(2") LF 20.00 $ 26.44 $528.80 B12 CONDT(PVC)(SCHD 40)(2")(BORE) LF 20.00 $ 4693 $938.60 B13 CONDT(PVC)(SCHD 40)(3") LF 65.00 S 18.26 $1,186.90 B14 CONDT(PVC)(SCHD 40)(3")(BORE) LF 120.00 S 49.47 $5,936.40 B15 CONDT(PVC)(SCHD 40)(4") LF 40.00 $ 27.72 $1,108.80 B16 CONDT(PVC)(SCHD 40)(4")(BORE) LF 40.00 S 52.01 $2,080.40 B17 CONDT(RM)(314") LF 10.00 $ 60.70 $607.00 httpIA&rww,civcastusa.com/engineer/ob_results_bidfam,aspx?obid=6922&proj ecdd=7211&ccuid=22521&submitid=1040&IsManual=false 1!7 10/712015 www.civcasbisa.com/engirieer/0b-results-bidform 1&ccuicl=22521&submitid=1040&IsManual=false B18 CONDT(RM)(1') LF 10.00 $ 67.44 $674.40 B19 CONDT(RM)(2") LF 10.00 $ 77.90 $779.00 B20 CONDT(RM)(1 1/2") LF 100.00 $ 53.13 $5,313.00 B21 ELEC COMDR(NO.10)BARE LF 50.00 $ 4.09 $204.50 B22 ELEC COMDR(NO.10)INSULATED LF 100.00 $ 5.17 $517.00 B23 ELEC COMDR(NO.8)BARE LF 100.00 $ 4.17 $417.00 B24 ELEC CONDR(NO.8)INSULATED LF 285.00 $ 4.26 $1,214.10 825 ELEC CONDR(NO.6)BARE LF 100.00 $ 4.37 $437.00 B26 ELEC CONDR(NO.6)INSULATED LF 200.00 $ 4.43 $886.00 B27 ELEC CONDR(NO.4)BARE LF 25.00 $ 4.67 $116.75 B28 ELEC CONDR(NOA)INSULATED LF 50.00 $ 4.76 $238.00 B29 TRAY CABLE(3 CONDR)(12 AWG) LF 25.00 $ 7.19 $179.75 B30 GROUND BOX TY A(122311) EA 1.00 $ 944.25 $944.25 B31 GROUND BOX TY A(122311)W/APRON EA 1.00 $ 976.00 $976.00 B32 GROUND BOX TY C(162911) EA 1.00 $ 988.70 $988.70 B33 GROUND BOX TY C(162911)W/APRON EA 4.00 $ 1,014.10 $4,056.40 B34 TIMBER POLE(CL 2)40 FT EA 1.00 $ 1,724.10 $1,724.10 B35 ELC SRV TY D 120/240 060(NS)SS(E)TS(0) EA 1.00 $ 3,256.03 $3,256.03 B36 ELC SRV TY T 120/240 000(NS)GS(N)TS(0) EA 4.00 $ 2,055.88 $8,223.52 B37 REMOVE ELECTRICAL SERVICES EA 1.00 $ 962.10 $962.10 B38 UNINTERRUPTIBLE POWER SUPPLY WITH CABINET EA 1.00 $ 6,437.00 $6,437.00 B39 (ILSN SIGN 6S)LED EA 2.00 $ 206.71 $413.42 B40 (ILSN SIGN 8S)LED EA 2.00 $ 2,520.84 $5,041.68 B41 CONTROLLER FOUNDATION EA 1.00 $ 2,204.32 $2,204.32 B42 INSTALL HWY TRF SIG(FLASH BEACON) EA 2.00 $ 11,223.27 $22,446.54 B43 INSTALL HWY TRF SIG(ISOLATED) EA 1.00 $ 16,303.27 $16,303.27 B44 REMOVING TRAFFIC SIGNALS EA 1.00 $ 481.89 $481.89 B45 VEH SIG SEC(12")LED(GRN) EA 10.00 $ 217.92 $2,179.20 B46 VEH SIG SEC(12")LED(GRN ARW) EA 5.00 $ 217.92 $1,089.60 B47 VEH SIG SEC(12")LED(YEL) EA 15.00 $ 217.92 $3,268.80 B48 VEH SIG SEC(12")LED(YEL ARW) EA 5.00 $ 217.92 $1,089.60 B49 VEH SIG SEC(12")LED(RED) EA 15.00 $ 217.92 $3,268.80 B50 VEH SIG SEC(12")LED(RED ARW) EA 5.00 $ 217.92 $1,089.60 B51 BACK PLATE(12 IN)(3 SEC) EA 2.00 $ 118.86 $237.72 B52 BACK PLATE(12 IN)(4 SEC) EA 2.00 $ 140.45 $280.90 B53 BACK PLATE(12 IN)(5 SEC) EA 2.00 $ 456.96 $913.92 httplANww.civcastusa.com/engineer/Ob results bidform.aspx?olid=6922&projecbd=7211&ccuid=71521&submidd=1040&1sManual=false 27 10/7/2015 www.civcastusa.com/engineer/0b results bidform.aspx?obid=6922&projectd=7211&ccUd=22521&submitid=1040&IsManual=false B54 PED SIG SEC(LED)(COUNTDOWN) EA 4.00 $ 398.26 $1,593.04 B55 TRF SIG CBL(TY A)(12 AWG)(2 COMDR) LF 100.00 $ 14.02 $1,402.00 856 TRF SIG CBL(TY A)(14 AWG)(4 CONDR) LF 1200.00 $ 4.50 $5,400.00 B57 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 50.00 $ 16.78 $839.00 B58 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 100.00 $ 13.06 $1,306.00 859 INSTALL RDSD FLASH BEACON ASSEMBLY EA 1.00 $ 2,267.82 $2,267.82 860 RELOCATE RDSD FLASH BEACON ASSEMBLY EA 1.00 $ 1,954.28 $1,954.28 B61 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1.00 $ 494.59 $494.59 B62 INSTL RDSD FLSH BCN ASSM(SOLAR PWRD) EA 1.00 $ 10,903.82 $10,903.82 B63 RELOCT RDSD FLSH BCN AM(SOLAR PWRD) EA 1.00 $ 1,941.58 $1,941.58 B64 TRAFFIC SIG POLE ASSEM(RELOCATE) EA 1.00 $ 3,388.57 $3,388.57 B65 INS TRF SIG PL AM(S)1 ARM(32') EA 1.00 $ 5,771.23 $5,771.23 B66 INS TRF SIG PL AM(S)1 ARM(32')LUM EA 1.00 $ 6,545.93 $6,545.93 B67 INS TRF SIG PL AM(S)1 ARM(36') EA 1.00 $ 6,241.13 $6,241.13 B68 INS TRF SIG PL AM(S)1 ARM(36')LUM EA 1.00 $ 6,977.73 $6,977.73 B69 INS TRF SIG PL AM(S)1 ARM(40') EA 1.00 $ 6,857.08 $6,857.08 B70 INS TRF SIG PL AM(S)1 ARM(40')LUM EA 1.00 $ 7,758.78 $7,758.78 B71 INS TRF SIG PL AM(S)1 ARM(44') EA 1.00 $ 7,718.89 $7,718.89 B72 INS TRF SIG PL AM(S)1 ARM(44')LUM EA 1.00 $ 8,550.74 $8,550.74 873 INS TRF SIG PL AM(S)1 ARM(50') EA 1.00 $ 16,545.39 $16,545.39 B74 INS TRF SIG PL AM(S)1 ARM(50')LUM EA 1.00 $ 18,583.74 $18,583.74 B75 INS TRF SIG PL AM(S)1 ARM(55') EA 1.00 $ 16,837.49 $16,837.49 B76 INS TRF SIG PL AM(S)1 ARM(55')LUM EA 1.00 $ 18,875.84 $18,875.84 B77 INS TRF SIG PL AM(S)1 ARM(60') EA 1.00 $ 17,662.99 $17,662.99 B78 INS TRF SIG PL AM(S)1 ARM(60')LUM EA 1.00 $ 18,418.64 $18,418.64 B79 PED POLE ASSEMBLY EA 4.00 $ 1,103.00 $4,412.00 B80 PEDESTRIAN PUSH BUTTON POLE EA 1.00 $ 723.19 $723.19 B81 PED DETECT PUSH BUTTON(APS) EA 4.00 $ 200.47 $801.88 B82 RADAR PRESENCE DETECTOR EA 6.00 $ 6,361.99 $38,171.94 B83 RADAR PRESENCE DETECTOR COMM CABLE LF 100.00 $ 10.43 $1,043.00 B84 ETHERNET CABLE CAT 5 LF 50.00 $ 7.56 $378.00 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS B85 (MANDATORY) LS 1.00 $4,000.00 $4,000.00 (Fixed at$4,000.00) Sub Total: $409,188.42 http•IM+ww.civeastusa.com/erK_Oneer/ob results Ndfbrm.aspx?obid=6922&projecbd=7211&ccuid=22521&submitid=1040&tsManual=false 317 101712015 www.civcastusa.com/engineer/ob results bidform.aspx?obid=6922&projecbd=7211&ccuid=22521&submibd=1040&IsManual=false Part C Item No. Description Unit Qty Unit Price Ext.Price Cl REMOVAL AND REPLACE GROUND BOXES EA 2.00 $ 923.52 $1,847.04 C2 REMOVAL AND REPLACE CABLES LF 25.00 $ 11.06 $276.50 C3 REMOVAL OF SPAN CABLE ASSM LF 1000.00 $ 0.36 $360.00 C4 REMOVAL OF TIMBER POLES EA 2.00 $ 543.71 $1,087.42 C5 REMOVAL OF SIGNAL HEAD ASSM EA 6.00 $ 240.11 $1,440.66 C6 INSTALL OF SIGNAL HEAD ASSM EA 6.00 $ 385.56 $2,313.36 C7 REMOVAL OF SIGNAL RELATED SIGNS EA 4.00 $ 22.81 $91.24 C8 INSTALL OF SIGNAL RELATED SIGNS EA 4.00 $ 79.08 $316.32 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2.00 $ 24.01 $48.02 C10 INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2.00 $ 102.74 $205.48 C11 REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1.00 $ 720.32 $720.32 C12 INSTALL OF FND FOR GROUND MNT CABINETS EA 2.00 $ 2,873.35 $5,746.70 C13 INSTALL OF CONTROL CABINET(GRND MNT) EA 18.00 $ 1,984.35 $35,718.30 C14 INSTALL OF FLASHER CABINET EA 1.00 $ 1,023.92 $1,023.92 C15 INSTALL SIGNAL POLE ASSM EA 2.00 $ 1,264.03 $2,528.06 C16 REMOVAL OF SIGNAL POLE ASSM EA 2.00 $ 720.32 $1,440.64 C17 REMOVAL OF PEDESTRAIN RAMPS EA 1.00 $ 720.32 $720.32 C18 REPLACE OF LUMINAIRE HEAD EA 2.00 $ 497.58 $995.16 C19 INSTL PED POLE ASSM EA 2.00 $ 783.82 $1,567.64 C20 REMOVE PED POLE ASSM EA 2.00 $ 360.16 $720.32 C21 REPL 12"LED TRF SIG LAMP UNIT(RED) EA 4.00 $ 64.36 $257.44 C22 REPL 12"LED TRF SIG LAMP UNIT(AMBER) EA 4.00 $ 67.54 $270.16 C23 REPL 12"LED TRF SIG LAMP UNIT(GREEN) EA 4.00 $ 66.50 $266.00 C24 REPL 12"LED TRF SIG LAMP UNIT(GRN ARW) EA 4.00 $ 67.36 $269.44 C25 REPL 12"LED TRF SIG LAMP UNIT(AMBER ARW) EA 4.00 $ 66.72 $266.88 C26 INSTALL LED TRAF SIG LAMP UNIT EA 2.00 $ 79.08 $158.16 C27 REROUTE CABLES LF 20.00 $ 90.04 $1,800.80 C28 INSTALL TRAFFIC CONTROLLER CABINET(CITY SUPPLIED) EA 15.00 $ 2,047.85 $30,717.75 C29 REPLACE MMU/CVM UNIT EA 40.00 $ 1,414.26 $56,570.40 C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM EA 2.00 $ 5,722.92 $11,445.84 C31 REPLACE VIVDS CAMERA(INCLUDES CABLE) EA 2.00 $ 1,167.80 $2,335.60 C32 CLEAN&INSPECT VIVDS CAMERA EA 5.00 $ 132.75 $663.75 C33 CLEAN&INSPECT CCTV CAMERA EA 1.00 $ 48.72 $48.72 tsttpJ/www.civcastusacomlengineerlob results bidform.aspx?obid=6922&projectid=7211&ccuid=22521&submitld=1040&IsManual=false 417 10/7/2015 www.civcastusa.com/engineer/ob-results bidform.aspx?obid=6922&projecbd=7211&ccuid=22521&submibd=1040&IsManual=false C34 INSTALL OR REPLACE CCTV CAMERA EA 1.00 $ 3,387,32 $3,387.32 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR EA 10.00 $ 733.02 $7,330.20 C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR EA 2.00 $ 543.71 $1,087.42 C37 BATTERY BACK UP UNIT(BBU)PM EA 28.00 $ 102.74 $2,876.72 C38 CONTROLLER CABINET PM EA 30.00 $ 132.75 $3,982.50 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UNIT EA 5.00 $ 239.06 $1,195.30 C40 INSTALL OF SPAN CABLE ASSEMBLY LF 2000.00 $ 1.06 $2,120.00 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS C41 (MANDATORY) LS 1.00 $4,000.00 $4,000.00 (Fixed at$4,000.00) Sub Total: $190,217.82 Part D Item No. Description Unit Qty Unit Price Ext.Price 01 REPLACE ABOVE-GROUND CONDUIT LF 10.00 $ 136.13 $1,361.30 D2 REPLACE UNDERGROUND CONDUIT LF 10.00 $ 71.84 $718.40 D3 REPLACE CONDUCTOR LF 20.00 $ 70.98 $1,419.60 D4 REPLACE TRAY CABLE LF 10.00 $ 71.32 $713.20 D5 INSTALL ELECTRICAL SPLICE EA 10.00 $ 133.89 $1,338.90 D6 REPLACE ROADWAY ILLUMINATION ASSEMBLY(HPS) EA 2.00 $ 1,048.32 $2,096.64 D7 REPLACE UNDERPASS LUMINAIRE(HPS) EA 2.00 $ 1,048.32 $2,096.64 D8 REPLACE INDUCTION FLOURESCENT FIXTURE EA 1.00 $ 106.54 $106.54 D9 REPLACE LUMINAIRE EA 2.00 $ 94.04 $188.08 D10 REPLACE HIGH MAST LUMINAIRES EA 2.00 $ 519.42 $1,038.84 D11 REPLACE LUMINAIRE POLE EA 1.00 $ 992.07 $992.07 D12 REPLACE LUMINAIRE ARMS EA 1.00 $ 164.93 $164.93 013 MAINTAIN ROADWAY ILLUMINATION EA 2.00 $ 612.03 $1,224.06 D14 MAINTAIN HIGH MAST ILLUMINATION EA 2.00 $ 1,869.13 $3,738.26 D15 MAINTAIN UNDERPASS FIXTURE EA 2.00 $ 1,162.70 $2,325.40 D16 MAINTAIN INDUCTION FLUORESCENT FIXTURE EA 1.00 $ 1,152.70 $1,152.70 D17 PREVENTIVE MAINTENANCE(RDWAY ILL ASSY) EA 1.00 $ 612.03 $612.03 D18 PREVENTIVE MAINTENANCE(HIGH MAST ASSY) EA 1.00 $ 1,869.13 $1,869.13 D19 REPLACE ELECTRICAL SERVICE EA 1.00 $ 2,540.90 $2,540.90 D20 INSTALL FOUNDATION EA 1.00 $ 1,818.25 $1,818.25 D21 REMOVE FOUNDATION EA 1.00 $ 401.26 $401.26 D22 REPLACE TRANSFORMER BASE EA 2.00 $ 644.42 $1,288.84 httpIM,ww.civcasbisa.com/erxjneer/0b results bidform.aspx?olid=6922&projecbd=7211&ccUd=22521&submibd=1040&IsMarurai=false 5/7 10/7/2015 www.civcastusa.com/engineer/0b results bidform.aspx?obid=6922&projecbd=7211&ccuid=22521&submitid=1040&IsManual=false D23 REPLACE TRANSFORMER COVER EA 2.00 $ 127.05 $254.10 D24 REPLACE HAND HOLE COVER EA 2.00 $ 291.65 $583.30 D25 INSTALL GROUND ROD EA 2.00 $ 119.60 $239.20 D26 REPLACE BALLAST EA 2.00 $ 241.18 $482.36 D27 REPLACE BALLAST(HIGH MAST LIGHTING) EA 2.00 $ 403.10 $806.20 D28 REPLACE FUSED DISCONNECT EA 2.00 $ 471.18 $942.36 D29 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2.00 $ 186.01 $372.02 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2.00 $ 156.47 $312.94 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2.00 $ 157.89 $315.78 D32 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2.00 $ 157.89 $315.78 D33 REPLACE LAMP(HIGH MAST LIGHTING) EA 2.00 $ 246.51 $493.02 D34 REPLACE LENS EA 4.00 $ 232.89 $931.56 D35 REPLACE FUSE EA 4.00 $ 170.23 $680.92 D36 REPLACE FUSE HOLDER EA 4.00 $ 193.35 $773.40 D37 REPLACE BREAKAWAY FUSE HOLDER EA 4.00 $ 247.10 $988.40 D38 REPLACE STARTING AID EA 2.00 $ 184.60 $369.20 039 REPLACE PHOTOCELL AND BRACKET EA 1.00 $ 246.18 $246.18 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1.00 $ 1,016.92 $1,016.92 D41 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2.00 $ 1,016.92 $2,033.84 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1.00 $ 831.92 $831.92 D43 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2.00 $ 831.92 $1,663.84 D44 REPLACE HAND-OFF-AUTO SWITCH EA 2.00 $ 404.14 $808.28 D45 REPLACE CONTACTOR EA 2.00 $ 602.43 $1,204.86 D46 REPLACE METER BASE EA 1.00 $ 268.48 $268.48 D47 REPLACE TIME CLOCK EA 2.00 $ 375.46 $750.92 D48 REPLACE BREAKER PANEL EA 1.00 $ 1,119.14 $1,119.14 D49 REPLACE CIRCUIT BREAKER EA 2.00 $ 844.72 $1,689.44 D50 REPLACE FLEXIBLE POWER CABLE OR CORD LF 25.00 $ 73.46 $1,836.50 D51 REPLACE TWIST LOCK CONNECTOR EA 5.00 $ 124.98 $624,90 D52 REPLACE SAFETY CHAIN LF 25.00 $ 201.31 $5,032.75 D53 RAISE AND LOWER RING(HIGH MAST LIGHTING) EA 4.00 $ 556.92 $2,227.68 D54 REPLACE MISSING NUTS,WASHERS,OTHER HARDWARE EA 4.00 $ 376.85 $1,507.40 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS D55 (MANDATORY) LS 1.00 $4,000.00 $4,000.00 (Fixed at$4,000.00) Sub Total: $64,929.56 httplAvww.civcastusacom/engineer/ob results bidfarm.aspx?obid=6922&projecbd=7211&ccuid=22521&submiUd=1040&IsManual=false 6f7 1017/2015 www.civcastusa.com/engineer/ob results bidform.aspx?obid=6922&projecfid=7211&ccuid=22521&submitid=1040&IsManual=false Totals By Section Section Total Part $57,150.00 Part B $409,188.42 Part C $190,217.82 Other (These items are not included In the bid total} Part D $64,929.56 http:i/www.civcastusa.com/engineer/ob results bidform.aspx?obid=6922&projecbd=7211&ccuid=22521&submitid=1040&IsManual=false 717 SIEMENS Needed October 7, 2015 Marsh, Inc. Org.-ID applicant: JA1208539 445 South Street, Suite 210 P.O. Box 1966 Name: Harper Pamela Morristown. NJ 07962-1966 Department: SIEMENS INDUSTRY INC,SII, RITS,SMO MM-ITS Location: 9225 Bee Cave Road Building B,Suite 101 Austin,TX.78733 Date: I October 6,2015 Guarantee—order no.501974 Please issue a guarantee containing the following data in engiish language. The conditions concerning the guarantees have been agreed upon. Fax no.(212)809-7896 1. Bond Type: 5%Bid Bond 2. Bond Principal: SIEMENS INDUSTRY INC,Sit,RITS,SMO MM-ITS 3. Obligee: City of Corpus Christi 1201 Leopard Street,Corpus Christi,Texas 78401 4. Bond Penalty Amount: USD 37,300.00 5. contract price: USD 750,000.00 6. contract date(bid date for bid bonds): AeteW 6.284b October 7, 2015 1 7. duration unlimited: yes 8. expiration date(end of performance January 5.2016 period for final bonds): 9. invitation ref: term of warranty: E15126 Yes 1 YEAR contract no.: liquidated damages: offer no.: NIA bond Issued as a percentage: Yes 5% Job Description,offer for/delivery of: This project is for the installation/maintenance and repair of roadway illumination and traffic signals. 10. Bond Delivery Date: Insurance 11. Please hand the guarantee over immediately, _via registered mail to: (giving us 1 copy) another Person,Siemens Industry, Inc, 9225 Bee Cave Road Building B,Suite 101,Austin,TX, United States 7873)3 12. special remarks: Request 5/o Bid Bond �� Please provide a scanned copy to ray-zimmerman(Wsiemenircom as soon as possible. Send the original to: Siemens Industry, Inc. Mobility Division Intelligent Traffic Attn:Michelle Flynn 9225 Bee Cave Road, Building B, Suite 101Austin,TX 78733-FedEx#0787-0203-6 NO REQUIRED FORMS Siemens Financia! Services Inc. App.-roovved SFS G -ID.*501974 1*1 Signa WY ')- signature DateOata 149-6,1Ztm Reymond Postal address: Tel.:+1 732) 2576 Fax: Siemens Financial Services Email:ray, erman@siemens.com 170 Wood Avenue South Iselin.NJ 08830 � = Document A31OTM - 2010 Bid Bond CONTRACTOR; SURETY: (Name, legal status and address) (Name, legal statics and principal place Siemens Industry Inc. of business) 9225 Bee Cave Road Federal Insurance Company Building B, Suite 101 15 Mountain View Road This document has important legal Austin.TX 7$733 Warren, NJ 07059 consequences. Consultation with an ahomey is encouraged with OWNER: (Name, legal status and address) respect its completion or City of Corpus Christi modification. 1201 Leopard Street Any singular reference to Corpus Christi,TX 78401 Contractor, Surety,Owner or BOND AMOUNT: Five Percent(5%)of Amount Bid other party shall be considered plural where applicable PROJECT: (Name, location or address, and Project number, ifany) Installationlmaintenance and repair of roadway illumination and traffic signals The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(l)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 07th day of October,2015 Siemens Industry Inc. (Principal) (Seal) (Witness) --(Title)Cj - Federal Insurance Company _ _ (Sure (Seal) Hess) Cynthia L.Choren (Title) Sandra L. Ham. Attorney-In-Fact CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures that changes will not be obscured. Init. AIA Document A310TM-'2010.Copyright O 1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA* Document is protected by U.S.copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAO Document,or any portion of It,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law, ! Purchasers are permitted to reproduee ten(10)copies of this document when completed To report copyright violations of AIA Contract Documents,e-maii The American lnstitute of Architects'legal counsel,copyright@aia org 001110 ACKNOWLEDGMENT BY SURETY STATE OF Missouri City of St. Louis � S5. () l [lis 07tH (lay of* October 2015 , beliue nic personally appc,1rcd Sandra L. Ilam , known to Ine to be Oic Altorney-ul-Fart of Federal Insurance Company die.rorponitlon 111,11 L'\e('Ull.'(I till: 41"111111 inStrunic n(, ,1110 ;wknowledged to nlc tilm such corporiilloli ext('uled die sailic. IN WI'FNESS WHEREOF, I Nwe Ilcrcunto set lily hwid wid allixc(l niy ollichd seal, It my office ill die alaresaid County,die(lay wid year in this certificate first above written. Jo,, R. Fnuik My Colunlissioll I:xllires: _lune 20. 2018 Notary Public in the Slate oI,Missouri (SCA City cif St. Louis C.oniliiisslon#I KV5672 5-10230/GEEF 2198 OF IcChubb POWER Federal insurance Company Attn: Surety Department Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific indemnity Company Warren,NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY. an Indiana corporation, VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Pamela A. Beekman, Cynthia L. Choren,Joann R. Frank, Sandra L. Ham, Nancy L. Johnson, Heidi A. Nothelsen, Karen L.Rolder and Debra C.Schneider of SL Louis,Missouri each as their bur and Iawhrl Adore.in-Fact to execute wider such designation In their names and to aft their corporate scab to and dehw for and on their belia ss surety titemn or otherwise.thortds and unde UkingS and other wrWMgs obligatmy in the nature thereat(other than bat bonds)given at executed In the omm of bustness.and any fnstuments anwr"or afbetrg the same,and consents to the moditication or aNtwatim of any hmstrumeM referred to in said bonds or obigaibne. In Wtness Wheraor,rata FEDERAL WSURANCE COMPAWY.VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these pmaerus and aftmd their ewpmw seats on ihb 21 day of May,2014. M. Assistant 59CMIM Jr..vie AllaftL STATE OF NEW JERSEY ss. Cohmtyaf SOaher6et on its 21ah day of May, 2014 before me,a M mry Pubfcc of New Jersey.persorwry came Daum M.Chlom to me known b be Assistant Secretary of FEDERAL INSURANCE CCMPANY,VIGiIANT INSURANCE COMPANY.and PACIFIC INDEMNITY COMPANY.the oompmleswhich executed the foregoing Pw w ofAttomey,and the said Daum M. CRlonm being by me duly swum. did depose and say that she is Assistant Seaemry of FEDERAL INSURANCE COMPANY,VtdLANT INSURANCE COMPANY,and PACIFIC INDEMIM COMPANY and knows the ccmerats sears theaet that Oro seals afted to the Ooregoirg Pftw of Aftney aro such corporate sash w0 were thereto etbced by sutodty at Urs By Laws of Dahl Companws:arm mat she signed said Power of ASaney ss AsatstM Secretary cf and CwnpaMo by Ake auAh *. and mat she Is acquainted with David 8.Norris.Jr.,and Wwwa him to be Vie Prestdatt of said Companies;and that the signature of David 8,Norris,Jr.,subsaloed to said Power orAlbmey is in the gem ine hwg1writing of David 8.toms.Jr..and was fheraio subscribed by authority at sold By-Laws and in deponauCs presence. Notarial seat KATHBANE a ADFIAAihk f �OTAgNOiARtt PEl6LIC 16 NEW JERSEY er•s•.+a � No 23166115PU6L1G Cmtlniftion bpmA*16,101 d C, Notary Pubic dEAS CERTIFICATION Extrj4 tram Its By-Laws of FEDERAL INSURANCE COMPANY.VIGttANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: RI powers Ot atsarney for and an behalf or the Company may and shaS be ewz ted in the name and on hetratf of nue Company.si w by the Chairman lir the President or a VIM President or on Assistant Viae President,job*with the Secretary or an Aesismnt Secmmry.under mein respective designations.The sowkture of such officers may be engraved.printed at lithographed.The sigrteture of each of fro following offs= ;Chairman.Presktenl,any Vim Presddent,any Assbmm Vie President,any Secretary,airy Assistant Soc atuy and me seal of the Company may be atfbud by faabmile ib any Power of attomey or w shy wrWicate rotating menta appoWng Assistant Secretaries or Attorney!-In.Faun for puap0aes ahty of m utirg and attesting bards and undeRaiirgs and other writings oftstory In pus nature VM W,and any such power of attomey or cefftSlte bearing such fae"Is signature or faceffee seal ehae be raid and bbdbg upon to Conway and any such pow so executed and cooed by such tocsimik signature and fan ft*sem shat be valid and MnOV upon me Company with respect to any bond or undo W tng b which t Is attached." I.Davin M.ChbMs,Assistant Secretary of FEDERAL INSURANCE COMPANY.VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNn COMPANY(the TA mpmvesl do hereby an" (A the Ihregoshp exthact of me By-Laws rN the Companies Is true and corred. (q the Compa des are duly konsed and authorized to barked surety business in all 58 of the UnftW States of America and the Dbutd of Cetumbia and ace wAhmiXed by the U.S.Troaswy Depwtmerlt Anther,Faders)and Vignant ata licensed in the U.S.Vtrghh tstends,and Felons Is teersed In Anrodan Samoa,Guam.Puerto Rio.and each of the Provinces of Cana"ehmept Prkm Edward island:and (IQ the foregoing Powerof AtlamW is true.correct and In full toroa and affect. Given wrier my fund and sob of said Companies at Waren,NJ this 07th day of October 2015, Oita Dawn NL Chfoms.Assistant Sedetvy IN TM MMNTYOU WISH TO NOTIFY US OF A CLM.VERIFY THE AUTNENTICI Y OF TIM 8OND OR NOTIFY US OF ANY OTHER MATTER.PLEASE CONTACT US ATAODRESS gsTED ACCAR OR BY T 9034 S1a3 Fa 3S.ia 04n ren Form haw.02251U GEN CONSENT(hsr.0244) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS,LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31,2014 (in thousands of dollars) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments................ $ 110,484 Outstanding Losses and Loss Expenses..... $ 12,181,139 United States Government,State and Unearned Premiums..................................... 3,654,861 Municipal Bonds......................................... 10,245,402 Ceded Reinsurance Premiums Payable....... 339,466 Other Bonds.................................................. 4,927,443 Provision for Reinsurance............................ 46,470 Stocks...............................................I........... 1,066,355 Other Liabilities............................................. 1,434,018 Other Invested Assets................................... 1,365,367 TOTAL INVESTMENTS............................... 17,715,051 TOTAL LIABILITIES.................................... 17,655,954 Investments in Affiliates: Chubb Investment Holdings,Inc................ 3,565,038 Capital Stock................................................ 20,980 Pacific Indemnity Company........................ 2,922,214 Paid-In Surplus............................................. 3,106,809 Executive Risk Indemnity Inc...................... 1,258,019 Unassigned Funds....................................... 11,700,594 Chubb Insurance Investment Holdings Ltd.... 1,162,709 CC Canada Holdings Ltd............................ 652,880 Chubb Insurance Company of Australia Ltd. 480,068 SURPLUS TO POLICYHOLDERS.............. 14,828,383 Great Northern Insurance Company.......... 476,969 Vigilant Insurance Company....................... 292,313 Chubb European Investment Hokfings SLP.. 287,633 Other Affiliates............................................ 517,330 Premiums Receivable................................... 1,679,148 Other Assets................................................ 1,474,965 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS...................... $ 32,484,337 TO POLICYHOLDERS............................. $ 32,484,337 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. At December 31,2014,investments with a carrying value of$518,199,884 were deposited with government authorities as required by law. State,County A City of New York, — ss: Yvonne Baker,Assistant Secretary of the Federal Insurance Company being duly sworn,deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal insurance Company on December 31,2014 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31,2014. Subscribed and sworn to before me this March 11,2015. JF.ANETTE SHIPSEY Assistants Seeccrret�ary Notary Public,State of New York Notary Public No.02SH5074142 Qualified In Nassau County Commission Expires March 10,2019 Form tis-1M13A P".3n 5i Page 1 of 2 dna �.Yy O wom TO 1Vo. t�� :Zsr- - y -02 C C t•N.i mr) 0.N T Z r umi z� RC -� t7MNr N? mo 1 e t) Q Z m m OC/) < 5 r- 4 C � w CMZn N d� - w =, :G --JI g 0 0' Z � m M v g� Ssrn -4 >c Q Q r�i vi rig � _ y J O y L C4 4= nm CO W rI 4 �. nm1SQIN1ur 539,t31401A[3t IX! After printing this label: 1.Use the'Print'button on this page to print your label to your laser or inkjet printer. 2.Fold the printed page along the horizontal line. 3.Place label in shipping pouch and affix it to your shipment so that the barcode portion of the label can be read and scanned. Warning:Use only the printed original label for shipping. Using a photocopy of th s label for shipping purposes is fraudulent and could result in additional bi ding charges along with the cance.lation of your FedEx account number Use of this system constitutes your agreement to the service conditions in the current FedEx Service Guide,available on fedex.com.FedEx will not be responsible for any claim in excess of$100 per package,whether the result of loss,damage,delay,non- delivery,misdelivery,or misinformation, unless you declare a higher value,pay an additional charge,document your actual loss and foe a timely clatm.Limitations found in the current FedEx Service Guide apply.Your right to recover from FedEx for,any loss,including intrinsic value of the package,loss of sales, income interest,profit,attorney's fees,costs,and other forms of damage whether direct, incldental,consequentiai,or special is limited to the greater of$11 CID or the authorized declared value.Recovery cannot exceed actual documented Ioss.Maximum for items of extraordinary value is$1,000,e.g.jewelry,precious metals,negotiable instruments and other items listed in our ServiceGuide.Written claims must be filed within strict time limits,see current FedEx Service Guide. https:A/www.fedex.coni/shipping/htmi/en//PrintIFrame.html 10!6/2015 Page 2of2 Shipment Receipt Address Information Ship to: Ship from: Michelle Flynn M.Mojica siemens Industry, Inc. MARSHMORRISTOWN 9225 Bee Cave Road 445 South Street Building B,Suite 101 AUSTIN, TX Morristown, NJ 78733 07962 US US 7324763580 9734015024 Shipment Information: Tracking no.:774671791254 Ship date: 10/06/2015 Estimated shipping charges: Package Information Pricing option: FedEx Standard Rate Service type: Priority Overnight Package type:FedEx Envelope Number of packages: 1 Total weight: 1 LBS Declared Value:0.00 USD Special Services: Pickup/Drop-off: Use an already scheduled pickup at my location Billing Information: Bill transportation to: Recipient Your reference- Surety P.O.no.; Invoice no.: Department no.: Thank you for shipping online with FedEx ShipManager at fedex.com. Please Note FeoEx cowl rot be respo bfe for any dean v excess of S t t)o per package.whether the result of loss,da mage,delay rmrl-dC ivery misdohniry.w msahfdrraa6on ur"I s you dKAM a higher value,pay an additional cturge document your actual loss and Fre a Imely claim.Limrlaeons found in the current FedEx Servrca Guide apply Your Nhl to recover from FedEx far any oss indudmy+nInnsic value of the package,ass of sales income rmerest.profit,attorney s Aces,costs,and other forms of damage whether direct,Incidenkal ceneequermai or special fx hinted to the greater or Sleo or the wumnted declared value.Recovery ramhot exceed actual dorLmented toss Maximurrr for Nems of ex4aordthary val Is$1900 e g jewelry precbus metals,nCgounote instruments and oplef nems listed in our Sema Guide Mttm dams must be fled within$Inc[ame:erds,Consul the applicable FedEx$acrum Guide for details The estimated shipping charge may be different than the actual charges for your shipment.Ddferences may o=r Wseo on actual weight,drmenswns,and otter talon Gonion the apphcable FedEx service G—lo or the FedEx Rate Sheets for details on him sh pp ing charges are calf rdaied. nPs:ticvyy w}hex.coftlshPPin" tni/%���i�ft����1 Phtm� jf SIEMENS Intelligent Traffic Systems January 15, 2018 Chris Hale City of Corpus Christi Major Projects Engineer Engineering Services 361-826-3500 (#3807) ChrisH3(a)cctexas.com RE: 18052A IDIQ Traffic Signal and Lighting Improvements Dear Mr. Hale, Siemens Industry Inc has received your offer of renewal for the referenced contract for the period of 1 year. This would be the 3 d year of the 3 year contract. It is understood that the budget for the contract is currently set at$496,000.00. Existing terms, conditions and pricing shall apply. Please feel free to contact us with any questions or concerns. Respectfully, Michelle Flynn Service Account Manager Siemens Industry, Inc. Intelligent Traffic Systems 16560 Air Center Blvd Houston, TX 77032 978-430-3086/978-735-3183 Page 1 of 1 00 52 23 AGREEMENT This Agreement is the Third Renewal of the Traffic Signal and Street Lighting Improvements IDIQ- Project No. E15126 awarded on January 12,2016 by the City Council of the City of Corpus Christi,Texas ("Owner") to Siemens Industry, Inc. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Traffic Signal and Street Lighting Improvements IDIQ Yr3 (Contract Renewal#E15126) Prosect No. 18052A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems, LLP 3833 South Staples Street,Suite N214 Corpus Christi,TX,78411 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza, P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd., Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. This is the Third One-Year Renewal, Project No. 18052A, of the Original Contract No. E15126 for Traffic Signal and Street Lighting Improvements IDIQ. The Third Renewal Contract extension will not exceed the amount of$496,000.00 for one year.The Work is required to be substantially completed within 365 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 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages 005223- 1 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 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$500.00 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$500.00 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 15.06 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 13.03 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 Price Year 3 $ 496,000.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 005223-2 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 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 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. 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 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate 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 15.01 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 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 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. 005223-3 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 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. 005223-4 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 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. 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 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City 005223-5 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID- E15126 ATTEST CITY OF COCH Tl :t�C 2 zZX/ el ecca Huerta J. . Edmonds P.E. City Secretary Director of Engineering Services N/A AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL N/A - 2018.02.19 15:14:24-06'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Moreau Angela Siemens Industry, Inc. 0101.1 si0netl by Ftynn MiUreBe (+ p W w-Flynn K&efle.O=Siemens, Seal Below{ B Flynn Michelle e emeikrrachek.Aynngsiemens tam ( / Y' Dale:2011 02 07 16:18:25-06'00' Note: A ttach copy of a u thorizo tion to sign if Title: Account Manager person signing for CONTRACTOR is not President, Vice President Chief Executive Officer, or Chief 6560 Air Center Blvd. Financia!Officer Address Houston,TX 77032 City State Zip 800/229-6090 Phone Fax MichelIe.flynn@siemens.com Email 005223-6 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity(IDIQ) REBID-E15126 r 006113 PERFORMANCE BOND BOND NO. 8246-09-69 J 9276163 Contractor as Principal Surety Name: Siemens Industry,Inc. Name: Federal Insurance Company and Fidelity and Deposit Company of Maryland Mailing address(principal place of business): Mailing address(principal place of business): 16560 Air Center Blvd. Federal Insurance Company- 202B Hall Mills Rd,Whitehouse Station,NJ 08889 Houston,TX 77032 AND Fidelity and Deposit Company of Maryland- 1299 Zurich Way,5th Floor,Schaumburg,IL 60196 Physical address(principal place of business): Owner Federal Insurance Company- 202B Hall Mills Rd,Whitehouse Station,NJ 08889 Name: Cit of Corpus Christi Texas AND p � Fidelity and Deposit Company of Maryland- 1299 Zurich Way,5th Floor,Schaumburg,IL 60196 Mailing address(principal plate of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78469 Federal Insurance Company-Indiana Fidelity and Deposit Company of Maryland-Ma land By submitting this Bond,Surety of irms 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): Traffic Signal and Street Lighting Improvements Federal Insurance Company-908-903-2525 Fidelity and Deposit Company of Maryland-800-987-3373 IDIQ Yr 3(Contract Renewal#E151261—Project Telephone(for notice of claim): Number 18052A Federal Insurance Company-908-903-2525 Fidelity and Deposit Company of Maryland-800-987-3373 Local Agent for Surety Name:Marisol Mojica Award Date of the Contract: January 22,2018 Address: 445 South Street Contract Price: $496.000.00 Morristown,NJ 07962 Bond Telephone:973401-5024 Email Address: Marisol.Mojica@marsh.com Date of Bond: February 5,2018 The address of the surety company to which any notice of claim should be sent may be obtained C (Date Bond cannot be earlier than Award Date from the Texas Dept. of insurance by calling the of the Contract) following toll-free number.1-800-252-3439 Performance Bond 00 6113-1 18052A Traffic Signal/Street Lighting IDIQ Yr3(Cont Renwl E15126) 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some 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: �' �.� Signature: r ' Name: l l�a(p Name: Brittany avin Title: Title: Attomey-In-Fact Email Address: , `( Email AddreSS: Brittany.Clavinr@marsh.com "AgoS_ i�'�{�`� (Attach Power of Attorney and place surety seal below) by•� i - : - J�n • '`4�,f1 f�Y)R�wR��Y END OF SECTION Performance Bond 006113-2 18052A Traffic Signal/Street Lighting IDIQ Yr3 (Cont Renwl E15126) 7-8-2014 t , . _ _. _ . .."°rrrt � 1. r'....� 't�r ^� , . _--_ .,. 1 n .���_ - ' - ACKNOWLEDGMENT BY SURETY STATE OF Missouri Cit}r of St. Louis Ss. On this 5th day of February 2018 ,before me personally appeared Brittany D. Clavin , known to me to be the Attonicy-iii-Fact of' Federal Insurance Company and Fidelity and Deposit Company of Maryl , the corporation tfiat executed tic NN idiiil instrunicnt, AIid acknowledged to me that such corporation exccutc(f the wine. IN WITNESS WHEREOF, I havc hereunto sct ni), hand and aflixcd my official seal, at my office in tic aforesaid County,tic day and year in this ccrlificatc first above written. Jo l R. Frank My Commission Expires: jtinc 20 2018 Notary YLINIC in die SLite of Missouri (Seal? City of St. Louis Commission#113:95672 � r.. Lji� t..of Iy sn -- �.ar:+..�e-..�.z+r3�rica�.�avri�a•-�:,:--acs-^ S-02301GEEF 2198 CHUBES- Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY.a New York corporation.and PACIFIC INDEMNITY COMPANY.a Wisconsin corporation,do each hereby constitute andappoint Pamela A.Beelman,Cynthia L.Choren,Brittany D.Clavin,Joann R.Frank, Sandra L.Ham,Heidi A.Notheisen,Karen L.Roider and Debra C.Schneider of St.Louis,Missouri--------------------------------------------------------------------- each as their true and lawful Attorney-in-Fact to execute under such desi6mation in their names and to afl'ix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds on behalf ofcontraciors in connection with bids,proposals or contracts to the Commonwealth of Kentucky in an unlimited amount. It is agreed that the power and authority hereby given to the Attorney-fn•Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Comm-issioner-Department of Highways ofthe Commonwealth of Kentucky at least thirty days prior to the modification or revocation. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 2211 day of September,2017. I)tiwat M.ChltmriN V4-4.1111 I*Vrssary tilephut 11.I lan y.Vice Pro4kiciit STATE OF NEW JERSEY County of l lunterdon On this 2211 day of September,2017 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY.VIGILA`"f INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY.the companies which executed the foregoing Power of Attorney.and the said Dawn M. Chloros,being by me duly swum,did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that she is acquainted with Stephen M. Haney,and knows him to be Vice President of said Companies;and that the signature of Stephen M.Haney,subscribed to said Power of Attorney is in the genuine handwriting of Stephen M.Haney,and was thereto subscribed by authority ofsaid Companies and in deponent's presence. Notarial Seal t KATHERINE J.ADELAAR NOTARY PUBLIC OF NEW JERSEY No.231 ems Pff8L1G Comn tsalox Expve6 July 115,2019 3 Ea ,VixaryPuhtic Rg CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30.2016: "RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds.undenakings,recognimitces,contracts and other written commitments of the Company entered into in the ordinary course of business(each a-Wnuen Commitment-It: (1) Each of the Chairman.the President and time Vice Presidents of the Company is hereby auihcrize(d toeaectueany Written Commitment forendart behalfofiheCompany.under the seal of the Company or otherwise. (2) Each duly appointed attomeydn-fart of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise.,to the extent that such action is authorized by the Fant of powers provided for in such persons written appointment as such attorney-in-fact- Q1 ttorney-in-fart(31 Each of the Chairman,the President and the Vice Presidents of the Company is hereby autitorved,for and on behalf of the Company.to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute.for and an behalfoftheCompany.under the seal oftheCompany orotherwise.such Written Commirmertuofthe Company as may be specified in such written appointment,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorlmd,for and on behalfofthe Cornpany.to delegate in writing to any other officer ofihe Company the authority to execute.for and on behalf of the Company,under the Company's seal or otherwise.such Written Commitments of the Company as are specified in such written delegation.Which specification may be by general typeor class of Written Commitments or by speeifiGtnon of One or more particular Written Commitments. (5) Thesignature ofany officer or other person exeeutingany Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may beaffixed by Facsimile on such Written Commitment or written appointment or delegation, FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers.employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit or otherwiseaHect the exercise of any such power or authority otherwise validly granted or vested" I.Dawn M.Chloros•Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies")do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, 00 the Companies are duly licensed and authorized to transact surety business in all so of the United States of America and the District of Columbia and are authorized by the U.S.Treastay Department;fun her,Federal and Vigilant are licensed in The U.S.Virgin Islands,and Federal is licensed in Guam,Puerto Rico• and each of the Provinces of Canada except Prince Edward Island:and (iii) the foregoing Power ofAttomey is true,correct and in full force and effect. Given under my hand and seals ofsaid Companies at Whitehouse Station.NJ.this5th day of February, 2018. Itywri M.Chlor(zs.AssistanI Scr:roary IN THE EVENT 1'GU WISH TO NOTIFY US OF A CLAIM.VERIFYTHE AUTHENTICITY OF THIS BOND OR NOTIFY US OFANY OTHER\LATTER.PLEASE CONTACT US AT: Telephone(908)903-3-193 Fax(908)903-3656 e-mail suretyapchubb.com Foran 1510-0192&U KY HOMY(rev.12-16) _ FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS,LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31,2016 (n thousands of dollars) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments................ $ (86,990) Outstanding Losses and Loss Expenses..... $ 11,482,308 United States Government,State and Unearned Premiums..................................... 2,723,875 Municipal Bonds......................................... 8,135,311 Ceded Reinsurance Premiums Payable....... 566,868 Other Bonds.................................................. 5,471,330 Provision for Reinsurance............................ 29,339 Stocks........................................................... 130,689 Other Liabilities............................................. 1,144,976 Other Invested Assets................................... 1,289,903 TOTAL INVESTMENTS............................... 14,940,243 TOTAL LIABILITIES.................................... 15,947,366 Investments in Affiliates: Chubb Investment Holdings,Inc................ 3,727,406 Capital Stock................................................ 20,980 Pacific Indemnity Company........................ 2,926,619 Paid-In Surplus............................................. 3,106,809 Executive Risk Indemnity Inc...................... 1,250,965 Unassigned Funds....................................... 8,296,020 Great Northern Insurance Company.......... 504,162 Vigilant Insurance Company....................... 319,505 Chubb European Investment Holdings,SLP. 277,361 SURPLUS TO POLICYHOLDERS.............. 11,423,809 Chubb Custom Insurance Company.......... 214,956 Chubb National Insurance Company......... 162,929 Chubb Indemnity Insurance Company....... 163,668 Other Affiliates............................................ 70,204 Premiums Receivable................................... 1,510,107 Other Assets................................................. 1,303,050 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS...................... $ 27,371,175 TO POLICYHOLDERS............................. $ 27,371,175 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. At December 31,2016,investments with a carrying value of$565,702,495 were deposited with government authorities as required by law. State,County&City of New York, — ss: Dawn M.Chloros,Assistant Secretary of the Federal Insurance Company being duly sworn,deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31,2016 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31,2016. Subscribed and sworn to before me this March 3,2017. Muss-m.al"L e JEANETTE SHIPSEY Assistant Secretary Notary Public,State of New York Notary Public V No.02SH5074142 Qualified in Nassau County Commission Expires March 10,2019 Form 15-10-0313A(Rev.3117) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Thomas O.McClellan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Brittany D.Clavin of St.Louis,Missouri , its true and lawful agent and Attorney- in-Fact,to make,execute,seal and deliver, for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 14th day of October,A.D.2015. ATTEST: _ ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By:Thomas O.McClellan By:Eric D.Barnes Vice President - Secretary State of Maryland County of Baltimore On this 14th day of October, A.D.2015, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Thomas O. McClellan,Vice President and Eric D.Barnes,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. .11rb; •,',,%11 111\��\ By:Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. v IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals-of the said Companies, this 5th day of February 2018 ZL _;7. By: Gerald F.Haley,Vice President FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd.,Suite 600,Owings Mills,MD 21117 Statement of Financial Condition As Of December 31,2015 ASSETS Bands...............................................................................................................................................$ 142,878,497 Stocks............................................................................................................................................... 22,315,096 Cashand Short Term Investments.................................................................................................... 337,835 ReinsuranceRecoverable................................................................................................................. 24,731,651 OtherAccounts Receivable.............................................................................................................. 19,935,844 TOTAL ADMITTED ASSETS........................................................................................................$ 210,198,923 LIABILITIES,SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses......................................................................................................$ 46,436 Ceded Reinsurance Premiums Payable............................................................................................ 40,456,309 Securities Lending Collateral Liability............................................................................................ 0 TOTALLIABILITIES....................................................................................................................$ 40,502,745 CapitalStock,Paid Up........................................................................................ $ 5,000,000 Surplus................................................................................................................ 164,696,178 Surplusas regards Policyholders...................................................................................................... 169,696,178 TOTAL.......................................................................................................................................$ 210,198,923 Securities carried at$57,996,983 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned,the Company's total admitted assets at December 31,2015 would be$212,137,795 and surplus as regards policyholders$171,635,049. I,DENNIS F.KERRIGAN,Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st day of December,2015. r Corporate Secretary State of Jllinofs City of Schaumburg I SS: Subscribed and sworn to,before me,a Notary Public of die State of Illinois,in the City of Schaumburg,this 15th day of March,2016, DARRYL JOINER Notary Public OFFICIAL SEAL No"Public-Stale of I¢Irtais My Commission Cxpires Fobruary 2A,201a 006116 PAYMENT BOND BOND NO. 8246-09-69/9276163 Contractor as Principal Surety Name:Siemens Industry,Inc. Name: Federal Insurance Company and Fidelity and Deposit Company of Maryland Mailing address(principal place of business): Mailing address(principal place of business): 16560 Air Center Blvd. Federal Insurance Company- Houston,TX 77032 2028 Hall Mills Rd,Whitehouse Station, NJ 08889 AND Fidelity and Deposit Company of Maryland- 1299 Zurich Way,5th Floor,Schaumburg,IL 60196 Physical address(principal place of business): Owner Federal Insurance Company- 202B Hall Mills Rd,Whitehouse Station,NJ 08889 Name: City of Corpus Christi,Texas AND Fidelity and Deposit Company of Maryland- Mailing address(principal place of business): 1299 Zurich Way,5th Floor,Schaumburg, IL 60196 Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78469 Federal Insurance Company-Indiana Fidelity and Deposit Company of Maryland-Maryland 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): Traffic Signal and Street Lighting Improvements Federal Insurance Company-908-903-2525 IDIQ Yr 3(Contract Renewal#E15126)—Proiect Fidelity and Deposit Company of Maryland-800-987-3373 Number 18052A Telephone(for notice of claim): Federal Insurance Company-908-903-2525 Fidelity and Deposit Company of Maryland-800-987-3373 Local Agent for Surety Name: Marinol Mojica Award Date of the Contract: January 22,2018 Address: 445 South Street Contract Price: $496,000.00 Morristown,NJ 07962 Bond Telephone: 973401-5024 Email Address: Marisol.Mojica@marsh.com Date of Bond: February 5, 2018 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim 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 18052A Traffic Signal/Street Lighting IDIQ Yr3(Cont Renwl E15126) 7-8-2014 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety — Signature: ���� Signature: •� � Name: `111 am p,� Name: arinanyo.Glavin Title: Title:Title: Attorney-In-Fact r Email Address:l�;��,(� (\� I � Email Address: 8rittany.Clavin@marsh.com �12ty"o')S.C4E,)yn (Attach Power of Attorney and place surety seal below) P !•`+ � J itis' a :— ; +parr`...�� �} • �.. END OF SECTION li•V�'�.5 YLi+.rVw+�� Payment Bond Form 006116-2 18052ATraffic Signal/Street Lighting IDIQYr3(Cont Renwl E1S126) 7-8-2014 ,. : . .� . v: . , _ .�. . r: _ , >,�..�, ���,�,,,• w �. fir,. ir�r f,/.' � r "` /:�.• ==' �/^,� ^ rte_ r �/ ^ '� I� w'^rte^r wr^w^4^� 11+ fffffryff..nr.a�^"�' I .. .. CHUBS' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents,That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Pamela A.Beeman,Cynthia L.Choren,Brittany D.Clavin,Joann R.Frank, Sandra L.Ham,Heidi A.Notheisen,Karen L.Roder and Debra C.Schneider of St.Louis,Missouri--------------u----------------------------------------------------- each as their true and lawful Atiurney-in-Fact to execute under such designation in Their names and to affix their corporate seals to and deliver for and on their belialf as surety thereon or otherwise,bonds on behalfofcontractors in connection with bids,proposals or contracts to the Commonwealth of Kentucky in an unlimited amount. It is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-Department of Highways of the Commonwealth of Kentucky at least thirty days priorto the modification or revocation. in Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 221d day of September,2017. from M.Chlt riz;-.V- [slant yuretarl SRphcn M.Haney.Vice Pr"dent STATE OP NEW JERSEY county ofHunterdon ss, On this 221d day of September,2017 before me,a Notary Public of NewJersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros,being by me duly sworn,did depo e and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that she signed said Power of Altomey as Assistant Secretary of said Companies by like authority;and that she is acquainted with Stephen M. Haney,and knows him to be Vice President of said Companies;and that the signature of Stephen M.Haney,subscribed to said Power of Attorney is in the genuine handwriting of Stephen,%I.Haney,and was thereto subscribed by authority ofsaid Companies and in deponent's presence. Notarial Seal KATHERINE J.ADELAAR �TAAI NOTARY PUBLIC OF NEW JERSEY No.23166115 pr1BLlC Commis"Expres July 18,20tB •� mw2ry P041r. �YJEps CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016: -RESOLVED,that the following authorvaWns relate to the execution,for and on behalf of the Company.of bonds,undertakings,remimizancm contracts and other written commitments of the Company entered into in the ordinary course of business(each a'Wrinen Commitment): (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment forandonbehalfoftheCompany.under the seal of the Company ur otherwise. 42) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute an)wrinen Commitment for and on behalf of the Company.under the seat of the Company or otherwise,to the extent that such action is authorized by the grant of powers provided for in such persons written appointment as such auorney-infaci. (3) Each of the Chairman.the President and the Vice Presidents of[he Company is hereby authorized.for and on behalfofihe Company,to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute,for and on behalf of the Company.under the seal of the Company or otherwise,such written Commitments of atte Company as may be specified in such written appointment,which specification may be by general type or class of Written Commitments or by specification of one or more panicular Wrinen Commitments. (4) Each of the Chairman,the President and the vice presidents of the Company is hereby authorized,for and on behalf of the Company.to delegate in writing to any other officer of the Company the authority•to execute.for and on behalf of the Company, under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such wrinendele tion,which specification may be by general type or class of written Commitments or by specification ofoneorMore particulat-WrinenComnutmerim (5) The signature ofany officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the company,may be affixed by facsimile on such written Commitment or written appointment or delegation. FURT14ER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behafl'of the Company,and such Resolution shall not limit or otherwisealrea theexercise ofany such power orauthoriry otherwise validly granted or vested.' f,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies')do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors ofthe Companies are true,correct and in full force and effect, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department:further,Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in Guam,Puerto Rico, and each of the Provinces of Canada except Prince Edward island;and (III) the foregoing Power ofAttomey is true,correct and in fol[force and effect. Given under my hand and seals ofsaid Companies at Whitehouse Station,NJ,this5th day of February, 2018. Rivan 1tt;hitmn.,l u:tntSlxrcY:uy IN'I'tIE EVENT'YOU WISII TO NOTIFY US OF%CLAIM.VF.RI FY'fHE AUTHENTICfIY OF THIS BD.ND OR NOTIFY US OF ANY OTHER',IAI-t'ER,PLEASE CONTACT US AT: Tele hone(go )903.3x93 Fax(908)903-3656 e-mail:surety@chubb.com Form 15-10-01926-U KY HWY(rev 12-16) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS,LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31,2016 (in thousands of dollars) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments................ $ (86,990) Outstanding Losses and Loss Expenses..... $ 11,482,308 United States Government,State and Unearned Premiums..................................... 2,723,875 Municipal Bonds......................................... 8,135,311 Ceded Reinsurance Premiums Payable....... 566,868 Other Bonds.................................................. 5,471,330 Provision for Reinsurance............................ 29,339 Stocks........................................................... 130,689 Other Liabilities............................................. 1,144,976 Other Invested Assets................................... 1,289,903 TOTAL INVESTMENTS............................... 14,940,243 TOTAL LIABILITIES.................................... 15,947,366 Investments in Affiliates: Chubb Investment Holdings,Inc................ 3,727,406 Capital Stock................................................ 20,980 Pacific Indemnity Company........................ 2,926,619 Paid-In Surplus............................................. 3,106,809 Executive Risk Indemnity Inc...................... 1,250,965 Unassigned Funds....................................... 8,296,020 Great Northern Insurance Company.......... 504,162 Vigilant Insurance Company....................... 319,505 Chubb European Investment Holdings,SLP. 277,361 SURPLUS TO POLICYHOLDERS.............. 11,423,809 Chubb Custom Insurance Company.......... 214,956 Chubb National Insurance Company......... 162,929 Chubb Indemnity Insurance Company....... 163,668 Other Affiliates............................................ 70,204 Premiums Receivable................................... 1,510,107 Other Assets................................................. 1,303,050 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS...................... $ 27,371,175 TO POLICYHOLDERS............................. $ 27,371,175 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. At December 31,2016,investments with a carrying value of$565,702,495 were deposited with government authorities as required by law. State,County&City of New York, — ss: Dawn M.Chloros,Assistant Secretary of the Federal Insurance Company being duly sworn,deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31,2016 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31,2016. Subscribed and sworn to before me this March 3,2017. JEANETTE SHIPSEY Assistant Secretary Notary Public,State of New York Notary Public V No.02SH5074142 Qualified in Nassau County Commission Expires March 10,2019 Form 15-1 0-W13A(Rev.3117) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Thomas O.McClellan,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Brittany D.Clavin of St.Louis,Missouri , its true and lawful agent and Attorney- in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 14th day of October,A.D.2015. .*•""% .,,, ATTEST: ✓��� ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY • FIDELITY AND DEPOSIT COMPANY OF MARYLAND By:Thomas O.McClellan By:Eric D.Barnes Vice President Secretary State of Maryland County of Baltimore On this 14th day of October, A.D.2015, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Thomas O. McClellan,Vice President and Eric D.Barnes,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. t t By:Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 r s I f EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances,stipulations, undertakings, or other like instruments on behalf of the Company,and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 5th day of February 2018 494. 0 t' _ t� By: Gerald F.Haley,Vice President FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd.,Suite 600,Owings Mills,MD 21117 Statement of Financial Condition As Of December 3I,2015 ASSETS Bonds...............................................................................................................................................$ 142,878,497 Stocks............................................................................................................................................... 22,315,096 Cashand Short Term Investments.................................................................................................... 337,835 ReinsuranceRecoverable................................................................................................................. 24,731,651 OtherAccounts Receivable.............................................................................................................. 19,935,844 TOTALADMITTED ASSETS........................................................................................................$ 210,198,923 LIABILITIES,SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses......................................................................................................$ 46,436 Ceded Reinsurance Premiums Payable............................................................................................ 40,456,309 Securities Lending Collateral Liability............................................................................................ 0 TOTALLIABILITIES....................................................................................................................$ 40,502,745 CapitalStock,Paid Up........................................................................................ $ 5,000,000 Surplus................................................................................................................ 164,696,178 Surplusas regards Policyholders...................................................................................................... 169,696,178 TOTAL.......................................................................................................................................$ 210,198,923 Securities carried at$57,996,983 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned,the Company's total admitted assets at December 31,2015 would be$212,137,795 and surplus as regards policyholders$171,635,049. I,DENIMS F.KERRIGAN,Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st day of December,2015. r - 1 Corporate Secretary State of Illinois City of Schaumburg ) SS: Subscribed and swam to,before me,a NotaryPublic of the State of Illinois,in the City of Schaumburg this 15th day of March,2016. DAFIRYG JOINER Notary Public OFFICIAL SEAL Notary Public-State of Innis My Commission Expires February 24,2070 ACKNOWLEDGMENT BY SURETY STATE, OF Missouri City of' St. Louis �;. On this 5th clay of February 2018 heforc me personally appeared Brittany D. Clavin known to me to be tl►c Attorney-in-Fact of Federal. Insurance Comparly and Fidelity and Deposit Corm of Maryland Ole cori)ora6011 L6at CXecuted Ole%rithin inst,-timent,and acknowledged to me 03at socia corporation executed the s.uile. iN WITNESS '%VHEREOF, I have 110-CUllto set my Baud <uid affiwd my official seal, at my oilicc in tic alloresaid County,the clay and year in this certificate first abo•c wi-ittcii. q� ,l,,, I. . A'c JoAdn R. Fi,ank My Coiiimission Expires: enc 20, 2018 Notary Public in the State of Missouri (Seal) City of St. Louis Commission#14395672 Notorq Putblic, Nolo,y Seo, St of Missouri St. Louis City My Co672 m 14395672 mission Expires Jure143 '20, 20 P 8 5-0230/GEEF 2198 A�® CERTIFICATE OF LIABILITY INSURANCE DOT30/ 2018D ) 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(les) 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 MARSH USA,INC. NAME' PHONE 445 SOUTH STREET (A/C,No Ext): FAX No)7 MORRISTOWN,NJ 07960-6454 E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# 100129-SII--17/18 SII MSMIT NOC60 INSURERA:HDI Global Insurance Company 41343 INSURED INSURER B:The Travelers Indemnity Company 25658 SIEMENS INDUSTRY,INC. 1000 DEERFIELD PARKWAY INSURERC:Travelers Property Casualt Co.of America 25674 BUFFALO GROVE,IL 60089-4513 INSURER D:The Charter Oak Fire Insurance Company 25615 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: NYC-009960900-08 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/YYY MM/DD A X COMMERCIAL GENERAL LIABILITY GLD1110109 10/01/2017 10/01/2018 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE 1XI OCCUR PREMIS ES(E.occur ence) $ 1,000,000 MED EXP(Any one person) $ 100,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 10,000,000 X POLICY❑ PRO JECT 1:1 LOC PRODUCTS-COMP/OP AGG $ INCL. OTHER: $ C AUTOMOBILE LIABILITY TC2JCAP7440L34A17 10/01/2017 10/01/2018 (CEO OMB accidentdem)SINGLE LIMIT $ 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ N/A X OWNED SCHEDULED BODILY INJURY(Per accident) $ N/A AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ N/A AUTOS ONLY AUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR CUD1110209 10/01/2017 10/01/2018 EACH OCCURRENCE $ 1,500,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1,500,000 DED RETENTION$ $ D WORKERS COMPENSATION TC20UB8049X50817(AOS) 10/01/2017 10/01/2018 X PER oTH- AND EMPLOYERS'LIABILITY STATUTE ER B Y/N TRKUB8049X51A17(AZ,MA,OR&WI) 10/01/2017 10/01/2018 1,000,000 ANYPROPRIETOR/PARTN ER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICE R/M EMBER EXCLUDED? F N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) RE:PROJECT#18052A-TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS(IDIQ)REBID,CONTRACT RENEWAL E16413 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS IDIQ YR 2 FY 2017 SEE ATTACHED CERTIFICATE HOLDER CANCELLATION CITY OF CORPUS CHRISTI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:SYLVIAARRIAGA THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3833 SOUTH STAPLES ST. ACCORDANCE WITH THE POLICY PROVISIONS. SUITE N214 CORPUS CHRISTI,TX 78411 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee Law.,aea►� ec amu. ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 100129 LOC#: Morristown A` ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED MARSH USA,INC. SIEMENS INDUSTRY,INC. 1000 DEERFIELD PARKWAY POLICY NUMBER BUFFALO GROVE,IL 60089-4513 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance RE:PROJECT#18052A-TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS(IDIQ)REBID,CONTRACT RENEWAL E16413 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS IDIQ YR 2 FY 2017 CITY OF CORPUS CHRISTI,MALDONADO-BURKETT INTELLIGENT TRANSPORTATION SYSTEMS,LLP,AND ENGINEERS,ARCHITECTS OR SURVEYORS NOT ENGAGED BY THE NAMED INSURED IF REQUIRED BY CONTRACT ARE HEREBY ADDITIONAL INSURED AS OBLIGATED UNDER CONTRACT UNDER THE REFERENCED GENERAL LIABILITY AND AUTOMOBILE LIABILITY INSURANCE POLICIES. SUCH INSURANCE AS IS AFFORDED BY THE ADDITIONAL INSURED ENDORSEMENT SHALL APPLY AS PRIMARY INSURANCE&OTHER INSURANCE MAINTAINED BY THE CERTIFICATE HOLDER SHALL BE EXCESS ONLY&NOT CONTRIBUTING WITH INSURANCE PROVIDED UNDER THIS POLICY. WAIVER OF SUBROGATION IS EFFECTUAL. $1,000,000 PROFESSIONAL LIABILITY IS INCLUDED UNDER THE GENERAL LIABILITY POLICY AND$500,000 IS INCLUDED UNDER THE UMBRELLA LIABILITY POLICY. IF THESE POLICIES ARE CANCELLED FOR ANY REASON OTHER THAN NON-PAYMENT OF PREMIUM,THE INSURER WILL DELIVER NOTICE OF CANCELLATION TO THE CERTIFICATE HOLDER UP TO 60 DAYS PRIOR TO THE CANCELLATION OR AS REQUIRED BY WRITTEN CONTRACT,WHICHEVER IS LESS. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO POLICY NUMBER: TC2J-CAP-7440L34A-TIL-17 ISSUE DATE: 08-28-17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage pro- vided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHOM YOU HAVE AGREED TO ADD AS ADDITIONAL INSURED, BUT ONLY TO COVERAGE AND MINIMUM LIMITS REQUIRED IN A WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is ered Autos Liability Coverage in the Business Auto an "insured"for Covered Autos Liability Coverage, but and Motor Carrier Coverage Forms and Paragraph only to the extent that person or organization qualifies D.2. of Section I - Covered Autos Coverages of the as an "insured" under the Who Is An Insured provi- Auto Dealers Coverage Form. sion contained in Paragraph A.1. of Section II - Cov- CA 20 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 HDI GLOBAL INSURANCE COMPANY MANUSCRIPT ENDORSEMENT#32 Policy Number Named Insured GLD11101-09 SIEMENS CORPORATION Policy Period: Inception(M-D-Y) Expiration(M-D-Y) Effective Date and Time of Endorsement 10-01-2017 10-01-2018 10-01-2017 12:01 a.m. Standard Time at Address of the Insured. This Endorsement Changes The Polioy. Please Read It Carefully. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Who is an insured is amended to include as an additional insured any person whom you are required to add as an additional insured on this policy under a written agreement, 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. The insurance coverage provided to such additional insured applies only to the extent required within the written agreement. The insurance coverage provided to the additional insured person shall not provide any broader coverage than you are required to provide to the additional insured person in the written agreement and shall not provide limits of insurance that exceed the lower of the Limits of Insurance provided to you in this policy,or the limits of insurance you are required to provide in the written agreement. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance,whether primary, excess,contingent,or on any other basis,that is available to the additional insured for a loss we cover under this endorsement. However, if the written agreement specifically requires that this insurance apply on a primary basis,this insurance is primary. If the written agreement specifically requires this insurance apply on a primary and non-contributory basis this insurance is primary to other insurance available to the additional insured and we will not share with that other insurance. This endorsement shall prevail over additional insured endorsements that may apply under this policy unless required otherwise in the written agreement. Authorized Representative All terms and conditions of the policy remain unchanged. THIS ENDORSEMENT MUST BE ATTACHED TO A CHANGE ENDORSEMENT WHEN ISSUED AFTER THE POLICY IS WRITTEN. Page_ POLICY NUMBER: TC2J—CAP-7440L34A—TIL-17 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM The following replaces Paragraph A.5., Transfer of required of you by a written contract executed Rights Of Recovery Against Others To Us, of the prior to any "accident" or "loss", provided that the CONDITIONS Section: "accident" or 'loss" arises out of the operations 5. Transfer Of Rights Of Recovery Against Oth- contemplated by such contract. The waiver ap- ers To Us plies only to the person or organization desig- We waive any right of recovery we may have nated in such contract. against any person or organization to the extent CA T3 40 02 15 ©2015 The Travelers Indemnity company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.with its permission. POLICY NUMBER: GLD11101-09 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: ANY PERSON OR ORGANIZATION TO THE EXTENT REQUIRED BY WRITTEN CONTRACT 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 ❑ TRAVELERS!' WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00)- POLICY NUMBER: (TC20UB-8049x50-8-17) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHOM A WAIVER OF SUBROGATION IS REQUIRED BY CONTRACT OR AGREEMENT OR PERMIT, BUT COVERAGE IS LIMITED TO THE SCOPE OF THE WORK PERFORMED BY THE INSURED UNDER SUCH CONTRACT, AGREEMENT OR PERMIT. DATE OF ISSUE: 08-28-17 STASSIGN: POLICY NUMBER: TC2J-CAP-7440L34A-TIL-17 ISSUE DATE: 08-28-17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATIONMONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 60 NONRENEWAL: Number of Days Notice of Nonrenewal: N/A PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANAZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: PROVISIONS: A. If we cancel this policy for any statutorily permit- B. If we decide to not renew this policy for any statu- ted reason other than nonpayment of premium, torily permitted reason, and a number of days is and a number of days is shown for cancellation in shown for nonrenewal in the schedule above, we the schedule above, we will mail notice of cancel- will mail notice of the nonrenewal to the person or lation to the person or organization shown in the organization shown in the schedule above. We schedule above. We will mail such notice to the will mail such notice to the address shown in the address shown in the schedule above at least the schedule above at least the number of days number of days shown for cancellation in the shown for nonrenewal in the schedule above be- schedule above before the effective date of can- fore the expiration date. cellation. IL T4 00 12 09 ©2009 The Travelers Indemnity Company Page 1 of 1 POLICY NUMBER: GLD11101-09 IL SU 4004(10-10) HDI GLOBAL INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION AMENDMENT SCHEDULE Name,Address and E-Mail Address of Other Number of Days Notice: Person(s)1 Organization(s): Per schedule on file with the Company. 60 Days, or as required by contract, whichever is less (If no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) I. If we cancel this policy by notice to you for any statutorily permitted reason other than nonpayment of premium, we shall endeavor to mail, e-mail or deliver a copy of such written notice of cancellation to the person(s) or organization(s) shown in the Schedule above. II. A copy of the notice, per paragraph I. above, will be mailed, e-mailed or delivered: 1. To the appropriate addresses corresponding to the person(s) or organization(s) shown in the Schedule above; and 2. The number of days required for notice of cancellation, as provided in paragraph A.2. of the Common Policy Conditions or as amended by an applicable state cancellation endorsement or by the date as shown in the Schedule above. III. Our failure to provide such advance notification to the person(s) or organization(s) shown in the Schedule of this endorsement will not extend any policy cancellation date nor negate any cancellation of the policy. All other terms and conditions of this policy remain unchanged. Page 1 of 1 1L SU 4004(10-10) WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 03 (00) POLICY NUMBER: TC20UB-8049x50-8-17 GENERAL PURPOSE ENDORSEMENT NOTICE OF CANCELLATION TO DESIGNATED PERSONS OR ORGANIZATIONS The following is added to PART SIX-CONDITIONS: Notice Of Cancellation To Designated Persons Or Organizations If we cancel this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organization before the cancellation is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation. SCHEDULE Name and Address of Designated Persons or Organizations: Any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 1. You see to it that we receive written request to provide such notice, including the name and address of such person or organization, after the first Named Insured receives notice from us of the cancellation of this policy; and 2. We receive such written request at least 14 days before the beginning of the applicable number of days shown in this endorsement. Number of Days Notice 60 All other terms and conditions of this policy remain unchanged. COPYRIGHT 2013 The Travelers Indemnity Company. All rights reserved. DATE OF ISSUE: 08-28-17 ST ASSIGN: Page I of I